89
RAJASTAHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED NIB NO. : RVPN/SR.RO/RVN/NIB-01(2018-19)/UBN No.VPN1819SLOB02500 BIDDING DOCUMENTS FOR OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016. Date :- _________________ SR. RESIDENT OFFICER RAJASTHAN VIDYUT NIVAS, PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016. 1

KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

RAJASTAHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED

NIB NO. : RVPN/SR.RO/RVN/NIB-01(2018-19)/UBN No.VPN1819SLOB02500

BIDDING DOCUMENTS

FOR

OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK,

NEW DELHI – 110 016.

Date :- _________________ SR. RESIDENT OFFICER RAJASTHAN VIDYUT NIVAS,

PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR,

GREEN PARK, NEW DELHI – 110 016.

1

Page 2: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR,

GREEN PARK, NEW DELHI – 110 016.

NIB NO. : RVPN/SR.RO/RVN/NIB-01(2018-19)/ UBN No.VPN1819A1760Unique Bid No. : RVPN/SR.RO/RVN/NIB–01 (2018-19)/ UBN No. VPN1819SLOB02500

Mode of Bid Submission Online through e-Procurement / e-Tendering system athttp://eproc.rajasthan.gov.in

Procuring Authority SR. RESIDENT OFFICER, RVPNL,

RAJASTHAN VIDYUT NIWAS, PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK,

NEW DELHI – 110 016Last Date & Time of Submission of Bid 05.02.2019, 04:00 PMDate & Time of Opening of Technical Bid 05.02.2019, 05:00 PM

Bidding Document Fees : Rs. 1,000/- (Rs. One Thousand Only) Plus (+) GST (Non-refundable)

Name of the Bidding Company / Firm

Contact Person (Authorized Bid Signatory)

Correspondence Address:

Mobile No:Telephone No:E-Mail Address:

Website / E-mail Address:

2

Page 3: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED(STATE TRANSMISSION UTILITY OF GOVT. OF RAJASTHAN)[Corporate identity Number (CIN) : L40109RJ2000SGC016485]

OFFICE OF THE SR. RESIDENT OFFICER,"RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR,

GREEN PARK, NEW DELHI – 110 016. Tele : 011 – 2685-2273, TEL/FAX 011-41035364

Web: http://rajenergy.gov.in/rvpnlEmail : [email protected]

Email : _____________________

NIB No. No. RVPN/SR.RO/RVN/NIB – 01 (2018-19) Unique Bid No.

RVPN/SR.RO/RVN/NIB – 01 (2018-19)/ UBN No.VPN UBN No. VPN1819SLOB02500

INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)Name and Address of the Procuring Authority

Name: Rajasthan Rajya Vidyut Prasaran Nigam LimitedAddress: OFFICE OF THE SR. RESIDENT OFFICER,

"RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

Tele : 011 – 2685-2273, TEL/FAX 011-41035364

Designation and Address of the Project Procurement Officer In-Charge

Designation : Sr. Resident OfficerAddress : OFFICE OF THE SR. RESIDENT OFFICER,"RAJASTHAN VIDYUT NIVAS", RVPN, PLOT .NO. 7-8,

NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

Tele : 011 – 2685-2273, TEL/FAX 011-41035364Email : [email protected]

Subject Matter of Procurement OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS",

RVPN, PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

Bidding Procedure Single Stage Two PartBid Evaluation Criteria (Selection Method)

Lowest evaluated technically responsive bid as defined in the bid document as per Clause 1.13.6 of ITB.

Website for Downloading Bidding Document, Addendum/ Corrigendum’s

http://eproc.rajasthan.gov.inhttp://rajenergy.gov.in/rvpnl and http://sppp.rajasthan.gov.inBidding Document Fee (non-refundable including GST) : Rs. 1,180/- (Rs. One Thousand One Hundred Eighty Only) in form of DD/Banker Cheque in favour of “Sr. Accounts Officer (EA - Cash), RVPN, Jaipur”.Bid/Tender Processing Fee (non-refundable): Rs. 1,000/- (Rs. One Thousand Only) shall be deposited by DD/Banker’s Cheque in favour of Managing Director, RISL, Jaipur”.

Estimated Procurement Cost for Two Years INR 48,00,000 Bid Security and Mode of Payment

Rs.96000/- (Rs. Ninety Six Thousand Only) through DD / Banker Cheque. DD / Banker Cheque shall be in favour of “Sr. Accounts Officer (EA - Cash), RVPN, Jaipur”.

Manner, Start/End date for the submission of Bids

Manner: On-Line on e-procurement website- http://eproc.rajasthan.gov.inStart Date : 05.02.2019End Date : 05.02.2019 (4.00 PM)

3

Page 4: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Submission of Banker’s Cheque/ Demand Draft/ Bank Guarantee for Tender Fee, Bid Security and RISL processing fees

Up to 05.02.2019 at 03.00PM in the Office of the Sr. Resident Officer, RVPN, Rajasthan Vidyut Niwas, New Delhi (as mentioned above).

Date / Time/ Place of Technical Bid Opening

Date : 05.02.2019Time : 05.00 PMPlace : OFFICE OF THE SR. RESIDENT OFFICER,"RAJASTHAN VIDYUT NIVAS", RVPN,PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

Date / Time / Place of Financial Bid Opening

Will be intimated later to the Technically qualified bidders

Bid Validity 75 days from the bid submission deadline.Note:1) Bidder (authorized signatory) shall submit their offer on-line in Electronic formats both

for technical and financial proposal. However, DD for Tender Fees, RISL Processing Fees and Bid Security should be submitted physically at the office of Tendering Authority as prescribed in NIB and scanned copy of same should also be uploaded in the EMD Envelope/ Cover.

2) In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for Tender Fee, Bid Security, and RISL Processing Fee as per timelines mentioned in NIB, its Bid shall not be accepted.

3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per Information Technology Act-2000 using which they can digitally sign their electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011 must register again).

4) RVPNL will not be responsible for delay in online submission due to any reason. For this, bidders are requested to upload the complete bid well advance in time so as to avoid 11th hour issues like slow speed; choking of web site due to heavy load or any other unforeseen problems.

5) Bidders are also advised to refer "Bidders Manual Kit" available at e Procurement website for further details about the e-Tendering process.

6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged by DoIT&C on a regular basis. Bidders interested for training may contact e-Procurement Cell, DoIT&C for booking the training slot.

Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days) e-mail: [email protected] : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.

7) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the Bids.

8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless and until a formal contract is signed and executed between the procuring entity and the successful bidder.

9) The provisions of RTPPA Act 2012 and Rules thereto shall be applicable for this procurement. Furthermore, in case of any inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules thereto, the later shall prevail.

SR. RESIDENT OFFICER RVPN, RVN, NEW DELHI.

4

Page 5: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

RAJASTAHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED

NIB NO. : RVPN/SR.RO/RVN/NIB-01(2018-19)/ UBN No. VPN1819SLOB02500

BIDDING DOCUMENTS

FOR

OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR,

GREEN PARK, NEW DELHI – 110 016.

BID DOCUMENTS CONSIST OF THE FOLLOWING VOLUMES

SECTION – I : A. INSTRUCTION TO TENDERES B. BID DATA SHEET

SECTION – II : CONDITION OF CONTRACT

SECTION-II A : GENERAL CONDITION OF CONTRACTSECTION-II B : SPECIAL CONDITION OF CONTRACTSECTION-II C : BPF, SCHDULES AND ANNEXURES

SECTION – III : TECHNICAL SPECIFICATION

PART - A : OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES

5

Page 6: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

SECTION – I

A. INSTRUCTIONS TO TENDERERS

1.1 INTRODUCTION:

The tenderer, in his own interest, is requested to read very carefully these instructions and the terms and conditions as incorporated in Section-II & Section-III before filling the tender form. If he has any doubts as to the meaning of the specification or any portion thereof, he shall before submitting the tender, at once furnish them to the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD., PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016 in writing at least 7 (Seven) / 15 (Fifteen) days before the specified date of submission/opening of tenders in order that such doubts may be removed.

The Purchase Officer will respond by web-publishing/ uploading on e-procurement website to such request for clarification on tender documents which should have been received not later than 7(Seven) days for short term tender enquiry/15 (Fifteen) days for normal tender enquiry prior to specified date of technical bid submission/ opening after which no correspondence shall be entertained.

Submission of the tender shall be deemed to be the conclusive proof of the fact that the tenderer has acquainted him-self and is in agreement with all the instructions, terms and conditions governing the specification, unless otherwise specifically indicated/ commented by him in the prescribed schedule of deviation to be submitted with his tender.

1.2 FILLING OF TENDERS:

1.2.1 Tenders shall be submitted online in e-format at Government of Rajasthan e-procurement portal (http://eproc.rajasthan.gov.in) in the forms attached hereto and all blanks in the tender and the schedules of the specification shall be duly filled in. The completed form(s), schedule(s) shall be considered as part of the contract documents in the case of successful tender(s).

1.2.2 No addition/alternation should be made in the form of the tender specification and schedules. The tenderer must comply entirely with the specification. Technical and Commercial deviations, if any, shall be mentioned only in Schedule–K "Schedule of Deviations" attached with this specification. The deviations mentioned elsewhere in the offer will not be considered as deviations. The printed terms and conditions of firm’s, if any, attached with the tender will not be considered as part of tender and will be summarily rejected. RVPN reserves the right to accept minor deviations in techno-commercial terms & conditions provided in Schedule K.

1.2.3 The tender and all accompanying documents shall be in English Language and shall be signed by authorized person. The name, designation and authority of the signatory shall be stated in the tender.

1.2.4 Tenders should be filled in only with ink, ball pen or typed. Tender filled in by pencil or likewise, shall not be considered.

1.2.5 All additions, alterations and over-writings in the tender must be clearly authenticated and signed by the signatory to the tender. All cutting / over-writing in figures of tendered documents should also be clearly indicated in the words & duly signed by the authorized signatory.

1.2.6 The bidders are required to furnish the clarification / confirmation / documents if sought subsequent to opening of bid within specified time failing which the purchase case shall be decided / awarded on the basis of available information only. The entire responsibility of bid being ignored on account of delay in furnishing of desired information / documents shall be of the bidder.

6

Page 7: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.2.7 The Purchase Officer will not be responsible to accept any cost involved in the preparation or submission of tenders.

1.2.8 The tender / offer shall be furnished in e-format (pdf, xls formats etc. as prescribed in the e-procurement process) only as prescribed in the following manner:-a) First envelope/cover shall contain “EARNEST MONEY DEPOSIT & FEES” with proof of depositing the earnest money deposit (DD/DD & BG), Tender Document Cost and Tender Processing Fees. ........................b) Second envelope/ cover shall contain “TECHNO-COMMERCIAL BID (PART-I)”. The tenderer is required to furnish all relevant documents, except the Price Schedules, as per Specification including documents in support of qualifying requirement and also confirmation of commercial terms and conditions as incorporated in GCC (General Conditions of Contract) and SCC (Special Conditions of Contract) and their addendum/corrigendum, if any, along with details required in various schedules “EXCEPT THE PRICE SCHEDULE” so that the Purchase Officer may be able to examine whether the offer submitted is meeting the requirements of the technical and commercial terms and conditions of specification.c) Third envelope/cover shall contain “FINANCIAL / PRICE BID (PART-II)”. This price bid shall include submission of details of prices as per Schedule–B of the specification. The price bid will be opened at a later date in respect of those tenderers whose offers are found/adjudged technically and commercially acceptable. The date of opening of “PRICE BID” shall be intimated to successful/qualified tenderers in due course of time. Deviation of any kind shall not be quoted in price bid. If found quoted, the same shall be ignored.d) All the relevant document in prescribed e-formats (for the tender to be filled) as specified on portal (http://eproc.rajasthan.gov.in) in separate covers (First, Second and Third as described above) shall be submitted by the tenderer as per tender schedule. e) The tenderer shall also ensure that his tender is furnished/ submitted strictly in the manner detailed in the specification.

1.2.9 All tenders and accompanying document / schedules should be addressed to the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

1.2.10 Telegraphic tenders/quotations or tender given in the form other than prescribed form will not be considered.

1.3 EARNEST MONEY/ BID SECURITY:

1.3.1 The offer shall be submitted with the required Earnest money deposit either in the form of 100 % amount of EMD as DD/ Banker Cheque in the name of the Sr. Accounts Officer (EA & Cash), RVPN, Jaipur.

1.3.2 Any tender not accompanied by a valid Earnest Money Deposit, it shall be rejected and the tender will not be opened.

1.3.3 In case of unsuccessful tenderer (s), the EMD release letter shall be issued by Nigam within the month of finalization of tender. The unsuccessful tenderer shall get the refund of earnest money deposit on production of the original receipt and EMD release letter from Nigam. In case of successful tenderers, the Earnest Money will be refunded on submission of contractual formalities by the Service Provider and issue of their acceptance by Nigam.

1.3.4 Request for adjustments/proposals for acceptance of Earnest Money deposit (if any) already lying with the RVPN in connection with some other tenders/orders shall not be entertained.

1.3.5 No interest shall be payable on such Deposits.

1.3.6 The Purchase Authority reserves the right to forfeit Earnest Money Deposit in circumstances which, according to him, indicate that the tenderer is not earnest in accepting/executing any order placed under the specification.

7

Page 8: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.4 RECEIPT AND OPENING OF TENDERS:

1.4.1 Tenders shall be received in the online on the Government of Rajasthan e-procurement portal (http://eproc.rajasthan.gov.in) in following three covers:

First Cover : Earnest Money Deposit Documents, Tender Document Cost

and Tender Processing Fees.

Second Cover : Techno-Commercial Bid Documents

Third Cover : Financial / Price Bid Documents

The above documents shall be in the e-format (as per type i.e. pdf, xls etc. as specified) and required to be uploaded on and before the prescribed tender submission date and time.

First Cover documents i.e. Earnest Money Deposit Documents, Tender Document Cost and Tender Processing fees in original shall be sealed in separate envelope duly

superscripted “EARNEST MONEY DEPOSIT & FEES AGAINST NIT NO. _________________ TO BE OPNED ON _____________”. The same shall be submitted / delivered in the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016 on or before the prescribed date and time of submission of tender.

1.4.2 Tenderer should carefully view/note the last date of submission/ opening schedule i.e. date and time for tender to be filled on e-procurement portal (http://eproc.rajasthan.gov.in). Tenderers are advised to submit/upload their tenders/bids on web well in time to avoid last minute web uploading issues. In no case time extension on such pretext shall be entertained by Nigam.

1.4.3 The tenders (Techno-Commercial bid) will be opened in the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016 on the prescribed date time in the presence of such tenderers or their authorized representative who choose to be present.

1.5 SIGNATURE OF TENDERER:

The tender must contain the name, designation and place of business of the person or persons making the tender and must be signed and sealed by the tenderer with his usual signatures. Tender by a partnership firm must be furnished with the full names of all the partners and should be signed with the partner’s name by one of the members of partnership or by an authorized representative indicating the signatures and designations of the person or persons signed with the legal entity of the Corporation/Companies by the Chairman or by the Secretary or by other person or persons authorized to bind the Corporation/Company in the matter. The tenderer should sign the tender form/bid at the end of each page.

1.6 VALIDITY OF OFFERS:

Tenders shall be valid for a minimum period of 75 days from the date of opening of Techno-Commercial bids. Tenders mentioning a shorter validity period than specified are likely to be ignored.

8

Page 9: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.7 BIDDER’S QUALIFICATION REQUIREMENTS:Qualification of bidder will be based on meeting the minimum pass/fail criteria specified in table below regarding the Bidder’s technical experience and financial position as demonstrated by the Bidder’s responses in the corresponding Bid Schedules. RVPN reserves the right to accept minor deviation in qualifying requirement and commercial conditions on the equitable basis.The bidder shall be required to furnish the information as detailed here under:-

S. No.

Qualifying Requirementdetails

Supporting documents required

1 2 31 BIDDER STATUS :

1.1 The Bidder must be a company or proprietary firm or Partnership firm.

1.2 The bidder must be registered for EPF.

1.3. The bidder must be registered for ESI.

1.4 The bidder should have filed Income Tax Returns of last three financial years.

1.5 The bidder shall have PAN Card.

1.6 The Bidder shall submit valid GST Registration number.

i) Memorandum of Association, Registration Certificate as per Companies act, 1956 or as per its latest amendment in case of Companies

orRegistration Certificate under Rajasthan Shop & Establishment Act, 1958 or similar Act in case of Proprietary firm

orRegistration Certificate from Registrar of Firms in case of partnership firm

ii) Copy of EPF Registration Number Certificate/ Letter.

iii) Copy of ESI Registration Number Certificate/ Letter

iv) Copy of ITR Returns of Last three Financial Year.

v) Copy of PAN Card.

vi) Copy of GST Registration certificate.

2. TECHNICAL EXPERIENCE : i) Bidder shall have experience of carrying out Housekeeping Services for 1 (One) year in Govt. Deptts. And/Or any other institutions including Corporations/ Institutes/Colleges/Universities in last 5 years in Delhi as on the date of Bid opening.

ii) The Bidder should have executed 2 Orders (each not less than Rs. 10.00 Lacs) of

i. Certificate(s) from the end for satisfactory performance in fulfillment of Clause 2(i).

ii. Copy of contract for fulfillment of Clause 2(ii).

9

Page 10: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Housekeeping Services as in (i) above in last 5 years as on the date of bid opening. (Details in the Schedule-N).

3 FINANCIAL POSITION :

3.1 The bidder shall meet Minimum Average Net profit before tax for best three financial years out of last five financial years i.e. Rs. 20 Lacs* Annual total income as incorporated in the profit & loss account.

Audited balance sheets and income statement.

or

CA Certificate.

3.2 Bidder shall have liquid assets (L.A. = Current Assets- Inventories) and/or evidence of access to or availability of credit facilities equal to Rs. 2 Lacs.

i) Audited balance sheets and income statement

or CA certificate.

ii) For Credit Facilities: Certificate from bank as per Annexure-IV.

3.3 The Net worth of the bidder for last three (3) years should be positive.

Audited balance sheets and income statement.

or

CA certificate.

4 The bidder should be qualified, not be insolvent, not be in receivership, not be Bankrupt or being wound up, should not have affairs administered by a court or a judicial officer, should not have business activities suspended, should not be blacklisted or debarred by any utility / Government agency, should not have a conflict of interest. Bidder should have solvency of minimum of Rs. 50 lacs.

Declaration in Schedule- c

1.8 PRICES/ CHARGES:

1.8.1 Tenderer shall quote their prices/charges (in Indian Rupees) in the price schedule. 1.8.2 The unit prices/charges quoted should be inclusive of all the expenditures to fulfill the

complete obligation as per scope of specification except GST. Nigam will not entertain any extra cost implication for the defined scope of work.

1.8.3 The bidder shall quote the prices/charges on firm basis.1.8.4 The rates/ prices shall be quoted in the manner as desired in the Schedule-

B(Schedule of prices)

10

Page 11: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.8.5 Any tender containing prices/ charges not quoted in the manner prescribed under the above sub clauses is liable to be ignored.

1.8.6 No representation from successful tenderer for enhancement of rates or deviation in terms & conditions once accepted within the validity period of his offer will be considered.

1.8.7 If on check, there are differences between the rate quoted by the tenderer, in words and figures, or in the amount worked out by him, the following procedure shall be followed:a) Where there is a difference between the rates in figures and words, the lower of the two rates shall be taken as valid and correct rate.b) When the rates quoted by the tenderer in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by the tenderer shall be taken as correct and not the amount worked out.

1.9 GOODS AND SERVICE TAX (GST):

The Rajasthan Rajya Vidyut Prasaran Nigam Ltd., is registered under GST law in the Rajasthan State vide No. 07AABCR8312AIZV and all the provisions of the GST law related to supply of Goods and Services are applicable.

The GST shall be shown separately in the price schedule as per prevailing rate as on the date of bid submission. Any statutory variation during the contractual period shall be on the account of Nigam.

Nigam shall however have a right to make the statutory deductions in the due payment to the firm for which wherever applicable the deduction certificate shall be issued by the Nigam’s paying authority.

1.10 QUANTITIES:

1.10.1 The quantum of services/ work indicated in the accompanied schedule(s) are for the general reference of the bidder and accordingly, bidder is required to quote the charges as required in the price schedule-B on the total scope basis in compliance of the specification. Later on no request for extra price implication shall be entertained.

1.10.2 The Purchase Authority/ Nigam also reserve the right to drop the tender enquiry or to split the quantity among bidders.

1.11 CONTRACTUAL PERIOD FOR SERVICES:

1.11.1 Contractual Period for Housekeeping and Other related services for Rajasthan Vidyut Niwas, RVPN, New Delhi : (24) TWENTY FOUR MONTHS.

1.11.2 Commencement of Contractual Period: The commencement of contractual period shall from the date of taken over of Housekeeping and other related works by the contractor after completing all contractual formalities. The schedule for taking over of the premises for successful bidder shall be as under:

S. No.

Description/ Activity Max. Days for the Activity from the date

of issue of contract1. Mobilization Period:

Completion of contractual formalities, Submission of License (if not submitted with the bid), and Finalization and approval of manpower to be deployed at Rajasthan Vidyut Niwas, RVPN, New Delhi.

07 days

2. Completion of other formalities and handing/taken over of Housekeeping and other related works for Rajasthan Vidyut Niwas, RVPN, New Delhi premises.

07 days

11

Page 12: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

If the successful bidder fails to complete the above activities in prescribed time schedule, the following liquidated damages on the total three month charges (calculated by adding three month charges for all housekeeping work under the contract)shall be recovered as per following rates:

S. No. Delay in the prescribed schedule Percentage of Recovery

1. Delay up to one fourth period of the prescribed schedule of 30days as above

2.5%

2. Delay exceeding one fourth but not exceeding half of the prescribed schedule of 30 days as above

5.0%

3. Delay exceeding half but not exceeding three fourth of the prescribed schedule of 30 days as above

7.5%

4. Delay exceeding three fourth of the prescribed schedule of 30 days as above

10.0%

Note: Fraction of a day in reckoning period of delay in prescribed schedule shall be eliminated if it is less than half a day. The maximum amount of liquidated damages shall be 10%.

1.12 AMENDMENT/ CORRIGENDUM IN SPECIFICATIONS:The SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016 may revise or amend the specifications and timings for bid opening prior to the date notified for submission/ opening of the tenders/ published on the company/ tender website. Such revision or amendment or corrigendum, if any, will be published/ uploaded on e-procurement website (http://eproc.rajasthan.gov.in) as amendment or addenda or corrigendum to this invitation of the tender.

1.13 GENERAL:

1.13.1 Tender Document Cost and Tender Processing fees are essential for submission of each tender. These are non-refundable and not transferrable.

1.13.2 The tenderer shall treat the details of the specification and other tender documents as private and confidential and these shall not be reproduced without the written authorization of the purchaser.

1.13.3 The Purchaser does not bind himself to accept the lowest or any tender or any part of the tender and shall not assign any reason(s) for the rejection of any tender or a part thereof.

1.13.4 Modification and Withdrawal of Bids:

i. The fact of submission of tender to the Purchaser shall be deemed to constitute an agreement between the Tenderer & the Purchaser whereby such tender shall remain open for acceptance by the Purchaser and Tenderer shall not have option to withdraw his bid or impair or derogate the same after its submission.

ii. The bidder may modify his price bid on lower side after the bid's submission provided that written notice of the modification is received by the Purchase Officer prior to the deadline prescribed for submission/opening of techno-commercial bid.

iii. In case bidder modifies the price bid after bid submission and prior to the dead line prescribed for bid submission/opening of techno-commercial bid, then the original bid shall not be returned and both the price bids (original & modified) of the qualified bidder shall be opened. The bidder is allowed only to reduce as lump sum amount or percentage below originally quoted rates.

12

Page 13: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

iv. The bidder’s modification notice shall be prepared, sealed, duly marked as “Modified Bid” and dispatched in accordance with the provisions of Clause 1.2 above.

v. No price bid may be modified subsequent to the dead line for submission of techno-commercial bid.

vi. Withdrawal of bid after its submission and modification of a price bid after opening of the techno-commercial bid & during validity period of the bid may result in the rejection of the bid and bidder may also be debarred from submission of tenders to RVPN at least for one year besides forfeiting his earnest money deposit.

vii. If the tenderer is notified during the period of validity of tender that his bid/tender is accepted by the Purchaser, he shall be bound by the terms of agreement constituted by his tender and such acceptance thereof by the Purchaser until formal contract of the same tender has been executed between him and Purchaser in replacement of such agreement.

1.13.5 The tenders not containing the documents in support of qualifying requirement, confirmation on essential commercial terms & conditions are liable to be rejected.

1.13.6 Bid Evaluation:

i. First envelope/ cover consisting of EMD, Tender Document Cost and Tender Processing fees shall be opened first.

ii. Second envelope/ cover consisting of Techno-commercial bid shall be opened for the bidder (s) whose documents submitted in first cover/ envelope i.e. EMD, Tender Document Cost and Tender Processing fees are found valid and acceptable as per requirement of the specification.

iii. The Third Cover/ envelope consisting of Price/ financial Bid shall be opened for the bidders (s) who have found to be qualified after techno-commercial bid evaluation.

The evaluation of Price Bids of various techno-commercially qualified bidders shall be on the basis of grand total charges for evaluating the lowest bid.

1.14 CONTRACT AGREEMENT:

1.14.1 The successful tenderer shall have to execute the contract documents/ agreement for the proper fulfillment of the contract. He shall furnish such executed stamped agreement (in triplicate) free of charge at his cost to the purchaser as per Clause No. 22 of GCC.

1.14.2 The payment shall be made on completion of contractual formalities and no Running Account Bills will be acceptable.

1.15 DISQUALIFICATION:

1.15.1 Even though the bidders may meet the above qualifying criteria, they are subject to be disqualified if they have:i) Made misleading or false representation in the forms, statements and attachments

submitted in proof of the qualification requirements, and/orii) A record of poor performance such as incompletion/inordinate delays in completing

the earlier contract(s) awarded by RVPN, litigation history, etc.1.15.2 A bidder can submit only one tender in this tender enquiry; multiple bids in any form

are liable to be rejected.1.15.3 In case, it is found after price bid evaluation that charges quoted by a bidder are not

in conformity to comply with the Minimum Wages requirements of GOR and meeting of statutory and other specified contractual obligation, Nigam reserve the right to reject/ ignore such bid (s).

13

Page 14: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.16 GRAFT & COMMISSION ETC.

Any graft, commission, gift or advantage given promised or offered by or on behalf of the contractor or his partner, agent, officers, director, employee or servant or any one on his or their behalf in relation to the obtaining or to the execution of this or any other contract with the Nigam, shall in addition to any criminal liability which it may incur, subject the contractor to the cancellation of this and all other contracts and also to payment of any loss or damage to the Nigam resulting from any cancellation. The Nigam shall then be entitled to deduct the amount so payable from any monies otherwise due to contractor under the contract.

1.17 TRANSPARENCY IN PUBLIC PROCUREMENT:

The Government of Rajasthan has enacted the Rajasthan Transparency in Public Procurement Act, 2012 and Rajasthan Transparency in Public Procurement Rules, 2013 w.e.f 26.01.2013. This procurement process is abided by the processes and procedures of the aforesaid Act & Rule. In case the any clause (s), term (s) & condition (s) in this tender document differ in its interpretation and context from it the later (i.e. GOR Act and Rule as mentioned above) shall prevail.

SECTION – I

B. BID DATA SHEET

BDS Cl. No.

Item. Bid Data Detail

1.1 Nigam Rajasthan Rajya Vidyut Prasaran Nigam Limited1.2 Address of Nigam The Owner is :

Rajasthan Rajya Vidyut Prasaran Nigam Limited,Vidyut Bhawan, Janpath, Jyoti Nagar, Jaipur-302005.Kind Attn.: SR. RESIDENT OFFICER,

"RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110

016.Mobile: : 08800657744TELE- Nos.:- 011- 2685-2273TELE/FAX : 011 - 41035364E-mail Address : [email protected]

1.3 Bid Title NIB No. RVPN/SR.RO/RVN/NIB-01(2018-19) UBN No. VPN1819SLOB02500OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", RVPN, PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016.

1.4 Sale of Document Date : 21.01.2019 to Date 05.02.2019 (3.00 PM)1.5 Pre-Bid Conference Not Applicable.1.6 Last Date of Receipt of

Bids 05.02.2019 (up to 4.00 PM)

1.7 Date of Opening of Bids 05 .02.2019 (at 5.00 PM)1.8 Cost of Specification Rs. 1,000/- (Rs. One Thousand Only) + GST1.9 Validity 75 days after the date of Techno-Commercial Bid

Opening (excluding the date of bid opening).1.10 Earnest money Rs.96000/- (Rs. Ninety Six Thousand Only)

through DD / Bakers Cheque.

14

Page 15: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

1.11 Tender offer On two parts basis1.12 Contractual Period Twenty Four Months1.13 Supplement Clause ITB

1.8Correction of Arithmetical Errors:

Provided that a financial bid is substantially responsive, the Nigam will correct arithmetical errors during valuation of Financial Bids on the following basis :i. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Nigam there is an obvious misplacement of the decimal point in the unit price, in which case the total prices as quoted shall govern and the unit prices shall be corrected;ii. If there is an error in a totaling corresponding to the addition or subtraction of sub-totals, the sub-totals shall prevail and the total shall be corrected.iii. If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expresses in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to i & ii above.It the bidder that submitted the lowest evaluated bid does not accept the correction of errors, it bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed.

1.14 Supplement Clause ITB 1.18

Compliance and Declarations by Bidder under Rajasthan Transparency in Public Procurement Act, 2012 and Rajasthan Transparency in Public Procurement Rules, 2013:

Bidder is required to furnish the following with the techno-commercial bid:Compliance with Code of Integrity and No conflict of InterestDeclaration by the Bidder regarding Qualifications

Format appended at Schedule-C

Grievance Redressal During Procurement Process:

The Grievance Redressal during procurement process and formats for appeal is prescribed under Rajasthan Transparency in Public Procurement Act, 2012 and Rajasthan Transparency in Public Procurement Rules, 2013.Nigam has also issued order No. F&R 919 dated 06.02.2015 for the First and Second Appeal Officers of all Procurement Officers in Nigam.Format and Circular is appended at Annexure-V

S E C T I O N – II A

GENERAL CONDITIONS OF CONTRACT (GCC)

15

Page 16: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Notwithstanding anything contained to the contrary in the specification or tender or any subsequent exchange of correspondences, these General Conditions of Contract shall prevail and shall be binding on the Contractor and any change or variation expressed or impressed howsoever made shall be inoperative, unless expressly sanctioned by the NIGAM. The Contractor shall be deemed to have fully informed himself and to have specific knowledge of the provisions of the General Conditions of Contract mentioned hereunder.

1.0 DEFINITION OF TERMS:

In constructing these general conditions and the annexed specification, the following words shall have the meaning herein assigned to them unless there is anything in the subject or context inconsistent with such construction.

a) The "NIGAM" shall mean the RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD. represented by Chairman & Managing Director and shall include their legal personal, representative, successors and assignees. The words "NIGAM", Owner or Customer shall mean the “NIGAM”.b) The "Tenderer/Bidder" shall mean and include one or more persons or any firm or any Company or Body incorporate who has submitted the Tender in response to "Invitation of Tender".c) The "Contractor / Service Provider" shall mean the Tenderer / Bidder whose tender/bid has been accepted by the NIGAM and shall include the Tenderer's/ Bidder’s heirs, legal representative, successors and assignees approved by the NIGAM.d) The "CMD" shall mean the CHAIRMAN & MANAGING DIRECTOR, RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD., JAIPUR.e) The "Engineer" shall mean the SR. RESIDENT OFFICER, RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD., RAJASTHAN VIDYUT NIWAS or other Engineer or officer for the time being or from time to time duly authorized and appointed in writing by the NIGAM to act as Engineer or Inspector for the purpose of the contract. In case where such Engineer has been so appointed, the word "Engineer" shall mean the NIGAM or his duly authorized representative.f) "Equipment", "Materials, "Stores", "Works /Services” mean to include the materials to be provided and Work/ Service or Works/ Services to be done by the Contractor under the Contract.g) The “CONTRACT” SHALL MEAN AND INCLUDE THE FOLLOWING:

1. Invitation of Tender.2. Instructions to tenders.3. Tender Form including schedule of prices.4. Earnest money receipt/Security bank guarantee.5. Letter of Intent and its acknowledgement.6. Performance Guarantee.7. Formal work order.8. Guaranteed performance and penalty.9. General Conditions of Contract (GCC)10. Special Conditions of Contract (SCC)/Special instructions (if any)11. Specification, specific conditions, schedules etc..12. Addenda which may hereafter be issued by the NIGAM to the Contractor in

the form of letter and covering letters and schedule of prices as agreed between the Contractor and the NIGAM.

13. The Agreement to be entered into under Clause 2 of these General Conditions.

h) The "Specification” shall mean the specification, specific conditions annexed to the General Conditions of the Contract and the schedule thereto, if any.i) The month shall mean English calendar month, i.e., a period of 30 days, and week shall mean a period of 7 days.

16

Page 17: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

j) The "Site" shall mean the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIWAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW

DELHI – 110 016 or place or places named in the Contract and include, where applicable, the lands and buildings upon or in which the works are to be executed.

k) The "Place of Work" shall mean the OFFICE OF THE SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN

PARK, NEW DELHI – 110 016 at which the Contractor is responsible for carry out work.l) The "Test of completion" shall mean such tests as are prescribed in the contract to be made by the Contractor before the work is considered as completed by the NIGAM as per the General Conditions of Contract.m) "Letter of Intent" shall mean the NIGAM's letter conveying his acceptance of the tender subject to such reservations as may have been stated therein.n) The "Contract price" shall mean the sum named in or calculated in accordance with the provisions of the Contract/work order or any amendments thereto.o) The “Engineer in Charge" shall mean SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", NEW DELHI – 110 016 / Executive Engineer or any other officer/official of the RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD. all over Rajasthan, performing the duties of the Engineer in Charge.p) The “Work in Charge" shall mean the SR. RESIDENT OFFICER / Executive Engineer and or any other officer/official of the RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD all over Rajasthan, performing the duties of the Work in Charge.q) "Writing" shall include any manuscript, type written or printed statement under or over signature or seal as the case may be.r) Words imparting the singular only shall also include the plural and vice versa where the context requires.

2.0 CONTRACT:

The Contractor and NIGAM shall as soon as possible, unless otherwise agreed upon, enter into a sealed agreement for the proper fulfillment of the contract. The expenses of completing and stamping the agreement shall be paid by the Contractor, and the NIGAM shall be furnished free of charge with an executed stamped counter part of the agreement after the tender has been accepted by the NIGAM. All orders/ instructions to the Contractor shall, except as herein otherwise provided, be given by the Engineer on behalf of the NIGAM.

3.0 WORKMANSHIP AND CONTRACTORS RESPONSIBILITY:All the work executed shall be of best quality and expertise. The entire work shall be in accordance with the best modern practices.The contractor shall be responsible for carrying out the works covered under the

scope of the contract according to the specifications/order. For example all the work of catering and housekeeping should be done accordingly as per approved norms. Deviations, if any, from the approved/specified conditions shall be brought to the

notice of the SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016, his decision shall be final and

communicated through Sr. Resident Officer, in-charge. If at a later date, it is found that the contractor has carried out some work, not according to the specifications and

without taking specific approval then in that case, all the payments made to the contractor for carrying out such works shall be recovered.

4.0 PERFORMANCE – CUM - SECURITY DEPOSIT:

4.1 In order to secure/assure the fulfillment of the contract, the successful tenderer(s), upon receipt of preliminary acceptance letter/detailed purchase order, as the case may be, shall furnish within a period of 15 days a security deposit amount equivalent

17

Page 18: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

to 10% (Ten Percent) of the Contract Value in Cash or by crossed Bank Demand Draft from the scheduled Bank, in the prescribed proforma, on a Non judicial stamp paper of Rs.500.00 (or as per applicability of stamp duty for the secured amount) of Rajasthan State/Delhi duly authenticated by a Ist Class Magistrate or notary public or directly confirmed by the issuing Banker.

4.2 Unless otherwise specifically required to be retained/forfeited by the NIGAM, the Security deposit shall be refunded on request of the Contractor after three months from completion of contractual period and service given to the satisfaction of the NIGAM.

4.3 If the Contractor fails or neglects to observe or perform any of his obligation under the contract, it will be lawful for the NIGAM to forfeit either in whole or in part at his absolute discretion, the Security deposit furnished by the Contractor.

4.4 No interest shall be payable on such deposits. Bank charges or any other charges, if any, shall be to the Contractor's account. If the Contractor fails to provide the Security within the period specified, such failure shall constitute a breach of the Contract and the NIGAM shall be entitled to make other arrangements at the risk and expenses of the Contractor and the Earnest money deposited by the Contractor shall stand forfeited to the NIGAM and may take action to debar the bidder from the future business in Nigam.

5.0 GOODS AND SERVICE TAX (GST):

The Rajasthan Vidyut Niwas, New Delhi is registered under GST law in the Delhi State vide No. 07AABCR8312AIZV and all the provisions of the GST law related to supply of Goods and Services are applicable.

The bidder shall quote the charges inclusive of GST.

The GST shall be shown separately in the price schedule as per prevailing rate as on the date of bid submission. Any statutory variation during the contractual period shall be on the account of Nigam.

The payment of Goods and Service Tax (IGST/CGST & SGST) shall be made only on furnishing the following certificate which may be affixed on the bills preferred or the material suppliedGoods and Service Tax (IGST/CGST & SGST) Certificate(i) Certified that the goods on which GST (IGST/CGST & SGST) has been charged have not been exempted under the applicable GST law and that the charges on account of GST on these goods are correct under the provisions of the relevant act or the rules made there under and the GST has been deposited by us to the related authority. Nigam will not be responsible for the payment of GST to the related authority.(ii) Certified further that we _____________are registered under GST as dealers in the state of __________________under registration No.______________ for the purpose of GST (IGST/CGST & SGST).

Nigam shall however have a right to make the statutory deductions in the due payment to the firm for which wherever applicable the deduction certificate shall be issued by the Nigam’s paying authority.

6.0 CONTRACTUAL PERIOD FOR SERVICES:

6.1 Contractual Period for Services for composite annual rate contract for catering and housekeeping work for training wing as per scope of work: TWENTY FOUR MONTHS

6.2 Commencement of Contractual Period: The commencement of contractual period shall from the date of taken over of the catering and housekeeping work by

18

Page 19: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

the contractor after completing all contractual formalities. The schedule for taking over of the premises for successful bidder shall be as under:

S. No.

Description/ Activity Max. Days for the Activity from the date of issue of contract

1. Mobilization Period:Completion of contractual formalities, Submission of License (if not submitted with the bid), and Finalization and approval of manpower to be deployed at Rajasthan Vidyut Niwas, RVPN, New Delhi.

07 days

2. Completion of other formalities and handing/taken over of Housekeeping and other related works for Rajasthan Vidyut Niwas, RVPN, New Delhi premises.

07 days

If the successful bidder fails to complete the above activities in prescribed time schedule, the following liquidated damages on the total three month charges (calculated by adding three month charges for housekeeping work under the contract) shall be recovered as per following rates:

S. No. Delay in the prescribed schedule Percentage of Recovery

1. Delay up to one fourth period of the prescribed schedule of 30 days as above

2.5%

2. Delay exceeding one fourth but not exceeding half of the prescribed schedule of 30 days as above

5.0%

3. Delay exceeding half but not exceeding three fourth of the prescribed schedule of 30 days as above

7.5%

4. Delay exceeding three fourth of the prescribed schedule of 30 days as above

10.0%

Note: Fraction of a day in reckoning period of delay in prescribed schedule shall be eliminated if it is less than half a day. The maximum amount of liquidated damages shall be 10%.

7.0 SERVICE PERFORMANCE AND PENALTY:

7.1 Three type of penalty is envisaged to be recovered from the contractor i.e. Availability of designated / agreed manpower and Service Performance as per defined scope of work.

7.2 Availability of Manpower: The contractor is required to maintain the availability of manpower as designated/ agreed in the contract. Following penalty and action shall be taken on defaults:

S. No. Description Penalty to be recovered/ Action to

be taken1. First Instance when designated/ agreed

manpower in contract is not found for Rs.500

19

Page 20: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

catering and housekeeping work.2. Second Instance when designated/ agreed

manpower in contract is not found for catering and housekeeping work.

Rs. 1000

3. Third and further Instances when designated/ agreed manpower in contract is not found for catering and housekeeping work.

Rs. 2000

Note: The total of such instances on the given work under the contract shall not exceed the 12 Nos. in each year of contractual period. On exceeding this number, Nigam shall have right to terminate the contract and forfeit Security Deposit/ Bank Guarantee.

7.3 Service Performance: The contractor shall be given notice by Officer-in-Charge on not achieving satisfactory performance indicating various work areas on each default, the contractor is required to submit his explanation with supporting documents in a week’s time along-with supporting documents, If any. In case of the explanation of contractor is not found to be tenable, following penalty and action shall be taken on defaults:

S. No.

Description Penalty to be recovered/Action to be

taken1. First Instance when the service performance is

not found to be satisfactory by Nigam.Rs.500

2. Second Instance when the service performance is not found to be satisfactory by Nigam at any Substation

Rs. 1000

3. Third and further Instances when the service performance is not found to be satisfactory by Nigam at any Substation

Rs. 2000

Note: The total of such instances on the given work under the contract shall not exceed the 12 Nos. in a each year of contractual period.Nigam shall also have right to get the reason of non-performance of contractor examined by the committee of three senior officers of the Nigam on 50% of the Number as above is reached and accordingly warning can be issued to the contractor. On exceeding the above number, Nigam reserve the right to terminate the contract and forfeit the performance bank guarantee.

8.0 TERMS OF PAYMENT & PRICE ESCLATION CLAUSE:

8.1 Any payment under this contract shall only be made after submission of all contractual formalities i.e. Contract Agreement, Security Deposit, and Performance Guarantee by the Service Provider and the acceptance of the same by Nigam.

8.2 Payment for the items/ work will be made on the terms mentioned as below: i) 100% payment of Housekeeping and Other related services shall be

admissible on receipt of monthly bill complete in all respect, in triplicate from the contractor duly verified/certified by Engineer-In-charge after completion of work.

8.3 The term of contract is for two years hence increase in price with regard to the minimum wages , as per the Department of Labour, Govt. of Delhi shall only be considered for increase/ decrease in the price.

9.0 MODE OF PAYMENT:

20

Page 21: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

9.1 The Service Provider shall submit application for the payment in the prescribed proforma with the details of amount, payment schedule/ month, particular of works executed for catering & housekeeping in pursuant to the contract to the Work-In-Charge who will in turn process the same to the Sr. Accounts Officer (EA-Cash), RVPN, Jaipur for payment. The bills shall be serially numbered with the Suffix TN- ------.

9.2 Every application to the Engineer-in-Charge for a certificate must be accompanied by a detailed invoice (in triplicate) setting forth in the order of the schedule of prices, particulars of the work executed and the certificate as to such work is reasonable in the opinion of the Engineer-in-Charge in accordance with the contract, shall be issued within seven days if possible or within such time of the application for the same as is reasonably necessary for communication with the site. The Engineer-in-Charge may by any certificate, make any correction or modification in any previous certificate which shall have been issued by him and payments shall be regulated and adjusted accordingly.

9.3 It is also mandatory on the part of Service Provider to furnish the following documents to the Engineer in-charge, who will verify the same and pass the monthly bills on that basis:

a. List of employees engaged by the Service provider.b. A copy of insurance policy covering all liabilities under the Workman’s

Compensation Act / ESIC shall be submitted along-with the first bill.c. Details of payment made to the staff engaged by the contractor, on monthly

basis.d. Documentary evidence of remittance of employees’ and self EPF contribution

to EPF Authority on monthly basis.Further bills for subsequent months/quarter shall be admitted after compliance of above.

9.4 Payment shall be made by the Nigam directly to the Service Provider as per the payment schedule.

9.5 The payment shall be made by the Sr. Accounts Officer (EA-Cash), RVPN, Jaipur as per prevailing payment policy of RVPN after receipt of the complete document and completion of all contractual formalities as per requirement of the work order.All out efforts shall be made by Nigam to make the due payments in 30 days after completion of all necessary/ required formalities, however no interest on delayed payment shall be payable and such delay will not entitle contractor for any compensation or extension in time.

10.0 INSPECTION/ SUPERVISION BY NIGAM'S REPRESENTATIVE:

10.1 The Engineer-in-Charge and his duly authorized representatives, shall have at all reasonable times access to check the services being rendered and shall have the power at all reasonable times, to inspect and examine the performance and workmanship of the work/ services during execution.

10.2 If the Service Provider shall neglect to execute the work/ services with due diligence and expedition or shall refuse or neglect to comply with any reasonable orders given to him in writing by the Engineer-in-Charge in connection with the work/ services or shall contravene the provisions of the contract, the Nigam may give ten days notice in writing to improve the performance. Should the contractor fail to comply with the notice within a reasonable time from the date of service thereof in the case of a failure, neglect, or contravention capable of being made good within that time, or otherwise within such time as may be reasonably necessary for making it good, then and in such case the Nigam shall be at liberty to employ other workmen and forthwith perform such work as the Service Provider may have neglected to or if the Nigam shall think fit, it shall be lawful for him to take the work wholly, or in part, out of contractor's hands and re-contract at a reasonable price with any other persons for the purpose of completing the work or any part thereof and in that event the Nigam shall without being responsible to the Service Provider shall be entitled to retain the balance which may be otherwise due on the contract by him to the Service Provider or such part thereof as may be necessary, to the payment of the cost of executing such work as aforesaid.

21

Page 22: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

In case work is not performed by the Service Provider to the satisfaction of engineer-in-charge, contract may be terminated & may take action as per Clause-13 & 18 (GCC).

11. ABANDONMENT OF CONTRACT:

Abandonment of responsibilities accepted by the contractor under this contract without prior notice is strictly prohibited. If, for whatsoever reasons, contractor wishes to discontinue the housekeeping & other related works given to him. He must give a 60 (Sixty) days notice to the Sr. Resident Officer, in-charge conveying his intention. Sr. Resident Officer, in-charge within 21 (twenty one) days of receipt of such notice shall inform the contractor of acceptance or otherwise of his notice. The contractor only after receipt of acceptance of notice shall discontinue housekeeping work from the date of expiry of notice period. In such case action as per clause no.13 (Termination) shall be taken.

12.0 LABOUR LAWS:12.1 LABOUR LICENSE:

The Service Provider shall maintain a valid labour license under the Contract Labour (Regulation & Abolition Act) for employing necessary manpower required by him. In the absence of such license, the contract shall be liable to be terminated without assigning any reasons thereof.

12.2 EMPLOYEES PROVIDENT FUNDS:

The Service Provider/ contractor shall have to submit a certificate every month that his is an establishment covered under the Employees Provident Fund and Miscellaneous Provisions Act, 1952 and is having a separate code number with the Provident Fund Commissioner and also that the Provident Fund contribution in respect of all the employees employed by him along with employer's share of contribution, etc. is being deposited with the Provident Fund authorities and shall also submit certified photo copies of the challans of deposits for the previous month alongwith each running account bill. In the absence of the above, the Contractor shall be liable to deposit with Nigam the employees’ as well as Employer's contribution and other charges in respect of all the employees engaged by him for the said work alongwith details of the employees, their wages and the amount of contribution as per RVPN CPF Rules every month. In case of failure to do so, Nigam shall be entitled to deduct 16% of the amount of work done from his bills.

12.3 SERVICE PROVIDER TO INDEMNIFY THE NIGAM:

The Service Provider/ Contractor shall indemnify the NIGAM and every member, officer and employee of the NIGAM, also Engineer in charge and his staff against all actions proceedings, claims, demands, costs and expenses whatsoever, arising out of or in connection with the matters referred herein above or elsewhere and against all actions, proceedings, claims, demands, costs and expenses which may be made against the NIGAM or Govt. for or in respect of performance of his obligation under the contract documents. The NIGAM shall not be liable for or in respect of or in consequence of any accident or injury to any workman or any other person in the employment of the Contractor, and the Contractor shall indemnify and keep indemnified the NIGAM against all claims (including any claim of workmen or any other person under employment of contractor for engaging them in regular establishment of Nigam and/or counting the services provided by him/them during or expiry of any specific contract), demands, proceedings, cost, charge and expenses whatsoever in respect thereof or in relation thereto.

13.0 TERMINATION

22

Page 23: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

13.1 Termination for Nigam’s Convenience.13.1.1 The Nigam may at any time terminate the Contract for any reason by giving the

Contractor a notice of termination that refers to this GCC Sub-Clause 13.1.13.1.2 Upon receipt of the notice of termination under GCC Sub-Clause 13.1.1, the

Contractor shall either immediately or upon the date specified in the notice of termination(a) cease all further services/ work, except for such service/ work as the Nigam

may specify in the notice of termination for the sole purpose of protecting that part of the Services/ Works already executed, or any Service/ work required to leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned to the Nigam pursuant to paragraph (d) (ii) below

(c) remove all Contractor’s Equipment from the Site, repatriate the Contractor’s and its Subcontractors’ personnel from the Site, remove from the Site any wreckage, rubbish and debris of any kind, and leave the whole of the Site in a clean and safe condition

(d) In addition, the Contractor, subject to the payment specified in GCC Sub-Clause 15.1.3, shall(i) deliver to the Nigam the parts of the Services/ Works executed by the

Contractor up to the date of termination(ii) to the extent legally possible, assign to the Nigam all right, title and

benefit of the Contractor to the Services/ Works as of the date of termination, and, as may be required by the Nigam, in any subcontracts concluded between the Contractor and its Subcontractors

(iii) deliver to the Nigam all equipments, material, furniture etc. which was handed over at the beginning of work/services to the contractor as at the date of termination in connection with the Services/Works.

13.1.3 In the event of termination of the Contract under GCC Sub-Clause 13.1.1, the Nigam shall pay to the Contractor the following amounts:(a) the Contract Price, properly attributable to the parts of the Services/ Works

executed by the Contractor as of the date of termination(b) the costs reasonably incurred by the Contractor in the removal of the

Contractor’s Equipment from the Site and in the repatriation of the Contractor’s and its Subcontractors’ personnel

(c) any amounts to be paid by the Contractor to its Subcontractors in connection with the termination of any subcontracts, including any cancellation charges

(d) costs incurred by the Contractor in protecting the Services/ Works and leaving the Site in a clean and safe condition pursuant to paragraph (a) of GCC Sub-Clause 13.1.2

(e) the cost of satisfying all other obligations, commitments and claims that the Contractor may in good faith have undertaken with third parties in connection with the Contract and that are not covered by paragraphs (a) through (d) above.

13.2 Termination for Contractor’s Default.13.2.1 The Nigam, without prejudice to any other rights or remedies it may possess, may

terminate the Contract forthwith in the following circumstances by giving a notice of termination and its reasons thereof to the Contractor, referring to this GCC Sub-Clause 13.2:(a) if the Contractor becomes bankrupt or insolvent, has a receiving order

issued against it, compounds with its creditors, or, if the Contractor is a corporation, a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any part of its undertaking or assets, or if the Contractor takes or suffers any other analogous action in consequence of debt

(b) if the Contractor assigns or transfers the Contract or any right or interest therein in violation of the provision of GCC Clause 16.

23

Page 24: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

(c) if the Contractor, in the judgment of the Nigam has engaged in corrupt or fraudulent practices in competing for or in executing the Contract as per ITB Clause No. 1.15

13.2.2 If the Contractor(a) has abandoned or repudiated the Contract(b) has without valid reason failed to commence services/ work on the site

promptly or has suspended (other than pursuant to GCC Sub-Clause 17) the progress of Contract performance for more than twenty-eight (28) days after receiving a written instruction from the Nigam to proceed

(c) persistently fails to execute the Contract in accordance with the Contract or persistently neglects to carry out its obligations under the Contract without justified cause

(d) refuses or is unable to provide sufficient materials, services or labor to execute and complete the Services in the manner specified in the program furnished under GCC Sub-Clause 7.0 at rates of progress that give reasonable assurance to the Nigam that the Contractor can attain Service Performance requirements in the contractual period,

then the Nigam may, without prejudice to any other rights it may possess under the Contract, give a notice to the Contractor stating the nature of the default and requiring the Contractor to remedy the same. If the Contractor fails to remedy or to take steps to remedy the same within ten (10) days of its receipt of such notice, then the Nigam may terminate the Contract forthwith by giving a notice of termination to the Contractor that refers to this GCC Sub-Clause 13.2.

13.2.3 Upon receipt of the notice of termination under GCC Sub-Clauses 13.2.1 or 13.2.2, the Contractor shall, either immediately or upon such date as is specified in the notice of termination,(a) cease all further service/ work, except for such service/ work as the Nigam

may specify in the notice of termination for the sole purpose of protecting that part of the Services/ Works already executed, or any service/ work required to leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned to the Nigam pursuant to paragraph (d) below

(c) deliver to the Nigam the parts of the Services/ Works executed by the Contractor up to the date of termination

(d) to the extent legally possible, assign to the Nigam all right, title and benefit of the Contractor to the Services/ Works of the date of termination, and, as may be required by the Nigam, in any subcontracts concluded between the Contractor and its Subcontractors

(e) deliver to the Nigam all drawings, specifications and other documents prepared by the Contractor or its Subcontractors as of the date of termination in connection with the Services/Works.

13.2.4 The Nigam may enter upon the Site, expel the Contractor, and complete the Services/ Works itself or by employing any third party. The Nigam may, to the exclusion of any right of the Contractor over the same, take over and use with the payment of a fair rental rate to the Contractor, with all the costs to the account of the Nigam and with an indemnification by the Nigam for all liability including damage or injury to persons arising out of the Nigam’s use of such equipment/material, any Contractor’s Equipment/material owned by the Contractor and on the Site in connection with the Services/ Works for such reasonable period as the Nigam considers expedient for the execution of Services/ Works.

Upon completion of the Services/ Works or at such earlier date as the Nigam thinks appropriate, the Nigam shall give notice to the Contractor that such Contractor’s Equipment/material will be returned to the Contractor at or near the Site and shall return such Contractor’s Equipment/material to the Contractor in

24

Page 25: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

accordance with such notice. The Contractor shall thereafter without delay and at its cost remove or arrange removal of the same from the Site.

13.2.5 Subject to GCC Sub-Clause 13.2.6, the Contractor shall be entitled to be paid the Contract Price attributable to the Services/ Works executed as of the date of termination, the value of any unused or partially used Services/ Works on the Substation/Site, and the costs, if any, incurred in protecting the Services/ Works and in leaving the Site in a clean and safe condition pursuant to paragraph (a) of GCC Sub-Clause 13.2.3. Any sums due to the Nigam from the Contractor accruing prior to the date of termination shall be deducted from the amount to be paid to the Contractor under this Contract.

13.2.6 If the Nigam completes the Services/ Works, the cost of completing the Services/ Works by the Nigam shall be determined.

If the sum that the Contractor is entitled to be paid, pursuant to GCC Sub-Clause 13.2.5, plus the reasonable costs incurred by the Nigam in completing the Services/ Works, exceeds the Contract Price or the entire Services/ Works if entire Services/ Works have been completed or the price for part of the Services/ Works if part of the Services/ Works have been completed, the Contractor shall be liable for such excess.

If such excess is greater than the sums due the Contractor under GCC Sub-Clause 13.2.5, the Contractor shall pay the balance to the Nigam, and if such excess is less than the sums due the Contractor under GCC Sub-Clause 13.2.5, the Nigam shall pay the balance to the Contractor. For facilitating such payment the Nigam shall encash the Bank Guarantees of the Contractor available with the Nigam and retain such other payments due to the Contractor under the Contract in question or any other Contract that the Nigam may have with the Contractor.

The Nigam and the Contractor shall agree, in writing, on the computation described above and the manner in which any sums shall be paid.

13.3 In this GCC Clause 13, the expression “Services/ Works executed” shall include all work executed, Installation Services provided, by the Contractor and used or intended to be used for the purpose of the Services/ Works, up to and including the date of termination.

13.4 In this GCC Clause 13, in calculating any monies due from the Nigam to the Contractor, account shall be taken of any sum previously paid by the Nigam to the Contractor under the Contract, including any advance payment paid pursuant to the corresponding Terms of Payments of the Contract Agreement.

13.5 In addition, such action by the owner as aforesaid shall not relieve the contractor of his liability to pay recovery for penalty on meeting of service performance parameters as defined in clause 7.0 of this Part.

13.6 Such action by the owner as aforesaid the termination of the contract under this clause shall not entitle the contractor to reduce the value of the contract performance Guarantee nor the time thereof. The contract performance guarantee shall be valid for the full value and for the full period of the contract including guarantee period.

14.0 ASSIGNMENT

Neither the Nigam nor the Contractor shall, without the express prior written consent of the other party (which consent shall not be unreasonably withheld), assign to any third party the Contract or any part thereof, or any right, benefit, obligation or

25

Page 26: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

interest therein or there under, except that the Contractor shall be entitled to assign either absolutely or by way of charge any monies due and payable to it or that may become due and payable to it under the Contract.

15.0 SUSPENSION OF SERVICES/ WORK15.1 The owner reserves the right to suspend and reinstate execution of the whole or any

part of the Services/ works without invalidating the provisions of contract. Orders for suspension or reinstatement of the Services/ works will be issued by the Engineer to the contractor in writing. The time for completion of the works will be extended for a period equal to duration of the suspension.

15.2 Any necessary and demonstrable cost incurred by the contractor as a result of such suspension of the Services/ works will be paid by the owner, provided such costs are substantiated to the satisfaction of the Engineer. The owner shall not be responsible for any liabilities if suspension or delay is due to some default on the part of the contractor or his sub- contractor.

16.0 INSURANCE

16.1 The contractor shall, at all times during the tenure of this contract at his own expense shall arrange insurance of the employees engaged by him from any of IRDA approved General Insurance Companies against, all liabilities under the Workman’s Compensation Act / ESIC in case of death or bodily injury, payable to any worker and damage to property of the third persons.

16.2 During the continuance of this contract, the contractor shall pay all premium and

sums of money necessary for keeping this policy on foot and deliver to the Nigam the receipt of such payment within seven days after the same shall have become due.

17.0 CHANGE OF NAME OF THE TENDERER/SERVICE PROVIDER:

17.1 At any stage after tendering, the NIGAM shall deal with the Service Provider/ Contractor only in the name and at the address under which he has submitted the tender. All the liabilities/responsibilities for due execution of the Contract shall be that of the Service/ Provider/ Contractor and in no circumstances, he shall be relieved of any obligations under the Contract. The NIGAM may, however, at his discretion deal with the Agents/ Representatives/ Distributors/ Manufacturers/Associates/ Principals/Sister concerns and such dealings shall not absolve the Service Provider/ Contractor from his responsibilities/obligations/liabilities to the NIGAM under the contract.

17.2 Any change/alteration of name/Constitution/Organization of the Service Provider/ Contractor shall be duly notified to the NIGAM and the NIGAM reserves the right to determine the Contract, in case of any such Notification. In the event of such determination, the Nigam may get the work executed from elsewhere at the risk and cost of the Contractor.

18.0 DEDUCTION FROM CONTRACT PRICES:

The amount of all costs, damages or expenses or other sums which under a particular Contract shall be payable by the Contractor to the NIGAM shall be deducted by the NIGAM from the amount due or becoming due by him to the Contractor under the state or any other Contract without prejudice to the NIGAM's right to recover the same by ordinary process of law.

19.0 COMPLIANCE TO RULES/ REGULATIONS:

The Nigam shall through-out the continuance of the contract and in respect of all matters arising in the performance thereof serve all notices and obtain consents, approvals and

26

Page 27: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

permissions required in connection with the regulations and byelaws of the local or other authority which shall be applicable to the works. All works shall be executed in accordance with the laws with the latest amendments and any statutory modifications thereof, wherever they are applicable, unless otherwise agreed to in writing by the Engineer. The contractor shall possess or obtain a valid working license from the concerned Authority for carrying out the catering and housekeeping work in the region before commencing the work.

20.0 CONTRACT DOCUMENTS:

20.1 The Contractor shall have to execute the contract agreement within 15 days from the date of receipt of detailed work order in triplicate in the prescribed Annexure-V, Section-IIC on non judicial stamp paper worth Rs. 500 along with copy of work order, copy of "General Conditions of Contract", "Instructions to Tenderers" and "Specification". It is advised that each and every page of relevant documents are to be signed by authorised person with stamp.

20.2 It may however be ensured that the one copy of the work order and other Documents as above, are signed by an authorised person holding valid power of attorney. The power of attorney on non judicial stamp paper worth Rs.100/- should be attested by the notary public. For this, a copy of the power of attorney in favour of the person signing these documents, duly notarized in original be also submitted alongwith the above documents.

20.3 The successful bidder will also submit an indemnity bond towards the safe custody of premises including various equipments, material, furniture, building etc. The proforma of indemnity bond would be furnished on acceptance of tender.

20.4 The acceptance of above documents in order shall be notified by the Chief Accounts Officer/ Sr. Accounts Officer/ Accounts Officer in due course of time under intimation to this office. No any payment shall be released without acceptance of the contract agreement.

20.5 The Earnest money amount of successful contractor deposited along with tender shall be release after confirmation of completion of contractual formalities. No interest will be payable on the Earnest Money deposit.

21.0 FURTHER CORRESPONDENCE:

The purchaser/engineer/consulting engineer shall ordinarily correspond with the bidder/contractor at the address furnished by the bidder/contractor. The bidder/contractor shall ordinarily address all correspondence intended for the purchase to the purchaser or representative who has invited bid at the address given in the bid notice.

All correspondence pertaining to the work order in respect of any clarification required on the terms and conditions, etc. should be addressed to the Sr. Resident Officer, RVN, RVPN, New Delhi.

22.0 DISPUTES:

22.1 All disputes, differences, questions whatsoever arising between the NIGAM and the Contractor upon or in relation to or in connection with the contract shall be deemed to have arisen at JAIPUR (RAJASTHAN) only and no courts other than courts in Jaipur shall have jurisdiction to entertain the same.

22.2 The NIGAM has constituted settlement committees to settle the disputed cases. For the disputed amount upto Rs. 2.5 lacs, the case may be referred to the CE level settlement committee and if the disputed amount is more than Rs. 2.5 lacs, the case shall be referred to the CMD level settlement committee. The non refundable fee for referring the case to the settlement committees is as given below:

i) Reference fee for CE level settlement committee Rs. 300/-ii) Reference fee for CMD level settlement committee Rs. 3000/-iii) Fee for review of cases by CMD level settlement committee Rs. 5000/-

27

Page 28: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

22.3 The settlement committee fees as shown above shall be deposited in cash/demand draft/pay order with the Sr. Accounts Officer (EA & Cash), RVPN, Jaipur and the contractor shall furnish receipt thereof with a request for referring their disputes to the settlement committee for decision.

22.4 For settlement, the firm shall furnish in writing their representation indicating the details of dispute/grievance along with requisite settlement fee within a period of six months after receiving communication from the Purchaser giving rise to cause of dispute/ grievances.

22.5 If the firm wishes to apply for review of the decision of the CE level/ CMD level settlement committee, then such request shall be entertained only if it is made within three months from the date of conveying such decision to the firm. Any request received after the period of three months from the date of conveying decision shall not be entertained.

23.0 LIABILITY FOR ACCIDENTS AND DAMAGES

The contractor shall be entirely responsible for all loss, damage or depreciation of equipment/any other material/building premises etc. caused due to their negligence until the work is taken over by the Nigam.

Until the contract shall be or be deemed to be taken over as aforesaid, the contractor shall also be liable to indemnify the Nigam in respect of all damage or injury to any person or to any property of the Nigam or of others occasioned by the negligence of the contractor or workmen or by defective work but not otherwise. Provided that the contractor shall not be liable under the contract for any loss or profit or loss of contract or any claims made against the Nigam not already provided for in the contract, nor for any damage or injury caused by or arising from the acts of the Nigam or due to circumstances over which the contractor has no control, nor shall his total liability for loss, damage or injury exceed the total value of the contract.

The contractor shall be deemed to have indemnified and saved harmless the Company against all actions, suits, claims, demands, cost or expenses arising in connection with injuries suffered prior to the date when the work shall have been taken over under clause of this specification herein by persons employed by the contractor on the works whether under the General Law or under the Workmen's Compensation Act, 1923 or any other statute in force at the date of the contract dealing with the question of the liability of employers for injuries suffered by employees and to have taken steps properly to insure against any claim there under.

On the occurrence of an accident which results in the death of any of the workmen employees by the contractor or which is so serious as to be likely to result in the death of any such workmen, the contractor shall within 24 hours of the happening of such accident intimate in writing to the concerned Engineer-in-charge of the Nigam the fact of such accident. The contractor shall indemnify the Nigam against all loss or damage sustained by the Nigam resulting directly or indirectly from his failure to give intimation in the manner aforesaid including the penalties or fines if any payable by the Nigam as a consequence of Nigam's failure to give notice under the Workmen's Compensation Act or otherwise to confirm to the provisions of the said Act in regard to such accident.

In the event of any claim being made or action brought against the Nigam involving the contractor and arising out of the matters referred to and in respect of which the contractor is liable, under this clause, the contractor shall be immediately notified thereof and he shall, with the assistance of the Nigam if he require so, at the sole expense of the contractor, conduct all negotiations for the sole settlement of the same or of any litigation that may arise there from. In such case the Nigam shall at the expense of the contractor, afford all available assistance for any such purpose.

24. ACCEPTANCE OF THE ORDER:

28

Page 29: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

The acceptance of the order shall be conveyed to the SR. RESIDENT OFFICER, "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK, NEW DELHI – 110 016 within ten days of the receipt of order in the prescribed proforma failing which it will be presumed that the terms and conditions incorporated in the order are acceptable to the Contractor.

S E C T I O N – II B

SPECIAL CONDITIONS OF CONTRACT (SCC)

1. The Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract (GCC), Technical Specifications, Scope of Work, Schedule of Rates and any other document forming part of this contract wherever the context so requires.

2. Where any portion of the SCC is repugnant to or at variance with any provision of the GCC, then, unless a different intention is meant, the provisions of the SCC be deemed to override the provisions of the GCC only to the extent such repugnancies or

29

Page 30: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

variations of the SCC as are not possible of being reconciled with the provisions of the GCC.

3. In case of contradictions, the decision of the competent purchase authority will be final and binding on the Service Provider/ Contractor.

4. Service Provider’s Obligations: The service provider shall have following but not limiting obligations in meeting the scope of work under the contract:

4.1. Service Provider shall carry out the works assigned under the contract strictly under the direction/supervision of Engineer-In-charge of Nigam.

4.2. Service Provider shall have to follow all safety norms while carrying out the works in order to safeguard Nigam’s Personnel, property and his own workers.

4.3. The employee to be engaged by the Service Provider for work to be personally introduced to the Engineer-in-Charge, to know his overall fitness and competence for the job and to verify documents. Bidder shall have to submit identification proof of all workers to concerned police station and the copy for information be submitted to Sr. Resident Officer. The persons approved by the Engineer-in-Charge will not be changed without permission of Engineer-in-Charge i.e. the removal/ deployment of persons will be done with consent of the Engineer-in-Charge. The authorization chart of staff engaged by the Service Provider for duty is to be displayed in the offices duly approved by Engineer-in-Charge & signed by Service Provider & his staff.

4.4. Every employee of Service Provider shall have to be enrolled for the membership of Employees, Provident Fund in accordance of the provisions of “Employee provident fund” and Misc. provision Act. 1952 with all the amendments as may be enacted by the Provident Fund Commissioner from time to time.

4.5. The Service provider shall be responsible for deduction towards E.P.F. contribution from workers and remittance to E.P.F. authorities together with an equal amount contributed by him and its deposition with the concerned authority along with his share. The prescribed yearly format duly verified/ accepted by EPF authority shall be submitted to the Engineer-in-charge for confirmation of deposit of EPF share of individual labour engaged by the contractor with concerned authority.

4.6. The Service Provider shall be responsible for payment of wages to each worker employed by him as contract labour, in accordance with the provisions of the law. In case the rates quoted by firm for dedicated manpower to maintain kitchen and room attendant services are less than the minimum wages of Delhi then the tender of the firm shall be rejected.

4.7. The payment of minimum wages has to be ensured by Service Provider through Cheque/DD in the presence of authorized representative of the principal employer/ Nigam or by credit to worker’s bank account only. In case payment is credited to worker’s bank account, necessary evidence shall be submitted by the Service Provider.

4.8. Cash payment is not permitted. In case of default, action as per Law may be taken against the Service Provider.

4.9. The Service provider shall obtain necessary license and competency certificate.

30

Page 31: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

4.10. The Service provider shall, at all times during the tenure of this contract at his own expense shall arrange insurance of the employees engage with any of the IRDA approved General Insurance Companies against, all liabilities under the workman’s compensation act in case of death or bodily injury payable to any worker and damage to property of the third persons.

4.11. During the continuance of this contract, the Service provider shall pay all premium and sums of money necessary for keeping this policy on foot and deliver to the Company the receipt of such payment within seven days after the same shall have become due.

4.12. On the breach of any terms and condition of this contract or failure in implementing the statutory rules and regulations by the contractor the Nigam shall be entitled to forfeit the security deposit or the balance thereof that may at the time be remaining and to realize and retain the same as damages and compensation for the said breach but without prejudice to the right of the Nigam to recover any further sum as damages from any sums due or which may become due to the Service provider by Nigam or otherwise howsoever.

4.13. No child labour should be employed by the Service provider.

4.14. The Nigam reserves the right to award this work to alternate agency in case of failure to complete the works in time at the risk and cost of the Service provider and in such cases, the expenditure shall be recovered from the Service provider.

The Service provider shall be able to take up any emergency work entrusted by the Nigam at short notice at any time of the day.

4.15. The concerned competent authority of RVPN will be final authority for deciding disputes, if any, arising out of the contract between the Nigam and the Service provider.

4.16. In case of theft Owner (Nigam) shall lodge the compliant with Police Department. However service provider should make good loss to the Nigam in any case. Service provider will be responsible for pursuance with police department as the case may be, suitable assistance/support will be provided by Nigam.

4.17. The Service Provider shall maintain following manpower for various services as under :-

S. No.

Manning for Various Works Minimum Nos. of Manpower

1. For Housekeeping:Manpower for kitchen and room services 7 Nos.

(dedicated).

31

Page 32: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

2 Housekeeping and other related services :

To be assessed by the Service Provider as per service requirement.

4.18. The Service Provider and his authorized supervisor / representative shall maintain necessary co-ordination and communication with the offices of concerned Superintending Engineer, Executive Engineer and Engineer In-charge for reporting/ carrying out day to day activities and payments.

4.19. The Service Provider shall provide Identification Cards to all his manpower which shall be certified by the Nigam’s officer In-charge. The Service Provider’s operating staff shall wear uniform during duty hours compulsorily.

4.20. The Service Provider shall be fully responsible for behavior and conduct of his manpower. Nigam shall have right to report any misbehavior and misconduct of deployed manpower, Smoking and Consumption/Distribution of Alcohol and tobacco shall be strictly prohibited. If any worker of the caterer found guilty the Service Provider shall promptly replace the same.

4.21. The Service Provider shall not be allowed to use the kitchen and Nigam premises for any commercial use or to sublet it.

4.22. The service provider shall keep the furniture neat and clean and on its designated place. The firm will be responsible for any breakage and loss of the furniture. Any damage to the furniture will be recovered by the firm and to also repair the broken furniture immediately.

4.23. The service provider shall provide a complaint box/register in dining area for lodging complaints or suggestions in respect of quality of food & housekeeping and about the mannerism of the staff.

4.24. The Service provider must provide the service throughout the year without closing the services on any day unless ordered by the Engineer Incharge.

4.25. The Service provider at its own cost shall arrange a medical examination at least once in a quarter of all the employees who handle raw/cooked food, to ensure that the employees are free from any communicable disease. Record of the same shall be maintained by the agency and shown on demand. The Police verification record of all the workers will have to be maintained by the agency.

5. Nigam’s Obligations: The Nigam shall have following obligations under the contract:-1) Nigam have the connection for cooking gas cylinder. 2) Nigam has electric connection in the buildings and shall bear the recurring

charges of the electricity usage.3) Nigam work-in-charge i.e. Sr. Resident Officer shall maintain the co-ordination

and communication with Service Provider and his authorized supervisor/ representative.

4) Nigam shall be provided with brooms, brushes, mopping clothes, fine clothes, sufficient soap, naphthalene balls, odonil, Colin, tat and other cleaning items. The tenderer will arrange vacuum cleaner and other sophisticated equipment to clean and to make dust free area.

Section-II-C

32

Page 33: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Bid Proposal Form, Annexures, Schedules

INDEX

I. Bid Proposal FormII. Annexure:

Annexure-I Contract Agreement Form (Services Part)Annexure-II Application for PaymentAnnexure-III Pre bid queries formatAnnexure-IV Format for Evidence of Access to or

Availability of Credit/ FacilitiesAnnexure-V Grievance Redressal During Procurement

Process

III. Schedules:

Schedule-A Schedule of Requirements & Proposed Work Completion Schedule

Schedule-B Schedule of PricesSchedule-C Compliances and Declaration under

Rajasthan Transparency in Public Procurement Act, 2012 and Rajasthan Transparency in Public Procurement Rules, 2013

Schedule-H Schedule of Additional Information

Schedule-K Schedule of DeviationsSchedule-L Schedule of Participating Firm (s) DetailsSchedule-M Schedule of Previous Experience &

PerformanceSchedule-N Schedule of Qualification Data

BID PROPOSAL FORM

33

Page 34: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

[Techno Commercial Bid (Part-1)]

Bid Proposal Ref. No.: .............................. Date: ……….

ToThe Sr. Resident Officer,Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Rajasthan Vidyut Niwas,Plot No. 7-8, Near Arya Samaj Mandir,Green Park,NEW DELHI – 110 016.

Sub: Proposal for outsourcing of Housekeeping and other related services at Rajasthan Vidyut Niwas, Plot No. 7-8, Near Arya Samaj Mandir, Green Park, New

Delhi against Specification No. ...................

Dear Ladies and/or Gentlemen,

1.0 Having examined the Bidding Documents, including Amendment Nos. (Insert Numbers) ……… dated ........................ the receipt of which is hereby acknowledged, we the undersigned, offer annual rate contract for Housekeeping and other related services for Rajasthan Vidyut Niwas under the above-named package in full conformity with the said Bidding Documents for the amount indicated and enclosed in the Price Bid (Part-2) separately, in accordance with the terms and conditions of the Bidding Documents and are made part of this bid.

2.0 Attachments to the Bid Form

In line with the requirement of the Bidding Documents, we enclose herewith the following Attachments to the Bid Form:

(a) Attachment 1: Bid Security (Earnest Money Deposit) in the form of ................................** for a sum of................................................ (Name of currency and amount in words and figures)

** Please fill in the alternative chosen in line with Clause 1.3 Section-I of the Bidding Documents.

(b) Attachment 2: A power of attorney duly authorized by a Notary Public indicating that the person(s) signing the bid have the authority to sign the bid and thus that the bid is binding upon us during the full period of its validity in accordance with the ITB Clause 1.6.

(c) Attachment 3: The documentary evidence that we are eligible to bid in accordance with ITB Clause 1.7. Further, in terms of ITB Clause 1.7, the qualification data has been furnished as per your format enclosed with the bidding documents [Schedule-N].

(d) Attachment 5: The variation and deviations from the requirements of the Conditions of Contract, other commercial conditions, Technical Specification (excluding critical provisions as mentioned at clause 6.0 below) in your format enclosed with the Bidding Documents.

3.0 Price Schedules

34

Page 35: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

3.1 In line with the requirements of the Bidding documents, we enclose herewith the following Price Schedules, duly filled - in as per your Schedule-B.

3.2 We are aware that the Price Schedules do not generally give a full description of the Services/Work to be performed under each item and we shall be deemed to have read the Technical Specifications and other sections of the Bidding Documents and Drawings to ascertain the full scope of Work included in each item while filling-in the rates and prices. We agree that the entered rates and prices shall be deemed to include for the full scope as aforesaid, including overheads and profit.

3.3 We understand that, if on check, there are differences between the rate quoted by us in words and figures, or in the amount worked out by us; the following procedure shall be followed:a) Where there is a difference between the rates in figures and words, the lower of the two rates shall be taken as valid and correct rate.b) When the rates quoted by us in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by us shall be taken as correct and not the amount worked out.

3.5 We declare that items left blank in the Schedules will be deemed to have been included in other items. The TOTAL for each Schedule and the TOTAL of Grand Summary shall be deemed to be the total price for executing the complete services in complete accordance with the Contract, whether or not each individual item has been priced.

4.0 We confirm that Bid Prices in this Price Bid (Part-2) includes GST and charges as may be assessed on us, our Sub-Contractor/Sub-Vendor or their employees by all municipal, state or national government authorities in connection with the scope of services, in India.

5.0 Construction of the Contract

We declare that we are making this proposal with a stipulation that you shall award us single contract for providing all the services as per the scope of specification.

6.0 We have read the provisions of following clauses and confirm that the specified stipulations of these clauses are acceptable to us:

a) Terms of Payment: Clause 8.0, Section-IIA: GCC

b) Earnest Money Deposit: Clause 1.3, Section-I- ITB

c) Performance-Cum-Security Deposit : Clause 4 Section-IIA GCC

d) Service Performance and Penalty: Clause 7.0, Section-IIA GCC

e) Price Basis: Clause 1.8, Section-I, ITB.

Further we understand that deviation taken in any of the above clauses by us shall make our bid non-responsive as per provision of bidding documents and rejected by you.

7.0 We undertake, if our bid is accepted, to commence the work on scope of services immediately upon your Notification of Award to us up to the contractual period stated in the Bidding Documents.

8.0 If our bid is accepted, we undertake to provide a Performance Security (ies) & Security Deposit in the form and amounts, and within the times specified in the Bidding Documents.

35

Page 36: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

9.0 We agree to abide by this bid for a period of 120days from the date fixed for submission of bids as stipulated in the Bidding Documents, and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.

10.0 Until a formal Contract is prepared and executed between us, this bid, together with your written acceptance thereof in the form of your Notification of Award shall constitute a binding contract between us.

11.0 We understand that you are not bound to accept the lowest or any bid you may receive.

12.0 Electronic Communication: We propose to send the communications to us on following E-mail address for fast disbursement of replies/ information/queries etc.:

1. Email Address-I: _______________________________2. Email Address-II:_______________________________

However, we fully understand and agree that the hard copy shall only be send to our postal address and the same shall prevail in case of any discrepancy exist between soft and hard copy.

13.0 We, hereby, declare that only the persons or firms interested in this proposal as principals are named here and that no other persons or firms other than those mentioned herein have any interest in this proposal or in the Contract to be entered into, if the award is made on us, that this proposal is made without any connection with any other person, firm or party likewise submitting a proposal is in all respects for and in good faith, without collusion or fraud. Dated this ____ day of ________20__ Thanking you, we remain,

Yours faithfully,

(Signature)..................................

(Printed Name)............................

(Designation)...............................

(Common Seal)...........................Date:Place:

Business Address:Country of Incorporation:(State or Province to be indicated)

Name of the Principal Officer:

Address of the Principal Officer:

Note: Bidders may note that no prescribed proforma has been enclosed for:

(a) Attachment 2: Power of Attorney.

(For Attachments 2, Bidders may use their own proforma for furnishing the required information with the bid).

36

Page 37: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

BID FORM[Price Bid (Part-2)]

Bid Proposal Ref. No.: .............................. Date: ……….

ToThe Sr. Resident Officer,Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Rajasthan Vidyut Niwas,Plot No. 7-8, Near Arya Samaj Mandir,Green Park,NEW DELHI – 110 016.

Sub: Proposal Annual Rate Contract for Housekeeping and other related services for Rajasthan Vidyut Niwas, New Delhi against Specification No. ..................

Dear Ladies and/or Gentlemen,

1.0 In continuation of our Techno Commercial Bid (Part-1), we hereby submit the Price Bid (Part-2), both of which shall be read together and in conjunction with each other, and shall be construed as an integral part of our Bid. Accordingly, we the undersigned, offer Services for annual rate contract for Housekeeping and other related services for Rajasthan Vidyut Niwas under the above-named package in full conformity with the said Bidding Documents for the sum of ……**…….. (Specify the currency and the amount in figures & words) ……**……. or such other sums as may be determined in accordance with the terms and conditions of the Bidding Documents.

** Un-Priced Schedule be submitted with Techno-Commercial Bid.

The above amounts are in accordance with the price schedules attached herewith and are made part of this bid.

2.0 Price Schedules

2.1 In line with the requirements of the Bidding documents, we enclose herewith the Price Schedule-B.

2.2 We are aware that the Price Schedules do not generally give a full description of the Services/Work to be performed under each item and we shall be deemed to have read the Technical Specifications and other sections of the Bidding Documents to ascertain the full scope of Work included in each item while filling-in the rates and prices. We agree that the entered rates and prices shall be deemed to include for the full scope as aforesaid, including overheads and profit.

2.3 We understand that, if on check, there are differences between the rate quoted by us in words and figures, or in the amount worked out by us; the following procedure shall be followed:a) Where there is a difference between the rates in figures and words, the lower of the two rates shall be taken as valid and correct rate.b) When the rates quoted by us in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by us shall be taken as correct and not the amount worked out.

37

Page 38: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

2.4 We declare that items left blank in the Schedules will be deemed to have been included in other items. The TOTAL for each Schedule and the TOTAL of Grand Summary shall be deemed to be the total price for executing the complete services in complete accordance with the Contract, whether or not each individual item has been priced.

3.0 We confirm that Bid Prices in this Price Bid (Part-2) includes GST and charges as may be assessed on us, our Sub-Contractor/Sub-Vendor or their employees by all municipal, state or national government authorities in connection with the scope of services, in India.

4.0 We, hereby, declare that only the persons or firms interested in this proposal as principals are named here and that no other persons or firms other than those mentioned herein have any interest in this proposal or in the Contract to be entered into, if the award is made on us, that this proposal is made without any connection with any other person, firm or party likewise submitting a proposal is in all respects for and in good faith, without collusion or fraud.

Dated this ____ day of ________20__

Thanking you, we remain,Yours faithfully,

** (Signature)..................................

(Printed Name)............................

(Designation)...............................

(Common Seal)...........................

Date:Place:

Business Address:

Country of Incorporation:(State or Province to be indicated)

Name of the Principal Officer:

Address of the Principal Officer:

38

Page 39: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

ANNEXURE – I

RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED(Rupees Five Thousand Rajasthan Government Non-Judicial Stamp)

AGREEMENT

This Indenture made at ________ on ______ this _____ day of the Month of ________________ of the year ____________ between the Chairman & Managing Director, Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur (hereinafter referred to as the owner which expression unless the context does not permit includes his successors and assigns) of the one part and

(I) To be used in case of Limited Companies

Messers____________________________________ a private/ Public Limited Company incorporated _____________________ under the ____________________________ companies act and having its Registered office at _____________________ (hereinafter referred to as Contractors/suppliers which expression unless the context does not permit includes their successors and permitted assigns).

(II) To be used in case of Partnership concerns

Messers ________________________________ a Partnership Firm consisting of the following Partners namely:

(Name) (Age) (Residence) (Occupation)

1.2.3.

(hereinafter referred to as Contractor which expression unless the context does not permit includes their respective heirs, executors, administrators, legal representatives, permitted assigns) of the second part, witnesseth as follows:-

1 The contractor, does by these presents agree to execute the service/ work to the owner and the owner does agree to get the services/ work execute from the contractor, the services specified in the Work order No. ___________ dated __________ and amendment letter No. __________ dated __________ appended and on the terms & conditions contained in the said order and amendment letter. The General terms of the contract appended hereto are considered a part of this agreement.

2. The contractor has deposited Rs. _____________________ (in words Rs. ________________________only).

a) * In cash, or b) * by furnishing a Demand Draft No. ________ dated ______ drawn in favour of

_______________ or c) * by furnishing a Bank guarantee equivalent to ____________% of the contract

value, towards Security deposit with the owner for the performance of this agreement by the contractor. The Security deposit Receipt duly endorsed in favour of the Owner should be lodged to his safe custody.

d) The Contractor has not deposited any amount either in Cash or by furnishing Demand Draft/Bank Guarantee towards Security deposit but has agreed to accept _______% payment of each consignment as per stipulation (specified in clause relating to “Terms of Payment” of the Work Order.

39

Page 40: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

e) The Contractor has agreed to deduct the amount Rs. _______ equivalent to ______% of the contract value from their first Works Bill(s) towards Security deposit as per stipulations of the work order.

(* delete whichever is not applicable)

3. The specification of the execution of services/ work to be executed under this agreement shall be as set forth in the schedule referred to above.

4 (a) The contractor is to execute the work order:-

(i) Cost/prices ______________________

(b) Cost/ charges etc. which may be payable as per Clause No. ______ of Work order would be the Owner’s liability and if incurred would be to his account.(c) If so required by the Owner, the Contractor will book the consignments by Rail/Road to any destination stipulated by the Owner.(d) In case the consignments are to be insured to cover risks in transit, such insurance charges, if payable extra would be to the owner’s account.(e) The Purchaser shall reimburse to the Contractor all such expenditure, if any, that may be incurred by the contractor in this behalf under sub-clause (b), (c) and (d) of this clause by payment from time to time on receipt of the bills from the contractor supported by receipt of acknowledgement granted by owner for works received.

5 In case of dispute as to whether any execution of services/ work are or are not in accordance with specifications set-forth in the schedule, the decision of the Secretary (Admn.), Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur shall be final and binding on both the parties.

6 The completion shall be effected and completed as per clause No. ______ of the Work order from the date of this work order and amendment letter No. _____ dated. The first installment of works will begin as per clause No. _____ of the W.O. and amendment letter No. _______ dt. _____ to the Work order.

7 Payment of the price for the execution of work under this agreement shall be as under:

(a) As per clause No. _______ of the work order and amendment letter No. _____ dated _____ to the W.O.

8 The contractor is also bound to fulfill all the conditions mentioned in the above work order.

9 The work to be executed under this agreement shall be as per terms and conditions mentioned in the above work order.

10 If the Contractor fails wholly or in part to fulfill this agreement, the owner’s shall be entitled at his discretion to retain the whole or any part of the deposit made by the Contractor under clause (2) and if the loss suffered by the owner exceeds the amount of said deposit, they will be entitled to recover the said loss from the Contractor.

11 If any sum remains due or becomes recoverable from the Contractor on account of the non-fulfillment of this agreement or on account of any other reason, the Contractor shall pay the same immediately on demand. If the contractor do not make such payment on demand, the owner shall be entitled to recover the same from the Contractor as arrears of Land Revenue.

40

Page 41: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

12 In witness of the due execution of this agreement the parties have hereunder set their hands the day and the year first above written.

Signed and delivered byIn case of Limited/Partnership Shri_____________ (1)SignatureCompanies & Firms Designation (2)Signature

For and on behalf of _______________________ (1) SignatureIn presence of witnesses (2) Signature

Signed and delivered byIn case of individuals Shri________________ (1) SignatureSigned and delivered byIn case of Individuals Shri_________________ (1) SignatureIn the presence of witness:(1) Shri__________________ Designation (1) Signature(2) Shri _________________ Designation (2) Signature

Signed and delivered by the ___________________ Rajasthan RajyaVidyutPrasaran Nigam Ltd., Jaipur by order and on behalf of the Chairman & Managing Director, Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur of the Nigam.

Rajasthan RajyaVidyutPrasaran Nigam Limited (Seal to be affixed)

41

Page 42: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

ANNEXURE - II

PROFORMA FOR APPLICATION FOR PAYMENT

Project :

Equipment package : Date :

Name of Contractor : Contract No. :

Contract Value : Contract Name :

Unit reference : Application Serial number :

To________________________________Rajasthan RajyaVidyutPrasaran Nigam Limited.

Dear Sir,

APPLICATION FOR PAYMENT

Pursuant to the above referred Contract Dated _____________ the undersigned hereby applies for payment of the sum of _____________ (specify amount and currency in which claim is made).

2. The above amount is on account of: (check whichever applicable)

Progressive payment against Service (Schedule**)

Extra work not specified in Contract

(Ref. Contract change order No. _________________________________)

Other (specify)

Final payment (Schedule**)

as detailed in the attached schedule(s) which form an integral part of this application.

3. The payment claimed is as per item(s) No(s) of the payment schedule annexed to the above mentioned Contract.

4. The application consists of this page, a summary of claim statement (Schedule**) and the following signed schedule.

1. ______________________________________________________________

2. ______________________________________________________________

3. ______________________________________________________________

42

Page 43: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

The following documents are also enclosed.

1. ______________________________________________________________

2. ______________________________________________________________

3. ______________________________________________________________

Signature of Contractor/

Authorised Signatory

*Application for payment will be made to 'Engineer' as to be designated for this purpose

at the time of award of the Contract.

** Proforma for the Schedules will be mutually discussed and agreed to during the

finalisation of the Contract Agreement.

43

Page 44: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

ANNEXURE - III

PRE-BID QUERIES FORMAT

Name of the company/Firm

Name of Person(s) Representing the Company/Firm:Name of person Designation E-mail-ID(s) Tel Nos& Fax No

Company/Firm Contacts

Contact Person(s) Address for correspondence

E-mail-ID(s) Tel Nos& Fax No

Query/Clarification Sought

MS(Excel Sheet Format)

S.No Bidder Name

ITB/GCC/ Specification clause No

Bid document page No

Clause details

Query/Clarification/ suggestion

(Signature)Name & Designation

With seal of the bidder

44

Page 45: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Annexure-IV

FORMAT FOR EVIDENCE OF ACCESSTO OR AVAILABILITY OF CREDIT/FACILITIES

BANK CERTIFICATE

This is to certify that M/s ______________________________________________ (full Name &

Address), who have submitted their Bid to Sr. Resident Officer, Rajasthan Vidyut

Niwas, Rajasthan Rajya Vidyut Prasaran Nigam Limited, New Delhi against their

tender specification Vide ref. No. _____________ & date _____________ is our Customer for the

past _______ years.

Their financial transactions with our Bank have been satisfactory. They enjoy the following

fund based and non fund based limits including for guarantees, L/C and other credit facilities

with us against which the extent of utilization as on date is also indicated below:

Sl. No. Type of Facility Sanctioned Limit as on

Date _____________

Utilisation as on Date

_____________

1.

2.

3.

This letter is issued at the request of M/s ______________________________________________

-Sd/-Name of Bank ________________________Name of Authorized Signatory ________________________Designation ________________________Phone No. ________________________Address ________________________

SEAL OF THE BANK

45

Page 46: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Annexure-V

46

Page 47: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

47

Page 48: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

FORM NO.1(See Rule 83)

Memorandum of appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No.________ of _________Before the ________________________ (First or Second Appellate Authority)

1. Particulars of appellant :i) Name of the appellantii) Official address, if anyiii) Residential Address

2. Name and address of the respondent(s):i)ii)iii)

3. Number and date of the order appealed againstand name and designation of the officer/ authoritywho passed the order (copy enclosed), or a statement of a decision, action or omission of theProcuring Entity in contravention to the Provisions of the Act by which the appellantIs aggrieved.

4. If the appellant proposes to be represented by a representative, the name and postal address of the representative:

5. Number of affidavits and documents enclosed with the appeal:

6. Grounds of appeal : ________________________________________________________________________________________________________ (Supported by an affidavit)

7. Prayer :________________________________________________________________________________________________________

Place ___________________Date ___________________Appellant’s Signature

48

Page 49: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

49

Page 50: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

50

Page 51: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

51

Page 52: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

52

Page 53: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-A

Service for outsourcing of Housekeeping and other related services

S. No.

Location Work Requirement/ Services

Contractual Period

1 2 3 4Housekeeping Work:1. Rajasthan Vidyut Niwas, RVPN, New Delhi As Specified

in Schedule-B

24 months

53

Page 54: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-BNIB NO. : RVPN/SR.RO/RVN/NIB-01(2017-18)/UBN No.VPN______________________

S. No. ITEMS Quantity UNIT

Unit Charges (in Rs.)

Unit Charges

with Taxes (in Rs.)

Total Charges

with Taxes (in Rs.)

1 2 3 4 5 12 13A. House Keeping and Other Related

Works (As per B, 2 of section-III)

I

Housekeeping work at :-The “Rajasthan Vidyut Niwas” of Rajasthan Rajya Vidyut Prasaran Nigam Ltd. (RRVPNL) is situated at Plot No. 7 & 8, Near Arya Samaj Mandir, Green Park, New Delhi.

(i)Manpower for kitchen and room attendant services as per Specification Clause No.2(A) of Section-III

24 Month

(ii) Housekeeping and other services as per specification Clause No.2(B) of Section-III 24 Month

Total in Rs.

Note: Prices to be filled in enclosed excel sheet.

54

Page 55: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

SCHEDULE-C

55

Page 56: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

56

Page 57: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

SCHEDULE-HSCHEDULE OF ADDITIONAL INFORMATION

The Sr. Resident Officer,Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Rajasthan Vidyut Niwas,Plot No. 7-8, Near Arya Samaj Mandir,Green Park,NEW DELHI – 110 016.

Dear Sir,

We have enclosed with our proposal the following additional information for the subject

package.

Sl. No. Brief description of Information Ref. & Page No.

Date: (Signature) ..................................................

Place: (Printed Name) ............................................

(Designation) .............................................

(Common Seal) ...........................................

Note: Continuation sheets of like size and format may be used as per Bidder's requirements and annexed to this Schedule.

57

Page 58: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-K [Attachment-5]SCHEDULE OF DEVIATIONS

(TO BE FILLED IN AND SIGNED BY THE BIDDER)

1. COMMERCIAL DEVIATIONS

Bidder's Name & Address: To,

The Sr. Resident Officer,Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Rajasthan Vidyut Niwas,Plot No. 7-8, Near Arya Samaj Mandir,Green Park,NEW DELHI – 110 016.

Dear Sirs,

Sub. : Commercial Deviations for Annual Rate Contract for Housekeeping and Other Related services in Rajasthan Vidyut Niwas, New Delhi against Specification No. ...........................

The following are the Commercial Deviations and variations from and exceptions to the specifications and documents for the subject package. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be performed as per your specifications and documents.

Section/Clause Ref./Page No.

As specified in the specification

Commercial deviation and variation to the specification

Date : (Signature) ..................................................

Place : (Printed Name) ............................................

(Designation) .............................................

(Common Seal) ...........................................

Note : Continuation sheets of like size and format may be used as per Bidder's requirements and annexed to this Schedule.

58

Page 59: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

2. TECHNICAL DEVIATIONS

Bidder's Name & Address:

To,

The Sr. Resident Officer,Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Rajasthan Vidyut Niwas,Plot No. 7-8, Near Arya Samaj Mandir,Green Park,NEW DELHI – 110 016.

Dear Sirs,

Sub. : Technical Deviations for Annual Rate Contract for Housekeeping and Other Related Services for Rajasthan Vidyut Niwas, New Delhi against Specification No. ............................... The following are the Technical Deviations and variations from and exceptions to the specifications and documents for the subject package. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be performed as per your specifications and documents.

Section/Clause Ref./Page No.

As specified in the specification

Technical deviation and variation to the specification

Date : (Signature) ..................................................

Place : (Printed Name) ............................................

(Designation) .............................................

(Common Seal) ...........................................

Note: 1.Continuation sheets of like size and format may be used as per Bidder's requirements and annexed to this Schedule.

2. The deviations and variations, if any, shall be brought out separately for each of the equipment.

59

Page 60: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-LPARTICULARS OF PARTICIPATING FIRMS/ INDIVIDUAL

Participating Firms/ Individual shall furnish following information in Separate sheet /statement along with Techno-Commercial bid to be opened on scheduled

date of Bid opening.

S. No. Description Details to be filled by Bidder

1 Name & Address

2 Details to be furnished:

i) Full Legal Name

ii) Full Address of

a. Registered office

b. Office where to corresponded:

iii) Authorized Contact Person(s):(Power of Attorney to be enclosed)

iv) Phone No.

v) Telex No.

vi) Telefax No./Email

vii) Nature of registration of agency. (Whether sole/proprietor/ partnership/ private limited public limited).

viii) Memorandum of Understanding and Articles of Association of the Agency.

3 BASIS OF PARTICIPATION:

The firm shall clearly indicate whether it:

Desires to take up the entire work to be completed as per Specification

4 EXPERIENCE IN EXECUTION Housekeeping & Other Related Works on date of Bid Opening

a) Firms intending to participate for these works should furnish briefly their past experience in the enclosed Schedule-M

b) Indicate the responsibility under taken in the field of specialization in executing Housekeeping & Other Related Services / Works

i) Preparation of specification for procurement items.

60

Page 61: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

ii) Procurement

iii) House keeping

iv) Performance guarantee(s)

v) Work execution

c) What was the financing arrangement for above work? Whether the funding was done by the firm or through a separate financial institution.

5 FINANCIAL DETAILS:

Firms are required to furnish details of financial structure of the company and provide Annual Financial Report and Balance Sheet of the company for the last 3(Three)years and following clearance certificate:

a) Annual Financial report

b) Balance Sheet

c) Solvency Certificate

d) ITCC

6 Firms are required to indicate funding proposals for the catering and house keeping work

i) Equity proposed to be brought in:

a) by firm's own source

b) by Financial institution(s)

ii) Debt profile/source of debt

a) Indian

b) Suppliers credit etc.

7 ORGANISATIONAL STRUCTURE & CAPABILITY:

Firms should furnish the following information/document in respect of their organization.

i) Corporate Structure: Details of various divisions/departments including manpower available and responsibilities undertaken by such divisions/department.

ii) List of the House keeping work maintained by the Firm.

61

Page 62: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

iii) Proposed organization structures for execution of Services/ Work under consideration.

iv) Any other information which is considered relevant.

NOTE: - Please furnish documents in support of the above, wherever necessary.

Place

Signature NameStatus

Whether authorised attorneyof the Biding company

Name of the Biding company

62

Page 63: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-MSCHEDULE OF PREVIOUS EXPERIENCE AND PERFORMANCE

(TO BE FILLED IN AND SIGNED BY THE BIDDER)

Name of the Bidder

S. No.

Description of the Housekeeping and other

related services

Number and date of the order

Name of the customer

1. 2. 3. 4.

Details of company/Location

Dates since when the Housekeeping and other related

service Period

Satisfactory performance

certificate issued by purchaser is enclosed or not

Remarks

5. 6. 7. 8.

Place:-Date :-

SignatureNameStatus

Whether authorised attorney of theBiding companyName of the Co.

63

Page 64: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

Schedule-N [Attachment-3]

QUALIFYING REQUIREMENT DATA

Bidder’s Name & Address:

In accordance with the clause 1.7 of ITB, we are furnishing the following details/ documents in support of Qualifying Requirement for catering and housekeeping work.

1.0 General Information

All individual/ firms bidding for the catering and housekeeping work are requested to complete the information in this form:

1. Name of firm

2. Head Office address

3. Telephone Contact Person

4. Fax/ E-mail

5. Place of incorporation/ registration Year of incorporation/ registration

2.0 Technical Experience Details

(Must be filled in by the bidder and attached with Techno-commercial Bid)

The bidder is required to fill the following format for each project/ work on which they wishes to meet qualification requirement in fulfillment of technical experience:

1 Number of contract

Name of contract

Country

2 Name of the Owner

3 Owner’s address

4 Nature of works and special features relevant to the contract

64

Page 65: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

5 Contract role (check one)

□ Prime contractor □ Sub contractor □Partner in a joint venture

6 Value of the total contract (at completion, or at date of award for current contracts).

7 Date of award

8 Date of completion

9 Contract duration (years and months)

10 Performance certificate

3.0 The original letter of authority to seek reference from our banks.

Date:Place:

Signature(Printed Name)

(Designation)(Common Seal)

65

Page 66: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

SPECIFICATION

OF

OUTSOURCING OF HOUSEKEEPING AND OTHER RELATED SERVICES AT "RAJASTHAN VIDYUT NIVAS", PLOT .NO. 7-8, NEAR ARYA SAMAJ MANDIR, GREEN PARK,

NEW DELHI – 110 016.

Section-III

Consists of

PART A – HOUSEKEEPING SERVICES

66

Page 67: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

PART-(A) HOUSEKEEPING SERVICES

1. Scope of Work

The service provider shall provide the Housekeeping and Other Related Services at Rajasthan Vidyut Niwas, RVPN, New Delhi, which includes :

1. Provide manpower for kitchen and room attendant services at RVN, New Delhi.

2. Housekeeping and other related services at RVN, New Delhi.

2. (A) Kitchen and Room Attendant Service :-

The service provider shall provide the following dedicated manpower for kitchen and room attendant services

S. No.

Manning for Various Works Minimum Nos. of Manpower

1. For Housekeeping:Manpower for kitchen and room services 7 Nos. (dedicated).

The following broad services for the above manpower is defined below :-i) Serving of Water, Tea/Coffee, Breakfast, Lunch and Dinner to officers and

guests.ii) To cook for preparation of Tea/Coffee, Breakfast, Lunch and Dinner.iii) To clean plates & vessels of Tea/Coffee, Breakfast, Lunch and Dinner.iv) Attending to the Room Calls.v) To carry language of the guest from parking to room and vice-versa.vi) To keep a watch on the guest house materials.

(B) Housekeeping and other Services :The service provider is required to provide following housekeeping and

other services. The detailed terms and frequency is defined as under :-

S.No.

ITEMS Rajasthan Vidyut Niwas

1. Sweeping of rooms Daily2. Sweeping of passages and open area of premises Daily3. Pocha in rooms and passage with

detergent/phynyl.Daily

4. Cleaning & dusting of doors, windows and furniture etc.

Daily

5. Cleaning of toilets and placing Nephta balls etc. Twice a day6. Changing of bed sheets, pillow covers in rooms

etc.As per requirement of room/guest

7. Cleaning of sputum pot and replacement of earth/sand.

Daily

8. Washing of passages, drive way, pucca flooring outside building etc.

Weekly

67

Page 68: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

9. Cleaning of electric fitting and fixtures, water coolers, A.C. Unit etc.

Weekly

10. Collecting of rubbish and disposal outside premises to an appropriate place.

Daily

11. Cleaning of water tanks, P.V.C. storage tanks etc. Weekly

12. Cleaning of carpet, Daily13. Cleaning and sweeping of terrace including

disposal of rubbish.Weekly

14. Spraying dis-infactant of approved brand to kill mosquito etc.

As per requirement

15. Watering in lawn and plants. Daily16. Changing and washing of Sofa Cover etc. As per requirement

3, Terms & Conditions:Details of premises : The total plot area is 480 sq. mtr. (5164 sq. ft.) and the covered area for each floor is 237.07 sq. mtr. (2552 sq, ft.). There are four floors including one basement. There are two VIP suites having drawing room and bed room with attached bath-cum-toilet, ten double bed room with attached bath-cum-toilet, one six bed officers dormitory with two attached bath-cum-toilet, one ten bed staff dormitory with two attached baths and toilets, Meeting cum Drawing room, Dining Hall, Kitchen, Three Staff Rooms each with attached bath and toilet and Sr. Resident Officer’s Office & Residence.

3.1 Cleanliness (All areas) and responsibility:

3.1.1 The works includes cleaning, sweeping of rooms toilets etc. including up keeping of lawns and plants Safety of lawn and plants shall be ensured by firm. All required T&P and material for up keeping of building and lawn and plants shall be arranged by the RVPN.

3.1.2 The work also includes proper maintenance of routine work of plumbing & electrical. This works also includes proper maintenance of furniture &all other equipments, cleaning of roads, drives way etc.

3.1.3 The Nigam’s equipments /materials namely fridge, Geysers, fans, water cooler, TV, Bulbs, Tube lights, Sanitary and electrical fittings, furniture and fixtures and kitchen appliances available at RVN shall be maintained properly and shall keep them in working condition.

3.1.4 The service provider shall ensure hygiene and safety aspect of the service and conduct training for all the deputed staff at regular intervals.

3.1.5 The service provider shall ensure cleaning work on regular basis including dry sweeping of floor, wet floor cleaning and dusting of wall, doors, glass and windows from inside and outside, ceiling, staircase, dusting of blinds, cleaning of tables, chairs, cupboards, removing cobweb in building, covering floor, ceiling, side balconies, corridors, stair cases, terrace, etc to ensure dust free and clean environment in the entire occupied campus. The cleaning work will be checked that flush, urinal, washbasin, drainage pipes, washbasin taps etc., are in proper working condition. In case of any problem, it should be brought to the notice of Officer-in-charge on account of damage or theft of material during discharge of cleaning activities.

3.1.6 The service provider shall ensure that the floors and carpet area are cleaned and polished with cleaning/polishing material on a regular basis or as and when required. In no case acid will be used for cleaning purposes in any area where its use is prohibited.

3.1.7 Furniture, fixtures, exhaust fans, ceiling fans, air conditioning louvers, etc. to be cleaned regularly without causing any damage to their exteriors,

68

Page 69: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

polish, finish, paint etc so that they always appear new, clean and dust free.

3.1.8 The service provider shall arrange to clean all areas covered by furniture and other items by removing the same at least once in a week (preferably on Sundays) to avoid accumulation of dust.

3.1.9 The service provider shall ensure sweeping of the open area to provide dust free, neat and clean atmosphere to users.

3.1.10 Any damage and/or loss caused to any equipment/fittings, etc. either by the agency himself or by any of his employees shall be repaired/replaced by the agency or compensated by the service provider at his own cost immediately without any burden on RVN. If required the amount so involved on this account shall be deducted from the payment due to Agency/Company.

3.1.11 All items handed over by RVN to the service provider shall remain at the risk and in the sole charge of the service provider. The service provider shall be responsible for any loss or damage thereto, arising from any cause other than the fear wear and tear and shall deliver in its proper condition at the time of expiry of the agreement. An inventory of these items will be made out and signed by the agency and Rajashan Vidyut Niwas, New Delhi representative.

3.2.1 The Rajasthan Vidyut Niwas (RVN) is rest house for the officers and guests of the power utilities of Govt. of Rajasthan and it is operated round the clock throughout the year without any holiday and therefore the housekeeping and other related services are to be provided round the clock.

3.2.2 In case of room vacated by the occupant the same shall be immediately cleaned and arranged in all respect irrespective of time of day.

3.2.3 The service provider will ensure that adequate number of workers are deploy in the campus at all times and all around the clock to maintain required services.

3.2.4 The service provider shall ensure the availability of water in toilets/wash room. In case of emergency should be inform to Engineer Incharge.

3.2.5 The service provider shall ensure lock and unlock the rooms.

3.3 Disposal of Waste/Garbage:

3.3.1 The service provider shall ensure proper disposal of the collected solid/liquid waste on a daily basis under his own arrangements. Accumulation of garbage/waste in premises will not be acceptable and should never be kept overnight in the premises. It shall be the responsibility of the service provider to segregate and dispose off garbage at least twice in a day and/or at any time when garbage is accumulated in a larger quantity than the capacity of dustbin/garbage drum at his own cost and as per prescribed norms/practice of the local authority.

3.3.2 Dust, waste materials shall be collected in proper bins and disposed of immediately. Plastic bags shall be used in all the dust bins in the premises for easy collection and disposal; so that the dust bins are maintained neat & clean and in a hygienic condition. All dust bins will be washed / sanitized at least once in a week.

3.3.3 The service provider shall ensure collection of dry leaves, unwanted weeds, dead animals and insects, etc. lying in campus for disposal

3.4 The staff so employed on contract basis for purpose of housekeeping, security services, vehicle driver and other related works in the RVN premises, will not be treated as employees of RRVPNL and any sort of liabilities regarding such staffs so employed by the Agency/Company rests with the Agency/Company.

69

Page 70: KARNATAKA POWER TRANSMISSION CORPORATION LIMITED€¦  · Web view[Corporate identity Number (CIN) : L40109RJ2000SGC016485] OFFICE OF THE SR. ... Bidders can procure the same from

3.5 Ordinary dormitory accommodations shall be provided by RVPN to the persons on duty, for rest in free hours.

*****

70