Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
1
INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)
Tel No.: 00 91 253 2402200 Fax No.: 00 91 253 2462718
EPABX: 00 91 253 2402200 Email:[email protected]
Website: https://ispnashik.spmcil.com
Not Transferable
Security Classification: UNCLASSIFIED
Tender Documents for Maintenance Contract for Housekeeping in ISP Factory.
Open Tender No. 153/P.CELL/CIVIL/HK/2015-16 Date:-12.01.2016
This Tender Document contains ______ pages.
Tender Documents is sold to:
Details of Contact person in SPMCIL regarding this tender: Name, Designation: S.K. Gavaskar, Deputy Manager (Materials) I/c Address: India Security Press, Phone: 0253-2402219 /2319/2321 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”.
2
Section I: Notice Inviting Tender (NIT) INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)
Tel No 00 91 253 2402200 Fax No 00 91 253 2462718
EPABX: 00 91 253 2402200 Email: [email protected]
Website: http://ispnasik.spmcil.com Open Tender No. 153/P.CELL/CIVIL/HK/2015-16 Date:-12.01.2016
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services:
Schedule No.
Brief Description of Goods/ services Quantity
(with unit)
Earnest Money (in Rs)
Remarks
1. Maintenance Contract for House keeping in ISP Factory.
12 months 1,20,000/-
(Detail requirements are mentioned in Section VII)
…contd….2…
Type of Tender (Single /Two Bid/ PQB/ EOI/
Security Item etc)
Two Bid (Open) )
{ Technical and Price Bid separately }
Dates of sale of tender documents From 12.01.2016 to 11.02.2016 during office hours
Price of the tender document Rs 265/-
Place of sale of tender documents
Purchase section,
India Security Press,
Nashik Road-422 101 Maharashtra, India.
Closing date and time for receipt of tenders
12.02.2016 At 1430 Hours
Place of receipt of tenders
Green Gate,
India Security Press,
Nashik Road-422 101, Maharashtra, India.
Time and date of opening of tenders At 1500 Hours on 12.02.2016
Place of opening of tenders
Purchase Section,
India Security Press,
Nashik Road-422 101, Maharashtra, India.
Nominated Person/ Designation to Receive
Bulky Tenders ( Clause 21.21.1 of GIT )
Manager(HR), India Security Press,
Nashik Road-422 101, Maharashtra, India.
3
--:: 2 ::-- 2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee of Rs. 265/- (Rs Two Hundred Sixty five only) per set and Earnest Money Deposit in the form of account payee demand draft/ cashier‟s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of India Security Press, a unit of SPMCIL , payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the tenderers, for which extra expenditure per set will be Rs 100 for post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderers shall ensure that their tender bid documents should be signed and sealed on each page, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 6. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time.
7. The Bidders are required to submit all essential documents as per Section II, Eligibility Criteria along with the bid, failing which the tenders shall be evaluated and decided on the basis of only documents available with the bid. 8. The tender documents are not transferable.
Deputy Manager (Materials)
For General Manager India Security Press,
Nashik Road
Address for dropping the tender documents Green Gate, India Security Press, Nashik Road-422 101, Mahrashtra, India.
4
Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)
PART I & ii: GENERAL INSTRUCTIONS Applicable to all Types of Tenders
Please refer the link Click here or
http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf for further details.
GIT (Total pages: 32)
5
Section III: Special Instructions to Tenderers (SIT)
The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:
In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.
Sl.No. GIT Clause No.
Topic SIT Provision
1 20.4 Number of copies of Tenders to be submitted
Single
2 20.8 Submission of tender **
** Tenders shall be submitted in the following manners/parts:- “Technical Bid” and “Financial/price Bid ” are to be separately sealed and to be kept in an outer envelope with nomenclature/heading as “ Tender for Engaging Contractor for providing labour for House keeping in ISP Factory on contract basis for a period of 12 months” - Tender No. /HK/2015-16 DT._____ due on .11.2015 . PART-I TECHNICAL BID (a) Tender Fee Rs 265/-
(b) Earnest Money Deposit Rs 1,20,000/-
(c) The tenderer shall submit detail of un-priced tender consisting
of complete qualification/ eligibility criteria of the tenderers as per
format specified under Section IX of this tender documents.
(d) The tenderer has to submit acceptance of all Section of this
tender document (GIT, SIT, SCC, GCC, List of requirements, Quality
Control, Tender Form & Questionnaire etc.)
(e) The authorized signatory of the tender must sign tender at
appropriate places and initial on remaining pages of the tender.
(f)Taxes as applicable.
(g)One format of blank price bid to be furnished without price
elements/price to know whether the firm furnished clearly all
charges as required in our price schedule as per Section XI.
(h) Employee Provident Fund Registration related documents. (i) Employee State Insurance Corporation Registration or declaration to provide workman compensation policy on award of contract. (j) Copy of Service Tax registration Certificate.
6
(k) Copy of Permanent Account Number (PAN Card). (l) Copy of Labour License issued by competent authority for not less than 50 Nos. (m) Copy of valid Registration of firm. (n) Power of attorney /Authorisations with seal of the company of person signing the tender document. (o)
PART-II PRICE BID
The “Financial Bid/Price Bid” shall contain the quote of the bidders exactly as per the format provided at Section XI of the tender documents
4 20.9 E-Procurement Not contemplated 5 34 Comparison on CIF
Destination basis. Not contemplated
6 35.2 Evaluation of Tenders Price bid evaluation: The prices quoted shall be compared on a total price including all Taxes & duties etc. as per the price schedule.
7 40 Purchaser‟s right to accept
tender
Supplement with the
following:
SPMCIL reserves the right
to accept in part or in
full any tender or reject
any tender without
assigning any reason or
to cancel the tendering
process and reject all
tenders at any time prior
to award of contract,
without incurring
liability, what so ever to
the affected tenderer or
tenderers.
7
Section IV: GENERAL CONDITION OF CONTRACT
Part I: General Conditions of Contract applicable to all types of Tenders
Please refer the link Click here or
http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details.
GIT (Total pages: 28)
8
Section V: Special Conditions of Contract (SCC)
The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.
Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.
S No GCC Clause No.
Topic SCC Provision
1 10.1 Terms of delivery The services/work shall be start within 7 (seven) days of date of issue of order/contract.
2 19.3 Option Clause The purchaser retains the right to extend the order/contract for three more months beyond 12 months contract period at the same rate, terms & conditions of the contract
3 21.2 Taxes and Duties If the tenderer fails to include taxes and duties in the tender, no claim thereof will be considered by purchaser afterwards.
4 22 Terms and mode of Payment A} The payment to the Contractor shall be released on monthly basis within 30 days of submission of invoice along with following documents :- a) Due certification of
user section. b) Proof of payment
made to the labour engaged not less than minimum wages as notified time to time by
9
office of the Dy. Chief Labour Commissioner (Central) for Nashik. At present the minimum wages as per notification No. 1 / 2 (6)/2014-LS-II DT. 30.09.2015 will be applicable .
c) Copies of chalans of previous month of EPF,ESIC paid to the labour deployed.
B} The Service Tax as applicable as per rules. C} The TDS, if any, will be deducted. D} Copy of attendance registered certified by officer-in-charge and proof of payment of EPF ESIC i.e.challan.
5 22.8 Important documents which the supplier is to furnish while claiming payment
(a) Original Invoice
along with all
required documents,
as per Section VII.
(b) Satisfactory report of
completion from the
user department
10
Section VI : List of Requirements Sch No.
Brief Description of Services required
Account Unit
Quantity
Amount of EMD in Rs.
1 Maintenance Contract for House keeping in ISP Factory
Nos
12 months 1,20,000/-
1. Required terms and conditions of the Service Contract: (a) Period of contract : One year from the date of Notification of Award
/ work Order, which may be extended for another three months on the same rates, terms & conditions upon satisfactory performance of the firm and upon mutual consent.
(b) Required Terms of Delivery : FOR ISP Nashik Road
(c) Destination : India Security Press, Nashik Road–422 101. Maharashtra, India
2. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered and signed on each and every page.
3. The total cost inclusive of all taxes should be indicated clearly both in words and figures in the price bid.
4. RISK PURCHASE: (a) If the agency after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to provide services as per ISP requirement or at any time repudiates the contract, the purchaser shall have the right to: (i) Forfeiture of the EMD and (ii) Invoke the Security-cum-Performance Guarantee if deposited by the Agency
and takes the services from other agencies at the risk and consequence of the agency. The cost difference between the alternative arrangement and agency tendered value will be recovered from the agency along with other incidental charges, including service taxes .
(b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Agency has to abide by all the terms and conditions of tender.
5. The bidder has to provide Bank Details as per the format given below :- a) Beneficiary Name :- b) Bank Account No. :- c) Bank Name :- d) Branch Address :- e) IFS Code :-
Note: Tenderer‟s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations etc accordingly, failing which it‟s tender is liable to be ignored.
11
Section VII: Technical Specifications
The Persons should be of good nature, behavior in all respect. a) Contractor will ensure police verification of persons to be deployed for the contract. b) In case of any theft, complaints, incident etc. during their duty hours then the concerned person shall do all formality like FIR, Complain etc. in coordination with ISP Estate staff in Police Station.
Scope of work:- 1) Providing labours for housekeeping works in ISP factory for one year contract basis. 2) The row material /cleaning material viz. cleaning/washing agents, brooms etc apparatus
are to be provide by ISP 3) The contractor shall deploy manpower for executing the works as follows-
Sl. No.
Category Manpower required
Minimum qualification & experience
1 Supervisor for Unskilled labours
02 Minimum 12th pass and familiarity with Marathi & Hindi language.
2 Unskilled labours 48 Familiar with Marathi & Hindi language.
4) Working hours : i) 7.00am to 5.00pm (with usual lunch break) (Excluding Sundays and
Holidays) ii) However, timings may be altered as per need of ISP.
5) The firm has to maintain the following documents- i) Attendance Register-will be certified daily by the authorized representative of ISP. a) Location wise register (daily)-will be daily signed by the supervisor of the agency and authorized representative of ISP. iii) Employees wise register-will be daily signed by the supervisor of the agency and authorized representative of ISP. b) Material Entry Register- The material issue to the agency by ISP shall be entered in the register and get certified by the work in charge of the ISP
6) i) The firm‟s employees shall put the uniform ( without pockets)(as designed and sanctioned by the agency) all the time while entering into ISP premises. ii) The personal protective equipment /safety shoes etc shall be provided to the employees by the firm and firm shall ensure the usage of the same.
7) The contractor is not authorized to engage any other sub-agency/sub contractor under the contract.
8) The contractor has to provide his PVR and certify the antecedents of his labors. 9) The contractor shall abide by the safety and security norms of the organization. 10) No female and child labours will be allowed inside the ISP premises. 11) Water & Electricity, etc.:
Water:- The contractor is permitted to avail services available at site free of charge. However, any disproportionably large or a high volume consuming activity shall be performed only after prior approval is obtained from the ISP.
Electricity:- The contractor is permitted to avail electricity at site free of charge for performance of their scope of work. However, any disproportionally large or a high volume consuming shall be performed only after prior approval is obtained from the ISP.
12) If any injury or accident occurred at site during working hours, it will be sole responsibility of the agency. No compensation will be paid by ISP.
13) The CISF will mark the attendance of the employees of the firm at workshop Gate, ISP.
12
14) The firm shall abide by the SOP (Standard Operating Practice) regarding Gate Passes, entry, exit, their attendance, work procedures etc.
List of places of Work: (1): Cleaning of Lavatory blocks- Details of the Lavatory blocks –
Sl. No.
Section Lavatory block Qty.
1 D.S.B. (Ground floor) Staff lavatory block 01 No.
2 D.S.B. (Ground floor) Workmen lavatory block 01 No.
3 D.S.B. (I floor) Workmen lavatory block 01 No.
4 New wing (near MICR) Workmen lavatory block 01 No.
5 New wing (near MICR) Staff lavatory block 01 No.
6 New wing O/s „B‟ Staff lavatory block 01 No.
7 New wing O/s „B‟ Workmen lavatory block 01 No.
8 New wing (I floor) G.O.‟s lavatory block 01 No.
9 New wing (I floor) Staff lavatory block 01 No.
10 CSD shop floor Staff lavatory block 01 No.
11 CSD shop floor Workmen lavatory block 01 No.
12 O/s „A‟ shop floor Staff lavatory block 01 No.
13 O/s „A‟ shop floor Workmen lavatory block 01 No.
14 Near Main Time Office Staff lavatory block 01 No.
15 Purchase Office Staff lavatory block 01 No.
16 Purchase Office Workmen lavatory block 01 No.
17 Conference Hall Lavatory block (Women) 01 No.
18 O/o G.M. Lavatory block 01 No.
19 Near CC TV room Lavatory block 01 No.
20 Near Cash branch Lavatory block (Women) 01 No.
21 In Cash branch Staff Lavatory block 01 No.
22 In Cash branch Lavatory block (Women) 01 No.
23 Studio (Ground floor) Staff lavatory block 01 No.
24 Studio (I floor) Staff lavatory block 01 No.
25 Workshop office Staff lavatory block 01 No.
26 Workshop Workmen lavatory block 01 No.
27 Store Staff lavatory block 01 No.
28 Store Workmen lavatory block 01 No.
29 Accounts (old) Staff lavatory block 01 No.
30 Accounts (old) Lavatory block (Women) 01 No.
31 Pay & Accounts Lavatory block 01 No.
32 M.R.S. Lavatory block 01 No.
33 Pump house Lavatory block 01 No.
34 Quarter master Lavatory block (Men) 01 No.
Quarter master Lavatory block (Women) 01 No.
35 Tinsmithy section Workmen lavatory block 01 No.
36 Female section Women lavatory block 01 No.
37 Main Canteen Lavatory block 01 No.
38 Locker room Women lavatory block 01 No.
13
Cleaning of sub-canteens:-
Type of Job Mode of Treatment Periodicity Section/Location
Cleaning of sub-canteens
1) Scrubbing the stains/dust scattered over the walls. 2) Removal of cobwebs 3) Cleaning of floor & wall tiles. 4) Cleaning of tea counters, wash basins, sinks etc. 5) Cleaning of windows, doors, mirrors soap stand etc. 6) Cleaning & polishing of water taps, outlet pipes of sinks, wash basins etc. 7) Any other related to sub-canteens as instructed work-in-charge to be carried out.
Daily cleaning
As mentioned in the list.
(2):- Floor cleaning – Details of the sections I) Venyl flooring:- 1) New P.G. 2) MICR Control – AFS. 3) Adhesive „A‟. 4) Adhesive „B‟. 5) Control office (old) 6) Passport (control). 7) Versatile + Post card. 8) DSB – I floor. 9) O/o Dy.G.M. (New wing) 10) O/o AWM (CFC). 11) MICR {(Technical) + (Control)}. 12) Studio. II) Marble flooring:- 1) Lobby of Administrative building (Gr. Floor). 2) Corridor of Administrative building (I Floor). 3) Marble steps lead to O/o G.M. 4) Granite steps lead to O/o W.M. 5) Granite steps lead to O/o C.S.D.
14
III) Epoxy flooring:- 1) A.P.M.S. 2) E – Passport. 3) New P.G. 4) Countpak M/c area. 5) P.G. (Control) (Multi colour). 6) Cabin of Adhesive „A‟ & „B‟. 7) C.F.C. 8) Heidelberg section. 9) Rapida. 10) Miller 11) Grapha 12) O/o C.E., (W/s). IV) Mastic flooring:- 1) Corridor infront of store, APMS. 2) Lobby & corridor of New P.G. & south side of New P.G. & Letter press 3) Lobby between New P.G. & C.F.C. 4) Corridor of New wing – i) North south ii) Between Bindery & S.R.s iii) between MICR Control & S.R.s. 5) DSB ( Gr. & I floor). 6) C.S.D. shop floor. 7) Store (Main) 8) Pathway from M/c shop to the O/o Workshop. V) C.C. flooring / Shahabad flooring:- 1) Corridor between New P.G. & O/o S.I. (Conservancy). 2) W/shop section - Machine , Electric shop, Store (E & M) & Furniture shop. 3) Accounts 4) Pay & Accounts 5) Tinsmithy section. 6) D.S.B. – Gr. Floor 7) C.S.D. – Shop floor. 8) Bindery 9) Passport (Control). 10) Passport (Technical). 11) Misc. „A‟, „B‟,‟ „C‟ Control. 12) Female section.
15
VI) Vitrified flooring:- 1) Administrative building. 2) Corridor infront of Administrative office 3) O/o G.M., Dy.G.M. & FA & CAO 4) Staircase leads to Purchase & Administrative. 5) C.S.D. office. 6) F.D. Cell. 7) Lobby infront of W.M. office & F.D. cell. 8) C.S.D. Account. 9) Lobby leads to O/o W.M. 10) M.I.C.R. extn. 11) Main Canteen. 12) Sub Canteen – i) Offset „A‟ ii) New wing iii) D.S.B. (Gr. Floor). 13) Misc. „C‟ Control 14) G.M. porch – roof. (3) Other Miscellaneous works- 1) Carpet – Conference hall 2) Chairs –
i) Conference hall ii) O/o G.M. iii) O/o Dy.G.M. iv) O/o FA & CAO. v) Waiting room vi) O/o P.A. to G.M. vii) Corridor infront of O/o Dy.G.M. & FA & CA)
3) Sofa sets – i) O/o G.M. ii) Waiting room iii) O/o Dy.C.S.
4) G.M. Bungalow:- Sweeping, Cleaning in lavatory blocks. 5) Union Office+ Office of intelligence Bureau and other areas (if required)
i) Floor sweeping ii) Cleaning of lavatory blocks.
(4) Wooden Wall paneling- 1) A.P.M.S. 2) E – Passport. 3) Multi colour M/c hall. 4) Versatile 5) Rapida 6) Miller 7) Grapha. 8) M.I.C.R. printing & A.E.S.
16
(6) False ceiling – 1) A.P.M.S. 2) Multi colour M/c hall 3) New P.G. 4) E – Passport. 5) C.F.C. 6) Heidelberg M/c area. 7) Rapida 8) Miller 9) Grapha 10) M.I.C.R. (painting & A.F.S.) 11) M.I.C.R. Extension.
(7) List of sub-canteens:- 1) Offset –„A‟ workmen canteen 2) Offset-„B‟ workmen canteen 3) DSB workmen canteen (Ground floor) 4) New wing Accounts building Kitchenette 5) Workmen Canteen-CSD shop floor 6) Kitchenette-C.S.D Office (First Floor) 7) Tea Room-conference hall.
Other Terms and Conditions:
1. Rates of Minimum wages applicable to be followed as per Dy. L.C. (Central) notification from time to time, revision to be made that effect.
2. Contractor Service Charge including Admin Charges, Agency profit, other misc. expenses. 3. Contractor has to provide Uniform, Safety Shoes, PPE & ID Card and Dress code will be
mutually agreed by the Management & Contractor. 4. Service tax and education cess will be as per applicable rules from time to time . 5. In case of increase in minimum wages notified by Government/Deputy Chief Labour
Commissioner (Central) for Nashik Area, subsequent to opening of the tender, then the increase amount of the wages including the corresponding PF/ESI share shall be revised in the contract by ISP. Any change/ increment in the minimum wages issued by Deputy Chief Labour Commissioner (Central) office, Nashik area will paid to the contractor and the contractor should pay the same to their staff and supporting documents to be submitted to ISP
6. Bidder firm shall quote strictly as per Price bid format above Failing to which the offer shall be summarily been rejected.
7. Firm has to fill all above column otherwise the quotation will out rightly be rejected. If there is a discrepancy between the amounts expressed in words and figures, the amount in words shall prevail.
8. The evaluation of L1 bidder shall be based on the consolidated Grand total offered by the bidder as above.
17
House keeping (Scope of Work)
For ISP Factory
Sl. No.
Type of Job
Mode of Treatment Periodiaty Section / Location
Remarks
1 Cleaning of Lavatory blocks
1) Scrubbing & Removal of cob webs.
Daily Cleaning
As mentioned in the attached note
2) Cleaning of floor & wall tiles. (Point No.1)
3) Cleaning of Squatting pans & floors.
4) Cleaning wash basins / sinks, urinal pots etc.
5) Special cleaning material for removing stubborn stains.
6) Cleaning toilet window, door, mirror, soap stand etc.
7) Cleaning and polishing of Taps, Shower, Outlet pipes of Urinal etc.
8) Soap wash of the Entire Toilet & disinfection.
2 Cleaning of Sub-canteens
1). Scrubbing the stains/dust scattered over the walls.
Daily cleaning
As mentioned in the list.
2)Removal of cobwebs
3)Cleaning of floor & wall tiles.
4)Cleaning of tea counters, wash basins, sink etc.
5)Cleaning of windows, doors, mirrors soap stands etc.
6)Cleaning & polishing of water taps, outlet pipes of sinks, wash bsins etc.
7)Any other related to sub-canteen as instructed work-in-charge t be carried out.
3 Floor cleaning All types of floor viz.-
As mentioned in the attached list
i) Vinyl flooring
1) Vaccum or sweep our Vinyl floor : Small stones, pieces of dirt and other abrasives tracked around the floor scratch the Vinyl surface and dull the shine.
Daily
(Point No.2)
2) Mop vinyl floor with a 50/50 mixture of hot water and ammonia : Avoid using harsh cleaners, which can damage the surface of vinyl.
3) Clean vinyl floor with hot water.
18
ii) Marble
flooring
1) Pour cool, clean water in to a bucket.
Daily
2) Add Marble cleaning Solution to the cool
water : The solution must be near neutral PH
(around 7) and very gently.
3) Mop and Wash usual.
4) Mop over again throughly with clean water
free of dirt.
5) Allow the floor to air dry.
6) Remove scuff mark and spots on marble :
Use a felt pad and a gentle neutral pH
powder cleanser to remove, Rubbing only
along the grain of the marble in a straight line.
Do not rub in a circular way as this will leave
marks
7) Wax a Marble floor: - Help to prevent the
absorption of dirt and keep the floor very
shiny.
iii) Epoxy
flooring
1) Sweep or Vaccum cleaning.
Daily
2) Mop Epoxy floor with a mix of warm water
and Epoxy floor cleaning solution (pH –
Neutral) and use only Rayon mop.
3) Scrub any stain or hard to get areas with
the Epoxy flooring scrub brush.
4) Squeegee off any excess water. This will
prevent mold and mildew.
5) Polishing the Epoxy floor.
iv) Mastic
flooring
1) Soft scrubbing
2) Cleaning with ‘Mastic Gel Solution’.
3) Mopping
Weekly
v) C.C.
flooring
1) Sweep and Vaccum cleaning.
Weekly
2) Mop vertex floor with mix cool water and
pH – neutral solution.
3) Scrubbing treatment.
4) Squeegee of any excess water.
19
3) Store room: -
Daily
i) Dusting - by Vaccum.
ii) Wet mopping – I/c phenyl
cleaning – sterilization process.
4) Dining Area: -
i) Dining tables – cleaning
with chemical viz. Anti bacterial
treatment.
ii) Floor Cleaning – Sweeping
4 Upholstery viz. – Carpet, Chairs, Sofa sets etc.
1) Dusting of Chairs / Sofas. Every Month
As mentioned in the attached list
2) Dry Vaccum cleaning. (Point No.3)
3) Dry & wet foam scrubbing & washing.
4) Wet Vaccum suction cleaning.
5 Wooden walls paneling
1) Dry dusting up to 12 Ft. Every 3 Months
As mentioned in the attached note
2) Dry dusting up to roof. (Point No.4)
3) Scrubbing & mopping the surface with hot water / chemically.
6 Window & Vertical blinds cleaning treatment
1) Dry & Wet Vaccum cleaning for window frame.
Every 3 Months
As mentioned in the attached note
2) Dry & Wet window grill cleaning.
(Point No.5)
3) Dry & Wet window glass cleaning with Glass cleanser chemical agent.
7 False ceiling 1) Dusting the surface. Every 3 Months
As mentioned in the attached note
2) Mopping the surface. (Point No.6)
8 Main Canteen 1) Mopping the floor
Daily
As mentioned in the attached note
2) Cooking area: -
i) Clean the floor & Platform area with scrubbing.
ii) Floor & Wall tiles – Scrubbing wash.
iii) Applying Herbal paste (Anti Cockroach control treatment).
iv) Spraying over drainage / basin area out lets to remove the chock up etc.
20
& scrubbing the floor with
chemicals.
iii) Wall cleaning – Scrubbing
& mopping the surface with
hot water / chemically.
iv) Window cleaning – Dry &
Wet vaccum cleaning of
window frame / grills / glass
panes etc.
5) Cleaning of sink / wash
basin / washing place: -
i) Cleaning with Alkaline &
acidic base.
ii) Sanitization with
chemicals.
6) Cleaning of utensils and
lunch plates in canteen daily,
if required.
9 Waste
collection &
disposal, other
allied works as
instructed by
ISP authority in
addition to
scope of work
mentioned.
Daily collection of waste viz.
paper waste, concrete floor
sweeping stuff from all section
viz. shop floor, maintenance
sections & offices shall be
collected & to be dumped at the
earmarked places / to be
shown by ISP.
Daily From all
sections
10 Dusting &
cleaning of
i) Removal of
cobwebs, dust
from trusses,
North Light
glasses, walls,
partitions etc.
1) Dusting the affected portion
‘Dry / wipe.
2) Cleaning with dry brush.
3) Scrubbing & wiping by rains
the cloth in chemical.
1) Shop floor
daily
2) Non shop
floor
Biweekly
From all
sections
21
11 Forecourt
ladies viz
Infront of
Admin. Bldg.
between New
P.G. & New
wing.
1) Scrubbing with hard
brush.
2) Foam cleaning.
3) Wiping the floor.
Fortnightly
1) Open space (power
blocked) infront of
Admin. Bldg.
2) Lobby between Old
& New wing.
3) Open lobby between
Versatile & New P.G.+
E-Passport
4) Infront O/o W/s &
other sections of
W/s.
5) Infront of O/o of
A/c’s, P & A/c.
6) Surrounding of
different gate.
12 Staircase viz.
Admin. Bldg.
W.M. office
1) Scrubbing the floor
with chemical.
2) Mopping the floor.
3) Wiping the floor.
Daily 1) Leading to O/o G.M.
& Admin. Bldg. – 02
Nos.
2) Leading to CSD.
3) DSB – 02 Nos.
(leading to ‘I’ floor)
4) Leading to W.M.
office.
5) Leading to Control
office (New wing).
13 Glass cleaning
of aluminum
partitions,
aluminum
sliding
windows ,
window glass
panes etc.
1) Glass cleaning with
glass cleaning solution.
2) Cleaning of finger
marks, stains etc from
glass panes.
Daily 1) Entrance glass door
& partition of
Administration Building.
2) Aluminum sliding
windows glass panes
of Administration
building, glass panes of
aluminum partition
cabins.
3) APMS, E-Passport,
New P.G. Section
,Count Pack Machine
22
Section , Versatile,
Postcard section,
CFC,CSD Office
cabins & aluminum
sliding window glass
panes, Workshop
Office & Main Canteen.
14 Cleaning of
AC sheets
roofing
1) Removing of all dry
leaves & other materials
accumulated over the
roofs.
Monthly Cycle sheds inside
factory premises.
15 Sweeping/
cleaning of
bitumen roads
inside ISP
factory
premises &
area outside
the shop floor
sections of
ISP.
1) Sweeping of roads &
area outside shop floor
of ISP.
Daily Roads inside ISP
factory premises &
area outside shop floor
sections of ISP.
23
Section VIII: Quality Control Requirements
== NOT APPLICABLE ==
24
Section IX: Qualification/ Eligibility Criteria
MINIMUM ELGIBILITY CRITERIA
The following shall be the minimum eligibility criteria for selection of bidders technically. 1.0 Experience :- The bidder should have provided Services to any Govt. organizations or any big private organizations for the same work with minimum deployment of 15 unskilled labour in any one year during last 5 years ending with March ‟2015. Copy of orders issued from such organizations to be submitted towards documentary evidence. 2.0 Capacity & Capability: The Bidder firm must have a capacity to execute same work by deploying minimum of 15 unskilled labour. The firm should have the valid Labour License from competent authority for not less than 50 Nos. 3.0 Financial standing: (a) Average annual turnover of the bidder firm during last three years i.e.2012-2013 ,2013-2014 and 2014-15 should be more than Rs 18,10,000/-. (b) Bidder firm should not have suffered any financial loss for more than one year during the last three years i.e. 2012-2013 ,2013-2014 and 2014-15. (c) The net worth of the firm should not have eroded by more than 30% in the last three years i.e. 2012-2013 ,2013-2014 and 2014-15.
4.0 Other requirements:- (a) PAN: The Bidder should be registered with the Income tax. Relevant proof in support shall be submitted. (b) Service Tax Certificate: Bidder should be registered with service tax
department. If not, required, necessary self declaration to be submitted by bidder.
(c) ESIC registration Certificate: Bidder should be registered with ESIC and submit a copy of registration certificate along with bid. (d) EPF Certificate: Bidder should be registered with EPF and submit a copy of registration certificate alongwith bid. (e) The bidder must be registered with office of Labour Commissioner of either State
or Central.
5.0 Bidder shall submit an under taking stating “shall follow all the rules & regulations as per the laid down circulars of State and Central Labour Commissioners”. 6.0 The firm should give a declaration that they have not been black-listed/debarred for dealing by Government of India in the past. Note :-
1) All the documents related to clauses 1.0, 2.0, 4.0, 5.0 & 6.0 shall be signed by Authorized signatory of bidder.
2) All financial data as required under clause 3.0 shall be certified by independent Chartered Accountant (CA).
25
SECTION X: TENDER FORM To
INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra) (Complete address of SPMCIL) Ref: Your Tender document No. …………………………dated ………… We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. --------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver………. (description of goods and services) in conformity with your above – referred document for the sum of ____________( total tender amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due performance of the contract. We agree to keep our tender valid for acceptance for a period upto -------, as required in the GIT clause 19, read with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry. …………………….. (Signature with date) ……………………….. (Name and designation) Duly authorized to sign tender for and on behalf of ………………………………………. ………………………………………
26
Section XI : Price Schedule
Tender No. : . xx/HK/2015-16 Date:-XX.11.2015
For - Unskilled labours (48 Nos.) and Supervisor (02 Nos.)
S.No. Description Unit Amount for labour per month for Un-skilled
Labour
Amount for labour per month for Supervisor
1 Daily minimum wages for Grade B City as on 01.04.2014 (Rs.) X 26 days X12 months
Each Rs. Rs.
2 EPF (@ 13.61%) Rs. Rs.
3 ESI/Workman compensation limited to @4.75%
Rs. Rs.
4 Total (1+2+3) Rs. Rs.
5 Bidder/ Contractor‟s Service charge in % - _______%
Rs. Rs.
6 Charges against Uniform & ID Card
Rs. Rs.
7 Any other charges Rs. Rs.
8 Total ( 4+5+6+7) Rs. Rs.
9 Service Tax Rs. Rs.
10 Total amount per labour per month
Rs. Rs.
11 Grand total for deployment of 48 Nos. Unskilled labours for twelve months
Not Applicable
12 Grand total for deployment of Supervisor (02 Nos.) for twelve months
Not Applicable
13 Grand Total Amount (11+12)
Note:
1. The minimum wages (@sr.no. 1 ) are subject to change as per Chief Labour Commissioner (C ), New Delhi‟s orders from time to time. The minimum wages should be as per the latest order of Govt. copy of the same be enclosed.
2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions and we understand that Price Bids with conditions & counter conditions are liable to be rejected.
3. TDS applicable will be deducted from the Invoice amount (Name and Signature with date) Office Seal/Stamp
27
Section XII: Questionnaire
The tenderer should furnish specific answers to all the questions/ issues mentioned below. In case a question/ issue does not apply to a tenderer, the same should be answered with the remark “not applicable”. Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof/ evidence to substantiate the corresponding statement. In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, its tender will be liable to be ignored. 1. Brief description and of goods and services offered: 2. Offer is valid for acceptance upto ……………………………………………. 3. Your permanent Income Tax A/ C No. as allotted by the Income Tax
Authority of Government of India :
Please a t t a c h c e r t i f i e d c o py o f y ou r l a t e s t / c u r r en t I n c o me T a x clearance certificate issued by the above authority.
1. Status:
(a) Are you currently registered with the Directorate General of Supplies &
Disposals (DGS&D), New Delhi, and/ or the National Small Industries Corporation (NSIC), New Delhi, and/ or the present SPMCIL and/ or the Directorate of Industries of the concerned State Government for the goods quoted? If so, indicate the date up to which you are registered and whether there is any monetary limit imposed on your registration.
(b) Are you currently registered under the Indian Companies Act,
1956 or any other similar Act?
Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is in affirmative.
5. Please indicate name & full address of your Banker(s) :
6. Please state whether business dealings w i t h you currently
stand suspended/ banned by any Ministry/ Deptt. of Government of India or by any State Govt.
………………………….. (Signature with date) ………………………. (Full name, designation & address of the person duly authorized sign on behalf of the tenderer) For and on behalf of ------------------------ ------------------------ (Name, address and stamp of the tendering firm)
28
Section XV: Bank Guarantee Form for Performance Security
[insert: Bank‟s Name, and Address of Issuing Branch or Office] Beneficiary: [insert: Name and Address of SPMCIL] Date:
PERFORMANCE GUARANTEE No.:
WHEREAS ………………………………………………………………………………. (name and address of the agency) (hereinafter c a l l e d “the agency”) has undertaken, in pursuance of contract no……………………………. dated …………. to supply (description of goods and services) (herein after called “the contract”). AND WHEREAS it has been stipulated by you in the said contract that the agency shall furnish you with a bank guarantee by a scheduled commercial bank 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 agency such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the agency, up to a total of ……………… …… ……… …… …………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the agency to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the agency before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the agency shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.
29
We undertake to pay SPMCIL up to the above amount upon receipt of its first written demand, without SPMCIL having to substantiate its demand. This guarantee will remain in force for a period of forty five days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. ……………………… (Signature of the authorized officer of the Bank) ……………………………………………… ……………………………………………… Name and designation of the officer ……………………………………………… Seal, name & address of the Bank and address of the Branch ……………………………………………… Name and designation of the officer ……………………………………………… …………………………………………………………. Seal, name & address of the Bank and address of the Branch
30
Section XVI: Contract Form
(Address of SPMCIL‟s office issuing the contract)
Contract No------------- dated -------------- This is in continuation to this office Notification of Award No.---------dated------------ 1. Name & address of the Agency --------------------------
2. SPMCIL‟s Tender document No----------dated---------and subsequent Amendment No-----------dated ----------(if any), issued by SPMCIL. 3. Agency‟s Tender No-------dated------- and subsequent communication(s) No----(if any), exchanged between the agency and SPMCIL in connection with this tender. 4. In addition to this Contract Form, the following documents etc, which are included in the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract: (i) General Conditions of Contract; (ii) Special Conditions of Contract; (iii) List of Requirements;
(iv) Technical Specifications; (v) Quality Control Requirements
(vi) Tender Form furnished by the agency in its tender; (vii) Price Schedule(s) furnished by the agency in its tender; (viii) Manufacturers‟ Authorization Form (if applicable for this tender)
(ix) SPMCIL‟s Notification of Award Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Section –V - „General Conditions of Contract‟ of SPMCIL‟s Tender document shall also apply to this contract. 5. Some t e r m s , c ond i t i on s , s t i p u l a t i on s e tc . out o f the above-referred documents are reproduced below for ready reference: (i) Brief particulars of the goods and services which shall be supplied/ provided by the agency are as under:
Schedule No.
Brief description of goods/ services
Accounting unit
Quantitytobe supplied
Unit Price (in Rs)
Total price
31
Any other additional services (if applicable) and cost thereof: ……………………….. Total value (in figure) (In words)
(ii) Delivery schedule (iii) Details of Performance Security (iv) Quality Control (a) Mode(s), stage(s) and place(s) of conducting inspections and tests. (b) Designation and address of SPMCIL‟s inspecting officer (v) Destination and despatch instructions (vi) Consignee, including port consignee, if any (vii) Warranty clause (viii) Payment terms (ix) Paying authority ………………………………. (Signature, name and address of SPMCIL‟s authorized official) For and on behalf of………. Received and accepted this contract …………………………………………………….. (Signature, name and address of the agency‟s executive duly authorized to sign on behalf of the agency) For and on behalf of ……………………… (Name and address of the agency) ……………………. (Seal of the agency) Date: Place:
32
Section XVII: Letter of Authority for attending a Bid Opening
(Refer to clause 24.2 of GIT)
The General Manager Unit Address Subject: Authorization for attending bid opening on (date) in the Tender of . Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of (Bidder) in order of preference given below.
Order of Preference Name Specimen Signatures
I.
II.
Alternate Representative
Signatures of bidder or 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. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend. 2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not produced.
33
SECTION XIX: Proforma of Bills for Payments
(Refer Clause 22.6 of GCC)
Name and Address of the Firm ........ Bill No………………………………..Dated................... Purchase order .................................................. No....................... Dated...................... Name and address of the consignee....................................................................................
S.No Authority for purchase
Description of Stores
Number or quantity
Rate Rs. P.
Price per Rs. P.
Amount
Total
1. C.S.T./Sales Tax Amount 2. Freight (if applicable) 3. Excise Duty (if applicable) 4. Packing and Forwarding charges (if applicable) 5. Others (Please specify) 6. PVC Amount (with calculation sheet enclosed) 7. (-) deduction/Discount 8. Net amount payable (in words Rs.) Despatch detail RR No. other proof of dispatch……........Dated----------(enclosed) Inspection CertificateNo…………………Dated……………(enclosed) Income Tax Clearance Certificate No...........Dated.....(enclosed) Modvat Certificate No........................................(enclosed) Excise Duty Gate pass........................................ (enclosed) Place and Date Received Rs...........(Rupees)........................................... I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the agency for claiming that payment has been fulfilled as required under the contract. Revenue stamp Signature and of Stamp Agency
34
List of Vendors
Sr.
No. Name of the Firm
Phone-Nos. & e-Mail ID
1.
M/s. Vishal Services,
Manish Farm, Gadekar
Mala, Old Chehadi Road,
Nashik Road
Vendor code :
09890270026
09225108901
2.
M/s. Updater Services(P)
Ltd.,
No. 2/302/A, UDS Salai,
Off. Old Mahabalipuram
Road, Thoraipakkam,
Chennai – 600 097
Vendor code :
44-24963234 /0333/0334
Fax : 44-40464454
3.
M/s. M.P. Enterprises&
Associ. Ltd.,
Chiranjeev Apartment,
Karve Road, Erandwane,
Pune – 411 038
Vendor code :
020-25442780
4.
M/s. Swayam
Consultants,
208, Godavari, Laxmi
Industrial Premises,
Vartak Nagar, Pokhran
Road, No.1, Thane (W) –
400 606
Vendor code :
022-25856477
5.
M/s. Rayat Swanyanrojgar
Seva Sahakari Sanstha
Ltd.,
2579535
35
Shop No.6, Shrirang
Mangal Apartment,
Shrirang Nagar, Pumping
Station, Gangapur Road,
Nashik – 422 013
Vendor code :
6.
M/s. Great wall Corporate
Services Pvt. Ltd.,
Office No.2, Survey No.
120, Mhada Commercial
Complex, Near Phule
Nagar,RTO, Pune-Alandi
Road, Yerwada,
Pune- 411 006
Vendor code :
020-26685990/
26686141
7.
M/s. Supreme Facility
Management P. Ltd.,
120/121, Building No. A,
1st floor, Jai Ganesh
Vision, Akurdi, Pune –
411 035
Vendor code :
020-67311000/1/2/3
Fax 020-67311000
8
M/s. Golden Hospitality
services P.Ltd.,
Plot No.1., Sector N-7,
Margashirsh, Near
Ambad Police station,
CIDCO, New Nashik-
422009
Vendor code :
0253 2391505,2399432
9
M/s. CLR Facility
Services, P.Ltd.,
B-2, 2nd floor, Minar
apartments,CTS.
No.124/1, Plot-83, Law
college Road,
Erandwana, Pune-
411004
25463032/25465942
36
10
M/s.Mandevi Building
Management Services
(P) Ltd., Nashik
178/6, Khatewadi Back
Road,Mumbai-400004.
2380412/09820026436