open tender notice e-tender for house-keeping services in...
TRANSCRIPT
Government of IndiaMinistry of Commerce and Industry
Department of Industrial Policy and PromotionSecurity and Estate Office (SEa)
Udyog Bhawan, New Delhi-110 011
Open Tender Notice
E-tender for House-keeping Services in Udyog Bhawan, New Delhi.
No.D-11026/2/2013-SEO Dated, the 21st February, 2014
1. Online bids are hereby invited under Two-Bid System i.e. Technical Bidand Financial Bid from housekeeping agencies having their office in DelhijNCR,for cleaning, sweeping, including mechanized cleaning of common areas, toiletsand periphery of Udyog Bhawan and supply of additional contingent labourers fora period of 2 years in the Department of Industrial Policy and Promotion (DIPP).Tender documents can be downloaded through CPP portalhttps: ! !eprocure. gov.in! eprocure! app.
2. The bids completed in all respects will be accepted online only throughCPP portal https:l!eprocure.gov.in!eprocure!app. Intending bidders must beregistered with the Central Public Procurement (CPP) Portal i.e.https://eprocure.gov.in/eprocure/app.
3. Schedule of Invitation of E-Tender :
S1. Activity DateNo.1. Start date and time for viewing j downloading 22.02.2014 at 9.00 A.M.
of tender document2. Start date and time for submission of bid 22.02.2014 at 9.00 A.M.3. Last date and time for downloading tender 14.03.2014 at 3.00 P.M.·
document4. Last date and time for online submission of bid 14.03.2014 at 3.00 P.M.
and submission of EMDin original5. Date and time for opening of Technical Bid 14.03.2014 at 3.30 P.M.
4. In case, any holiday is declared by the Government on the day of opening,the tenders will be opened on the next working day at the same time. TheDepartment reserves the right to accept or reject any or all the tenders withoutassigning any reason therefor. ~~
(D.S. PARIHAR)Under Secretary (SEa)
Tele: No. 23063697
Government of India
Ministry of Commerce and IndustryDepartment of Industrial Policy and Promotion
Security and Estate Office (SEO)Udyog Bhawan, New Delhi-110 011
E-tender for House-keeping Services in Udyog Bhawan, New Delhi.
No.D-11026j2j2013-SEO Dated, the 21st February, 2014
TENDERDOCUMENT
FOR CLEANING, SWEEPING, INCLUDING MECHANIZED CLEANING OF COMMONAREAS, TOILETS AND PERIPHERY OF UDYOG BHAWAN AND SUPPLY OFADDITIONAL CONTINGENT LABOURERS FOR A PERIOD OF 2 YEARS IN THEDEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION (DIPP) UDYOGBHAWAN, NEW DELHI. \\ ,
~~~
2
INDEX
SECTION ITEMS PAGE NO.
Notice Inviting Tender Schedule ofInvitation of E-Tender Notice 01-02Index Index 03Section - I Notice Inviting E-Tender 04-05Section - II Instructions for Online Bid Submission 06-17
and Scope of Work- Section- III Bidder's Profile 18
Section- IV Instructions to Bidders and Eligibility 19-25Criteria
Section- V Financial Bid 26
FORMForm-I Bid Form 27Form-II Bid Security Form 28Form-III Performance Security Bond Form 29-30Form-IV Letter of Authorization for Attending Bid 31
Opening
APPENDIXAppendix - A to List of Tools and Cleaning Equipments 32Section-IIAppendix - B to List of Consumables 33Section-II
3
SECTION- I
D-11026/2/2013-SEOGovernmen t of India
Ministry of Commerce and IndustryDepartment of Industrial Policy and Promotion
Udyog Bhawan, New DelhiDated the 21st February, 2014.
Notice Inviting for E-Tender for Housekeeping Services in UdyogBhawan, New Delhi
1. Online bids are hereby invited under Two-Bid System i.e. TechnicalBid and Financial Bid from housekeeping agencies having office inDelhi/NCR, for cleaning, sweeping, including mechanized cleaning ofcommon areas, toilets and periphery of Udyog Bhawan and supply ofadditional contingent labourers for a period of 2 years in the Department ofIndustrial Policy and Promotion (DIPP). Tender documents can bedownloaded through CPP portal https: 1/ eprocure. gov.in! eprocure! app.Online bids complete in all respects should be submitted through CPPportal https: 1/ eprocure. gov.in! eprocure! app only on or before the last dateand time as mentioned below.
The Notice Inviting E-Tender is as under:
S1. Activity Date I RemarksNo.1. Total No. of pages of the e-tender Documents 1 - 332. Duration of House-keeping Services Two years from the
date of Agreement3. Open Tender No. D-11026/2/ 2013-SEO
dated 21.2.2014
4. Name of Organization Department ofIndustrial Policy andPromotion
5. Start date and time for viewing / downloading 22.02.2014 at 9.00 A.M.of tender document
6. Start date and time for submission of bid 22.02.2014 at 9.00 A.M.7. Last date and time for downloading tender 14.03.2014 at 3.00 P.M.
documentB. Last date and time for online submission of 14.03.2014 at 3.00 P.M.
bid and submission of EMD in original9. Date and time for opening of Technical Bid 14.03.2014 at 3.30 P.M.10. Amount for submission of EMD in the form of Rs.50,000
4~~
DD, FDR, Banker's Cheque or Bank (Rupees FiftyGuarantee from any Commercial Bank in an Thousand Only)acceptable form drawn in favour of DDO(Cash), DIPP, Udvoz Bhawan, New Delhi
11. Address for communication The Under Secretary(SEO), Department ofIndustrial Policy andPromotion, UdyogBhawan, New Delhi.
, Tele. No. 23063697
2. If the tender opening date happens to be a holiday then the next workingday will be the date of opening. However, venue and time of opening will remainunaltered.
~,~
(D.S. P A)Under Secretary (SEO)
Tek.:No.23063697
5
6
Section II
1. Instructions for Online Bid Submission As per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL: https://eprocure.gov.in ). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app 2. Registration 1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online Bidder Enrollment”. Enrollment on the CPP Portal is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse. 6) Bidder then logs into the site through the secured log-in by entering their user ID / password and the password of the DSC / eToken.
3. Searching For Tender Documents 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.
7
2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. 4. Preparation of Bids 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and they should be in PDF formats. Bid documents may be scanned with 100 dpi with black and white option. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. 5. Submission of Bids 1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be dropped in a sealed envelope in the Tender Box installed in Room No. 271-A, IInd Floor, Udyog Bhawan, New Delhi latest by 3.00 P.M. on 14.3.2014. The details of the DD/any other accepted
8
instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders should upload their financial bids in PDF format in the proforma given at Section-V. 6) The serve time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. 8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 9) Upon the successful and timely submission of bids, the portal will give a successful bid submission acknowledgement message and a bid summary will be displayed with the bid no. and the date and time of submission of the bid with all other relevant details.
6. Assistance to Bidders
i) Any queries relating to the tender document and the terms and
conditions contained therein should be addressed to the Tender Inviting
Authority for a tender or the relevant contact person indicated in the
tender.
ii) Any queries relating to the process of online bid submission or queries
relating to CPP Portal in general may be directed to the 24x7 CPP Portal
Helpdesk. The contact number for the helpdesk is 1800 233 7315.
7. Scope of Work
It is presumed that the Bidder has sufficient understanding of the required
works and understands the importance of sanitation and hygiene in a Government Office. Though the items of work involved under this contract are
detailed out as below, there may be some exigencies/circumstances, where the Contractor has to perform the activities to ensure proper cleanliness in the
complex/premises, which may not find express mention herein. As the workers of the Contractor will have accessibility to the general records of the
office, it will be incumbent on the part of the contractor and the employees under him to observe utmost discipline and due care in handling the records
so as to avoid damage, theft and leakage of information. Any lapse on this
9
account shall be treated as violation of the contract and consequently invite/invoke punitive clause of the Tender Document. Further, the contractor
shall be responsible for making good the damage done, if any.
The scope of work includes housekeeping and cleaning activities of common areas like corridors, staircases, common and attached toilets, entrance and
reception, drinking and hand wash facilities outside toilets at specified intervals by engaging the specified manpower and using equipment and
machines and consumables specified in Appendix A and B of Section-II to achieve the desired results. The contractor shall also provide contingent labour
as per the needs of this office.
8. Area Coverage for Housekeeping Services (Quantum of Work)
Unit
Sl. No.
Description of Area Covered Approx. Total Area
/Quantity
1. Cleaning of corridors, i.e. Basement to 5th Floor, staircases, window panes of
corridors and staircases and other fixtures in the corridors and staircases etc.
65596 Square Feet
2. Cleaning of Toilets (Gents/Ladies) 74 Nos.
3. Open space (Quadrangle/Periphery) 153667 Square Feet
4. Removing of garbage from the pits Approx. 200 Kg. Per Day.
9. Contingent Labour
The contractor shall also provide additional contingent labourers as per the
rate quoted in their bid on need basis.
10. Broad details of schedule of work
The work schedule to be followed is as follows-
1. Daily cleaning schedule- a. Corridors- sweeping of floor with dust control mop followed by wet
mopping using floor scrubbing machine and general floor cleaner on a continuous basis. First cleaning on all levels (Ground to 5th floor) to
be achieved by 9 A.M. The corridors would continue to be cleaned throughout the day on a regular basis on all working days and at
least once on all Saturdays, Sundays and Holidays. b. All windows in corridors would be dusted and all glass panels to be
cleaned with cleaner and appropriate duster. The window frame would also require cleaning with a brush to remove the dust,
especially in the window sill area.
10
c. All grills and railings in the corridor shall be dusted and wiped. All cabinets of firefighting equipment shall be cleaned and wiped from the
outside and inside. d. All outside surfaces of doors of rooms opening in the corridor shall be
dusted and cleaned including door handles, locks, name plates, etc. e. All doors, cladding, panels and glass showcases in the reception areas
shall be dusted, wiped and cleaned daily with cleaning solution. All furniture in the reception area including sofa sets, center and side
tables, etc. shall be dusted and cleaned daily. All open display items in the reception areas shall be carefully brushed and dusted using
appropriate brush and micro fiber cloth. f. All glass doors in corridors shall be cleaned with micro fiber cloth and
glass cleaning agent at least twice a day. g. The floor of the staircases shall be cleaned and mopped. All grills,
banister and windows in the staircase areas will be dusted and wiped clean.
h. Elevators- The exterior walls on the entrance side, control & display panels and internal surfaces of all elevators shall be wiped and
cleaned with duster and cleaning agent. The elevator floor shall be cleaned and wet mopped on the same frequency as the corridor floor.
i. The door mats placed in the corridors outside the rooms (wherever available) shall be cleaned.
j. All dust bins placed in the corridors shall be cleaned daily. Every such dust bin shall be lined using polythene bag of appropriate size
and grade as permitted under applicable laws. No dustbin should be allowed to over flow in any condition. Regular monitoring shall be
ensured to meet this condition. For collecting the garbage the complete polythene bag shall be removed from the dust bin, mouth
tied with a string, and then taken to the nominated NDMC bin. k. All signage installed in the corridor shall be cleaned using cleaning
agent and wiped daily. l. Toilets-
(i) The toilet door shall be wiped and cleaned on both sides. The toilet floor shall be dry mopped and then wet mopped using
appropriate floor cleaner. It shall be followed with mopping using deodorizer. Adequate concentration of cleaning/
deodorizing agents shall be ensured to achieve the requirements of hygiene and freshness.
(ii) All WC/urinal pots/Indian style commodes shall be cleaned using appropriate undiluted cleaning agent (toilet seat & bowl
cleaner) in sufficient quantities and scrubbing and wiping with brush. Initially at the start of the contract this may
require intensive cleaning to remove scales/marks in ceramic washbasins, WC and Indian style commodes which have
accumulated over a period of time. (iii) Flushing system of all toilets shall be checked daily. Sufficient
quantity of ice cubes, Naphthalene balls in urinals and wash basins, liquid soap and toilet paper rolls shall be provided to
11
ensure continuous availability of these items in requisite places/containers.
(iv) All taps, soap cases, towel rails, etc. shall be cleaned and wiped. All windows, window panes/sills and mirrors in the
toilets shall also be cleaned. (v) The contractor supervisor shall check the toilets for
mosquitoes and shall arrange to spray mosquito repellant on
need basis over the course of the day.
(vi) The cleaning operation of all common toilets as mentioned at points (i) to (v) above shall be carried out at-least four times
on all working days and on demand. This operation shall be completed by 9 A.M., 12 Noon, 3 P.M. and 5 P.M. on all
working days. (vii) The attached toilets shall be cleaned as per the details
mentioned above at i) to v) daily by 9 A.M. and additionally on demand on all working days.
(viii) On holidays and weekends (Saturday and Sundays) the
cleaning operation of common toilets and attached toilets shall be carried out at least once by 10 A.M. and additionally
on demand.
m. At the start of the contract all areas with Paan and Gutka spitting marks shall be scrubbed and thoroughly cleaned. Subsequently
the contractor shall have to keep a watch that any such cases of spitting are immediately addressed by adequate cleaning
measures.
n. Water coolers- The exterior of water coolers shall be wiped and cleaned daily. The tray of the water-cooler shall be cleaned daily
using appropriate cleaning agents. The floor around the water cooler shall be cleaned along with the corridor floor and efforts
should be made to keep the surrounding area dry.
o. Hand wash basins located outside the toilets and drinking water facilities- the wash basin and fittings shall be cleaned at least
twice a day at 9 A.M. and 2.30 P.M. on all working days and at least once at 9 A.M. on Saturdays, Sundays and Holidays and
additionally on demand. The area around these facilities usually gets very dirty due to disposal of garbage and spilling/over flowing
of water. Sweeping, mopping and cleaning of the floor around these areas shall be carried out at least 4 times a day on all
working days and at least once Saturdays, Sundays and Holidays.
p. Switchboard, plastic and brass planters, fixed furniture, wall hanging, etc. in common areas shall be suitably cleaned once
daily.
12
q. Quadrangle- sweeping and collection of dead leaves, garbage collection from dustbins and that lying in the open, cleaning of
circulating and parking areas using long handle broom shall be done twice daily at 9 A.M. and 2 P.M. on all working days and at
least once on Saturdays, Sundays and Holidays. The garbage collected shall be put in large polythene garbage bags with the
mouth tied and then transported to the nominated NDMC dump.
r. The contractor shall provide for an ice cube making machine of suitable capacity as indicated in the list of cleaning equipment for
placing sufficient ice cubes in urinal pots to reduce the chances of bad smell/odour emanating from toilets. The ice cubes may be
required to be replenished in urinal pots on a regular basis several times a day.
s. The contractor shall also provide bio cube with anti-splash net
attachment in all male urinals to suppress odour. Replenishment of the cube shall be ensured on need basis to ensure availability at
all times. Dirty/clogged bio cube attachment shall be cleaned / replaced.
t. Cleaning and mopping of floor of basements where possible.
u. Any other item in the corridor, toilet or periphery area as per
demand.
2. Weekly cleaning schedule-
a. Hosing and cleaning of awnings on entry gates using high pressure jet washing machine.
b. Cleaning and washing of quadrangles using high pressure jet washer and wet sweeping/mopping.
c. Intensive cleaning and dusting of ventilators in toilets including its glass panes, grills, etc.
d. Intensive cleaning of wall tiles/granite cladding on wall in toilets e. Dusting and cleaning of cobwebs from ceiling of corridors, toilets,
staircases, store rooms, basements using appropriate brushes. f. Intensive cleaning of toilets including corners of floors, urinal
drains, etc. using appropriate brushes, equipment and cleaning agents.
g. Sweeping of car garages wherever possible. h. Sweeping of roof top floor.
i. Polishing of all brass items like name plates, handles, railings, banisters, etc. in corridors, reception and entrance areas with
brass polish
13
11. Other terms and conditions
a) The supervisors and workers shall report for duty by 8 A.M. on all
days including holidays.
b) All nominated housekeeping personnel including supervisors shall be
available till 5.30 P.M. on all days including holidays.
c) At least two housekeeping personnel shall be present on each floor up
to 7.30 P.M. on all working days.
d) The contractor shall provide the following minimum supervisors
&housekeepers-
Sl.
No.
Description No. of Housekeepers
(minimum) Grade-semiskilled
No. of supervisors
(minimum Grade- Highly
skilled)
1 On working days and
Saturdays
45 (33 male+12 female)
7 (6 male +1 female)
2 On holidays &
Sundays
14 (8 male + 6 female) 3 (2 male +1
female)
e) Surprise inspections may be carried out by DIPP officials to assess
the level of housekeeping. Inspection equipment listed at Appendix-A
may be utilized for this purpose.
f) The contractor shall employ adult labourers only. Employment of
child labour will lead to the termination of the contract. The
contractor shall also be responsible for payment by following the
Minimum Wages Act, as applicable, and also of obeying all existing
Labour Laws.
g) The Contractor shall engage only such workers, whose antecedents
have been thoroughly verified, including character and police
verification and other formalities. The Contractor must also ensure
that they are of decent character, sound health and possess general
abilities to carry out the required works and are also able to read
instructions written in Hindi.
h) The Contractor shall provide photo-identity cards and uniforms to the
workers and it should be ensured that all the workers bear proper
uniform and displays identity card throughout the working hours.
The uniform shall be as approved by DIPP. The uniform will
necessarily include body overalls or shirt & trousers, baseball type
cap, standard design of shoes and socks.
i) The Department reserves the right to bar any worker, employed by the
Contractor, for carrying out the works, if there happens to be any
14
doubt about his/her integrity, conduct and character. The decision of
Department in this regard shall be final and binding on the
Contractor.
j) The Contractor shall ensure proper supervision of the work on daily
basis. The contact number of the person deputed for supervision shall
be intimated to the officers designated by the Department. Proper
registers/records for the jobs carried out on daily, weekly, fortnightly
and monthly basis, shall be maintained by the Supervisor, which will
be signed by the officers/officials of SEO Cell of this Department at
regular intervals and finally at the end of each month.
k) The Contractor shall prepare check lists for all the housekeeping
activities and get the same approved from DIPP prior to start of work.
These checklists shall be displayed in suitable locations as approved
by DIPP. The contractor shall ensure that the checklists are filled up
after due verification of housekeeping activities by their supervisor.
During surprise inspections these check lists may also be reviewed.
These check lists shall also form the basis for verifying performance of
the contractor. All check lists shall have to be duly catalogued and
stored by the contractor and will be produced on demand.
l) The Contractor must procure and possess on their own the entire
requisite cleaning equipment, tools, consumables, materials, facility
etc. as specified at Appendix A and B of Section-II for ensuring
smooth housekeeping services. All equipment, tools and machinery
along with fortnightly supply of consumables has to be made available
and displayed for inspection / approval to the DIPP officer, nominated
for this purpose, prior to start of work of that fortnight. This exercise
should be repeated every fortnight. No additional cost towards this
will be borne by this Department. All consumables should be
replenished on regular basis.
m) Electricity for operating the machine and equipment shall be provided
free of cost by DIPP.
12. Supply of Consumables and Materials
All materials/consumables and other related items as listed in Appendix-B are to be provided by the contractor. The Contractor shall
assess the quantity of consumables to be used and supply them in advance and store them at the allotted space on fortnightly basis.
Adequate stocks shall have to be maintained and in case of surprise checks by DIPP, if nil/inadequate supplies of items are noticed, suitable
penalties shall be levied. The contractor shall ensure that all branded consumable items shall be supplied in standard sealed packing of
15
OEM‟s only for the purpose of verification. Diluted chemicals shall not be kept in the store under any circumstance.
13. Period of Contract
The house keeping services are to be provided for a period of two years
from the date of acceptance of order and are extendable for a further period of six months at the same rate and terms and conditions at the
sole discretion of DIPP.
14. Penalty
The following penalties may be levied by DIPP-
(i) In case the services are found deficient on any particular day(s), this Department will deduct that day(s)‟s pro-rata contract amount for
those particular days.
(ii) In case of inadequate manpower on any working day, Rs. 500/- per housekeeper deficient per day (Rs. 1000/- per supervisor deficient per
day) shall be levied.
(iii) Penalty for improper/dirty uniform-Rs. 100/- per person per day.
(iv) If unsatisfactory performance is noticed in any of the floors/quadrangles and periphery of Udyog Bhawan for more than 7
days but not exceeding 10 days, the Department will deduct up to 50% amount of the total bill amount. If unsatisfactory performance
continues for more than a period of 10 days in any of the floors/quadrangles and periphery of Udyog Bhawan, the Department
reserves the right to terminate the contract without any further notice. In such an event the Security Deposit of the contractor shall
be liable to be forfeited.
(v) The contractor shall be fully responsible for any damage caused to the property of Department by his staff during sweeping and cleaning
work or otherwise and this office will deduct suitable amount from the bills payable to him or recover the same from the security deposit.
15. Performance Security
i. The successful bidder shall be required to deposit an amount equal to
10% of the work value within 10 days of issue of the letter of intent, as performance security.
ii. Performance security shall be submitted in the form of bank guarantee issued by nationalized bank as per Form III of the bid
document.
16
iii. Performance security will be discharged after the completion of contractor‟s performance obligations under the work.
iv. If the contractor fails or neglects any of his obligations under the terms and conditions of services, it shall be lawful for the department
to forfeit either whole or any part of the performance security furnished by the bidder as penalty for such failure.
16. Payment Terms
i. The Department of Industrial Policy and Promotion (DIPP) is a nodal
Department in Udyog Bhawan. After submission of bills by the contractor and satisfactory performance of services, Payment for
housekeeping services shall be made by the seven Ministries/ Departments housed in Udyog Bhawan on pro-rata percentage fixed,
through ECS on monthly basis. ii. The bills shall be submitted by the service provider to DIPP in 7
parts for the whole building by 10th of the succeeding month. iii. The department shall verify the bills and make necessary payments
after ascertaining the following- a. That the amount of EPF/ESI contributions (both employers‟ and
employee‟s contribution) for the duration of engagement in question, paid to the EPF/ESI authorities.
b. That the copies of authenticated documents of payments of such contributions to EPF/ESI authorities are submitted and ;
c. That a declaration from the service provider regarding compliance of the conditions of EPF/ESI Acts is submitted.
iv. Any sum of money due and payable to the contractor (including EMD refundable to him) may be appropriated by the Department
and set off the same against any claim of the Department for payment of a sum of money arising out of this work order or under
any other contract made by the contractor with the Department. v. Payment for contingent labourers will be made by the Estt. D
Section, DIPP for those labourers deployed by DIPP and the concerned Ministries/Departments housed in Udyog Bhawan
separately for those deployed its respective Ministries and Departments.
17. Termination of services
DIPP may without prejudice to any other remedy for breach of terms and conditions, terminate the services in whole or in parts, if
i. The service provider fails to provide service within the period(s)
specified in the terms and conditions or any extension thereof granted by DIPP.
ii. The service provider fails to perform any other obligation(s) as laid down under the terms and conditions of the order.
iii. The service provider fails to make monthly payments to the workers or is found to make short payments.
17
iv. DIPP may also by giving written notice and without compensation to the service provider, terminate the work order if
the service provider becomes unwilling, bankrupt or otherwise insolvent as declared by the competent authority without
affecting its right of action or remedy as hirer.
18. Indemnification
The successful bidder is solely liable to indemnify and keep DIPP indemnified against all loses/penalties/awards/ decrees arising
out of litigation/claims/application initiated against DIPP on account of acts of omission/commission attributable to
successful bidder/service provider and which are punishable under the provisions of various labour laws as amended from
time to time. DIPP shall be vested with sole discretion to determine damages/loss suffered on account of above from the
dues payable or from security deposit as performance guarantee or from either the personal property of the Bidder or property
owned by his firm/company by way of initiating suitable legal action against the successful bidder at any point of time.
19. Other special conditions
i. The department may require the service provider to discuss or
remove from the site any person or persons in the service provider‟s employment upon the work, who may be incompetent,
or misconduct himself and the service provider shall forthwith comply with such requirements.
ii. As contemplated under Section 4-A of the payment of gratuity
Act, 1972, the service provider shall, without limiting any of his obligation or liabilities, at his own expense, obtain a compulsory
workman‟s compensations Insurance scheme from the Life Insurance Corporation of India (LICI) etc. so as to facilitate
smooth and timely payment of gratuity amount to the workers, whenever any claim is formally preferred.
iii. The contractor shall be provided with space during the service
period for storage of the tools, equipment, consumables, etc. The space so provided should be used only for the purpose for which
it is provided. The service provider shall have no tenancy right on the space so provided. No residential accommodation shall be
provided to the staff of the contractor.
18
Section – III
Bidder’s Profile
NAME OF THE TENDERING
COMPANY AND ITS OWNER OR DIRECTOR ETC.
REGISTERED ADDRESS OF THE BIDDER
FULL ADDRESS OF
OPERATING/BRANCH OFFICE IN DELHI OR NCR
STATUS OF THE BIDDER
NAME OF THE PERSON/AUTHORISED
SIGNATORY FOR SUBMITTING THE
TENDER/OTHER DOCUMENTS AND
EMPOWERED FOR MAKING CORRESPONDENCE WITH
DEPARTMNET
PARTICULARS OF EARNEST
MONEY DEPOSIT
D.D. NO.: ……………………………………….…
DATE :…………..……………………… AMOUNT :………………..……………………….
NAME OF THE BANK : …………………………… BRANCH : ……………… …………..
PAN NO. Upload scanned attested copy.
PARTICULARS OF SERVICE TAX REGISTRATION
Upload scanned attested copy.
TELEPHONE NOS. (WITH STD CODE) OF
AUTHORISED SIGNATORY
Office : Residence : Mobile :
Fax No.: E-mail :
NAME (S) OF
PROPRIETOR/ALL PARTNERS/ALL DIRECTORS
19
Section – IV Instructions to Bidders:
1. Eligibility Conditions
i. The bidder should have carried out and satisfactorily completed at least
three housekeeping works during the last 3 years, each of an annual value
of at least Rs. 1 crore or two house-keeping works during the last 2 years,
each of an annual value of at least Rs. 2 crore, in any area of the following.
The work undertaken by the bidder in the past should be matching with
the scope of the work of this tender. The works undertaken by the bidder
should have been completed satisfactorily on or after 1st April, 2010 to meet
the last three years criteria.
a. Central Government Buildings/Convention Centers/ Training Institutes located in Delhi and NCR Region
b. International Airports. c. Delhi metro stations.
d. Banks and their corporate offices e. Five star hotels
f. Private hospitals of more than 200 beds
ii. Attested copies of work order and satisfactory completion report from the concerned agency in support of meeting the above eligibility requirement at
i) above shall be submitted along with the technical bid. iii. The agency should be registered with EPFO and ESIC and should have
valid registration certificates. Attested copies of latest quarterly EPF & ESI deposit challans for works in hand shall be submitted along with the
technical bid. iv. The agency should have Registration of Service Tax/Sales, Tax and TIN etc.
and documentary proof to this effect should be submitted with the technical Bid.
v. The agency should have valid PAN in its name. The documentary proof should be submitted with the technical bid.
vi. The Agency/firm should have been in existence at least for five years and should have its office in Delhi or NCR. Documentary proof in support of
this shall be submitted along with the technical bid.
vii. The Agency must possess valid ISO-9001-2008 certificate standards. The agency must also possess 14001 certification standards. Attested
copies of certificates in support of this shall be submitted along with the technical bid.
viii. Bidder, whose near relative is/are employed under DIPP, is/are not eligible to participate in the tender. Self-declaration to this effect should be
submitted along with the technical bid.
20
2. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of the bid. Department shall not be responsible for these costs regardless of the
conduct and outcome of the bidding process.
3. Bid Documents
a. Bid Document includes the following :-
(i) Notice Inviting E-Tender (ii) Job Specifications and Scope of Work and other terms and conditions
(iii) Bid Form as per the format at FORM-I (iv) EMD Form as per the format at FORM-II
(v) Performance Security Bond Form as per the format at FORM-III (vi) Bidder‟s profile as at Section-III
(vii) Documents in support of eligibility conditions as mentioned in para 1 of Section-IV above.
(viii) Rate for Housekeeping services and contingent labourers as per Section –V.
b. The Bidder is expected to examine all instructions, forms, terms and
specifications in the Bid Document. Failure to furnish all the information required as per the Bid Document or submission of the
Bid not substantially responsive will be at the Bidder‟s risk and may result in rejection of the Bid.
c. In case, any clarification is required by the bidder, they may contact at Tele. No. 011-23063448, 23061688, 23063697.
4. Bid Form
The Bidder shall complete the Bid Form as per Form – I and the
appropriate Financial Bid (Price Schedule) at Section V as per details furnished in Section II in the Bid Document covering the services to
be rendered.
5. Financial Bid (Price Bid)
(i) The Contractor shall quote the monthly price for the housekeeping services to be provided as per Section-II.
(ii) A bid submitted with an adjustable price quotations will be treated as non-responsive and will be rejected.
(iii) Discount or extra charge, if any, mentioned by the Bidder shall not be considered unless these are specifically indicated in the Price
Schedule. (iv) Prices charged by the Contractor for services rendered under the
contract shall not be higher than the prices quoted by the Contractor in his bid.
21
(v) No revision of price will be permissible on account of revision of necessary items/any inputs prices or cost of labour etc. No escalation
during the period of contract would be allowed on any account.
6. Earnest Money Deposit (EMD)
6.1 The Bidder shall furnish, as part of his bid, Earnest Money Deposit of Rs. 50,000/- in the form of DD, FDR, Bankers‟ Cheque
or Bank Guarantee from any Commercial Bank in an acceptable form, drawn in favour of DDO(Cash), Department of Industrial
Policy and Promotion, Udyog Bhawan, New Delhi. Earnest Money of the unsuccessful bidders will be returned within 30 days of final
award of the contract. Such EMD shall not carry any interest.
6.2 This EMD is required to protect DIPP against the risk caused by Bidder‟s conduct, which would warrant the forfeiture of the
security.
6.3 The EMD of the unsuccessful Bidders will be discharged/ returned as promptly as possible, but not later than 30 days after the expiry
of the period of the bid validity prescribed by Department.
6.4 The successful Bidder‟s EMD will be discharged upon the Bidder‟s acceptance of the Letter of Intent satisfactorily as award of
contract and furnishing of the Performance Security.
6.5 Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be dropped in a sealed envelope in the Tender Box installed in Room No. 271-A, IInd Floor, Udyog Bhawan, New Delhi latest by 3.00 P.M. on 14.3.2014. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
6.6 The EMD may be forfeited :-
(i) If the Bidder withdraws his bid during the period of bid validity
specified by the Bidder in the Bid Form, or (ii) In the case of successful Bidder, if the Bidder :
(a) Fails to accept the terms and conditions of services as specified, or
(b) Fails to furnish Performance Security, or (c) Fails or refuses to honour his own quoted price for House Keeping
Services or part thereof. (d) EMD of the successful Bidder shall be retained towards making of the
security of the performance of the contract and shall only be discharged after submission of the required Performance Security.
22
(iii) In case of failure as noted under clause 6.6 (a) and (b), the Bidder will not be eligible to participate in the tender for one year from the date of
issue of Letter of intent. The Bidder will not approach any court against the decision of Department in this regard.
7. Format and Signing of Bid
7.1 All the documents submitted online should be digitally signed by
the bidder.
8. Venue of the Tender Opening:
Tender will be opened in Chamber of Deputy Secretary (SEO), Room No. 255, 2nd Floor, Udyog Bhawan, New Delhi at 1530 hours on the
due date in the presence of Committee of Officers and the representatives of bidders who may desire to remain present during
opening of technical bid. If the tender opening date happens to be a holiday, then the next working day will be the date of opening, venue
and time of opening will remain unaltered.
9. Opening of Bids
9.1 Technical Bids shall be opened by the Tender Opening Committee consisting of officers of General Administration
Division of the Ministries/Departments housed in Udyog Bhawan. The Bidders or their authorized representatives (only
one representative of each Bidder) may also remain present during opening of e-tender on the scheduled date and time for
opening in the office of Deputy Secretary (SEO), Room No. 255, 2nd Floor, Udyog Bhawan, New Delhi-110011.
9.2 The date fixed for opening of bids, if subsequently declared as a
holiday by the Central Government, the revised date of schedule will be notified. However, in the absence of such
notification, the bids will be opened on the next working day, time and venue remaining unaltered.
9.3 Before outright rejection of the bid by the Bid Opening
Committee for non-compliance of any of the provisions, the Bidder/Company will be given sufficient opportunity to explain
their position. However, if the person representing the company is not satisfied with the decision of the Bid Opening Committee,
he/she can submit a representation to the Bid Opening Committee immediately, but in no case after closing of the
tender process, with full justification quoting specifically the violation of tender conditions, if any.
23
10. Clarification of Bids
To assist in the examination, evaluation and comparison of bids, the Department may, at its discretion ask the Bidder for the clarification of its
bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the Bidder shall be
entertained.
11. Preliminary Evaluation
11.1 The Department shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether
required documents have been furnished, whether the documents have been properly signed and whether the bids are generally in order.
11.2 Prior to detailed evaluation, the Department will determine the
substantial responsiveness of each bid to the Bid Document for the purpose of these clauses. A substantially responsive bid is one, which conforms to all
the terms and conditions of the Bid Document without material deviation. The determination of bid‟s responsiveness by Department shall be based on
the contents of the bid itself without recourse to extrinsic evidence.
11.3 Department of Industrial Policy and Promotion may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute
a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.
12. Evaluation
12.1 Department of Industrial Policy and Promotion shall evaluate the bids
to determine whether they are complete, whether any computational errors have been made, whether documents have been properly
signed and whether bids are generally in order.
12.2 Based on evaluation of the Technical Bids, a short-listing of bids will be carried out and the Financial Bids of only these short-listed bids
will be opened. Short-listed Bidders shall be informed of the opening of Financial Bids and they may depute their representative on the day
of opening of Financial Bid.
12.3 If there is a discrepancy between words and figures, the amount in words shall prevail. Prior to detailed evaluation, Department will
determine the substantial responsiveness of each bid to the Bid Document. A substantially responsive bid is one, which conforms to
all the terms and conditions of the Bid Document without material deviation. A bid determined as substantially non-responsive will be
rejected by Department.
24
12.4 Department of Industrial Policy and Promotion shall evaluate in detail and compare the substantially responsive bids and comparison of
bids shall be on the price of the services offered inclusive of all levies and charges as indicated in the Price Schedule.
12.5 The bids shall be evaluated on the basis of the total monthly cost of
house-keeping of the area as per schedule of requirement mentioned in Section-II.
12.6 The cost of contingent labour to be provided would not form part of
bid evaluation.
13. Award of Contract
Department of Industrial Policy and Promotion shall consider placement of Letter of Intent to those Bidders, whose offers have been found technically,
commercially and financially acceptable. The Bidder shall within 10 days of issue of Letter of Intent, give his acceptance along with performance security
in conformity with From III of the Bid Document.
14. Right to Vary Quantities
The Department reserves the right at the time of award of contract to increase or decrease up to 25% of tendered quantity of services as specified
in Para 10 (d) of Section II without any change in hiring charges of the offered quantity or other terms and conditions. However, the Department
shall place order as per the actual requirements only from time to time.
15. Signing of Work Order
15.1 Acceptance of terms and conditions of services shall constitute the award of work of House-keeping services to the Bidder.
15.2 Upon the successful Bidder furnishing the Performance Security the
Department shall discharge the EMD.
16. Annulment of Award
Failure of the successful Bidder to comply with the requirement of clause 10 shall constitute sufficient ground for the annulment of the award and
forfeiture of the EMD in which event, Department of Industrial Policy and Promotion may make the award to any other Bidder at the discretion of
Department or call for new bids.
17. Period of Validity of Bids
25
(i) The bid shall remain valid for 180 days after the date of opening of bids. A bid valid for a shorter period shall be rejected by
the Department as non-responsive.
(ii) A Bidder accepting the request of the Department for an extension to the period of bid validity, in exceptional circumstances,
will not be permitted to modify his bid.
26
Section – V Financial Bid (Price Schedule)
Schedule of Requirement and Rates for Housekeeping Services, including Mechanized Cleaning of Common Areas and Periphery of Udyog Bhawan and For Supply of Additional Contingent Labourers in the Department of Industrial Policy and Promotion, Udyog Bhawan, New Delhi. Name of the Contractor/Agency:
Monthly Rate for Housekeeping Services As Per Requirement: I/we have inspected the site and surroundings of the work as per details given in Section –II of the Tender Documents and assessed the scope of works thoroughly and have also gone through the entire Tender Document and understood the terms and conditions stipulated therein before quoting the rates hereunder :- Table A
Description of Work Monthly Rate In words / Figures (In Rupees Exclusive of Service Tax)
House Keeping Service in the office premises of Udyog Bhawan, New Delhi as mentioned in Section – II by deploying appropriate manpower, specified tools, equipments and gadgets as per Appendix-A and consumables as per Appendix-B.
Statutory levies and taxes
Total monthly rate inclusive of basic price and all statutory levies and taxes
For all the works / services mentioned in Section-II containing job specifications and scope of work; details of the location having measurement of areas at the location are mentioned in the Table at Sl. No. 8 of Section – II. The firm shall quote the basic rates separately and indicate individually all the statutory levies and taxes. The rates will remain fixed during the validity of the contract original/extended as per provisions of the contract.
Daily rate for contingent labour (on requirement basis)
Table B
Sl. No. Description Rate /Per person/Per Day (In Rupees Exclusive of Service Tax)
1. Provision of daily unskilled labour from 9 A.M. to 5.30 P.M.
2. Provision of extra charges per hour or part thereof for daily unskilled labour beyond 5.30 P.M.
3. Statutory levies and taxes
4. Total daily rate inclusive of basic price and all statutory levies and taxes
Note: The wages should be compliant of the extant Government policies and guidelines. Violations of these will be viewed seriously and dealt accordingly.
27
FORM – I
BID FORM
Tender Notice No. D-11026/2/2013-SEO dated 21.02.2014
To: The Under Secretary (SEO)
Department of Industrial Policy and Promotion Room No. 271-A,
Udyog Bhawan, New Delhi.
Dear Sir,
1. We, the undersigned, offer to provide House Keeping Services in conformity with the conditions of contract and specifications for the
same shown in the schedule of prices attached herewith and made part of this Bid.
2. We undertake to accept the terms and conditions of the Bid documents within one week of being called upon to do so and bear all expenses
including charges for stamps etc. 3. If our Bid is accepted, we will obtain the guarantees of a Nationalized
Bank for an amount equal to 10% of the contract sum for the due performance of the Contract.
4. We agree to abide by this Bid of a period of 15 days from the date fixed for Bid opening and it shall remain binding upon us and may be
accepted at any time before the expiry of that period. 5. Until acceptance of work order, this Bid together with your written
acceptance thereof in your notification of award shall be binding upon us.
6. Online Bid submitted by us is properly prepared so as to prevent any subsequent replacement and the original EMD of Rs, 50,000/- Rupees
(Fifty thousand) only in the form of DD/Bankers cheque or Bank Guarantee in the prescribed Performa will be submitted on or before 3.00
P.M. on 14.03.2014. 7. We understand that you are not bound to accept the lowest or any bid,
you may receive.
Dated this ……………………………………….day of ……………………., 2014.
Signature of …………………………………….…….…………in the capacity of ………………………………………………………………….…… and duly
authorized to sign the bid for and on behalf of …………………………………
Signature of Witness ……………………………………………………………...
Address ………………………………………………………………………..
Signature of Bidder
28
FORM – II BID SECURITY FORM
Date………………………….. No. ……………………………… To: The Under Secretary (GA), Department of Industrial Policy and Promotion Room No. 271-A, 2nd Floor, Udyog Bhawan New Delhi-110011 Whereas…………………………………………… (Hereinafter called “the Bidder”) has submitted its bid dated …………………………………………………………for House Keeping Service vide Tender Notice No. D-11026/2/2013-SEO Dated 21.02.2014. KNOW ALL MEN by these presents that WE …………………………………………………. having our Registered office at ……………………………………… (hereinafter called „the Bank‟) are bound unto DIPP in the sum of Rs. 50,000/- (fifty thousand) only for which payment will and truly to be made of the DIPP, the Bank binds itself, its successors and assignees by these presents. THE CONDITIONS of the obligations are:-
1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form OR
2. If the Bidder, having been notified of the acceptance of his bid by DIPP, during the period of bid validity.
(a) fails or refuses to execute the Contract, if required OR
(b) fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders.
OR (c) fails or refuse to perform their duties fully or partially to the satisfaction of
DIPP. We undertake to pay DIPP up to the above amount upon receipt of its first written demand, without the Department having to substantiate its demand, provided that in its demand DIPP will state that the amount claimed by it is due to it owing to the occurrence of any on or both of the conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in clause 8 of Section- IV of the Bid document up to 180 days and including 30 (thirty) days after the period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates.
Signature of witness Signature of the Bank Authority Name of witness : Name : Address of witness Signed in the capacity of : Full address of the Branch : Tel No. of Branch : Fax No. of Branch :
Signature of Bidder
29
FORM – III PERFORMANCE SECURITY BOND FORM
1. In consideration of Under Secretary(SEO), DIPP, Udyog Bhawan, New
Delhi having agreed to exempt ……………………………………………………. (Hereinafter called the Contractor(s) from the demand of Security
Deposit/Earnest Money of Rs……………………………………………. Rupees (……………………………………………………………………….) only for the due
fulfillment by the said Contractor(s) of the terms and conditions to be contained in an Agreement dated ………………………………………. and
Tender Document No. D-11026/2/2013-SEO dated 21.02.2014 in connection with the contract for supply of House Keeping Services we,
(name of the bank) ………………………………… (Hereinafter referred to as “the Bank”) at the request of ………………….………………………………
Contractor(s) do hereby undertake to pay to DDO(Cash), DIPP, Udyog Bhawan, New Delhi, an amount of not exceeding Rs.
…………………………… (Rupees …………………………..…………………………………………) only against any
loss or damage caused to or suffered or would be caused to or suffered by DIPP, Udyog Bhawan, New Delhi, by reason of any breach by the said
Contractor(s) of any of the terms and conditions contained in the contract.
2. We (name of the bank) …………………………………………….......do hereby
Undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from DIPP, Udyog Bhawan, New
Delhi, stating that the amount claimed is due by way of loss or damages caused to or would be caused to or suffered by DIPP, Udyog Bhawan by
reason of breach by the said Contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the
Contractor(s) breach of any terms and conditions of the contract. Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this guarantee, where the decision of Department, on these counts shall be final and binding on
the Bank. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.…………(Rupees……………………….only).
3. We undertake to pay to DIPP, Udyog Bhawan, New Delhi, any money so
demanded not withstanding any dispute raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending before any
Court or Tribunal relating thereto, our liability under the present being absolute and unequivocal. The payment so made by us under this bond
shall be valid discharge of our liability for payment there under and the Contractor(s)/Supplier(s) shall have no claim against us for making such
payment.
30
We (name of the bank) ……………. further agreed that the guarantee herein contained shall remain in full force and effect initially for a period
of one year from the date of acceptance and further agree to extend the same from time to time (three months at each time). It shall continue to
be enforceable till all the dues of the Department, under or by virtue of the said contract have been fully paid and its claims satisfied or
discharged or till DIPP, certifies that the terms and conditions of the said contract have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before the expiry of three months from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter.
4. We(name of the bank) …………………………………………………………
further agree With the Department, that the Department, shall have the fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary and of the terms and conditions of the said contract or extend time of performance by the said Contractor(s)
from time to time or to postpone for any from time to time any of the powers exercisable by the Department of Industrial Policy and
Promotion, Udyog Bhawan, New Delhi the said Contractor(s)/Supplier(s) and to forbear or enforce any of the terms and conditions relating to the
said contract and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s)
or for any forbearance, and or any omission on the part of DIPP, Udyog Bhawan, New Delhi or any indulgence by Department, to the said
Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of
relieving us.
5. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/Supplier(s).
6. We (name of the Bank) ……………………………………………………. Lastly
undertake not to revoke this guarantee during this currency except with the previous consent of Department in writing.
This guarantee is valid from…….………………. to ……………………
Date : For and behalf of ……………………….
(Indicate the name of the Bank)
N.B: This guarantee should be issued on non-judicial Stamped Paper,
stamped in accordance with the Stamp Act.
Signature of Bidder
31
FORM – IV
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
To: The Under Secretary (SEO), Department of Industrial Policy and Promotion
Room No. 271-A, 2nd Floor Udyog Bhawan
New Delhi-110011
Sub: Authorization for attending bid opening on……………………………(date) in the Tender of House Keeping Services vide No. D-11026/2/2013-
SEO dated 21.02.2014.
Dear Sir,
The following person(s) is/are hereby authorized to attend the bid opening for the tender mentioned above on behalf of ………………………………..
(Bidder) in order of preference given below:-
ORDER OF PREFERENCE NAME
SPECIMEN SIGNATURES
1.
2.
Alternate Representative:
Signature of the Bidder or the Officer authorized to sign the bid:
Documents on behalf of the Bidder:
Note:
1. Maximum of two representatives will be permitted to attend the bid opening. In cases, where it is restricted to one, first preference
will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be
refused in the absence of authorization as prescribed above.
Signature of Bidder
32
Appendix A to Section-II List of Tools and Cleaning Equipments to be used for Housekeeping Services
Sl. No.
Item Model Qty.
1 Floor Scrubbing Machine Karcher BR55/60WEP or Eureka Forbes 07
2 Industrial Vacuum Cleaner
(Wet & Dry)
Karcher NT72/2 Eco/Tc or equivalent
Eureka Forbes/Johnson Diversey
02
3 Cold water high pressure cleaner
Karcher HD 6/15C or equivalent Eureka Forbes/Johnson Diversey
04
4 Single disc scrubbing machine Karcher BDS 43/150 or equivalent Eureka Forbes/Johnson Diversey
08
5 Flexible dust bag Unger model NB 300 23”x27”/50 Gal Nifty Nabber Bagger
or equivalent
07
6 Wet Mop Set Unger String mop set or equivalent Eureka Forbes/Johnson Diversey
13
7 Dust control Mop Set Unger DCM 900 or equivalent Eureka Forbes/Johnson Diversey
13
8 Dual bucket combo (with side bucket) with wheels and wet
mop set for restroom
Unger model COMBR+SMSBG or equivalent of Eureka Forbes/Johnson
Diversey
13
9 Toilet bowl brush Unger model BBWHR or equivalent model
of Eureka Forbes/Johnson Diversey
13
10 Dust pan and brush with extended handle
Unger EDPBR or equivalent of Eureka Forbes/Johnson Diversey
13
11 Corner brush with handle Unger CB20G+MWSTC or equivalent of Eureka Forbes/Johnson Diversey
13
12 UV backlight and invisible ink pen Inspection Kit
Unger IKITR or equivalent of Eureka Forbes/Johnson Diversey
02
13 Dual side brush for window
cleaning
Unger VP350 or equivalent of Eureka
Forbes/Johnson Diversey
13
14 Hang-up tool holder for mops
and handles
Unger HO700 or equivalent of Eureka
Forbes/Johnson Diversey
13
15 Flat duster Unger PFD7G or equivalent of Eureka
Forbes/Johnson Diversey
13
16 Scrubbing & squeezing 2 in 1 Unger PB45A+MWSTC or equivalent of Eureka Forbes/Johnson Diversey
13
17 Bucket for Glass Cleaning Unger QB 220 or equivalent of Eureka Forbes/Johnson Diversey
13
18 Vacuum cleaner Karcher/Eureka Forbes/Johnson Diversey
02
19 Long handle cobweb brush Unger QB 220 or equivalent of Eureka Forbes/Johnson Diversey
04
20 Odour Neutralizer Dispenser Pudumjee Hygiene or equivalent 74
Signature of Bidder
33
Appendix – B to Section – II
List of Consumables for Housekeeping Contract
Sl.
No.
Description Specification
1. General Floor cleaner Taski R7 or equivalent EF/Ecolab
2. Toilet floor cleaner Taski R1 or equivalent EF/Ecolab
3. Deodorizer Taski R5 or equivalent EF/Ecolab
4. Glass cleaner Colins or equivalent EF/Ecolab/JD
5. Toilet Seat & bowl Cleaner
Taski R6/Harpic/Domex or equivalent EF/Ecolab
6. Micro fiber cloth for wiping
and glass cleaning
Unger/3M or equivalent EF/JD
7. Liquid soap Dettol/Savlon/Palmolive/Pudumjee
8. Mosquito spray Hit/Mortein/Bagonspray
9. Brass polish Brasso or similar
10. Air freshener Odonil
11. Liquid for cleaning of SS fittings and SS basins
Vim/Pril
12. Surgical hand gloves (to be used by staff during
toilet cleaning)
Any make
13. Naphthalene Balls Any make
14. Toilet Rolls Pudumjee Hygiene or equivalent
15. Bio-cubes for Urinals Pudumjee Hygiene or equivalent
16. Air Freshener (Spray Type) Odonil, Air wick, Premium etc. in the fragrance of Sandalwood, Lavender, Rose
etc. (As per approval of DIPP)
17. Refill for Odour Neutralizer
Dispenser
As per requirement of DIPP
18. Bio Garbage Plastic Bags
300 x 300 dimension for carrying capacity of about
50-60 KG garbage.
Any make of good quality.
Signature of Bidder