college of agricultural banking reserve bank of … of agricultural banking, reserve bank of...

39
1 College of Agricultural Banking Reserve Bank of India University Road, Pune Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters PART I (Section I to Section IX) (Technical Bid) For the period from the date specified in the contract till June 30, 2018 ISSUED TO (Name of the Tenderer) : _______________________________________ Address of the Tenderer : _______________________________________ _______________________________________ _______________________________________ Last date for submission : October 17, 2017 up to 1300 Hrs Date of opening of Part-I of the tenders : October 17, 2017 at 1600 Hrs

Upload: nguyenque

Post on 28-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

  • 1

    College of Agricultural Banking

    Reserve Bank of India University Road, Pune

    Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters PART I (Section I to Section IX)

    (Technical Bid)

    For the period from the date specified in the contract till June 30, 2018

    ISSUED TO (Name of the Tenderer)

    : _______________________________________

    Address of the Tenderer

    : _______________________________________ _______________________________________ _______________________________________

    Last date for submission : October 17, 2017 up to 1300 Hrs Date of opening of Part-I of the tenders

    : October 17, 2017 at 1600 Hrs

  • 2

    Disclaimer College of Agricultural Banking (CAB), Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), Pune (the Bank) has prepared this tender document. The information is provided to prospective Bidders to enable them to bid for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at Ashiyana Officers Quarters (Gokhle Nagar, Pune), Parijat Officers Quarters (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud, Pune), Nishigandha Staff Quarters(University Road, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract as per the terms and conditions set out in this tender and any other terms and conditions related to such information

    This tender is neither an agreement with any party, nor invitation to any party to perform work of any kind. The purpose of this tender is to share requirements of the Bank with all interested parties in order to enable them to submit their Bid. While the Bank has taken due care in the preparation of the information contained herein, the Bank does not claim that the information is exhaustive. Respondents to this tender are required to make their own inquiries and they should not rely solely on the information in tender. The Bank is not responsible if no due diligence is performed by the Respondents. The Bank reserves the right not to proceed with this tender, to alter the time-table reflected in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the tender further with any respondent. No reimbursement of cost of any type or on any account will be paid to persons or entities submitting their Bid.

    In case of any discrepancy/difference in interpretation in the tenders issued in English and Hindi, the particulars specified in the Tender issued in English will prevail.

    ________

  • 3

    Table of Contents Item Description Page

    Tender Notice 4-5

    Part I

    Section I Eligibility Criteria and important information. 6-9

    Section II Scope of work 10-11

    Section III General Instructions to Bidder (s) 12-19

    Section IV Special conditions of the contract 20-23

    Section V Form of Tender 24-25

    Section VI Details of Bidders 26-27

    Section VII Check list of documents to be submitted with the Tender

    28-29

    Section VIII Commercial Conditions 30

    Section IX Scrutiny of Offers 31-32

    Annex I List of similar services 33

    Annex II Proforma of Clients Report 34-35

    Annex III Proforma of Bankers Certificate 36

    Annex IV Technical Bid Basic Information 37

    Annex V NEFT Details 38

    Part- II Financial Bid

    Section 1 Bill of Quantities -

  • 4

    COLLEGE OF AGRICULTURAL BANKING (CAB)

    RESERVE BANK OF INDIA (RBI) PROTOCOL, SECURITY AND LOGISTICS DIVISION (PSLD)

    UNIVERSITY ROAD, SHIVAJI NAGAR PUNE 411 016

    Tender Notice Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at Ashiyana Officers Quarters (Gokhale Nagar, Pune), Parijat Officers Quarters (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud, Pune), Nishigandha Staff Quarters (University Road, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract till June 30, 2018 College of Agricultural Banking, Reserve Bank of India, Protocol, Security and Logistics

    Division (PSLD), Pune hereafter refer to as the Bank, invites tenders from reputed and

    eligible firms/companies for providing services of Fire Wardens in College of

    Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for servicing of Fire

    Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at

    Ashiyana Officers Quarters (Gokhale Nagar, Pune), Parijat Officers Quarters

    (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud,

    Pune), Nishigandha Staff Quarters (University Road, Pune) and Rajnigandha Staff

    Quarters (University Road, Pune) from the date specified in the contract till June 30,

    2018.

    2. The tender forms can be obtained from College of Agricultural Banking (CAB),

    Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), University

    Road, Pune from September 11, 2017 to October 3, 2017 during office hours through

    Monday to Friday between 11.00 AM and 02.00 PM on payment of Rs. 1000/- in cash or advance remittance using NEFT. The tender forms can also be downloaded from

  • 5

    our website www.rbi.org.in for which payment of Rs.1000/- may be made using NEFT

    (Banks NEFT details are as in Annex V). The proof of NEFT has to be submitted along

    with the tender documents.

    3. The Bank is not bound to accept the lowest tender and reserves the right to

    accept either in full or in part any tender. The Bank also reserves the right to reject all

    the tenders without assigning any reason therefor.

    Principal September 07, 2017

    http://www.rbi.org.in/

  • 6

    Section I Eligibility Criteria & Important Information

    1.1 Name of the work: Tender for Providing Services of Fire wardens in College of

    Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at Ashiyana Officers Quarters (Gokhale Nagar, Pune), Parijat Officers Quarters (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud, Pune), Nishigandha Staff Quarters (University Road, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract till June 30, 2018

    1.1.1 Eligibility criteria: (a) The Bidder should be in the approved list of Vendors of Maharashtra Fire

    Services Department

    (b) Composition of the firm i) Particulars of the firm and their bankers as per Section VI. ii) Copy of the Memorandum and Articles of Association/Certificate of

    Incorporation/ Partnership Deed/ other relevant documents shall be submitted

    (c) Should have annual turnover of Rs. 25.00 lakh or more during the last three financial years ending 31st March 2017 Copies of the Income Tax Assessment orders/ IT Returns along with latest audited final statements of the business of the firm/company duly certified by a Chartered Accountant/certificate of turnover issued by a Chartered Accountant for the last three years ending March, 2017 should be submitted.

    (d) The Bidder should have office at Pune/Mumbai with adequate manpower to take care of replacement/reliever.

    (e) The bidder must have experience of successfully providing similar services to Government departments/offices, Airports, Banks, financial institutions, training centres during last 5 years ending March 31, 2017 as per the criteria given below: a) Three similar completed works each costing not less than 10 Lacs, OR b) Two similar completed works each costing not less than 14 lakhs OR c) One similar work costing not less than Rs. 27 lakhs d) Details of work experience shall be supported by work orders. The client-wise names of similar work(s), year(s) of execution of work

  • 7

    (s) awarded, and actual value of executed work(s), reasons for delay (if any), names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished as per Annex I Client Reports (as per the format given in Annex II) showing the details of work carried out during the last 5 years must be enclosed in separate sealed envelope along with technical Bid. Note: i) In respect of Government Departments/Public sector Undertakings the

    certificate should be signed by the concerned Executive Engineer or an officer of an equivalent or higher rank.

    ii) In respect of Departments other than Government Departments/Public sector Undertakings apart from the certificates mentioned at i) above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

    (f) The details along with documentary evidence of previous experience if any, of providing similar services to the Reserve Bank of India at any centre should also be given.

    (g) Bankers solvency certificate of value not less than Rs. 27 lakh as per the proforma given in Annex III in a separate sealed envelope along with the technical Bid.

    (h) Registrations Copy of PAN, GST Registration, Registration under Employee State Insurance Act, PF registration, registration under labour laws must be submitted as documentary evidence

    1.1.2 Other terms and conditions in respect of Fire Wardens to be deployed.

    a The fire wardens deployed should be qualified and should have minimum three years of experience. They must have undergone a basic course in firefighting from a Government-recognized institution.

    b Fire wardens deployed will not be more than 50 years of age.

    c Fire warden deployed by the Bidder should NOT be rotated/shifted within one year of deployment.

    d Fire warden deployed should be medically/physically fit and should be below 50 years of age.

    e Fire warden should be well trained in fire safety measures including First Aid, emergency responses and firefighting operation.

    f The Bidder shall be responsible for entire risk coverage of fire warden/ supervisors for the duration of such services with Reserve Bank of India, Pune.

    g The replacement/reliever in case of leave/exigency should be having similar qualifications and experience.

  • 8

    h Police verification of each and every person deployed is necessary and mandatory. It will be the sole responsibility of the firm to get proper police verification done in respect of all the fire wardens deployed.

    i One dedicated mobile (with number) will be provided by the Bidder at the fire control room at its own cost.

    j Provide the fire staff on duty with uniforms and badges to identify them as fire staff.

    1.2 Important Information: Earnest Money Deposit (EMD) EMD Rs. 54000/- to be remitted through NEFT

    (Details given in Annex V) or Bank Guarantee issued by a Scheduled Bank to be submitted. The details of transaction have to be provided. Failure to comply with this condition will render the tender void at the Bank's discretion.

    Cost of tender document Rs 1000/- by cash or by NEFT as per Annex V

    Date and place of issue of tender documents from office or downloaded from RBI website www.rbi.org.in

    From September 11, 2017 to October 3, 2017 from Protocol, Security and Logistics Division (PSLD), College of Agricultural Banking, Reserve Bank of India, Pune - 411016

    Date and place of Pre-Bid meeting

    At 1100 Hrs on October 04, 2017 at College of Agricultural Banking, Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), University Road, Pune to answer any queries / provide clarifications that the Bidders may have in connection with the work/tender and to give them relevant information regarding the same. No separate communication will be sent for this meeting. The tenderers are expected to get all the issues clarified during this meeting and should not deviate from the Bank's tender conditions/ specifications in their technical (Part I) and Price Bids (Part II).

    Last date and place of submission of completed Bid

    October 17, 2017 up to 1300 Hrs. at Protocol, Security and Logistics Division (PSLD), College of Agricultural Banking, Reserve Bank of India, University Road, Pune 411 016

    Date and time of opening of Technical Bids

    October 17, 2017 at 1600 Hrs.

  • 9

    Date and time of opening of Financial Bids

    Shall be intimated to all Bidders later after scrutiny of technical Bids

    Commencement Date As specified in the work order

    Power of Attorney Shall be submitted in favour of the person signing the tender documents

    Payment condition Refer Para 4.6 Penalty Refer Para 4.5 Validity of the tender 90 days from the date of opening of technical Bid All disputes arising shall be subject to the jurisdiction of courts in

    Pune

    Address for dispatching the tender/Bids

    The Principal, College of Agricultural Banking, Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), University Road, Pune (Maharashtra) 411 016.

    Contact person for communication in connection with this tender

    Name and Designation: Major Somit Dutta Manager, Protocol, Security and Logistics Division Phone: 020-25582339 Mobile no.: +919821251615 Email

    1.3 The Bank reserves the right to accept or reject any or all Bids without assigning any reasons and also reserves the right to relax any of the terms and conditions. No Bidder shall have any cause of action or claim against the Bank for rejection of his Bid.

    1.4 All information submitted in response to this tender shall be the property of Reserve Bank of India and it shall be free to use the concept of the same at its will.

    The Principal College of Agricultural Banking Reserve Bank of India

    Protocol, Security and Logistics Division (PSLD) University Road, Pune - 411016

    mailto:[email protected]

  • 10

    Section - II : SCOPE OF WORK

    1. Scope of Work

    i. The Bidder shall provide Six (06) trained fire wardens daily i.e. two Fire wardens in each of the three shifts. The Bidder shall deploy Fire wardens in eight hours shift who should work round the clock in three shifts (6.00 am to 2.00 pm, 2.00 pm to 10.00 pm and 10.00 pm to 6.00 am) for taking care of fire safety, manning the fire console rooms, maintaining fire safety equipment like fire extinguishers and liaison with local fire brigade.

    ii. The Bidder shall ensure that Two Fire warden are always on duty at the Banks premises round the clock subject to the condition that at least one of the fire warden is not on duty for more than 8 hours continuously.

    iii. The Fire warden shall go round the Banks premises at regular intervals and also just before relieving the fire warden on duty.

    iv. Any shortfall of man power due to illness/other reasons will be made up by the Bidder.

    v. The Bidder will be responsible for servicing the Fire Extinguishers (109) on a quarterly basis.

    vi. The fire warden deployed, will be reporting to the Security Manager of College of Agricultural Banking, Reserve Bank of India.

    vii. Ensure that the fire staff engaged in the Banks premises should abide by all the instructions as and when given by the Security Manager/s or any other officer designated by the Principal

    viii. Maintenance and operation of Fire hydrant/Wet Riser system wherever the system is installed in the College of Agricultural Banking, RBI , Pune.

    ix. Bidder will ensure that Fire wardens deputed are not under the influence of alcohol or any intoxicating drugs while on duty.

    2. List of Duties to be performed by the Fire Warden (Illustrative)

    a) Manning of Fire Control Room/Fire Panel round the clock. b) Checking all fire equipment for serviceability at periodicity to be

    prescribed by the Bank. c) Servicing of all firefighting equipments/Extinguishers. d) Conducting periodic training of Bank staff on firefighting. e) Fighting the fire at incipient stage and assisting the Fire Brigade as and

    when they arrive. f) Conducting regular firefighting drills. g) Functioning under the overall supervision of the Security Manager on all

    aspects of work and administration, relating to fire-fighting and disaster management

    h) Assisting in fire audit as and when carried out.

  • 11

    i) Regular patrolling of entire premises for identifying fire hazards and removing/taking steps to protect against fire and building code violations.

    j) Checking all escape routes and fire lanes daily and ensuring they are free of obstacles.

    k) Assisting in search and rescue & salvage operation in case of fire. l) Responsible for all firefighting arrangement in respect of the said

    premises.

    ______

  • 12

    Section III: General instructions to Bidders

    3.1 Tender Document:

    3.1.1 Tender shall consist of this document having Nine Sections along with any annexures, schedules, addendum or corrigendum etc. issued by the Bank for the purpose.

    3.1.2 Bidders are advised to study all sections of tender documents thoroughly. Submission of Bid shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications.

    3.1.3 Bidders are advised to use only the forms (tender books) issued by the Bank / or forms downloaded from the website. In case the tenders are submitted from downloaded tender forms from the website, if any change/modification thereto is found subsequently, such tenders are liable for disqualification. However, if they desire to submit additional information, they may do so on their own letter head. Each page of the forms shall be signed.

    3.1.4 Eligibility criteria shall be as per section 1.

    3.2 Amendment to tender document

    3.2.1

    At any time prior to the deadline for the submission of Bids, the Bank may, for any reason, whether at its own initiative or in response to a clarification or query raised by a prospective Bidder, modify the tender by an amendment.

    3.2.2 The said amendment in the form of the addendum/ corrigendum will be sent to all prospective Bidders to whom, the tender has been sent on or before the last date mentioned in Para 1.2 of the tender under Important Information. This communication will be in writing by mail or fax and the same shall be binding on the Bidders. Prospective Bidders should promptly acknowledge receipt of the addendum/ corrigendum by fax or mail/courier to the Bank. The addendum (s) issued will form part of the tender documents.

    3.2.3 In order to afford prospective Bidders reasonable time for preparing their Bids after taking into account such amendments, the Bank may, at its discretion, extend the deadline for the submission of Bids.

  • 13

    3.3 Submission of Bid : Tender in prescribed form shall be submitted in two parts (two separate and distinct envelopes)

    3.3.1 Technical Bid

    Part-I of the tender will contain Banks standard technical and commercial conditions for the proposed work, bidders covering letter with relevant documents and the EMD of Rs 54000/-; super-scribing Part I - Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune

    (i) Sections I to IX are parts of the Technical Bid. All the pages of the sections must be signed by the authorized signatories. All partners in case of partnership firms or representatives authorized by the board in case of a company.

    (ii) Bidder must fill all the details specified in various sections.

    (iii) EMD shall be part of Technical Bid.

    (iv) The tender documents must be filled in English and all entries must be made by hand and written in ink. If any of the documents is missing or unsigned, the tender may be considered invalid by the Bank at its discretion.

    3.3.2 Financial Bid: Part-II of the tender will contain no conditions but Banks schedule of quantities and tenderers price Bid only and be sealed in a separate cover, superscripting Part II - Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune.

    The Financial Bid will be given in the format given in Part II. It will have the following components.

    1. Rates for fire wardens deployed 2. Reliever charges 3. Service charges of the Firm 4. Charges for servicing of Fire Extinguishers

    (i) Currency of Bid: Bid prices shall be quoted in Indian Rupees only. These prices should include all costs associated with the work including any out of pocket / mobilization expenses, all taxes (except GST), charges, levies, cess, insurance, other Govt. Taxes etc.

    The rates quoted must be excluding GST, which will be reimbursed as per the rates applicable.

  • 14

    (ii) Any correction in the amount will not be accepted.

    (iii) The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity.

    (iv) The Bidder should ensure that all columns of the price schedule are duly filled in and no column is left blank. After opening of the price Bid, no clarifications whatsoever shall be entertained by the Bank.

    (v) If any columns of the price schedule are found blank, the tender of the respective Bidders shall be treated as non-responsive and will be summarily rejected by the Bank.

    3.3.3 It will be imperative on each Bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the items. No request for the change of price shall be entertained, on account of any local condition or factor once the offer of the Bank is accepted by the Bidder.

    3.4 Bids shall remain valid for acceptance by the Bank for the period indicated in Para 1.2. This period may be further extended, if required, by mutual consent.

    3.5 Earnest Money Deposit (EMD) / Bid Security :

    3.5.1 The Bidders shall enclose proof in support of EMD, if sent using NEFT for the amount indicated in Para1.2 of the tender.

    3.5.2 EMD shall be remitted using NEFT or deposited in the form of Bank guarantee which should be issued by a Scheduled Bank. The NEFT details will be submitted along with technical bid. No interest shall be paid on EMD. EMD of the successful Bidder will be retained with the Bank against Security Deposit.

    3.5.3 Bids not accompanied by EMD, shall be treated as non-responsive, and will be summarily rejected by the Bank.

    3.5.4 The EMD of unsuccessful Bidders shall be discharged/ returned by the Bank after award of work to the successful Bidder.

    3.6 EMD shall be forfeited if the Bidder:

  • 15

    (i) makes misleading or false representations in the forms, statements and attachments submitted, suppressed any material information, details of any legal proceedings pending in the court which might otherwise would have created any impact on the eligibility criteria; or

    (ii) leaves blank the column of the financial Bid; or

    (iii) withdraws his Bid during the period of Bid validity; or

    (iv) Has been blacklisted by any Government agency and the blacklisting is still in force.

    3.7 Procedure for Submission of Bids

    Interested eligible Bidders shall submit the tenders in prescribed form in two parts as under:

    Part-I of the tender will contain the tenderers covering letter, documents as detailed in the tender and additional information, if any, and be sealed in one cover, super-scribing, Part I - Tender for Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune.

    Part-II of the tender will contain no conditions but Banks schedule of quantities and tenderers financial bids only and be sealed in a separate cover, super-scribing, Part II -Tender for Providing Services of Fire wardens in College of Agricultural Banking, Reserve Bank of India, Pune.

    Both these sealed covers should further be sealed in another envelope and addressed to Principal, College of Agricultural Banking, Reserve Bank of India, Protocol, Security and Logistics Division (PSLD), Pune - 411 016 and submitted to the Bank on or before 1300 Hrs on October 17, 2017 in the manner detailed in the tender form.

    3.7.1 Technical Bid

    (a) Technical Bid consisting of all the particulars as given in (Section I to Section IX) in one cover super-scribing the part and name of the tender as mentioned in Para 3.3.1 and date of opening as given on page 1.

    (b) Please note that prices should not be indicated in the Technical Bid.

    (c) EMD shall be part of Technical Bid and details of NEFT or the Bank Guarantee shall be submitted along with technical bid

    3.7.2 Financial Bid

  • 16

    Financial Bid in one cover super-scribing the part and name of the tender as mentioned in Para 3.3.2. Please note that any conditions should not be indicated in the Financial Bid.

    3.7.3 The Technical Bid contained in one sealed Cover and Financial Bid in another sealed cover prepared as above are to be kept in a single sealed cover superscripted with name of the tender.

    3.7.4 All the covers should also indicate clearly the name and address of the Bidder.

    3.7.5 If on opening the single sealed cover, it is found that the Technical Bid and Financial Bid have not been put in separate covers; the Bid will be liable for rejection.

    3.8 No conditional/optional quote shall be accepted.

    3.9 Bidders shall not be permitted to alter or modify their Bids after receipt of Bids.

    3.10 Receipt of Bids

    The sealed Bids can be deposited in the tender box in the Bank till the schedule time and date as referred to in Para 1.2. Alternatively, the Bids may be sent by Registered Post/Speed Post/ Courier addressed to the Principal, College of Agricultural Banking, Protocol, Security and Logistics Division (PSLD), Reserve Bank of India, University Road Pune - 411016 so as to reach him by the scheduled time on the last day of acceptance of the tender. The Bids received thereafter shall not be entertained.

    3.11 Opening of Technical Bid

    The Technical Bids will be opened at 1600 Hrs on October 17, 2017 at College of Agricultural Banking, Reserve Bank of India, Protocol, Security, and Logistics Division (PSLD), Pune - 411016. The Bidders or their authorized representatives may be present for the same, if they so desire.

    3.12 Scrutiny of Technical Bid

    3.12.1 As per eligibility conditions given in para 1.1.

    3.13.2 The Bank may obtain reports on the past performance of the bidder from his clients and bankers. The Bank shall evaluate the said reports before opening Part-II of the tenders. If any bidder is not found to possess the required eligibility for participating in the tendering process at any point of

  • 17

    time and/or the performance reports received from the clients and/the bankers report are found unsatisfactory, the Bank reserves the right to reject the offer even after opening Part-I of the tender and EMD may be forfeited or returned back to the bidder at the Banks discretion. The Bank is not bound to assign any reason for doing so.

    3.14 Opening of Financial Bid

    The financial Bids of the short-listed Bidders will be opened later and such short-listed Bidders will be intimated about the date and time accordingly. The short-listed Bidders or their authorized representatives may remain present, if they so desire for the same.

    3.15 Scrutiny of Financial Bid

    The Financial Bid shall be evaluated as per the procedure indicated in Section IX.

    3.16 The Bank has the Right to vary quantities at the time of placement of Work Order/signing of Contract or split the order among the selected Bidders.

    3.17 The Bank reserves the right to accept any Bid and to reject any or all Bids

    (i) Notwithstanding anything mentioned above, the Bank reserves the right to accept or reject any Bid at any time prior to award of Contract without thereby incurring any liability to the affected Bidder or Bidders. The Bank may not assign any reason for rejection of any or all Bids. The Bank reserves the right to cancel/annul the selection process, at any stage prior to the award of the tender.

    3.18 Disputes

    All disputes arising shall be subject to the jurisdiction of the appropriate court as indicated in Para 1.2 and will be governed by the relevant statutory provisions in force in India.

    3.19 Compliance with Minimum Wages

    (a) Rates quoted by the bidder should be in accordance with provisions in Contract Labour (Regulation & Abolition) Act, 1970 and Minimum Wages Act, 1948. Bids with rates below the prescribed wages (semi-skilled worker) will be rejected. The bidder shall ensure payment of minimum wages to the workmen employed by they/them through NEFT to their bank account/s and shall maintain a register of wages and shall issue a wage slip to every workman employed by them and

  • 18

    obtain their signature or thumb impression on the wage slips. In addition, they have to provide essential amenities like drinking water, first aid facility, etc. to their employees as per Contract Labour (Regulation & Abolition) Act, 1970. Salary of the employees shall be disbursed only through NEFT to their bank account and a copy of the NEFT payment shall be produced with the bill to be submitted to the Bank for payment to the Vendor. No cash payment by the company/firm shall be made to its employees.

    (b) The successful bidder has to give undertaking on Non Judicial Stamp Paper of applicable value before the award of the work that they undertake to actually pay wages to its personnel of all descriptions to be engaged by them for completion of that particular job/work at the rate which is not less than the one prescribed as minimum wages under CLRA Act, 1970 and also keep the Principal Employer indemnified against all the actions that may be initiated against the Principal Employer by the Statutory Authorities for his failure to pay such wages and/or provide the essential amenities.

    (c) The successful bidder shall indemnify and keep indemnified the Bank against all losses and claims, damages or compensation for breach of any provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Contract Labour (Regulation and Abolition) Act, 1970 or any other labour law/statute in force in this regard. The firm only shall be responsible for liabilities, if any, in this regard

    (d) In view of para 3.19 (a) it is necessary, for the successful bidder to furnish the bank account details of engaged personnel as proof of payment on enquiry.

    3.20 Insurance: The successful bidder shall take all risk policy" for the contract value and workmen compensation policy for the workers engaged in the work. The successful bidder shall indemnify the Bank for any loss or damage that occurs to persons or building or third party while executing the work. Third party liability in firms all risk policy shall be minimum Rs. 2 lakh per person for any one accident or occurrence and 5.00 lakh in respect of damage to property for any one accident or occurrence.

    Note: These policies shall be valid during the period the successful bidder provides the services mentioned in the contract to the Bank. If the firm does not provide these policies, the Bank reserves the right to take the above insurance policies themselves and recover the cost thereof from the bill of the Bidder.

  • 19

    3.21 Signing of Contract Agreement

    The General instructions to the tenderers and special conditions, conditions hereinbefore referred to, Conditions of Contract enclosed with the tender documents, the subsequent correspondence exchanged between the Bank and the tenderer and the work order placed shall be the basis of the final contract to be entered into with the successful bidder. On receipt of intimation from the Bank of the acceptance of the tender, the successful bidder shall be bound to implement the Contract within 14 days thereof and sign an agreement in bilingual.

    The cost of necessary stamp paper for execution of the agreement shall be borne by the Bidder.

    The successful Bidder shall not sublet any portion of the contract. In case of breach of these conditions, the Bank may serve a notice in writing on the successful bidder rescinding the contract whereupon the security deposit shall stand forfeited by the Bank, without prejudice to his other remedies against the Bidder.

    3.22 Right to Accept Part Tender: The Bank reserves the right to accept the tender either in whole or in part.

    (Signature of the authorized signatory of the Bidder with stamp)

    Place:

    Date:

  • 20

    Section IV: Special Conditions of the contract

    4.1

    Renewal of the contract The service contract shall be valid up to the date as specified in the agreement and it may be further renewed for two years, one year at a time, on the basis of satisfactory performance and same terms and conditions, subject to changes and revisions in statutory requirements.

    4.2

    Non-disclosure The Firm shall not disclose directly or indirectly any information, materials and details of the Banks infrastructure / systems/ equipment etc., which may come to the possession or knowledge of the successful bidder during the course of discharging contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. The Firm shall treat the details of the contract as private and confidential, except to the extent necessary to carry out the obligations under the contract or to comply with applicable laws. The Firm shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere without the previous written consent of the Bank. The successful bidder shall indemnify the Bank for any loss suffered by it as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the successful bidder and the Bank shall be entitled to claim damages and pursue legal remedies. The successful bidder shall take all appropriate actions with respect to its employees to ensure that the obligations of non-disclosure of confidential information under this agreement are fully satisfied. The successful bidders obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason.

    4.3 The successful bidder shall provide identity cards to his/her employees or agents who shall be doing the subject job at the Bank's premises. All the employees and agents should bear the identity card for all the times they are working in Bank's premises.

    4.4 The successful bidder shall obtain Police Verification Report on character and antecedents of its personnel and provide other details relating to age, educational qualification, name and permanent address to be provided under this contract along with their passport size photographs before engaging them for duty in Banks Premises.

    4.5 Penalty If there is a case of dereliction of the duty by the fire wardens deployed

    (refer Scope of Work section II) a fine of Rs.1000/- per occasion will be deducted from the bill payable by the Bank for the month.

  • 21

    4.6 Payment Conditions: The charges quoted will cover the cost of manpower deployed, material used and machinery/equipment (Gum boots, gloves, jackets, etc.) deployed for efficient rendering of services and shall be payable on monthly basis subject to submission of invoice and satisfactory performance. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc. N.B. - Salary of the employees shall be disbursed only through NEFT to their bank account and a copy of the NEFT payment shall be produced with the bill to be submitted to the Bank for payment to the Firm.

    4.7

    Force Majeure: The Bidder shall not be liable for forfeiture of its EMD, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, Force Majeure means an event beyond the control of the Bidder and not involving the Bidders fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, earthquakes, epidemics, quarantine restrictions, freight embargoes etc. The Bank will decide whether delay or failure on the part of the Bidder was the result of an event beyond his control or not. The decision of the Bank in this regard will be final and binding on the bidder and will not be open to question before any court / forum in any proceedings.

    4.8 Termination of the contract on default

    4.8.1 The Bank may without prejudice to any other remedy for breach of Contract, by one months written notice of default sent to the successful bidder and upon the successful bidders failure and neglect to propose and/or execute any corrective action to set right the default, terminate this Contract in whole or in part:

    (i) If the successful bidder fails to deliver any or all of the items of work as specified in the Tender document within the time period(s) specified in the Contract; or

    (ii) If the successful bidder fails to perform any other obligation(s) under the Contract.

    4.8.2 On termination of the Contract for default, the security deposit of the successful Bidder will be forfeited.

    4.8.3 On termination of the Contract for default, action will be taken to blacklist the successful bidder at the discretion of the Bank.

    4.8.4 The Bank has right to go to court of law in case of breach of the terms and conditions as specified in the tender document.

  • 22

    4.8.5

    Termination for Insolvency: The Bank may at any time terminate the Contract by giving written notice to the Bidder, without compensation to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which the Bank is or will be entitled to take or seek.

    4.10

    Patents: The successful bidder shall indemnify the Bank against all claims in respect of patent rights and shall defend all actions arising from such claims and shall himself pay all royalties, license fees, damages cost and charges of all and every sort that may be legally incurred in respect thereof.

    4.11 Adherence to Safety Measures :

    The successful Bidder will have to adhere to the safety code as detailed below:

    a) The successful Bidder shall follow all safety regulations. He shall provide necessary safety appliances to his employees as instructed by the Bank depending upon the nature of work. All model safety norms, issued by PSLD, from time to time shall be strictly followed.

    b) The injured person shall be taken to a public hospital without loss of time, in cases where the injury necessitates hospitalization.

    c) There may be venomous reptiles and insects in the green areas where work is to be carried out. Utmost care shall be taken by the successful bidder throughout the contract period to prevent accidents.

    4.12 Abiding by the provisions of Sexual Harassment Act, 2013 at work

    place: The successful Bidder shall be solely responsible for full compliance with the provision of Sexual Harassment for Women at Work Place (Prevention, Prohibition & Redressal) Act, 2013. In case of any complaint of sexual harassment against its employee within the premises of the Bank, the complaint will be filed before the Internal Complaints Committee constituted by the successful Bidder and the successful bidder shall ensure appropriate action under the said Act in respect of the complaint. Any complaint of sexual harassment from any aggrieved employee of the successful bidder against any employee of the Bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

  • 23

    The successful Bidder shall be responsible for any monetary compensation that may need to be paid in case the incident involves the employee of the successful bidder, for instance any monetary relief to Banks employee, if sexual harassment by the employee of the successful bidder is proved. The successful Bidder shall be responsible for educating its employees about prevention of sexual harassment at work place and related issues. The successful Bidder shall provide a complete and updated list of its employees who are deployed within the Banks premises.

    I/We hereby declare that I/We have read and understood all the above instructions/conditions and the same will remain binding upon me/us in case the above mentioned Contract is entrusted to me/us. I/we also note that this letter will form part of the contract document and that the contents of this letter shall be supplemental to the conditions in the tender and not in derogation thereof except to the extent specifically provided herein.

    (Signature and seal of the authorized signatory of the bidder)

    Place:

    Date :

  • 24

    Section - V : Form of Tender

    The Principal College of Agricultural Banking, Reserve Bank of India, University Road, Pune 411 016 Tender for Providing Services of Fire Wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at Ashiyana Officers Quarters (Gokhale Nagar, Pune), Parijat Officers Quarters (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud, Pune), Nishigandha Staff Quarters (University Road, Pune) and Rajnigandha Staff Quarters (University Road, Pune) from the date specified in the contract till June 30,2018 Madam/Sir,

    Having examined the requirements, conditions and schedule of quantities relating to the captioned work and having visited and examined the site of the works and also having acquired the requisite information relating thereto as involving the tender, I/We hereby offer to take up the work of Providing Services of Fire wardens in College of Agricultural Banking (CAB), Reserve Bank of India (RBI), Pune and for Servicing of Fire Extinguishers in Office Premises of CAB, RBI and its 05 Residential Quarters at Ashiyana Officers Quarters (Gokhale Nagar, Pune), Parijat Officers Quarters (University Road, Pune), Gulmohar Officers Quarters (Dahanukar Quaters, Kothrud, Pune), Nishigandha Staff Quarters (University Road, Pune) and Rajnigandha Staff Quarters (University Road, Pune) at the rates mentioned in the attached schedule of quantities and in accordance with the conditions of the tender and conditions of contract attached hereto. The deployment will be on 24 hrs * 7 day basis. We understand that the minimum number of persons required to be deployed by us will be as below:

    Type of Service Semi-Skilled Manpower Remarks Providing Services of Fire wardens

    06 persons per day (2 x 3 shifts)

  • 25

    2. We also agree that our tender will remain valid for acceptance by the Bank for 90 days from the date of opening of the tender and this period of validity can be extended for such period as may be mutually agreed between the Bank and us in writing. We agree to keep the EMD or Bank Guarantee towards EMD valid during the entire period of validity of tender. 3. Should this Tender be accepted, I/we hereby agree to abide by and fulfill all the terms and conditions of the Tender and in the event of any default thereof, to forfeit and pay to you or your successors, or assignees or nominees such sums of money as are stipulated in the conditions contained in the tender document with the written acceptance of the Contract.

    4. I/We understand that you reserve the right to accept or reject any or all the tender either in full or in part without assigning any reason therefor.

    Dated this ..day of .. 2017.

    For and on behalf of M/s

    (Signature of authorized signatory with seal)

    Name ________________________________________

    Designation ________________________________________

    Place ________________________________________

    Date ________________________________________

    (Certified true copy of Board Resolution or mandate or Power of Attorney of the above signatory as authorized signatory should be enclosed).

    Witnesses (1) Signature with

    _______________________________

    name, address and date ______________________________

    Witness (2) Signature with _______________________________

    Name, address and date

    _______________________________

  • 26

    Section VI : Details of Bidders

    Particulars of Firm -

    Sr. No.

    Particulars To be filled by Bidder

    1. Whether sole proprietorship or partnership firm or company

    2. Names of the proprietor/ partners / Directors of the firm

    3. Address of the Firm

    4 Telephone /Mobile

    Email

    Fax

  • 27

    The details of firms banker:

    Sr. No.

    Particulars To be filled by tenderer

    1 Name of the bank

    2 Branch Address

    3 IFSC Code (cancelled cheque may be enclosed)

    4 Telephone and fax number

    5 Name of the contact person

    6 Amount of credit facility / overdraft facility enjoyed by firm from the bank

    7 The period for which the firm has been banking with the bank

    8 Bank Account Number (must be a current account)

    9. Type of A/c

    10 Account Holder Full Name

    11 Permanent Account Number (PAN).

    I/we hereby agree and confirm to disburse the salary of the employees through NEFT directly into their bank account and also accept the payment in respect of the above works, if awarded to our firm/company, through NEFT.

    Signature and seal of authorized signatory

    Place: Date :

  • 28

    Section VII: Check List of documents to be submitted with the tender

    S.No Prequalification documents Attached

    Yes/No 1 The firm should be in the approved list of vendors of Maharashtra

    Fire Service Department. (Evidence of the same to be enclosed)

    2 Tender documents signed and stamped (Part-I and II) in two separate and distinct envelopes. These two envelopes should be put in another envelope.

    3 Cost of Tender Document (Rs.1000) submitted in cash/NEFT (NEFT Details as per Annex V)

    4 All the Bidders shall remit EMD Rs 54000/- (Fifty Four Thousand only) as specified in the tender document by NEFT as per details given in Annexure V or by Bank Guarantee. Proof of NEFT/ Bank Guarantee must be submitted.

    5 Proof of average annual financial turnover of firm during the last 3 years ending 31st March 2017. Minimum of Rs 25 lakh each year. Copies of the Income Tax Assessment orders/ IT Returns along with latest audited financial statements of the business of the firm duly certified by a Chartered Accountant/certificate of turnover issued by a Chartered Accountant should be enclosed as proof of their credit worthiness and turnover for the last three years.

    6 The client-wise names of similar service(s) provided, year(s) service provided, and actual value of contracts, names and full contact details of the authorities / departments to whom such services were provided should be furnished as per Annex I

    7 The details along with documentary evidence of previous experience if any, of carrying out works for the Reserve Bank of India at any centre should also be given.

    8 The Bidder should have effective infrastructure/tie-up for training of Fire Wardens. Documentary evidence in support of such arrangements/tie up must be submitted.

  • 29

    9 Proof of having successfully provided similar services during last 5 years as on March 31, 2017. Client reports (as per the format given in Annex II) showing the details of services provided during the last 5 years must be enclosed in separate sealed envelope along with technical Bid. Note: i) In respect of Government Departments/Public sector

    Undertakings the certificate should be signed by a DGM/GM or an officer of an equivalent or higher rank.

    ii) In respect of Departments other than Government Departments/Public sector Undertakings apart from the certificates mentioned at i) above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

    10 Copy of Permanent Account Number (PAN ) 11 Proof of Registration for GST 12 Proof of Registration with ESI 13 Proof of Registration with EPF authorities 14 Proof of Registration under labour laws 15 Particulars of the firm / firms and their bankers as per Section

    VI.

    16 In case the tender documents are signed by Power of Attorney holder, copy of power of attorney should be submitted.

    17 Bankers certificate of solvency not less than Rs 25 lakh as per the proforma given in Annex III in a separate sealed envelope along with the technical bid.

    Signature and seal of the authorized signatory Place: Date:

  • 30

    Section - VIII: Commercial Conditions

    Sr. No.

    Description The Banks Terms Acceptance of Banks terms

    (YES/NO) 1 Validity of Tender 90 days

    2 EMD EMD to be remitted using NEFT and proof to be submitted along with the Technical Bid. EMD may also be deposited in the form of Bank Guarantee with the bid.

    3 Terms of payment Payment shall be made on Monthly basis subject to submission of invoice. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc.

    4 Scope of work As per specifications in Section II of the tender

    5 Penalties As specified in Para 4.5, Section IV of the tender

    Signature of the authorized signatory of the Bidder

    Date Name:

    Seal of the firm Designation:

  • 31

    Section IX: Scrutiny of Offers

    Scrutiny of Bids will be in two stages as under:

    (a) Short-listing of eligible bidders The Bank will first scrutinize the eligibility of the Bidders as per qualification criteria (Refer para. 1.1.1 of the Section I of the Tender Document). Only Bidders qualifying in T echnical Evaluation will be short-listed for Financial Evaluation.

    The decision of the Bank in this regard shall be final and no further correspondence in this regard will be entertained.

    (b) Financial Evaluation:

    The Bank will open and scrutinize the Financial Bids of only the technically qualified short-listed Bidders. Financial Bids should not have any alteration or overwriting. Alterations/overwriting in the Financial Bid will make the bid liable for rejection. The Financial Bid of the technically short-listed Bidders will be opened and the Bidders will be ranked as L1, L2, L3, etc. on the basis of their prices offered. The calculation arrived by the Bank will be final and will be binding on the Bidders

    Financial Bid :

    (a) Financial Bid will be evaluated on the basis of quoted cost of services as per the scope of services for providing the required complement of Semi-skilled personnel set out in this tender and carrying out the work as specified in Section II.

    (b) If, in the price structure quoted by a tenderer, there is discrepancy between the unit price and the total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price corrected accordingly, unless the Bank feels that the bidder has made a mistake in placing the decimal point in the unit price, in such case the total price as quoted shall prevail over the unit price and the unit price corrected accordingly.

    (c) If there is an error in a total price, which has been worked out through addition and / or subtraction of subtotals, the subtotals shall prevail and the total corrected accordingly.

    (d) If there is a discrepancy between the amount expressed in words and figures, the amount in words shall prevail, subject to sub clauses b and c above.

  • 32

    (e) In case for any item rate is not filled / found blank, the bid is liable for rejection.

    (f) If there is any arithmetical error in totaling of individual items, the correct total shall be computed by the Bank and the same shall prevail.

  • 33

    Annexure I

    List of Similar Services provided

    Sr. No.

    Name of client

    Year/s of execution of work/s

    Actual value of executed work(s)

    Names and full contact details of the officers/

    authorities/ departments under whom the work(s) was/were executed

    Signature and seal of authorized signatory of the Bidder

    Date: Place:

  • 34

    Annexure II

    CLIENTs CERTIFICATE Name and address of the Client Details of Services provided by Mr. /M/s 1. Details of services with brief

    particulars

    2. Agreement No. and date

    3. Agreement amount 4. Date of commencement of

    work

    5. i) Quality of work (indicate grading)

    Outstanding / Very Good/ Good / Satisfactory / poor

    6.. Details of penalty levied for deficiency in service (indicate amount) if any

    7. Was there any instance of non-compliance with any statutory or regulatory requirement?

    8. 1.Did the firm go for arbitration at any stage 2. If yes, total amount of claim 3. Total amount awarded

    9. Comments on the capabilities of the firm.

    a) Technical proficiency Outstanding / Very Good/ Good / Satisfactory / poor

    b) Financial soundness Outstanding / Very Good/ Good / Satisfactory / poor

    d) Mobilization of manpower Outstanding / Very Good/ Good / Satisfactory / poor

    e) General behavior

    Outstanding / Very Good/ Good / Satisfactory / poor

    Note: All columns should be filled in properly

    Signature of the Reporting Officer* with Office seal *Officer of the rank of AGM/DGM in PSU or equivalent in Govt Dept.

  • 35

    Annexure - III

    FORM OF BANKERS' CERTIFICATE FROM A SCHEDULED BANK

    This is to certify that to the best of our knowledge and information M/s./Shri..............---------------------------------------- having marginally noted address, a customer of our bank are/is respectable and can be treated as good for any engagement up to a limit of Rs............... (Rupees ............................................................). This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

    (Signature) For the bank

    Note: 1. Bankers' certificates should be on letter head of the bank, sealed in cover

    addressed to Principal, College of Agricultural Banking (CAB), RBI, Pune. 2. In case of partnership firm, certificate to include names of all partners as

    recorded with the bank.

  • 36

    Annexure IV

    TECHNICAL BID BASIC INFORMATION

    Sl. No.

    Information required Comments by the Service Provider

    1 Name of the firm/Bidder

    Address and telephone number of the registered office

    Also indicate the name of the authorized official and his/her telephone number

    2 Type of firm whether proprietorship / partnership / private limited company / limited company and date of Establishment.

    Please enclose the relevant documents with this.

    3 Name of the proprietor / partners / directors of the organization

    4 Details of experienced fire wardens available with the firm for deployment (proof in form of provident fund / ESIC list to be submitted.)

  • 37

    Annexure V NEFT Details for effecting e-payments

    Name of the Institution: College of Agricultural Banking, Reserve Bank of India, Pune Address (in full): College of Agricultural Banking, Reserve Bank of India Ganeshkhind Road, Shivajinagar, Pune-411 016

    1 Name of the Account Holder (as appearing in the Bank Account) College of Agricultural Banking, Reserve Bank of India, Pune

    2 Account Number 8691632

    3 Type of Account (Savings, Current etc.) Current

    4 PAN Number AAIFR 5286M

    5 Name of the Bank CAB, RBI, PUNE

    6 Name of the Branch CAB, PUNE

    7 Address of the Bank CAB, PUNE

    8 NEFT/IFS Code RBIS0PUPA01 (0 in the code represents ZERO)

    9 Name of the Account Sundry Deposit A/c-DAD

  • 1

    COLLEGE OF AGRICULTURAL BANKING / RESERVE BANK OF INDIA , / PSLD

    / PUNE

    Part II

    Tender for Providing Services of Fire Staff in College of Agricultural Banking, Reserve Bank of India, Pune and Servicing of Fire Extinguishers

    in College of Agricultural Banking and 05 residential Quaters at Pune

    For the period from the date specified in the contract till June 30, 2018. ISSUED TO (Name of the Tenderer)

    : _______________________________________

    Address of the Tenderer

    : _______________________________________ _______________________________________ _______________________________________

    Last date for submission : Up to 1300 Hrs on October 17, 2017 Date of opening of Part-I tenders : At 1600 Hrs on October 17, 2017

  • 2

    Part II (Financial Bid)

    (To be given on Applicants letter head)

    Name of work: Tender for Providing Services of Fire Wardens in College

    of Agricultural Banking, Reserve Bank of India, Pune and servicing of Fire Extinguishers in College of Agricultural Banking and 05 residential Quaters for the period up-to June 30, 2018 from the date of contract.

    In connection with the above and in full agreement with the terms and

    conditions as stipulated by you, I/We state as under:

    Services to be provided (A) No. of persons required (a)

    Rate per person per month (b)

    Amount per month

    Deploying two fire warden (semi-skilled workers) at the CAB, RBI Premises in three shifts of eight hours each round the clock for 07 days in a week*.

    6

    Rs.

    Reliever charges (B) Rs.

    Service Charges (C) @ Rs.

    Servicing of Fire Extinguishers

    Amount per month

    Charges for servicing of Fire Extinguishers (109 in number) (D)

    Rs.

    Total per Month (A+B+ C+D) Notes: *Quotations for personnel have to be as per CLR Act, 1970 and Minimum Wages Act, 1948 and inclusive of all applicable statutory levies. Quotes below minimum wages will be rejected. @Service Charge should include all applicable charges towards uniform/shoes supplies, material cost, taxes other than GST if any. I have gone through the terms and conditions and am agreeable to them.

    Authorized Signatory of the Bidder

    (With name and seal) Place: Date:

    (Technical Bid)Section I Eligibility Criteria & Important Information