tender notice - day to day maintenace... · 2019-12-24 · page 1 of 22 tender notice (job work...

22
Page 1 of 22 Tender Notice (JOB WORK CONTRACT FOR PROVIDING SERVICES of Day to Day Civil Maintenance IN the INSTITUTE) 2019-20 भा.कृ .अनु .. कपास अनुसंधान संथान, नागपुर पो बैग नं .2, शंकर नगर पो ऑफिस नागपुर-४४००१० ICAR-CENTRAL INSTITUTE FOR COTTON RESEARCH Post Bag no.2, Shankar Nagar Post Office, Nagpur-440010 ISO 9001 2015 Certified -काा ाल- खापरी फाटा के पास, पाजरी वाा रोड, नागपूर, - ४४११०८ (फोन, न.07103&2755/36/38/39 फ़ै, ; 07103-275529) Panjari, Near Khapri Phata, Wardha Road, Nagpur 441108 (Tel : 07103-275536, Fax : 07103-275529, EPABX : 07103-275637, 38, 39, 275617) Website : www.cicr.org.in. E-mail : [email protected]

Upload: others

Post on 10-May-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1 of 22

    Tender Notice

    (JOB WORK CONTRACT FOR PROVIDING SERVICES of

    Day to Day Civil Maintenance IN the INSTITUTE)

    2019-20

    भा.कृ.अनु.प. – कपास अनुसंधान संस्थान, नागपुर

    पोस्ट बैग नं.2, शंकर नगर पोस्ट ऑफिस नागपुर-४४००१०

    ICAR-CENTRAL INSTITUTE FOR COTTON RESEARCH

    Post Bag no.2, Shankar Nagar Post Office, Nagpur-440010

    ISO 9001 – 2015 Certified

    -कार्ाालर्-

    खापरी फाटा के पास, पाांजरी वर्ाा रोड, नागपरू, - ४४११०८

    (फोन, न.07103&2755/36/38/39 फ़ैक्स, न ; 07103-275529)

    Panjari, Near Khapri Phata, Wardha Road, Nagpur 441108

    (Tel : 07103-275536, Fax : 07103-275529, EPABX : 07103-275637, 38, 39, 275617)

    Website : www.cicr.org.in. E-mail : [email protected]

    mailto:[email protected]

  • Page 2 of 22

    F. No. 01/ME cell/Outsourcing Services/Day to Day Maintenance/2019-20 Dated : 21-12-2019

    SUB: TENDER FOR “PROVIDING SERVICES OF DAY TO DAY CIVIL

    MAINTENANCE IN THE INSTITUTE AT C.I.C.R. PANJARI, KHAPRI PHATA,

    WARDHA ROAD, NAGPUR”.

    1. Sealed tenders are hereby invited on behalf of the Director, C.I.C.R. Nagpur for contract

    of PROVIDING JOB WORK/SERVICE CONTRACT of Day to Day Civil

    Maintenance in Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur

    - 441108. The details of Scope of work, Schedule of requirements and terms &

    conditions of the contract are given in the enclosed Annexures.

    2. Details of the tender are given below:

    CRITICAL DATA SHEET (SECTION)

    (TENDER)

    TENDER NUMBER F. No. 01/ME cell/Outsourcing Services/Day to Day Maintenance/2019-20

    TENDER COST Free of Cost.

    DESCRIPTION OF WORK PROVIDING JOB WORK/SERVICE CONTRACT

    of Day to Day Civil Maintenance in Institute at

    C.I.C.R. Panjari, Khapri Phata, Wardha Road,

    Nagpur – 441108

    TYPE OF TENDER BID

    SUBMISSION START

    DATE AND TIME

    Two Bid System (Technical & Financial) 23.12.2019 at 12.00 PM onwards

    BID SUBMISSION END DATE AND TIME

    13.01.2020 up to 04.00 PM

    DATE AND TIME OF OPENING OF TENDERS (TECHNICAL BID)

    14.01.2020 at 02.30 PM (Tentative)

    DATE AND TIME OF OPENING OF TENDERS (FINANCIAL BID)

    Will be intimated later.

    BID VALIDITY 90 days from the date of Technical Bid opening

    EMD Rs.5,000/- (Rupees Five thousand only) in the form of Demand Draft in favour of Director, ICAR-CICR, Nagpur.

    EMD VALIDITY 90 days from the date of Technical bid opening SECURITY DEPOSIT (SD) / PERFORMANCE

    BOND (PB)

    Rs.10,000/- (Rupees Ten Thousand Only) in form of Demand Draft /Bank Guarantee in favour of “Director, ICAR-CICR, Nagpur.

    VALIDITY OF SD/PB 60 days after the expiry of the contract

    भा. कृ. अ.प. केन्द्रीय कपास अनसुांर्ान सांस्थान पोस्ट बैग सां. 2, शांकरनगर पोस्ट ऑफफस, नागपरु -440 010

    ICAR - CENTRAL INSTITUTE FOR COTTON RESEARCH Post Bag No.2, Shankar Nagar P.O., Nagpur -440 010

    07103- 275536, 07103-275529 website: www.cicr.org.in, e-mail: [email protected]

    ISO 9001:2015 Certified

    http://www.cicr.org.in/mailto:[email protected]://www.google.co.in/imgres?imgurl=http://upload.wikimedia.org/wikipedia/en/f/fe/Central_Institute_for_Cotton_Research_(CICR)_Logo.png&imgrefurl=http://en.wikipedia.org/wiki/Central_Institute_for_Cotton_Research&usg=__7DemvuE10bUxMSTWUB0iBaEFkzg=&h=98&w=97&sz=8&hl=en&start=4&zoom=1&tbnid=7bQ9EcnYVyVPWM:&tbnh=81&tbnw=80&ei=t6k0UNmLA4j4rQfxvYHwBg&prev=/images?q=central+institute+for+cotton+research+nagpur+logo&hl=en&sa=X&gbv=2&tbm=isch&itbs=1http://www.google.co.in/imgres?imgurl=http://egranth.ac.in/images/icar-logo.gif&imgrefurl=http://egranth.ac.in/&h=2192&w=1768&sz=115&tbnid=Z8TJ6lVEygIwaM:&tbnh=84&tbnw=68&prev=/search?q=icar+logo&tbm=isch&tbo=u&zoom=1&q=icar+logo&usg=__3CJ5P8r5ijU52ZbWgnpmNxOHNTk=&hl=en-IN&sa=X&ei=66g0UPuyK4zJrAfnrYGQCA&ved=0CCwQ9QEwBg

  • Page 3 of 22

    Details of tender Tender (Technical & Financial) uploaded on CPP Portal

    https://eprocure.gov.in/epublishing/app and cicr website

    www.cicr.org.in from 23.12.2019 to 13.01.2020 upto

    04.00 PM

    3. Scope of the proposed work and other requirements connected to the contract,

    including formats of the bids, terms and conditions of the contract, etc. are enclosed to

    this Tender Invitation, as per the following details:

    3.1 Letter of Invitation ANNEXURE-I

    3.2 Scope of Work ANNEXURE-II

    3.3 Instructions to Bidders ANNEXURE- III

    3.4 Check List for Technical Bid Evaluation ANNEXURE- IV

    3.5 Certificate to be given as part of Technical Bid ANNEXURE-V

    3.6 Financial Bid ANNEXURE- VI

    3.7 Draft Agreement ANNEXURE- VII

    4. The entire tender document including all Annexures, except the Financial Bid in

    Annexure VI, will be part of the Technical Bid which also must contain the EMD and all

    other requisite documents called for in the tender. Both bids (technical and financial) are to

    be submitted in single envelop along with EMD must be submitted to CICR, Near Khapri

    Phata, Panjari Farm, Wardha Road, Nagpur – 441108 before the last date of submission of

    Tender. Special instructions to the Contractors/Bidders for the submission of the bids can be

    downloaded from CPP Portal (www.egrocure.gov.in/epublishing /app) and Institute website

    www.cicr.org.in.

    Yours faithfully,

    Sd/-

    (A.A. Goswami)

    Sr. Administrative Officer

    https://eprocure.gov.in/epublishing/apphttp://www.cicr.org.in/http://www.egrocure.gov.in/epublishing%20/app)%20and%20Institute%20website%20www.cicr.org.in.http://www.egrocure.gov.in/epublishing%20/app)%20and%20Institute%20website%20www.cicr.org.in.

  • Page 4 of 22

    ANNEXURE-I

    LETTER OF INVITATION

    Dear Tenderer,

    Sealed tenders are hereby invited on behalf of the Director, ICAR-Central Institute for

    Cotton Research, Nagpur for “providing Services of Day to Day Civil Maintenance in the

    Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108". The

    terms and conditions of the contract are detailed in the tender document. Please submit your

    offer if you are in a position to furnish the requisite services in accordance with the

    requirements stated in the attached Annexures.

    1. An earnest money of Rs.5,000/- (Rupees Five Thousand only) must be deposited in

    the form of Demand Draft payable to Director, ICAR-CICR at Nagpur. The particulars of the

    earnest money deposited must also be mentioned on the top of the envelope. The agencies

    which are exempted from submission of EMD should enclose a valid exemption certificate

    to this effect. The Tenders will not be considered if earnest money/exemption certificate is

    not deposited with the Tenders. The EMD shall be refunded to unsuccessful firm without

    paying any interest by the ICAR.

    2. The firm, after submitting tender, will not be permitted to withdraw their offer or

    modify the terms and conditions thereof. If the firm fails to observe and comply with the

    foregoing stipulation, EMD will be forfeited. In the event of the offer made by the firm not

    being accepted, the amount of EMD will be refunded, in the manner prescribed by the

    Council.

    3. Director, ICAR-CICR, Nagpur reserves the right to reduce or terminate the period of

    contract or to extend its duration in the interest of the Institute, for any justifiable reasons,

    not mandatory to be communicated to the Tenderer. His decision will be final for any aspect

    of the contract and binding on parties. Disputes arising, if any, on the contract will be settled

    at his level and will not be referred to arbitration.

    4. Acceptance of the offer will be communicated by email/ fax/ letter or any other form

    of communication. Formal letter of acceptance and work order of the Tenders will be

    forwarded as soon as possible, but the earlier instructions in the email/ fax/ letter should be

    acted upon immediately. Essential documents required for technical evaluation of bids are

    detailed in Annexure-IV.

    Yours faithfully,

    Sd/-

    (A.A. Goswami)

    Sr. Administrative Officer

  • Page 5 of 22

    ANNEXURE-II

    SCOPE OF WORK

    S.N. Description

    1. Removing & P/F ½” Brass/ Steel short/Long body Bib Cock of approved quality with all fittings/complete

    2. Removing & P/F 1/2” Brass/Steel pillar cock of approved quality with all fitting/complete

    3. Removing & P/F ½” Brass/steel stop cock of approved quality with all fittings/complete

    4. Removing & P/F reducing sockets G.I of different sizes with all fittings/complete

    5. Removing & P/F reducing sockets CPVC of different sizes with all fittings/complete

    6. Removing & P/F west pipe line for basin with all fittings/complete

    7. Removing & P/F of laboratory tap (Three way opening) with all fittings complete

    8. Removing & P/F of connector pipe with all fittings/complete

    9. Removing & P/F GI/Brass Unions ½”, 1”, 2”, 3”with all fittings/complete

    10. P/F of connector pipe with all fittings/complete

    11. P/F of new 1”, 2”, 3” drain pipe (PVC) with all fittings/complete

    12. Removing & P/F of G.I Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    13. P/F of CPVC Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    14. Removing & P/F of G.I Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    15. P/F of CPVC Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    16. Removing & P/F of G.I. Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    17. P/F of CPVC Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    18. P/F of new 1”, 2”, 3” 4” drain pipe (UPVC) with all fittings/complete

    19. Removing & P/F of old 1”, 2”, 3” drain pipe (PVC)

    20. P/F plastic float ball with all fittings/complete

    21. Removing & P/F ½’, 1”, 2”,3” Brass ball Valve of approved quality with all fittings with all fittings/complete

    22. P/F ½”, 1”, 2”, 3” Gun Metal gate with C. I wheel of approved quality (Screwed end) with all fittings/complete

    23. P/F Rubber bidding for glass for window, door etc

    24. P/F ½”, 1”, 2”,3” CPVC ball Valve of approved quality with all fittings/complete

    25. Removing & P/F ½”, 1”, 2” ,3’ Brass Ball cock of approved quality with all fittings/complete

    26. P/F ½”, 1”, 2” ,3” CPVC Ball cock of approved quality with all fittings

    27. P/F washer of sizes ½”, 1’, 2”

    28. Removing & P/F of SS Sink (22”x 16”, 24”x 18” etc.) with all fittings/complete

    29. Removing & P/F new wash basin size (18” x 14” , 20”x 16”, 22”x 18” etc) including all fittings/complete (all type)

    30. Removing & P/F new Western Toilet including all fittings/complete

    31. Cleaning of main hole including removing of sludge etc. any size and depth (all type)

    32. Cleaning of chocked sewer line start from WC to septic tank and bathroom to nahani trap out side the building

    33. Removing & P/F new Indian toilet seat (18”, 22”) including all fittings/complete

    34. Removing & P/F new gents Urinals (standard size) including all fittings/complete

    35. P/F wood bidding for doors 4”wide

    36. Repairing of window including all fittings/complete

    37. Removing & P/F of new ISI marked flush door/ laminated with frame of 1st class wood 2”, 3” thick with all hinges, nut bolt screw etc with all fittings/complete

  • Page 6 of 22

    38. Removing & P/F of 4mm, 5 mm, 6mm plain glass including all fittings/complete on windows

    39. P/F of Tower bolt (Barrel type) 250 x10 mm, 150 x 10mm, 100 x 10mm with all fittings/complete

    40. P/f of all drop with all fittings/complete

    41. P/F of Aluminum and other all types of handle ISI marked with all fittings/complete

    42. P/F of latches with all fittings/complete

    43. P/F of G.I. Jali for nahani trap with all fittings/complete

    44. P/F of coupling to basin with all fittings/complete

    45. P/F of Cistern (10 litrs capacity) with all fittings/complete

    46. Removing & P/F of ½‘’, 1’’, 1.5’’, 2’’, 3’’ G.I. pipe with all fittings/complete at ground, 1

    st, 2

    nd, 3

    rd floors

    47. Removing & P/F of ½”, 1’’, 1.5’’, 2’’, 3’’ new CPVC pipe with all fittings/complete at ground, 1

    st, 2

    nd, 3

    rd floors

    48. Removing & P/F of 24/30/36 mm wood door with wood frame with all fittings/complete

    49. Removing by scrapping with sand paper and preparing smooth surface and then White wash Oil bond distemper to existing wall 2/more coats with smooth complete

    finish as required

    50. Repairs to plaster of thickness 12mm to 20mm with cement mortar 1:4

    51. P/F of 2 mm putty for preparation of smooth surface (Birla white)

    52. Applying exterior (Asian/Snowcem) paint 2/more coats with complete finish

    53. P/F of Bathroom/Toilet doors (PVC) including all fittings/complete

    54. P/F S.S. Jali to existing window including all fittings/complete

    55. Scraping of upper crust/layer of damp wall

    56. Application of water proofing chemicals on roof /wall/floor

    57. Cement concrete flooring 1:2:4 finished with floating coat of neat finish

    58. Removing & P/F of All size Tile fitting on wall/floor at ground, 1st, 2nd and 3rd floor including all fittings/complete.

    59. Providing synthetic enamel paint snowsem /Asian to furniture, almirah, equipments etc with smooth finish complete work.

    60. Providing RCC cover for manhole sewerage line chamber required size after inspection including all fittings/complete

    61. Removing & P/F of POP including all fittings/complete

    62. Removing/cutting of old iron window/aluminum window

    63. Repairing and fixing of existing wooden doors to make it functional, operational and lockable.

    64. Repairing of False ceiling

    65. P/F of vitrified tiles 2 ft.X 2 ft. with complete work

    66. P/F glazed tiles 1 x 1 ft. with complete work

    67. P/F glazed tiles 2 x1 ft. with complete work

    68. Mirror in toilets 1.5 ft X 2 ft. with complete work

    69. Total cleaning of Overhead Water Tank (any height), draining out water, scraping of fungus by cloth, washing by clean water, final wash by bleaching powder (once in

    three months)

    70. Cleaning and repairing of Vanishing Blinds/Window

    71. P/F of Tin Sheet/Poly sheet/ Profile Sheet shed including all materials with complete work

    72. Raising of Brick work at ground, 1st, 2nd, 3rd floor with complete work

    73. Digging of soil 1 x 1ft., 1 x 2 ft., 1 x 3 ft, 2 x 3 ft. with complete work

    74. Repairing, Oiling and greasing of rolling shutter to make it smooth functioning with complete work(All Sizes)

    75. Dismantling of Aluminum, wooden, glass, iron structures

  • Page 7 of 22

    76. Removing & P/F of TEE of G.I. ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    77. Removing & P/F of TEE of CPVC ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    78. P/F of Cement Pole with 4 iron rods inside with all fittings/complete Height Thickness

    a) 5 ft. x 3”, b) 5 ft. x 3.5” c) 5 ft. x 4” d) 6 ft. x 3” e) 6 ft. x 3.5” f) 6 ft. x 4” g) 7 ft. x 3” h) 7 ft. x 3.5” i) 7 ft. x 4”

    79. Removing & P/F of G.I. reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete

    80. Removing & P/F of G.I. MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    81. Removing & P/F of CPVC MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    82. Removing & P/F of G.I. FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    83. Removing & P/F of CPVC FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    84. Removing & P/F of CPVC reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete

    85. P/F Stone machinery work with complete work

    86. P/F Spray painting of racks, almirah etc. with smooth finish complete work

    87. Removing & P/f of drainage panel ( 2’’x1’’ Aluminum pipe frame with Laminated sheet)

    88. P/F of RCC concreting work including reinforcement of metal bar.

    89. P/f of granite top with molding work.

  • Page 8 of 22

    ANNEXURE- III

    INSTRUCTIONS TO BIDDERS

    1. The tender is in two parts i.e. (1) Technical Bid and (2) Financial Bid. These bids duly

    filled shall be submitted offline.

    The two separate bids shall contain information as under:-

    (a) Technical Bid: This shall contain the entire tender document, except Annexure-

    VI, which relates to the Financial Bid, with each page signed with the Rubber Stamp of the

    Bidder. This will also enclose the copy of Earnest Money Deposit (EMD) amounting to Rs.

    5,000/- (Rupees Five thousand only) and Bank Guarantee should be drawn in favour of

    Director, ICAR-CICR payable at Nagpur from any of the Scheduled Commercial Bank. All

    other required supportive documents towards eligibility and experience criteria as mentioned

    in ANNEXURE –IV shall be submitted. No price shall be mentioned in this document

    anywhere. If price is mentioned in the technical bid, the offer is liable to be rejected. (b) Financial Bid : This shall contain the schedule of rates duly filled and signed in the

    prescribed formats i.e. Annexure VI.

    No conditional bid will be accepted. The EMD will be refunded to the unsuccessful bidders

    as soon as practicable after a decision has been taken on the Tender and to the successful

    bidders after furnishing the required security deposit for the contract.

    The tender must be in the prescribed formats only and shall be accompanied with all other

    necessary documents. The amount to be charged has to be indicated in Indian Rupees both in

    words and figures (in the prescribed proforma of Financial Bid) and there shall be no

    correction or overtyping etc. The offers with any corrections/deviation in prices either in

    words/figures shall be summarily ignored. The conditional offer (s) shall, in no case, be

    accepted.

    2. The financial bid will be opened only for those bidders who will be technically

    qualified in technical bid. CICR reserves the right to reject all or any of the quotations, and

    decision of the Director, ICAR-CICR in the matter shall be final and binding. 4. The successful bidder shall have to deposit of Bank Guarantee/D.D. Rs. 10,000/- (Ten

    Thousand only) as performance security within 15 days after notification of award.

    5. No interest on Security Deposit and earnest money deposit shall be paid by the Institute

    to the tenderer.

    6. The firm is being permitted to give tenders in consideration of the stipulations on the

    his part that after submitting his tenders, he will not resile from his offer or modify the terms

    and conditions thereof. If the tenderer fail to observe and comply with the foregoing

    stipulation the EMD will be forfeited by the Institute. In the event of the offer made by the

    tenderer not being accepted, the amount of earnest money deposited by the tenderer will be

    refunded to him, in the manner prescribed by Institute.

  • Page 9 of 22

    7. The performance security shall be valid till all contractual obligations are fulfilled by

    the firm. The same shall stand forfeited in case of cancellation of the contract for any breach

    of contract or for any deficiency in the performance noticed during the currency of the

    contract.

    8. The tenderer is liable to be ignored if complete information as required is not given

    therein or if the particular asked for in the schedules to the tenders is not fully filled in.

    Person signing the tenders or other documents must ensure that he is an authorized person on

    behalf of the firm to do so. The person signing the tenders form or any other documents

    forming part of the contract on behalf of another shall be deemed to warranty that he has

    authority to bind such other and if, on enquiry it appears that the person so signing had no

    authority to do so, the Institute shall without prejudice to other civil and criminal remedies

    cancel the contract and hold the signatory liable for all costs and damages. Each page of the

    tenders and the schedules to the tenders and annexure, if any, should be signed by the

    tenderer.

    9. Acceptance by the Institute will be communicated by FAX, email, express letter or any

    other form of communication. Formal letter of acceptance and work order of the Tenders

    will be forwarded as soon as possible, but the earlier instructions in the FAX, email/Express

    letter etc. should be acted upon immediately.

    10. Details of essential documents required for Technical evaluation of bids are provided

    in Annexure-IV.

    11. The contract shall normally be awarded for a period of one year from the date of

    award or any shorter period that may be decided by the Institute. The Contract will be strictly

    monitored as per Scope of work given in Annexure II in respect of minimum standard

    defined in the said Annexure. In case any shortcomings or deficiencies are noticed during the

    currency of contract period or any other contractual dispute, the contract can be terminated

    giving by giving one month notice. The decision of Director, ICAR-CICR in this regard shall

    be final and binding.

    14. The contract can be extended for further period of two more years on year to year

    basis subject to satisfactory performance of the firm.

    15. If the contract is terminated on the grounds of glaring shortcomings or deficiencies

    during the currency of its tenure including extended tenure, if any, the Institute shall have all

    rights to make suitable alternative arrangements for a period of 45 days from the date of such

    termination or till a new tender is finalized whichever is earlier and the difference in cost, if

    any, will be borne by the agency/contractor.

    16. The rates quoted by the Agency shall be fixed for the period of the contract and no

    request for any change/ modification shall be entertained before expiry of the period of the

    contract.

  • Page 10 of 22

    17. It shall be the responsibility of the firm to comply with all the provisions of Acts,

    statutory requirements and Government instructions. If any statutory provision of any statute

    is violated in general concerning the work force employed and in regard to welfare of the

    personnel engaged for the work in particulars, then the performance security will be

    confiscated and firm will be blacklisted.

    18. The personnel deployed by the agency/ contractor should not have any police

    records/criminal cases against them. The agency/ contractor should make adequate enquiries

    about the character and antecedents of the persons whom they are deploying. The service

    provider will provide the duly filled police verification form of the personnel to Institute

    within fifteen days of award of contract.

    21. Employees for the contractor shall be of good character. Service provider shall ensure

    proper conduct of its personnel in office premises, and enforce prohibition of consumption of

    alcoholic drinks/drugs, chewing of pan/gutka, smoking, using speakers for listening to music

    and loitering without any work. The workers should not be below the age of 18 years. The

    Institute reserves the right to ask and requires the contractor to remove any person deployed

    by him without assigning any reasons/notice. If any employee of the Agency/Contractor is

    found misbehaving with the Institute staff or other staff of agencies working in Institute

    Campus, the agency/contractor shall immediately withdraw such employees forthwith at

    their own risk and responsibility..

    22. The service provider shall replace immediately any of its personnel, if not

    unacceptable to Institute because of security risk, incompetence, conflict of interests and

    breach of confidentiality or improper conduct upon receiving a written notice from any staff

    of the Institute.

    23. That no right, much less a legal right shall vest in the contractor workers to claim/have

    employment or otherwise seek absorption in the Institute nor the contractor workers shall

    have any right whatsoever to claim the benefits and/ or emoluments that may be permissible

    or paid to the employees of the Institute. The worker will remain the employees of the

    agency/contractor and will be solely responsibility of the agency to make it clear to their

    worker before deputing on work at Institute. There is no master and servant relationship

    between the employees of service provider and Institute and further that the said personnel of

    service provider shall not claim for any employment or absorption in Institute by virtue of

    their engagement for this work.

    24. The service provider's personnel shall not claim any benefit/ compensation/

    regularization/ absorption of services from the Institute under the provision of Govt. Rules.

    Undertaking from the persons to this effect shall be required to be submitted by the service

    provider to Institute.

    25. The damage caused, if any, to Institute property through acts of the firm and/or by its

    workers shall be made good by the agency and decision of Institute in this regard shall be

    final/binding. In case of any dereliction of duty, gross neglect and unintended damage caused

  • Page 11 of 22

    by contractor or its staff or otherwise any harm done to Institute, its properties, designated

    officials or other employees, the contractor shall be liable to make good loss or pay

    compensation, refund expenditure on legal/judicial proceeding as well as pay penalty which

    the Director, ICAR-CICR may deem fit.

    26. The contractor shall keep himself fully informed of all acts and laws of the Central

    and State Government, all orders, decrees of statutory bodies, tribunals having jurisdiction or

    authority, which in any manner may affect their engaged or employed staff and anything

    related to carry out the work.

    27. All rules & regulations & bye-laws laid down by the local bodies and any other

    statutory bodies shall be adhered to, by the contractor, during the execution of work.

    28. The contractor shall be responsible for all injury and accident to persons employed by

    him while on duty. It is desirable that all employees are covered under an insurance cover

    and as per various acts and laws governing the same.

    29. In the event of any loss being occasioned to Institute on account of negligence of duty

    by Agency/Contractor's employees, the Agency/Contractor shall make good the loss

    sustained to Institute either by replacement or on payment by adequate compensation.

    30. The Agency/Contractor shall not appoint Sub-Contractor to carry out any obligation

    under the contract and under such case agreement will be declared as void and such act of

    contractor will be taken as breach of Contract and resultantly his Security Deposit shall be

    forfeited and contract shall be terminated.

    31. The Agency/Contractor shall abide by all laws of the land including Labour Laws,

    Company Act, tax deduction liabilities, welfare measure of its employees and all other legal

    obligations in such cases and are not essentially enumerated and defined herein, whatsoever.

    35. Director, ICAR-CICR reserves the right to reduce or terminate the period of contract

    or to extend its duration in the interest of the Institute for any justifiable reasons, not

    mandatory to communicate to the tenderer. Any dispute arising out of and in relation to this

    agreement shall be referred the Director, ICAR-CICR. His decision will be final and binding

    on the contractor.

  • Page 12 of 22

    36. Duration of Contract:- The duration of the contract shall be initially for one year and

    extendable up to maximum two years (Total 03 years) on year to year basis on same rate,

    terms & conditions if the performance of agency is found satisfactory. The contract can be

    terminated even earlier by giving two months prior notice by either party in writing on

    account of any of the following reasons: i) On account of unsatisfactory performance ii) breach of contract clauses(s) iii) Persistently neglecting to carry out his obligations under the contract 37. The contractor shall have no claim to compensation for any loss sustained by him by

    reasons of having employed personnel or purchased machines and material for the work.

    38. All the fuel, consumables, repair and maintenance etc. required for carrying out the

    work shall be arranged by the agency itself and no extra payment on this account shall be

    made to the agency/contractor.

    39. No accommodation for the workers will be provided by the Institute.

    40. Night stay inside the Institute premises is not permissible under any circumstances.

    41. The contractor shall make his own transportation arrangements for all the required

    materials to site of works and disposal of any waste material. No extra charges will be paid

    by the Institute.

    42. In case, if any materials of Institute are damaged due to misuse or mishandling or

    carelessness by the Contractor or his employees, the Contractor will immediately inform the

    Caretaker. In such a case, the Contractor will be liable to replace the item at his own cost. Or

    else, Institute shall have the right to recover the loss from the contractor's monthly bill. The

    decision of the Institute will be final.

    43. The Institute’s premises are the property of the CICR and the Contractor is only

    permitted to manage the premises as long the Contract remains valid. Whenever the contract

    is terminated or the contract is concluded and Institute decides that the Contractor should not

    be allowed to run the service, the Institute will be entitled to restrain the Contractor from

    entering the campus.

  • Page 13 of 22

    ANNEXURE- IV Checklist for Technical Bid Evaluation Sr. Documents (Strictly as per details below) Yes/No Page

    No Number 1. Registration certificate of the firm under the Central

    Government/ State Government for providing such services.

    2. Certified Financial Statement of the firm for last 3 years (2016-

    17 to 2018-19) with minimum turnover not less than Rs. 10.00

    lakh each financial year duly certified by Chartered Accountant.

    Financial year Turn-over

    2016-17

    2017-18

    2018-19 3. Last three years (2016-17 to 2018-19) continuous experience of

    the firm in the field of providing such services in Central

    Govt. establishments/Autonomous bodies of Govt. of India/

    Corporations of Govt. of India/reputed public or private

    organizations.

    4. Duly certified copies of the satisfactory services where the

    Tenderer is providing the services for the last 3 years (2016-17

    to 2018-19).

    5. Self certified a copy of a valid GST registration and PAN Card

    copy 6. Certificate by the agency as per the format prescribed in

    Annexure- V

    7. Bid security (EMD) of Rs. 5,000/-(Rupees Five thousand) in the

    form of Demand Draft/Bank Guarantee issued by any

    nationalized/ scheduled commercial bank is favour of Director,

    ICAR-CICR, payable at Nagpur

  • Page 14 of 22

    ANNEXURE- V

    CERTIFICATE TO BE GIVEN ON LETTER HEAD AS PART OF TECHNICAL BID)

    To Director,

    ICAR-Central Institute for Cotton Research,

    Near Khapri Phara, Panjari Farm,

    Wardha Road, Nagpur - 441108.

    Sir,

    It is confirmed that I/we have fully understood the scope of work and all other requirements

    for PROVIDING JOB WORK/SERVICE CONTRACT of Day to Day Civil maintenance in

    Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108

    1. I have understood the total quantum of work by going through the tender document

    and/by visiting the campuses. I/We gathered all information needed to understand the

    requirement of this service contract as per the given details in the prescribed Annexures of

    the Tender documents.

    2. I/We have hereby agree to the Terms and Conditions of the Contract as detailed in the

    tender documents and if given an opportunity to provide services, then agree to execute an

    agreement as per prescribed proforma given in Annexure VII. 3. I/We undertake that the documents enclosed herewith are genuine and no material/facts

    have been concealed or suppressed. 4. I/ We undertake that there are not any legal suit/criminal case pending against our firm

    for violation of EPF/ESI, Minimum wages Act or other laws. And there is no criminal/ legal

    suit pending or contemplated against us. 5. I/ We are not blacklisted by any Central/ State Government organization in the field of

    providing service contract for the Maintenance of Landscape and Horticultural features. 6. We also understand that the contract is liable to be cancelled if found to be obtained

    through fraudulent means or by concealment of information/facts. 7. This offer is made to be valid for acceptance by ICAR within 90 days from the date of

    opening of the technical bid.

    (Signature of authorized representative of the firm) Stamp/Seal of the firm

  • Page 15 of 22

    ANNEXURE - VI

    FINANCIAL BID

    Last date of submission of bid :- 13.01.2020 at 4.00 P.M. Date of opening of tender (Technical Bid) 14.01.2020 at 2.30 P.M.

    (At Central Institute for Cotton Research, Near Khapari, Phata, Panjari Farm, Wardha Road,

    Nagpur - 441108) To

    Director,

    ICAR-Central Institute for Cotton Research,

    Near Khapri Phara, Panjari Farm,

    Wardha Road, Nagpur - 441108.

    Sir,

    I/We wish to submit our tender for Job work I service contract for the PROVIDING JOB

    WORK/SERVICE CONTRACT of Day to Day Civil maintenance in Institute at C.I.C.R.

    Panjari, Khapri Phata, Wardha Road, Nagpur – 441108 on the following rates :

    We have carefully read the terms and conditions of the quotation and are agreed to abide by

    these in letter and spirit.

    Signature ...... .....:...................... Name & Address of the Firm .................................. Telephone No. .................................................... Moblie No.......................................................... Email: ..................................................................

    (Firm's Seal)

    S.No. Particulars Unit Qty. Amount (Rs.)

    1. Removing & P/F ½” Brass/ Steel short/Long body Bib Cock of approved quality with all

    fittings/complete

    No 01

    2. Removing & P/F 1/2” Brass/Steel pillar cock of approved quality with all fitting/complete

    No. 01

    3. Removing & P/F ½” Brass/steel stop cock of approved quality with all fittings/complete

    No. 01

    4. Removing & P/F reducing sockets G.I of different sizes with all fittings/complete

    No. 01

    5. Removing & P/F reducing sockets CPVC of different sizes with all fittings/complete

    No. 01

    6. Removing & P/F west pipe line for basin with all fittings/complete

    No. 01

    7. Removing & P/F of laboratory tap (Three way opening) with all fittings complete

    No 01

  • Page 16 of 22

    8. Removing & P/F of connector pipe with all fittings/complete

    No 01

    9. Removing & P/F GI/Brass Unions ½”, 1”, 2”, 3”with all fittings/complete

    No. 01

    10. P/F of connector pipe with all fittings/complete No. 01

    11. P/F of new 1”, 2”, 3” drain pipe (PVC) with all fittings/complete

    sq.m

    t.

    Per

    12. Removing & P/F of G.I Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete.

    No. 01

    13. P/F of CPVC Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    14. Removing & P/F of G.I Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    15. P/F of CPVC Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    16. Removing & P/F of G.I. Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    17. P/F of CPVC Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    18. P/F of new 1”, 2”, 3” 4” drain pipe (UPVC) with all fittings/complete

    R

    Mtr.

    Per

    19. Removing & P/F of old 1”, 2”, 3” drain pipe (PVC)

    sq.m

    t.

    Per

    20. P/F plastic float ball with all fittings/complete No. 01

    21. Removing & P/F ½’, 1”, 2”,3” Brass ball Valve of approved quality with all fittings with all

    fittings/complete

    No. 01

    22. P/F ½”, 1”, 2”, 3” Gun Metal gate with C. I wheel of approved quality (Screwed end) with all

    fittings/complete

    No. 01

    23. P/F Rubber bidding for glass for window, door etc sq.mt.

    Per

    24. P/F ½”, 1”, 2”,3” CPVC ball Valve of approved quality with all fittings/complete

    No. 01

    25. Removing & P/F ½”, 1”, 2” ,3’ Brass Ball cock of approved quality with all fittings/complete

    No. 01

    26. P/F ½”, 1”, 2” ,3” CPVC Ball cock of approved quality with all fittings

    No. 01

    27. P/F washer of sizes ½”, 1’, 2” No. 01

    28. Removing & P/F of SS Sink (22”x 16”, 24”x 18” etc.) with all fittings/complete

    No. 01

    29. Removing & P/F new wash basin size (18” x 14” , 20”x 16”, 22”x 18” etc) including all

    fittings/complete (all type)

    No. 01

    30. Removing & P/F new Western Toilet including all fittings/complete

    No. 01

    31. Cleaning of main hole including removing of sludge etc. any size and depth (all type)

    No. 01

    32. Cleaning of chocked sewer line start from WC to septic tank and bathroom to nahani trap out side

    the building

    No. 01

    33. Removing & P/F new Indian toilet seat (18”, 22”) including all fittings/complete

    No. 01

  • Page 17 of 22

    34. Removing & P/F new gents Urinals (standard size) including all fittings/complete

    No. 01

    35. P/F wood bidding for doors 4”wide No 01

    36. Repairing of window including all fittings/complete

    No 01

    37. Removing & P/F of new ISI marked flush door/ laminated with frame of 1

    st class wood 2”, 3” thick

    with all hinges, nut bolt screw etc with all

    fittings/complete

    No. 01

    38. Removing & P/F of 4mm, 5 mm, 6mm plain glass including all fittings/complete on windows

    sq.

    mt.

    per

    39. P/F of Tower bolt (Barrel type) 250 x10 mm, 150 x 10mm, 100 x 10mm with all fittings/complete

    No 01

    40. P/f of all drop with all fittings/complete No 01

    41. P/F of Aluminum and other all types of handle ISI marked with all fittings/complete

    42. P/F of latches with all fittings/complete No 01

    43. P/F of G.I. Jali for nahani trap with all fittings/complete

    No 01

    44. P/F of coupling to basin with all fittings/complete No 01

    45. P/F of Cistern (10 litrs capacity) with all fittings/complete

    No 01

    46. Removing & P/F of ½‘’, 1’’, 1.5’’, 2’’, 3’’ G.I. pipe with all fittings/complete at ground, 1

    st, 2

    nd,

    3rd

    floors

    Rmt. Per

    47. Removing & P/F of ½”, 1’’, 1.5’’, 2’’, 3’’ new CPVC pipe with all fittings/complete at ground,

    1st, 2

    nd, 3

    rd floors

    Rmt. Per

    48. Removing & P/F of 24/30/36 mm wood door with wood frame with all fittings/complete

    Sq

    mtr.

    Per

    49. Removing by scrapping with sand paper and preparing smooth surface and then White wash Oil

    bond distemper to existing wall 2/more coats with

    smooth complete finish as required

    Sq

    mtr

    Per

    50. Repairs to plaster of thickness 12mm to 20mm with cement mortar 1:4

    Sq

    mtr

    Per

    51. P/F of 2 mm putty for preparation of smooth surface (Birla white)

    Sq

    mtr

    Per

    52. Applying exterior (Asian/Snowcem) paint 2/more coats with complete finish

    Sq

    mtr

    Per

    53. P/F of Bathroom/Toilet doors (PVC) including all fittings/complete

    Sq

    mtr

    Per

    54. P/F S.S. Jali to existing window including all fittings/complete

    Sq

    mtr

    Per

    55. Scraping of upper crust/layer of damp wall Sq.mtr.

    Per

    56. Application of water proofing chemicals on roof /wall/floor

    Sq.

    mtr.

    Per

    57. Cement concrete flooring 1:2:4 finished with floating coat of neat finish

    Sq

    mtr

    Per

    58. Removing & P/F of All size Tile fitting on wall/floor at ground, 1

    st, 2

    nd and 3

    rd floor including

    all fittings/complete.

    Sq.

    mtr.

    Per

  • Page 18 of 22

    59. Providing synthetic enamel paint snowsem /Asian to furniture, almirah, equipments etc with smooth

    finish complete work.

    Sq

    mtr

    Per

    60. Providing RCC cover for manhole sewerage line chamber required size after inspection including

    all fittings/complete

    Lum

    p-

    sum

    ---

    61. Removing & P/F of POP including all fittings/complete

    Sq.

    mtr.

    Per-

    62. Removing/cutting of old iron window/aluminum window

    No. 01

    63. Repairing and fixing of existing wooden doors to make it functional, operational and lockable.

    No. 01

    64. Repairing of False ceiling Sq. mtr

    Per

    65. P/F of vitrified tiles 2 ft.X 2 ft. with complete work

    Sq.

    mtr

    Per

    66. P/F glazed tiles 1 x 1 ft. with complete work Sq mtr

    Per

    67. P/F glazed tiles 2 x1 ft. with complete work Sq mtr

    Per

    68. Mirror in toilets 1.5 ft X 2 ft. with complete work No. 01

    69. Total cleaning of Overhead Water Tank (any height), draining out water, scraping of fungus by

    cloth, washing by clean water, final wash by

    bleaching powder (once in three months)

    100

    cu

    ft.

    per

    70. Cleaning and repairing of Vanishing Blinds/Window

    No Per

    71. P/F of Tin Sheet/Poly sheet/ Profile Sheet shed including all materials with complete work

    Sq

    mt.

    per

    72. Raising of Brick work at ground, 1st, 2nd, 3rd floor with complete work

    Sq.

    Mt.

    per

    73. Digging of soil 1 x 1ft., 1 x 2 ft., 1 x 3 ft, 2 x 3 ft. with complete work

    Cu

    mt.

    per

    74. Repairing, Oiling and greasing of rolling shutter to make it smooth functioning with complete

    work(All Sizes)

    No. 01

    75. Dismantling of Aluminum, wooden, glass, iron structures

    Sq.

    mtr.

    Per

    76. Removing & P/F of TEE of G.I. ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    77. Removing & P/F of TEE of CPVC ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete

    No. 01

    78. P/F of Cement Pole with 4 iron rods inside with all fittings/complete

    Height Thickness

    j) 5 ft. x 3”, k) 5 ft. x 3.5” l) 5 ft. x 4” m) 6 ft. x 3” n) 6 ft. x 3.5” o) 6 ft. x 4” p) 7 ft. x 3” q) 7 ft. x 3.5” r) 7 ft. x 4”

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    01

    01

    01

    01

    01

    01

    01

    01

    01

  • Page 19 of 22

    79. Removing & P/F of G.I. reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete

    No. 01

    80. Removing & P/F of G.I. MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    No. 01

    81. Removing & P/F of CPVC MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    No. 01

    82. Removing & P/F of G.I. FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    No. 01

    83. Removing & P/F of CPVC FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete

    No. 01

    84. Removing & P/F of CPVC reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete

    No. 01

    85. P/F Stone machinery work with complete work Sq. mtrs.

    per

    86. P/F Spray painting of racks, almirah etc. with smooth finish complete work

    Sq.

    mtrs.

    Per

    87. Removing & P/f of drainage panel ( 2’’x1’’ Aluminum pipe frame with Laminated sheet)

    Sq.

    mtrs.

    Per

    88. P/F of RCC concreting work including reinforcement of metal bar.

    Sq.

    mtrs.

    Per

    89. P/f of granite top with molding work. Sq. mtrs.

    Per

    We have carefully read the terms and conditions of the quotation and are agreed to abide by

    these in letter and spirit.

    Signature ...... .....:...................... Name & Address of the Firm .................................. Telephone No. .................................................... Moblie No.......................................................... Email: ..................................................................

    (Firm's Seal)

  • Page 20 of 22

    ANNEXURE- VII

    PROVIDING JOB WORK/SERVICE CONTRACT OF DAY TO DAY CIVIL

    MAINTENANCE IN INSTITUTE AT C.I.C.R. PANJARI, KHAPRI PHATA,

    WARDHA ROAD, NAGPUR - 441108.

    AGREEMENT

    This agreement is made at NAGPUR on ..............between.............. and ICAR-Central

    Institute for Cotton Research (ICAR-CICR), through (Name……………., Director, ICAR-CICR, Nagpur which shall include its successors, assignees etc. on the first

    part and...............................hereinafter called the Firm which term shall include its

    authorized representatives, successor, assignees etc. on the other part.

    Whereas the Institute invited open tender from reputed firms with experience & financial

    capability for Providing Job Work/Service Contract Of Day To Day Civil Maintenance

    In Institute At C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108..

    And whereas the ICAR has decided to assign the Providing Job Work/Service Contract

    Of Day To Day Civil Maintenance In Institute At C.I.C.R. Panjari, Khapri Phata,

    Wardha Road, Nagpur - 441108 to the firm...............................on the terms and conditions hereinafter contained. NOW IT IS HEREBY AGREED by and between the parties hereto as

    follows:

    1. This agreement shall come into force w.e.f. .............. and will remain in force for a

    period for one year but can be terminated by Director, ICAR-CICR by giving one

    calendar month's notice in writing of its intentions to terminate the Agreement.

    2. The contract will be initially for a period of one year extendable for a further period of

    two years (total three years) on year to year basis, subject to satisfactory performance

    of the firm and its willingness to continue on mutually agreed terms. The Agreement

    can be renewed, on mutually agreed terms. The firm shall be responsible for Providing

    Job Work/Service Contract Of Day To Day Civil Maintenance In Institute At

    C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108.

    3. The firm will provide full particulars of every worker/personnel deployed by it for

    providing the services and get their character and antecedents verified from the Police

    Authorities.

    4. All personnel deployed at premises shall all times and for all purpose be deemed to be

    employee of the firm and the Institute shall have no liability on this account in any

    manner.

    5. That the firm shall ensure that all persons deployed at Central Institute for Cotton

    Research, Near Khapri Phata, Panjari Farm, Wardha Road, Nagpur are of good

    character, well behaved and otherwise competent and qualified to perform the work for

    which they are deployed.

  • Page 21 of 22

    6. The Director, ICAR-CICR or duly authorized officer in this behalf shall have the right

    to ask for the removal from the Near Khapri Phata, Panjari Farm, Wardha Road,

    Nagpur-441108 any personnel considered by the Institute to be incompetent, disorderly

    or any other reason and such person shall not again be deployed without the consent of

    the Institute .

    7. The manpower deployed by the firm should work as per the scope defined at Annexure

    II of the tender document. There will be no separate payment for three national

    Holidays i.e., Republic Day, Independence Day and Gandhi Jayanti and the same is to

    be included in the monthly charge claim in the tender by the Contractor. The persons

    deployed on duty shall be available in the premises throughout the working hours.

    8. The agency shall agree to carry out development work (new area to be developed) as

    per instruction by the authorized representative of Institute as per current DSR rate.

    9. In case of any loss or damage to the property of Institute which is attributable to the

    firm, the full damages will be recovered from the firm.

    10. The firm shall not transfer its right or work or sub- contract to anyone else. If the firm

    appoint any sub-contractor to carry out any obligation under the contract, under such a

    case the agreement will be declared as void & such a contractor will be taken as breach

    of contract & resultantly security deposit shall be forfeited & contract shall be

    terminated.

    11. The firm or its workers shall not misuse the premises for any purpose other than for

    which contract is awarded.

    12. The firm shall devote its full attention in service to ensure highest quality in all aspects

    and discharge its obligations under the contract with trust, diligently and honestly. Any

    misconduct/misbehavior on the part of the manpower deployed by the firm will not be

    tolerated and such person(s) will have to be replaced immediately.

    13. In case of any accident/ loss of life of the workers during discharging duties, if any

    compensation is awarded, the same shall be borne by the firm.

    14. There will be surprise checking by an Officer of CICR. Shortcomings, if any, pointed

    out by him shall be restored by the contractor within 24 hours of its bringing to his

    notice.

    15. Liquidated Damages clause: a. Contractor shall be responsible for the faithful compliance of scope of work

    mentioned in Annexure II. b. Any authorized person viz., Sr. Administrative Officer or any higher authorities

    may inspect the premises to see the work carried out by the agency.

    c. Shortfall, if any, will be communicated to the agency/ contractor in writing/ email

    by Institute. In the event of any shortfall or services found unsatisfactory,

    Liquidated Damage clause will be invoked by levying a penalty @10% of the bill.

    The Liquidated Damage amount will be deducted from bill of the agency.

  • Page 22 of 22

    d. After three such incidents of un-satisfactory reports, the contract shall be liable to

    be terminated. Performance Security will also be withheld in full or part. Final

    decision for invoking penalty will be taken at the level of Director, ICAR-CICR,

    Nagpur.

    16. Decision of Director, ICAR-CICR shall be final and binding on the contractor/firm in

    respect of any clause covered under the contract. In case the firm fails to perform any

    of the terms and conditions of this agreement or commits any breach of the contract,

    the Director, ICAR-CICR shall have power to terminate the contract.

    17. Terms and conditions as stipulated in the tender documents shall be part of this

    agreement.

    (Authorised Signatory) Of the firm

    (Authorised Signatory) Director, ICAR-CICR

    Name & Signature of witness 1: (For & Behalf of Director, ICAR-CICR)

    Name & Signature of witness 2 : Address: