tender documents fortender documents for “comprehensive maintenance of maharana pratap isbt/kg...

74
OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD. NEW DELHI . 1 NIT NO. 34/2020-21 TENDER DOCUMENTS FOR “Comprehensive maintenance of Maharana Pratap ISBT/KG i.e. mechanized housekeeping, security services, maintenance of electromechanical services, AC Plant, Sewage Treatment Plant, Building Management System, Water Treatment Plant, Roof Top Solar Power Plant, Electrical Sub-Station etc.Table of Contents Section 1- Notice Inviting Tender………………………………………. 3 to 6 Section 2- Technical Bid Submission Form ………………………….. 7 to 8 Section 3- Instructions to the Bidders ………………………………… 9 to 17 Section 4- General Conditions of Contract (GCC) ……………….… 18 to 28 Section 5- Special Conditions of Contract (SCC)……………………29 to 31 Section 6- Schedule of Work / Requirements…………………….…. 32 to 49 Section 7- Price Schedule……………………………………………... 50 to 51 Section 8. Form (I to XI)………………………………………………… 52 to 66 Section 9- Check List…………………………………..………………… 67 to 68 Section 10- Annexure…………………………………..………………….. 69 to 74

Upload: others

Post on 23-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    1

    NIT NO. 34/2020-21

    TENDER DOCUMENTS FOR

    “Comprehensive maintenance of Maharana Pratap ISBT/KG i.e. mechanized housekeeping, security services, maintenance of electromechanical services, AC

    Plant, Sewage Treatment Plant, Building Management System, Water Treatment Plant, Roof Top Solar Power Plant, Electrical Sub-Station etc.”

    Table of Contents

    Section 1- Notice Inviting Tender………………………………………. 3 to 6

    Section 2- Technical Bid Submission Form ………………………….. 7 to 8

    Section 3- Instructions to the Bidders ………………………………… 9 to 17

    Section 4- General Conditions of Contract (GCC) ……………….… 18 to 28

    Section 5- Special Conditions of Contract (SCC)……………………29 to 31

    Section 6- Schedule of Work / Requirements…………………….…. 32 to 49

    Section 7- Price Schedule……………………………………………... 50 to 51

    Section 8. Form (I to XI)………………………………………………… 52 to 66

    Section 9- Check List…………………………………..………………… 67 to 68

    Section 10- Annexure…………………………………..………………….. 69 to 74

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    2

    BRIEF INFORMATION ON BID DOCUMENT

    Tender No. 34/2020-21

    Duration of Contract Three years from the date of agreement, which is extendable up to two years subject to satisfactory performance.

    Last Date and time of submission 05/11/2020 up to 3.00 PM

    Date of opening Technical Bid 05/11/2020 at 3.30 PM

    Date of opening of financial bids for technically qualified bidder

    To be notified later

    EMD Rs. 1,07,36,707/- (Rupees one core, seven lakh, thirty

    six thousand, seven hundred seven only) in the form of

    FDR or Bank Guarantee of scheduled bank valid up to

    45 days beyond the date of validity of tender in favour

    of Executive Director, DTIDC Ltd. FDR or Bank

    Guarantee is to be scanned and uploaded along with

    Bid and Original FDR or Bank Guarantee shall be sent

    to the Executive Engineer, DTIDC Ltd. ISBT Kashmere

    Gate, Delhi so as to reach on or before the date & time

    of closing of the bids. Failure to furnish the original FDR

    or Bank Guarantee before the closing of the bid will

    entail summarily rejection of bid and blacklisting.

    Cost of Tender Document Rs. 5,000/- (Rupees Five thousand only)

    Validity of Bid 120 days

    Total Number of pages of Tender Document

    Pages 1 – 74

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    3

    SECTION-1

    (Notice Inviting Tender)

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    4

    NOTICE INVITING TENDER

    Estimated cost Rs. 53,68,35,361/- (Rs. fifty three crores, sixty eight lakhs, thirty five

    thousand, three hundred sixty one only)

    Earnest Money Deposit: Rs.1,07,36,707/- (Rupees one crore, seven lakhs, thirty six

    thousand, seven hundred seven only)

    Tender Document Cost: Rs. 5,000/- (Rupees Five thousand only)

    Last date of submission of bid :05/11/2020 up to 3.00 PM

    Office of the Executive Engineer, DTIDC Ltd., Delhi invites online bids on behalf of the Chairman / DTIDC under two bid system from specialized agencies for “Comprehensive maintenance of Maharana Pratap ISBT/Kashmere Gate i.e. mechanized housekeeping, security services, maintenance of electromechanical services, AC Plant, Sewage Treatment Plant, Building Management System, Water Treatment Plant, Roof Top Solar Power Plant, Electrical Sub-Station etc.”at ISBT Kashmere Gate, Delhi. The tender documents may be downloaded from this office website https://govtprocurement.delhi.gov.in/nic. Those bidders who wish to download the tender documents from the office website should furnish the Tender cost of Rs.5,000/- through Bank Draft/Pay Order alongwith the earnest money. The date, time and venue of opening of the financial bids shall be intimated to the technically qualified bidders through e-procurement solution. The Competent Authority reserves the right to reject any or all the bids without assigning any reason and the decision of the competent authority shall be final and binding.

    Executive Engineer DTIDC Ltd.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    5

    OFFICE OF THE EXECUTIVE ENGINEER DELHI TRANSPORT INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.

    (An Enterprises of Govt. of NCT of Delhi) ISBT, KASHMERE GATE, DELHI-110006

    NIT No. 34/2020-21

    NOTICE INVITING TENDER

    Online Item Rate tenders are invited for the following work by the Executive Engineer, Delhi

    Transport Infrastructure Development Corporation Limited, ISBT, Kashmere Gate, Delhi on behalf of the Chairman, D.T.I.D.C. Ltd. from specialized agencies, who have satisfactorily completed either three works of similar nature each costing not less than the amount equal to 40% of the estimated cost or two similar nature of works each costing not less than the amount equal to 50% of the estimated cost or one similar nature of work costing not less than the amount equal to 80% of the estimated cost during the last five financial years in reputed industrial house or in central Government / State Government/ Central autonomous body/ Central PSU/ Municipal corporations / State PSU/ Railway stations / Government hospitals, Delhi Metro, AAI, DIAL etc. and having valid GST, PAN (Income Tax) registration,through e – procurement solution only. Name of work :Comprehensive maintenance of Maharana Pratap ISBT/KG i.e. mechanized housekeeping, security services, maintenance of electromechanical services, AC Plant, Sewage Treatment Plant, Building Management System, Water Treatment Plant, Roof Top Solar Power Plant, Electrical Sub-Station etc. i) Estimated cost put to tender : Rs. 53,68,35,361. /-

    ii) Earnest Money : Rs.1,07,36,707/-

    iii) Time allowed : Three years

    iv) Start date of download & submit the tender bid : 14/10/2020

    v) The intended tenderer may submit in writing their doubts, if any by : 20/10/2020 up to 4.00 PM

    vi) Pre-bid meeting at the office of Executive Engineer (C), DTIDC,

    ISBT, Kashmere Gate Delhi – 110006. There shall be a pre-bid

    conference in which the doubts of the intending bidders shall be

    clarified, besides discussions or any additional suggestions

    proposed by the bidders. If found necessary a corrigendum to the

    tender document would be issued to all the intending bidders, and

    thereafter no further query/condition shall be entertained.

    : 21/10/2020 at 3.00 PM

    vii) Last date & time of download of tender bid : 05/11/2020 up to 3.00 PM

    viii) Last date & time of submission of the tender bid : 05/11/2020 up to 3.00 PM

    ix) Time & date of opening of technical bid through e-procurement : 05/11/2020 at 3.30 PM

    x) Time & date of opening of financial bid through e-procurement : Shall be intimated in due

    course of time, online

    through e-procurement

    system

    Tender shall contain the scanned copies of following documents : 1. Prequalification criteria :

    i) The firm shall have extensive experience in carrying out similar mechanized housekeeping services,

    security services, electromechanical services, operate lift & escalator, operating of Sewage treatment

    plants, Air-conditioner plants, Building management system etc. in reputed industrial house or in central

    Government / State Government/ Central autonomous body/ Central PSU/ Municipal corporations /

    State PSU/ Railway stations / Government hospitals, Delhi Metro, AAI, DIAL etc.

    ii) The firm should have hired / engaged at least 1000 skilled / semi-skilled / unskilled workers during any of

    the last three financial years.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    6

    iii) The contractor/FM agencies shall possess valid ISO 9001, ISO 14001 &(OHSAS 18001 or ISO 45001)

    certification.

    iv) The bidding firms shall have a minimum annual turnover of not less than INR 15.00 crore in the

    preceding three financial years i.e. during 2017-18, 2018-19 & 2019-20.

    v) Net worth as at the end of financial year 31-03-2020 should not be less than INR 15.00 crores.

    vi) The firm should submit solvency certificate of at least Rs. 15.00 crore from respective scheduled Bank.

    vii) Copies of registration certificate of the firm/company, Memorandum & Article of association in case of

    firm registered under the Companies Act.

    viii) The firm shall submit documentary evidence of having satisfactory completed either three works of

    similar nature each costing not less than the amount equal to 40% of the estimated cost or two similar

    nature of works each costing not less than the amount equal to 50% of the estimated cost or one similar

    nature of work costing not less than the amount equal to 80% of the estimated cost during the last five

    financial years in reputed industrial house or in central Government / State Government/ Central

    autonomous body/ Central PSU/ Municipal corporations / State PSU/ Railway stations / Government

    hospitals, Delhi Metro, AAI, DIAL etc.

    ix) The bidder should have valid PSARA Registration (Private Security Agencies Regulation Act – 2005).

    2. Scanned copy of GST and PAN Registration Certificate.

    3. Scanned copy of Bid Security (EMD).

    The EMD shall be in the form of FDR or Bank Guarantee remain valid for a period of forty five days

    beyond the final bid validity period of a scheduled bank issued in favour of Executive Director /

    DTIDC Ltd. Original FDR or Bank Guarantee, copies of other scanned documents and other

    documentsas required in the tender documents are to be submitted along with the bid. Failure to

    furnish the original FDR or Bank Guarantee and other original documents before the closing of the bid

    will entail summarily rejection of bid.

    4. The financial bids of only those bidders whose technical bids are qualified, shall be opened by Executive

    Engineer. The date & time of opening of the financial bids shall be intimated through e-procurement

    system.

    5. Further details can be seen at https://govtprocurement.delhi.gov.in/

    Executive Engineer

    D.T.I.D.C. Ltd., ISBT Kashmere Gate, Delhi-06

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    7

    SECTION-2

    TECHNICAL BID SUBMISSION FORM

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    8

    TECHNICAL PROPOSAL FORM

    Date:

    LETTER OF BID To The Executive Engineer (C),

    DTIDC Ltd., 2nd Floor ISBT, Kashmere Gate,

    Delhi Ref: Invitation for Bid No. TENDER NO.

    We, the undersigned, declare that: 1. We have examined and have no reservations to the Bidding Documents, including

    Addenda issued in accordance with Instructions to Bidders. 2. We offer to execute in conformity with the Bidding Documents for providing manpower

    services for the Office of the Executive Engineer, DTIDC Ltd. Delhi. 3. Our bid shall be valid for a period of 120 days from the date fixed for the bid submission

    deadline in accordance with the Bidding Documents and it shall remain binding upon us and maybe accepted at any time before the expiration of that period.

    4. If our bid is accepted, we commit to submit a performance security in accordance with the Bidding Documents.

    5. We also declare that Government of India or any other Government body has not declared us ineligible or black listed us on charges of engaging in corrupt, fraudulent, collusive or coercive practices or any failure/lapses of serious nature.

    6. We also accept all the terms and conditions of this bidding document and undertake to abide by them, including the condition that you are not bound to accept highest ranked bid / lowest bid or any other bid that you may receive.

    Yours sincerely, Authorized Signatory (Authorized person shall attached a copy of Authorization for signing on behalf of Bidding company) Full Name and Designation (To be printed on Bidder’s letterhead)

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    9

    SECTION-3

    INSTRUCTIONS TO THE BIDDERS

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    10

    INSTRUCTIONS TO THE BIDDERS

    1. GENERAL INSTRUCTIONS 1.1 For the Bidding / Tender Document Purposes, ‘Office of the Executive Engineer, DTIDC

    Ltd. Delhi’ shall be referred to as ‘DTIDC Ltd’ and the Bidder / Successful Bidder shall be referred to as ‘Contractor/FM agencies’ and / or Bidder or interchangeably.

    1.2 The tender documents may be downloaded from the website

    https://govtprocurement.delhi.gov.in/nic Those bidders who wish to download the tender documents from the office website should furnish the Tender cost of Rs.5,000/- through Bank Draft/Pay Order alongwith the Bidding Documents and EMD.

    1.4 While all efforts have been made to avoid errors in the drafting of the tender documents,

    the Bidder is advised to check the same carefully. No claim on account of any errors detected in the tender documents shall be entertained.

    1.5 Each page of the Tender documents must be page numbered, stamped and signed by

    the person or persons submitting the Tender in token of his/their having acquainted himself/ themselves and accepted the entire tender documents including various conditions of contract. Any Bid with any of the Documents not so signed is liable to be rejected at the discretion of the DTIDC Ltd. NO PAGE SHOULD BE REMOVED/DETACHED FROM THIS BIDDING DOCUMENT.

    1.6 The bidder shall scan the copy of the authorization letter / power of Attorney as the

    proof of authorization for signing on behalf of the Bidder. 1.7 All Bidders are hereby explicitly informed that conditional offers or offers with deviations

    from the conditions of Contract, the bids not meeting the minimum eligibility criteria, Technical Bids not accompanied with EMD of requisite amount/format, or any other requirements, stipulated in the tender documents are liable to be rejected.

    1.8 The Bidding Company should only be a Limited / Private Limited Company, registered

    under the Companies Act, 1956. Bidding in the form of Proprietorship Company / JV / Consortium is not permitted.

    1.9 The parties to the Bid, shall be the ‘Bidders’ (to whom the work will be awarded) and the

    Executive Engineer, DTIDC Ltd. Delhi, New Delhi.

    1.10 For all purposes of the contract including arbitration there under, the address of the bidder mentioned in the bid shall be final unless the bidder notifies a change of address by a separate letter sent by registered post with acknowledgement due to the Office of the Executive Engineer, DTIDC Ltd. Delhi. The bidder shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

    1.11 The requirements of manpower is tentative and may increase or decrease at the sole

    discretion of the Engineer Incharge. 1.12 Bidder should take the approval from DTIDC Ltd before appointing any agency for

    specialized work.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    11

    2. MINIMUM ELIGIBILITY CRITERIA The following shall be the minimum eligibility criteria for selection of bidders technically. The copies of the following to be submitted a. Legal Valid Entity: The Bidder shall necessarily be a legally valid entity either in the

    form of a Limited Company or a Private Limited Company registered under the Companies Act, 1956. Bidder in the form of JV/consortium, Proprietorship, Partnership is not permitted. A proof for supporting the legal validity of the Bidder shall be submitted.

    b. Registration: The Bidder should be registered with the GST &Income Tax and also

    registered under the labour laws, Employees Provident Fund Organization, Employees State Insurance Corporation.

    c. Clearance: Bidder should submit GST Paid Challan, GSTR-1, GSTR-3 & ITR for

    Financial year 2018-19 duly certified by Company Secretary or Chartered Accountant. d. Copies of the audited balance sheets for the completed three financial year i.e. for 2017-

    18, 2018-19 & 2019-20. (However, in support of 2019-2020, a signed copy of provisional balance sheet shall be acceptable).

    e. Copies of manpower wages roll and EPFO Challan in support of available manpower

    (duly submitted to EPFO) in respect of the previous four quarters shall be submitted. g. (i)The bidder shall have extensive experience in carrying out similar mechanized

    housekeeping services, security services, electromechanical services, operation of lift & escalator, operation of Sewage treatment plants, Air-Conditioner plant, Building Management System etc. in reputed industrial house or in Central Govt./StateGovt./Central Autonomous Body,/Central PSU/ Municipal Corporations/StatePSU, Delhi Metro, AAI, DIAL etc.

    (ii) The bidder should have hired/engaged at least 1000 skilled/semi-skilled/unskilled

    workers during any of the last three financial year. (iii) The bidder shall possess valid ISO 9001, 14001 &(OHSAS 18001 or ISO 45001)

    certification. (iv) The bidders shall have a minimum annual turnover of not less than INR 15.00 crore in

    the preceding (3) three financial years i.e. during 2017-18, 2018-19 & 2019-20. (v) Net worth as at the end of financial year 31.03.2020 should not be less than INR 15.00

    crore. (vi) The bidder should have solvency certificate from the Bank of at least Rs. 15.00 crore. (vii) Copies of Registration certificate of the bidder/company, Memorandum & Article of

    association of bidder registered under the Companies Act. (viii) The bidder shall have prescribed documentary evidence of having satisfactorily

    completed works costing not less than 80% of the estimated cost for one work or costing not less than 50% of the estimated cost for two works or costing not less than 40% of the estimated cost for three work of similar nature during last five financial years.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    12

    (ix) Copy of GST Registration Certificate. (x) Copy of PAN. (xi) Copy of valid PSARA Registration (Private Security Agencies Regulation Act – 2005) 3. EARNEST MONEY DEPOSIT: 3.1 Rs. 1,07,36,707/- (Rupees one core, seven lakh, thirty six thousand, seven hundred seven only)in the form of FDR or Bank Guarantee remain valid for a period of forty five days beyond the final bid validity period in favour of Executive Director, DTIDC Ltd. FDR or Bank Guarantee is to be scanned and uploaded along with Bid, and Original FDR or Bank Guarantee shall be sent to the Executive Engineer, DTIDC Ltd. ISBT Kashmere Gate, Delhi so as to reach on or before the date & time of closing of the bids. Failure to furnish the original FDR or Bank Guarantee before the closing of the bid will entail summarily rejection of bid and blacklisting. 3.2 No request for transfer of any previous deposit of earnest money or security deposit or

    adjustment against any pending bill held by the Department in respect of any previous work shall be entertained.

    3.3 Bidders shall not be permitted to withdraw their offer or modify the terms and conditions

    thereof. In case the bidder fails to observe and comply with the stipulations made herein or backs out after quoting the rates, the aforesaid bid security shall be forfeited.

    3.4 The bids without Earnest Money and Tender Cost shall be summarily rejected. 3.5 No claim shall lie against the Government / Department in respect of erosion in the value

    or interest on the amount of earnest money deposit or security deposit. 3.6 The bid security 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 case of successful bidder, if the bidder

    (a) Fails to sign the contract in accordance with the terms of the tender document

    (b) Fails to furnish required performance security in accordance with the terms of tender document within the time frame specified by the DTIDC Ltd.

    (c) Fails or refuses to honor his own quoted prices for the services or part

    thereof. 4. VALIDITY OF BIDS 4.1 Bids shall remain valid and open for acceptance for a period of 120 days from the last

    date of submission of Bids. 4.2 In case DTIDC Ltd calls the bidder for negotiation then this shall not amount to

    cancellation or withdrawal of original offer which shall be binding on the bidder.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    13

    4.3 The DTIDC Ltd may request for extension of validity of tender for another period of 60 days, without any modifications and without giving any reasons thereof.

    5. PREPARATION OF BIDS 5.1 Language : Bids and all accompanying documents shall be in English. 5.2 Technical Bid: Technical Bid should be prepared as per the instructions given in the

    Tender Document alongwith all required information, documents in support of the minimum eligibility criteria, Valid EMD and Tender Cost of requisite amount.

    Documents comprising the Bid :

    a. Technical Bid Proposal Form duly signed on Company’s letterhead. b. Tender document must be duly Page numbered, Signed and Stamped. c. Details of the Contact Details Form, duly filled and signed.

    d. Earnest Money Deposit of Rs.1,07,36,707/- and Tender document Cost Rs.5,000/-.,

    f. All copies of supporting document in proof of having fully adhered to minimum eligibility criteria as referred in Section-2.

    6. SUBMISSION OF BIDS 6.1 The Bid shall be received through e-tendering up to 03.00 hours on 05/11/2020 and will

    be open on the same day at 03.30 hours onward in the presence of authorized representative of Bidders.

    7. BID OPENING PROCEDURE 7.1 The financial bids of only those bidders whose Technical Bids are qualified, shall be

    opened by the Committee authorized for the purpose. The date, time and venue of opening of the financial bids shall be intimated to the technically qualified bidders.

    7.2 A letter of authorization shall be submitted by the Bidder’s representative before opening

    of the Bids. 7.3 Absence of bidder or their representative shall not impair the legality of the opening

    procedure.

    7.4 All the presented Bidders or their representative shall be required to sign the bid opening register.

    7.5 After opening of the Technical Bids and verifying the EMD amount and Tender Cost, the

    technical bids shall be evaluated later to ensure that the bidders meets the minimum eligibility criteria as specified in the Tender Document.

    7.6 Refusal to sign the Tender Opening Register by the bidder or his representative may

    disqualify his bid based on the decision of the Tender Opening Authority. 7.7 Bids shall be declared as Valid or Invalid based on the preliminary scrutiny, i.e.

    verification of EMD and Tender cost, by the Tender Opening Authority. However,

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    14

    detailed evaluation shall be done only in respect of Valid Bid. 7.8 The date fixed for opening of bids, if subsequently declared as holiday by the

    Government, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working date, time and venue remaining unaltered.

    8. CLARIFICATION ON TECHNICAL BID EVALUATION. 8.1 The technical bids shall be evaluated based on the documents submitted by the bidder.

    To assist in the examination, evaluation, and comparison of the bids, and qualification of the bidders, the DTIDC Ltd may, at its discretion, ask any bidder for a clarification of its bid. Any clarification submitted by a bidder that is not in response to a request by the DTIDC Ltd shall not be considered. The DTIDC Ltd request for clarification and the response shall be in writing.

    8.2 If a bidder does not provide clarifications of its bid by the date and time set in the DTIDC

    Ltd request for clarification, its bid may be rejected. 8.3 DTIDC Ltd also reserves right to seek confirmation/clarification from the issuer agency,

    on the supporting documents submitted by the bidder. 9. TECHNICAL BID EVALUATION (SEGREGATED TYPE)

    9.1 The DTIDC Ltd shall follow two bid systems where the technical bid and financial bid shall be evaluated separately.

    9.2 The tendering evaluation shall be done on weightage with 70% to Technical Evaluation and 30% Financial Evaluation. 9.2.1 The technical bid evaluation shall be done based on the following criteria: 9.2.2 During the technical evaluation stage, each bidder shall be assigned different marks out

    of a total of 100 marks, as per the criteria specified below: (i) Number of years in Operations in service Max. 25 Marks as described in Para-2g(i) (a) 2 to 5 years 10 Marks (b) More than 5 years and up to 10 years 15 Marks (c) More than 10 years and up to 15 years 20 Marks (d) More than 15 years 25 Marks (ii) Turnover (Last Financial Year) Max. 25 Marks (a) 15 to 50 crores 10 Marks (b) More than 50 crores and up to 100 crores 15 Marks (c) More than 100 crores and up to 150 crores 20 Marks (d) More than 150 crores 25 Marks (iii) Number of Manpower on roll Max. 25 Marks (a) up to 4000 10 Marks (b) More than 4001 and up to8000 15 Marks (c) More than 8001 and up to 12000 20 Marks

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    15

    (d) More than 12000 25 Marks (iv) Quality Related Marks Max. 25 Marks

    (a) ISO (Less than 5 years) 5 Marks (b) ISO (5-10 years) 10 Marks (c) OHSAS 18001 or ISO 45001 15 Marks 9.2.3 A Bidder should secure mandatorily a minimum of 70% marks (i.e. 70 marks out of

    total 100 marks as per para 9.2.2) in Technical Evaluation in order to be a qualified bidder for being eligible for Technical weightage and subsequently for opening of financial bids.

    9.2.4 The total marks obtained by a Bidder in the technical bid (as per 9.2.2) shall be allocated 70% of technical weightage and the financial bids shall be allocated 30% of the financial weightage, and thereby making a total of 100% weightage for the complete bidding.

    Illustration 1 (for Technical Weightage)

    If a Bidder has secured 80 marks out of the total 100 marks in technical evaluation after following para 9.2.2, his technical evaluation value shall be: 56 i.e. {80 x70 / 100}

    9.2.5 The Bidder shall be required to produce attested copies of the relevant documents in support of 9.2.2 in addition to the documentary evidences of para 2.1 for being considered during technical evaluation.

    9.3 A substantially responsive bid shall be one that meets the requirements of the bidding

    document in totality i.e. by following the procedures of para 9.2.2. The technical bid not meeting the minimum requirements as per the tender documents shall be rejected. (i) The responsiveness of the bid, i.e. receipts of duly filled, signed and accepted

    bid documents in complete form, including Authorization Letter. (ii) Receipt of valid EMD and Tender cost with requisite amount in acceptable

    format. (iii) Documents in proof of meeting the minimum eligibility criteria. (iv) Any other documents as required to support the responsiveness of the bidder, as

    per tender. 9.4 The bidder who qualified in the technical evaluation stage shall only be called for

    opening of financial bids. DTIDC Ltd shall intimate the bidders, the time/venue for the financial Bid opening in written communication / online through e-procurement portal. The financial bids shall be opened online.

    10. FINANCIAL BID OPENING PROCEDURE 10.1 The Financial Bids of all the technically qualified Bidders shall be opened on the

    appointed date and time in presence of the qualified bidders/their authorized representatives, who choose to be present at the time of opening of the financial bids.

    10.2 All the technically qualified bidders/their authorized representatives present at the time

    of opening of the Financial Bids shall be required to submit the Authorization letter from their Companies and shall be asked to sign the Tender Opening Register.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    16

    10.3 Any bidder objecting to the same shall be disqualified. 10.4 Absence of bidders or their authorized representatives shall not impair the legality of the

    process. 10.5 Mere becoming the lowest bidder, prior to financial bid scrutiny will not give any right to

    the Lowest bidder to claim that he is successful in the bidding process. The successful bidder (L-1) shall be decided only after following due procedure as explained in para 11.

    11. FINANCIAL BID EVALUATION AND DETERMINATION OF THE SUCCESSFUL

    BIDDER 11.1 The financial evaluation shall be carried out and financial bids of all the bidders shall be

    given 30% of weightage.

    11.2 The Bidder with the lowest bid Prices (L1) shall be assigned full 30 marks (i.e. 30% x 100) and his total scores of the bid shall be as per Illustration 2 below:

    Illustration 2

    If the Bidder at Illustration 1 is L-1 Bidder and quoted Rs. 100/- for being L-1, then his

    total value shall be 86 i.e. (56 Technical Value + 30 Financial Value) 11.3 The financial scores of the other bidders ( i.e. L-2, L-3 … ad so on) shall be completed

    as under and as explained at Illustration 3 below:

    30 x Lowest Value (L-1 Price)/Quoted Value (L-2 OR L-3)

    Illustration 3

    If the Bidder at Illustration 1 is L-2 Bidder and he quoted Rs. 125, therefore 30% being the weighted value, the financial scores for L-2 shall be computed as under:

    30 x 100 (lowest price- L1)/125 (quoted prices – L2) = 24 (financial score)

    Therefore, L-2 Bidder shall have total value of 80 (56 Technical Value + 24 Financial Value) 11.4 The Bidders ranking shall be arranged depending on the marks obtained by each of the

    bidder both in Technical Evaluation and Financial Evaluation. 11.5 The Bidder meeting the minimum eligibility criteria and with the highest marks/rank

    (i.e. the total of technical evaluation marks and financial evaluation marks) shall be deemed as the successful Bidder and shall be considered eligible L-1 Bidder for further process.

    12. RIGHT OF ACCEPTANCE: 12.1 The Executive Engineer, DTIDC Ltd. Delhi reserves all rights to reject any bid including

    of those bidders who fail to comply with the instructions without assigning any reason whatsoever and does not bind itself to accept the lowest or any specific bids. The decision of the Executive Engineer, DTIDC Ltd. Delhi in this regard shall be final and binding.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    17

    12.2 Any failure on the part of the bidder to observe the prescribed procedure and any attempt

    to canvass for the work shall render the bidder‘s bids liable for rejection. 12.3 The Executive Engineer, DTIDC Ltd. Delhi reserves the right to award any or part or full

    contract to any successful agency (ies) at its discretion and this will be binding on the bidders.

    12.4 In case of failure to comply with the provisions of the terms and conditions mentioned, by

    the agency that has been awarded the contract, the Executive Engineer, DTIDC Ltd. Delhi reserves the right to award the contract to the next higher bidder or any other outside agency and the difference of price shall be recovered from the defaulter agency who has been awarded the initial contract and this will be binding on the bidders.

    12.5 The Executive Engineer, DTIDC Ltd. Delhi may terminate the Contract if it is found that

    the Contractor/FM agencies is black listed on previous occasions by any of the Government Departments / Institutions / Local Bodies / Municipalities / Public Sector Undertaking etc.

    13. NOTIFICATION OF AWARD BY ISSUANCE OF ‘LETTER OF ACCEPTANCE’ 13.1 After determining the successful evaluated bidder, DTIDC Ltd shall issue a Letter of

    Acceptance (LoA) in duplicate, who will return one copy to DTIDC Ltd duly acknowledged, accepted and signed by the authorized signatory, within Three (3) days of receipt of the same by him.

    13.2 The issuance of the Letter of Acceptance to the bidder shall constitute an integral part

    and it will be a binding to the contract. 13.3 The time taken between the date of issue of LoA and Notice to Proceed shall not

    prevent the Contractor/FM agencies to mobilize the man power. 14. RETURNING OF EARNEST MONEY DEPOSIT (BID SECURITY AMOUNT) 14.1 The Earnest Money Deposit of the unsuccessful bidders in the technical Bid

    evaluation stage shall be returned within one (1) month after opening of the eligible financial Bids.

    14.2 The Earnest money deposit of all the bidders shall be returned, in case of cancellation

    of Tender after the opening of Bids and prior to opening of financial bids.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    18

    SECTION-4

    GENERAL CONDITIONS OF CONTRACT (GCC)

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    19

    1. DEFINITIONS 1.1 General

    In this Contract, including the Schedules the following words and expressions shall (unless the context requires otherwise) have the meaning assigned to them in this Schedule.

    “Agreement” The word “Agreement” and “Contract” has been used interchangeably.

    Party The word “party” means the Successful Bidder to whom the work of

    providing manpower services has been awarded and the “Office of the Executive Engineer, DTIDC Ltd. Delhi”.

    Letter of Acceptance

    Shall mean the intent of the DTIDC Ltd to engage the successful bidder for providing manpower services in its premises

    Notice to Proceed

    Shall mean the date at which the services are to commence in DTIDC Ltd premises

    ‘Confidential Information’

    Shall mean all information that is not generally known and which is obtained / received during the tenure of the contract and relates directly to the business / assets of DTIDC Ltd including the information having the commercial value.

    Termination Date”

    Shall mean the date specified in the notice of Termination given by either Party to the other Party, from which the Contract shall stand terminated.

    Termination Notice

    Shall mean the notice of Termination given by either Party to the other Party

    Contractor/FM agencies

    Shall mean the successful bidder to whom the work has been awarded.

    1.2 CONFIDENTIALITY 1.2.1 The Contractor/FM agencies shall take all precautions not to disclose, divulge and / or

    disseminate to any third party any confidential information, proprietary information on the DTIDC Ltd business or security arrangements (including but not limited to the Assignment Instructions, Schedules and other subsequent Agreements) and/or business of the DTIDC Ltd. The obligation is not limited to any scope and the Contractor/FM agencies shall be held responsible in case of breach of the confidentiality of DTIDC Ltd information.

    1.2.2 If the Contractor/FM agencies receive enquiries from Press / News / Media/ Radio /

    Television or other bodies / persons, the same shall be referred by the Contractor/FM agencies to DTIDC Ltd immediately on receipt of such queries.

    Section-3

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    20

    2 PERFORMANCE BANK GUARANTEE (SECURITY DEPOSIT) 2.1 The successful bidder within fifteen days of the acceptance of the LoA shall execute a

    Performance Bank Guarantee remain valid for a period of sixty days beyond the date of completion of all contractual obligations in the form of a Bank Guarantee of any nationalized bank, a sum equivalent to 5% of the accepted contract value in favour of Executive Director, DTIDC Ltd.

    2.2 The Bank Guarantee can be forfeited by order of the competent authority of the Office of

    the Executive Engineer, DTIDC Ltd, Delhi in the event of any breach or negligence or non-observance of any terms/condition of contract or for unsatisfactory performance or for non-acceptance of the work order. On expiry of the contract, such portion of the said Bank Guarantee as may be considered by the Office of the Executive Engineer, DTIDC Ltd. Delhi sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined. a) If the Contractor/FM agencies is called upon by the competent authority of the

    Office of the Executive Engineer, DTIDC Ltd. Delhi to deposit Security and the Contractor/FM agencies fails to provide the security deposit within the period specified such failure shall constitute a breach of the contract and the Office of the Executive Engineer, DTIDC Ltd. Delhi shall be entitled to make other arrangements at the risk, cost and expense of the Contractor/FM agencies.

    b) On due performance and completion of the contract in all respects, the Security

    Deposit will be returned to the Contractor/FM agencies without any interest on presentation of an absolute No Demand Certificate in the prescribed form and upon return in good condition of any specifications, samples or other property belonging to the purchaser, which may have been issued to the Contractor/FM agencies/FM agencies.

    3. NOTICE TO PROCEED

    After the acceptance of the LoA and securing Performance Bank Guarantee from the successful bidder, Engineer Incharge shall issue the ‘Letter of Award’, to the Contractor/FM agencies authorizing him to start the work.

    4. SIGNING OF CONTRACT AGREEMENT 4.1 The successful Bidder shall attend this office to sign the formal agreement on Non-

    judicial stamp paper worth Rs. 100/- within 15 days from the date of issue of ‘Letter of Award’, failing which the acceptance of work shall be withdrawn and earnest money and performance guarantee forfeited. Please note that the time allowed for carrying out the work as entered in the agreement shall be reckoned from the 10th day after the date of issue of this letter to commence the work.

    5. SERVICES REQUIRED BY THE CLIENT 5.1 The DTIDC Ltd shall pay the charges as agreed between the DTIDC Ltd and the

    Contractor/FM agencies at the time of bidding process. A schedule of charges shall be annexed to the Articles of Agreement after finalizing the amount at the conclusion of bidding process.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    21

    5.2 The Contractor/FM agencies shall provide services in the DTIDC Ltd’s premises to its entire satisfaction and it is the sole responsibility of the Contractor/FM agencies that the work is executed in all respects in accordance with the Contractor/FM agencies obligations.

    6. COMMENCEMENT OF SERVICES The Contract shall become legally binding and in force only upon : 6.1 Submission of Performance Bank Guarantee. 6.2 The Contractor/FM agencies shall commence services in DTIDC Ltd’s premises within 10

    days from the Letter of award.

    7. CONTRACTOR/FM AGENCIES OBLIGATIONS 7.1 The Contractor/FM agencies shall provide services at client’s premises as per Schedule

    of Work / Requirements which may be amended from time to time by the DTIDC Ltd during the Contractual period and it shall always form part and parcel of the Contract. The Contractor/FM agencies shall abide by such assignments as provided by the DTIDC Ltd from time to time.

    7.2 The Contractor/FM agencies shall provide services through its uniformed and trained

    personnel for the performance of its services hereunder and these personnel deployed shall be employees of the Contractor/FM agencies only and the DTIDC Ltd shall not in any manner be liable and all statutory liabilities (such as ESI & PF etc.) shall be paid for by the Contractor/FM agencies.

    7.3 The Contractor/FM agencies shall submit to DTIDC Ltd the details of amount deposited

    on account of EPF and ESI in respect of the deployed personnel to the concerned authorities from time to time.

    7.4 The Contractor/FM agencies shall produce to the DTIDC Ltd the details of payments of

    statutory benefits like bonus, leave, relief etc. from time to time to its personnel. 7.5 The DTIDC Ltd shall have the right, within reason, to have any personnel removed who

    is considered to be undesirable or otherwise and similarly the Contractor/FM agencies reserves the right to remove the any personnel with prior intimation to the DTIDC Ltd, emergencies exempted.

    7.6 The Contractor/FM agencies shall cover its personnel for personal accident and death

    whilst performing the duty and the DTIDC Ltd shall own no liability and obligation in this regard.

    7.7 The Contractor/FM agencies shall exercise adequate supervision to reasonably ensure

    proper performance of Services in accordance with Schedule of Requirements. 7.8 The Contractor/FM agencies shall issue identity cards / identification documents to all its

    employees who will be instructed by the Contractor/FM agencies to display the same. 7.9 The personnel of the Contractor/FM agencies shall not be the employees of the DTIDC

    Ltd and they shall not claim any salary or allowances, compensation, damages or

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    22

    anything arising out of their employment/duty under this Contract. The Contractor/FM agencies shall make them known about this position in writing before deployment under this agreement.

    7.10 The Contractor/FM agencies shall also provide at its own cost all benefits statutory or

    otherwise to its employees and the DTIDC Ltd shall not have any liability whatsoever on this account. The Contractor/FM agencies shall also abide by and comply with the Labour laws, Workmen Compensation Act, EPF Laws, ESIC Laws, Income tax laws and Minimum Wages Laws, Contract Labour (Regulations Abolition Act) or any other law in force.

    7.11 The Contractor/FM agencies shall provide minimum of two sets each of summer and

    winter uniform to its personnel at its own cost. 7.12 The Contractor/FM agencies shall cover all its personnel under the relevant laws

    of EPF, Labour, ESIC etc. Proof of the same should be submitted by the Contractor/FM agencies quarterly.

    7.13 The Contractor/FM agencies shall submit a copy of wages sheet showing monthly

    wages paid to its personnel. 7.14 Adequate supervision shall be provided to ensure correct performance of the services in

    accordance with the prevailing requirements agreed upon between the two parties. 7.15 All necessary reports and other information shall be supplied immediately as required

    and regular meetings will be held with the DTIDC Ltd. 7.16 The Contractor/FM agencies shall not employ any person below the age of 18 years old.

    Manpower so engaged shall be trained for providing services. 7.17 Contractor/FM agencies Personnel 7.17.1 The Contractor/FM agencies shall at all times ensure that it has sufficient, suitable and

    qualified personnel to supervise the DTIDC Ltd premises at the DTIDC Ltd Site and in sufficient number to undertake the responsibilities imposed upon the Contractor/FM agencies under the Contract and to provide full attention for executing the work thereof.

    7.17.2 The Contractor/FM agencies shall submit its Organization Chart, showing therein the

    details of key personnel with their full contact details. The Contractor/FM agencies shall also keep informing the DTIDC Ltd of any change in its organization or its personnel

    7.17.3 The personnel engaged by the Contractor/FM agencies shall be dressed in neat and

    clean uniform (including proper name badges). 8. CONTRACTOR/FM AGENCIES LIABILITY 8.1 The Contractor/FM agencies shall completely indemnify and hold harmless the DTIDC

    Ltd and its employees against any liability, claims, losses or damages sustained by it or them by reason of any breach of contract, wrongful act or negligence by the Contractor/FM agencies or any of its employees engaged in the provision of the services to the DTIDC Ltd.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    23

    8.2 The Contractor/FM agencies shall not be liable in any way whatsoever and the DTIDC Ltd hereby expressly waives any right to, any loss, injury, damage, cost or expense of whatsoever nature directly or indirectly:

    8.2.1 Caused by, resulting from or in connection with any Act of Terrorism or any Biological or

    Chemical Contamination or any Nuclear Risks;

    8.2.2 Consisting of, caused by, resulting from or in connection with any loss, damage, destruction, distortion, erasure, corruption or alteration of Electronic Data from any cause whatsoever (including but not limited to Computer Virus) unless such loss, damage, destruction, distortion, erasure, corruption or alteration of Electronic Data was due to the negligence or default of the Contractor/FM agencies or any of its employees engaged in the provision of manpower Services to the DTIDC Ltd.

    8.3 The bidder shall not assign, transfer or sub contract any of its rights and duties under the

    contract except as provided without the prior approval of the Engineer- In-charge. 9. CLIENT’S OBLIGATIONS 9.1 Except as expressly otherwise provided, the DTIDC Ltd shall, at its own expense,

    provide timely all the required facilities at the location(s) where the Services are to be provided required to enable Contractor/FM agencies employees to carry out the Services.

    9.2 The DTIDC Ltd shall comply with and fulfill the recommendations (if any), if deemed

    necessary by the DTIDC Ltd, made in writing by the Contractor/FM agencies in connection with the performance of the Services. The DTIDC Ltd shall notify the Contractor/FM agencies of any dishonest, wrongful or negligent acts or omissions of the Contractor/FM agencies employees or agents in connection with the Services as soon as possible after the DTIDC Ltd becomes aware of them.

    9.3 To enable the Contractor/FM agencies to provide the services, the DTIDC Ltd shall

    ensure that their staff is available to provide such assistance 9.4 The DTIDC Ltd shall not be under any obligation for providing empanelment to any of

    the personnel of the Contractor/FM agencies after the expiry of the contract. The DTIDC Ltd does not recognize any employee employer’s relationship with any of the workers of the Contractor/FM agencies.

    10. VALIDITY OF CONTRACT

    The contract, if awarded, shall be initially for a period of three year from the date of award subject to continuous satisfactory performance. In case of breach of Contract or in the event of not fulfilling the minimum requirements / statutory requirements, the DTIDC Ltd shall have the right to terminate the contract forthwith in addition to forfeiting the performance security amount deposited by the Contractor/FM agencies and initiating administrative actions for black listing etc. solely at the discretion of the competent authority of the office of the Engineer Incharge. The initial period of three year can be further extended for two years, subject to satisfactory services at the sole discretion of the office of the DTIDC Ltd.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    24

    11. PAYMENTS 11.1 After selection of the Successful bidder as Contractor/FM agencies, a price schedule

    shall be annexed to the Articles of Agreement according to which all payments shall be made to the Contractor/FM agencies by the DTIDC Ltd for the services.

    11.2 The prices in the Price Schedule shall be inclusive of all applicable taxes including GST

    as may be levied by the Government from time-to-time. 11.3 The Contractor/FM agencies shall raise invoice per month and submit the same to

    DTIDC Ltd by 5th of every following month. The DTIDC Ltd shall make an advance payment of 75% of bill amount within 5 working days excluding the day of receipt of bill from the FM agency. The DTIDC shall make all endeavour to make the balance payments within three weeks after completion/submission of all documents/formalities in all respect by the FM agency.

    11.4 All payments shall be made in Indian Currency by means of an Account Payee Cheque

    / RTGS. 11.5 DTIDC Ltd shall be entitled to deduct taxes in accordance with Applicable Law, Income

    Tax or withholding tax or other deductions (as the case may be), from any payments made to the Contractor/FM agencies, and the amount so deducted shall be deemed to be a payment made to the Contractor/FM agencies. DTIDC Ltd shall provide a certificate certifying the deduction so made.

    11.6 No payment shall be made in advance nor any loan from any bank or financial institution

    recommended on the basis of the order of award of work.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    25

    11.7 Price Variation Clause: The amount payable on account of Price variation shall be settled every quarter as per

    the following method:- (i) The amount paid during a quarter shall be divided as under:

    i. Labour 55% ii. Material 30% iii. Fixed Component 15%

    (ii) No price variation shall be payable on the fixed component of the cost. (iii) For calculation of PV on account of labour, the All India Consumer Price Index

    Number for industrial workers (Base 2001 = 100) published in RBI Bulletins shall be used. The base shall be taken as the index no. (All India Average) as on date of opening of tender. For a particular quarter, the average index for that quarter shall be worked out and variation with reference to the base index no. shall be taken into account for calculation purpose.

    (iv) For material portion, All India Wholesale Price Index (WPI) for ‘Chemical and Chemical Product’s shall be used. The calculation of price variation payable illustrated as under:-

    (v) Illustration:- Amount paid in the first quarter = Rs. 10,00,000/- (say) Price Index for Labour as on date of opening of tender (Lo) = 450 Price Index for Material as on date of opening of tender (Mo) = 160 Ave. Price Index for Labour during 1st quarter (L1) = (452+456+455)/3= 454.3, where 452, 456 and 455 are the indices for the three months in the quarter under consideration Ave. Price Index for Material during 1st quarter (M1) = (165+164+168)/3= 165.7, where 165, 164 and 168 are the indices for the three months in the quarter under consideration Bifurcation of amount paid is as under:- Labour (W) Rs. 5,50,000/- Material (M) Rs. 3,00,000/- Fixed Rs. 1,50,000/- PV for Labour = (L1 – Lo) x W/Lo = 454.3 – 450) x 5,50,000 / 450 = Rs. 5,255/- PV for Material = (M1 – Mo) x M/Mo i.e. (165.7 – 160)m x 3,00,000/160 = Rs. 10,687/- No Price Variation will be payable on Rs. 1,50,000/- (i.e. the fixed component)

    (vi) The contract will be valid for a period of 3 years with a provision for annual price variation as explained in Price Variation Clause. In case of extension of contract period same price variation clause shall be applicable.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    26

    12. FORCE MAJEURE - OBLIGATIONS OF THE PARTIES 12.1. “Force Majeure” shall mean any event beyond the control of DTIDC Ltd or of the

    Contractor/FM agencies, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected, and which could not have been prevented by exercise of reasonable skill and care and good industry practices and shall include, without limitation, the following:

    (i) War, hostilities, invasion, act of foreign enemy and civil war; (ii) Rebellion, revolution, insurrection, mutiny, conspiracy, riot, civil commotion and

    terrorist acts; (iii) Strike, sabotage, unlawful lockout, epidemics, quarantine and plague; (iv) Earthquake, fire, flood or cyclone, or other natural disaster.

    As soon as reasonably practicable but not more than 48 (forty-eight) hours following the date of commencement of any event of Force Majeure, an Affected Party shall notify the other Party of the event of Force Majeure setting out, inter alia, the following in reasonable detail:

    12.2 The date of commencement of the event of Force Majeure; 12.3 The nature and extent of the event of Force Majeure; 12.4 The estimated Force Majeure Period, 12.5 Reasonable proof of the nature of such delay or failure and its anticipated effect upon

    the time for performance and the nature of and the extent to which, performance of any of its obligations under the Contract is affected by the Force Majeure.

    12.6 The measures which the Affected Party has taken or proposes to take to

    alleviate/mitigate the impact of the Force Majeure and to resume performance of such of its obligations affected thereby.

    12.7 Any other relevant information concerning the Force Majeure and /or the rights and

    obligations of the Parties under the Contract. 13. TERMINATION

    This Contract may be terminated forthwith by giving written notice of 30 days to the FM agency if:

    13.1 The party is in material breach of its obligations under this Agreement and / or, in the

    case of such breaches capable of being remedied, fails to remedy that breach within thirty days of receiving notice of such breach; or

    13.2 The Contractor/FM agency goes bankrupt and becomes insolvent. 13.3 In case of termination of the contract the DTIDC shall have the right to forfeit the

    performance guarantee (Security deposit) of the FM agency.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    27

    14. DISCLAIMER

    The relatives / near relatives of employees of the DTIDC Ltd are prohibited from participation in this bid. The near relatives for this purpose are defined as:

    (a) Members of a Hindu Undivided Family. (b) Their husband or wife. (c) The one is related to the other in the manner as father, mother, son(s), son’s wife

    (daughter-in-law), daughter(s) & daughter’s husband (son-in-law), brother(s) & brother’s wife, sister(s) and sister’s husband (brother-in-law)

    15. INSOLVENCY

    15.1 The competent authority of the Office of the Executive Engineer, DTIDC Ltd. Delhi may

    at any time by notice in writing summarily terminate the contract without compensation to the Contractor/FM agencies in any of the following events, that is to say:- If the Contractor/FM agencies being an individual or if firm, any partner in the Contractor/FM agencies firm, shall at any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings for liquidation or composition under any insolvency not for the time being in force or shall make any convenience or assignment of his efforts or enter into any arrangements or composition with his creditors or suspend payment of if the firm be dissolved under partnership act, or

    i) If the Contractor/FM agencies being a company shall pass a resolution or the

    court shall make an order for the liquidation of the affairs or a receiver of Manager on behalf of the debenture holder shall be appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a receiver or Manager.

    ii) If the Contractor/FM agencies commits any breach of this contract not herein specifically proved for: Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the purchaser and provided also that the Contractor/FM agencies shall be liable to pay the purchaser for any extra expenditure, he is thereby put to but shall not be entitled to any gain on repurchased.

    16. CURRENCIES OF BID AND PAYMENTS 16.1 The Bidder shall submit his price bid / offer in Indian Rupees and payments under this contract will be made in Indian Rupees. 17. GOVERNING LAWS AND SETTLEMENT OF DISPUTE 17.1 Any claims, disputes and or differences (including a dispute regarding the existence,

    validity or termination of this Contract) arising out of, or relating to this contract including interpretation of its terms shall be resolved through joint discussion of the Authorized Representatives of the concerned parties. However, if the disputes are not resolved by the discussions as aforesaid within a period 30 days, then the matter will be referred for adjudication to the arbitration of a sole arbitrator to be appointed by the DTIDC Ltd `in accordance with the provisions of the Arbitration and Conciliation Act 1996 and rules

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    28

    made thereunder including any modifications, amendments and future enactments thereto. The venue for the Arbitration will be New Delhi and the decision of the arbitrator shall be final and binding on the parties.

    17.2 Jurisdiction of Court: This Contract is governed by the laws of Republic of India and

    shall be subject to the exclusive jurisdiction of the courts in Delhi.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    29

    SECTION-5

    SPECIAL CONDITIONS OF CONTRACT (SCC)

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    30

    1. The special conditions of Contract shall supplement the “Instructions to the Bidders” as contained in Section 3 and General Conditions of the Contract (GCC) as contained in Section 4.

    2. INDEMNIFICATION:

    The successful bidder is solely liable to fully indemnify and keep DTIDC Ltd indemnified against all loses/penalties/awards/decrees arising out of litigation/claims/application initiated against the DTIDC Ltd on account of acts of omission/commission attributable to the Contractor/FM agencies and which are punishable under the provisions of various Central Labour and Employment Acts including the following Acts as amended from time to time. DTIDC Ltd shall be vested with sole discretion to determine damages/ loss suffered on account of above from the dues payable from security deposit as performance Guarantee or from either the personal property of bidder or property owned by his firm/company by way of initiating suitable legal litigation against the Contractor/FM agencies at any point of time.

    3. LABOUR LAW COMPLIANCES 3.1 The engagement and employment of labourers and payment of wages to them as per

    existing provisions of various labour laws and regulations is the sole responsibility of the Contractor/FM agencies and any breach of such laws or regulations shall be deemed to be breach of this contract. DTIDC Ltd may ask the Contractor/FM agencies to produce documents to verify that these provisions/laws are complied with by the Contractor/FM agencies.

    (a) All wages allied benefits such as leave, ESI, PF, Gratuity , Bonus etc, shall be paid by

    the Contractor/FM agencies and DTIDC Ltd shall not incur any liability or additional expenditure whatsoever for personnel deployed.

    (b) It is mandatory that the employees must be paid through bank only. 3.2 The Contractor/FM agencies shall abide by all labour laws, laws related to EPF

    Organisation, ESI Corporation, Workmen Compensation Act. The details of EPF, ESIC in respect of their deployed staff shall be submitted by the Contractor/FM agencies to DTIDC Ltd every month alongwith the bill. The Contractor/FM agencies shall abide including but not limited to, matters relating to timely payment of wages and allowances, payment of minimum wages, payment of overtime, grant of leave, payment of workmen's compensation, working hours, safety, maternity benefits, holidays, framing of standing orders, disciplinary action against employees, payment of provident fund contributions, payment of gratuities and payment of bonuses.

    3.3 The Contractor/FM agencies shall be liable for any legal dispute / case / claims that

    arises or may arise during currency of the contract due to non-compliances of labour or other related laws.

    3.4 The Contractor/FM agencies shall be responsible for compliance of all the laws

    rules/regulations and Govt. instructions that are/will be applicable to and aimed to protect the interest of the employees/worker engaged by it and shall ensure payment of all the statutory dues/liabilities as may have arisen during the past ‘or’ may arise during the course of performance of contract.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    31

    3.5 The Contractor/FM agencies shall submit periodical returns as may be specified from time to time.

    4. OFFICIAL RECORDS: 4.1 The Contractor/FM agencies shall maintain complete official records of disbursement of

    wages / salary, showing specifically details of all deductions such as ESI, PF etc. in respect of all the staff deployed in DTIDC Ltd’s office.

    4.2 The Contractor/FM agencies shall maintain a personal file in respect of all the staff who

    is deployed in DTIDC Ltd’s office. The personal file shall invariably consist of personal details such as name, address, date of birth, sex, residential address (Temporary / Permanent) and all grievances recorded by the staff vis-à-vis action taken etc.

    4.3 The Contractor/FM agencies shall furnish an undertaking that within seven days of the

    close of every month they will submit to DTIDC Ltd a statement showing the recoveries of contributions in respect of employees with Certificate that the same have been deposited with ESIC /EPFO Commissioners.

    4.4 Each monthly bill must accompany the: (a) List of employees with their date of engagement

    (b) The amount of wages (The Contractor/FM agencies shall ensure that minimum wages are paid to all the employees with all the benefits (such as ESIC/EPF/Bonus etc.)

    (c) Copies of authenticated documents of payments of such contributions to EPFO/ESIC

    (d) Declaration of the Contractor/FM agencies regarding compliance of clause 7.12 Amount of EPF / ESIC

    4.5 The Contractor/FM agencies shall also prepare a register indicating all payments / dues

    in respect of all the employees. 4.6 The contractor / FM agency shall store the material required for housekeeping and

    maintenance works with the representative of DTIDC. The materials shall be issued by DTIDC representative as per day to day requirement and proper record will be maintained.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    32

    SECTION-6

    SCHEDULE OF WORKS/ REQUIREMENTS

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    33

    In this Schedule of Requirements, the details of services to be provided by the Contractor/FM agencies and also other information, instructions of the DTIDC Ltd and instructions to the Contractor/FM agencies employees posted at the DTIDC Ltd site and all such other aspect of the Contracts are to be mentioned. 1. GENERAL INSTRUCTIONS 1.1 The Contractor/FM agencies shall deploy all manpower at the DTIDC Ltd facility in the

    manner and as per the instructions of the DTIDC Ltd. 1.2 The Contractor/FM agencies shall ensure that all personnel are fully conversant with the

    premises and with the DTIDC Ltd business activities and its related manpower requirements.

    1.3 The DTIDC Ltd shall have the right to have any person removed who is considered to be undesirable or otherwise and similarly the Contractor/FM agencies reserves the right to remove the personnel with prior permission of to the DTIDC Ltd, emergencies exempted.

    1.4 The Contractor/FM agencies shall cover its personnel for personal accident and/ or death while performing the duty.

    1.5 The Contractor/FM agencies shall exercise adequate supervision to ensure proper performance of services in accordance with the requirements.

    1.6 The Contractor/FM agencies shall issue identity cards / identification documents to all its employees who will be instructed by the Contractor/FM agencies to display the same at all times. The personnel of the Contractor/FM agencies shall be subject to detailed direction and control of the Contractor/FM agencies and in relation to manner and model of performance of duties, as agreed vide this agreement.

    1.7 The personnel of the Contractor/FM agencies shall not be the employees of the DTIDC Ltd and they shall not claim any salary or allowances, compensation, damages or anything arising out of their employment/duty under this Contract. The Contractor/FM agencies shall make them known about this position in writing before deployment under this agreement.

    1.8 The Contractor/FM agencies shall also provide at its own cost all benefits statutory or otherwise to its employees and the DTIDC Ltd shall not have any liability whatsoever on this account.

    2. SCOPE OF WORK

    I. HELP DESK MANAGEMENT

    II. E&M SERVICES:- Electrical Supply (HT & LT), DG sets, FPS, Water Supply & Plumbing, HVAC, LV Systems, Escalator, Elevators, Baggage Scanners & Solar Power Systemetc. Including comprehensive AMC of items listed at Annexure-C

    III. HOUSE KEEPING I/C FACIA CLEANING

    IV. HORTICULTURE

    V. SECURITY

    VI. PEST CONTROL

    VII. INCLUSIONS & EXCLUSIONS OF THE SERVICES

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    34

    VIII. REQUIREMENT FOR FM OFFICE FROM DTIDC

    IX. COMMERCIAL TERMS I SCOPE OF HELP DESK MANAGEMENT SERVICES

    a) HELP DESK SERVICES

    • Single Point contact for information regarding buses & related information. • Coordination with all service providers. • Help Desk Operation Centre Round the clock (24 X 7) • Create help desk counters in departure & arrival blocks to receive & attend

    complaints of travelling public and others round the clock.

    b) LOSS/THEFT/ACCIDENTS MANAGEMENT

    • Scrutinizing of all incidence reports and their follow-up with the Police & other agencies concerned.

    • Preparation of reports where necessary in coordination with the service providers as well as the Developer and their follow-up.

    • Liaison with the Police and other officials. • Assist the Developer in management of any type of incident or emergency. • Manage round the clock lost & found counter i.e. Cloak Room in ISBT.

    c) OTHERS

    • To assist the DTIDC in legal issues viz supply of documents, liaison with lawyers etc.,

    • Liaison with Police, Various Govt Departments to include Electricity, Fire, DJB, MCD, DOT and so on.

    • Ensure all service providers comply with the statutory requirements as per existing Govt orders.

    II SCOPE OF E&M WORKS: a) General

    (i) The agency shall depute well experienced staff in the relevant field for maintenance of

    electrical services. The minimum deployment for three shifts shall be as details attached.

    (ii) The Contractor/FM agencies will be responsible for timely payment of wages, ESI & PF etc. to all the workers engaged by the Contractor/FM agencies. The Contractor/FM agencies will submit the proof of ESI & EPF to the Dept. quarterly. All labour law shall be strictly followed.

    (iii) Since the operation of ISBT is round the clock for all days in the year, the FM should engage staff throughout the period of contract on Holidays/National Holidays for entire period & nothing shall be paid extra on this account.

    (iv) All the installations shall be kept neat and clean and in working order.

    (v) It will be responsibility of FM to ensure immediate operation of the DG Set in case of power failure. High Speed Diesel for operating DG Set shall be supplied by DTIDC.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    35

    (vi) Mobile oil and filters of DG Set should be changed at least once within 6 months or after

    running of 250 Hrs., whichever is earlier & nothing extra shall be paid on this account. All other good maintenance practices shall be followed.

    (vii) Watch and ward of the installations shall also be the responsibility of the FM agency. All losses due to theft or pilferage etc. shall be borne by the FM agency.

    (viii) The FM agency shall ensure that his staff follows all safety precautions. Incase if any mis happening or injury FM shall be fully responsible for the same.

    (ix) Electricity Bills raised by NDPL/Waters Bills of DJB shall be paid by DTIDC Ltd.

    (x) The details of Labour/Technicians deployed on various activities by FM shall be submitted daily to DTIDC for information & record.

    (xi) IEI works, office complaints & lighting etc. of all electrical points should be in working order of entire ISBT i.e. GF to 6th floor by FM agency.

    (xii) Temperature in AC area should be maintained at suitable temperature i.e. 24 degree Celsius or as decided by DTIDC.

    (xiii) CCTV System will operated by Delhi Police & maintained by FM agency.

    (xiv) Minimum required staff for electrical accessories i.e. DG sets, AC plants, pumps, lifts etc. services per day on three shift basis

    A. For first six months : S. No Location Wireman

    Gr.I

    Lift/Pump Operator

    Khallasi Data Entry Operator

    Total

    1 Sub-Station

    (In each shift)

    3 0 3 0 6

    2 DG Set 0 3 3 0 6

    3 WTP/STP 0 3 3 0 6

    4 A/C Plants & AHUs 0 3 3 0 6

    5 RO System 0 3 3 0 6

    6 Lifts & Escalator(3 New 4 old & 2 Escalators)

    0 10 0 0 10

    7 IEI works 3 0 3 0 6

    8 Computer Operator 0 0 0 12 12

    9 Parking Management 0 0 0 21 21

    10 Signage& Display Board

    3 0 3 0 6

    11 Solar Plant 3 0 0 0 3

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    36

    Total 12 22 21 33 88Nos

    Note: Thus Minimum Staff to be deployed of 88 Nos on three shifts. The above staff is indicative the agency may assess the actual number of staff required as per site condition.

    B. For next two years and six months : S. No Location Wireman

    Gr.I

    Lift/Pump Operator

    Khallasi Data Entry Operator

    Total

    1 Sub-Station

    (In each shift)

    3 0 3 0 6

    2 DG Set 0 3 3 0 6

    3 WTP/STP 0 6 6 0 12

    4 A/C Plants & AHUs 0 6 6 0 12

    5 RO System 0 3 3 0 6

    6 Lifts & Escalator (3 New 4 old & 2 Escalators)

    0 15 0 0 15

    7 IEI works 6 0 6 0 12

    8 Computer Operator 0 0 0 12 12

    9 Parking Management 0 0 0 21 21

    10 Signage & Display Board

    3 0 3 0 6

    11 Solar Plant 3 0 0 0 3

    Total 15 33 30 33 111 Nos

    Note: Thus Minimum Staff to be deployed of 111 Nos on three shifts. The above staff is indicative the agency may assess the actual number of staff required as per site condition. Electrical Supply (HT & LT):

    • Operation & Preventive maintenance will be carried out as per specification/ recommendation of Original equipment’s manufacturers.

    • Visual inspection of HT & LT panels every day, cleaning of panel, recording of various data including; voltage, power, energy at different areas. Periodic checking of protection relays for correct operation, tripping etc.

    • Visual checking 11KV Breaker Vacuum circuit Breaker and Dry Type 1000KVA, 11/0.433KV, 3 Nos. transformers are installed including all Equipment.

    • Visual inspection of main L.T. panel and capacitor panel, checking of breaker operation, replacement of any blown control fuses/ indicating lamps, recording readings of voltmeter, ammeter, kWh meter, etc. Cleaning of panel and periodic checking of relays for proper tripping.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    37

    • Visual checking and regular cleaning of all distribution boards, checking of proper operation of MCB’s, tightening of any loose contacts and wires, replacement of faulty MCB’s / ELCB’s etc.

    • Visual checking feeder pillars and cables, cleaning of feeder cables, checking and tightening of loose connections, replacement of lamps in street lighting poles, garden lighting, façade lighting, Checking of Cables & Cable Trays and Necessary Attention etc.

    • Physical checking and Attention of bus duct and bus risers for loose connections, cleaning of bus ducts, checking of bus duct insulation by instruments, fire barriers, etc., tightening of nuts and bolts for incoming and outgoing, checking of hot spots in bus ducts and cables.

    • Replacement of lamps and tubes, starters, chokes/ Ballasts, tightening of wiring wires, checking of conduits and wiring above false ceiling.

    • Watering of earth pits, checking of earth resistance by instruments, tightening of all nuts and bolts and cleaning of all joints, Checking & Attention of Earthing System.

    • Ensuring continuity of power of 11KV system and switching ON and OFF the breaker in case of tripping and power failure. Liaisons with local electrical authorities for continuation of power and checking and preparation of bills distribution.

    • Ensuring Availability & Reliability of 415 V Power Supply to All Occupants as well as to the Common Services including all E&M Systems. Attention of All Breakdowns & Restoration of Power Supply in the minimum possible time.

    • Periodic Checking & Attention of HT & LT cables, Cable Trays, Raceways etc. Emergency supply Generation and Distribution

    • Operation & Day to Day Maintenance of DG Sets including Cleaning of generating sets, visual inspection of diesel leakage and checking lubricating oil and diesel levels, test starting of generating sets ensuring the set voltage etc., logging the data, Periodic change of oil filters etc., checking of Radiators, pumps, DG Auxiliary Panels, Diesel Oil Tanks, Underground Fuel Tank, Fuel Transfer Pumps etc.

    • Checking & Attention of AMF panel, cleaning, and setting relays for correct sequence, cleaning of relay contacts, testing of AMF panel.

    • Visuals checking & Attention of LT bus duct for loose joints, loose suspension etc. and rectifying the same, checking of insulation & Temperature rise by instruments. Temperature Measuring instrument will be provided by FM Agency.

    • Regular checking of battery voltage and adding distilled water if required and, if necessary, tightening of terminals on the batteries and the engine, Day to Day Maintenance as per the Manufacturer’s Recommendations

    • Checking & Attention of the exhaust fans for any noise, balancing works etc.

    • Monitoring the consumption of H.S.D and lube oil. Keep a check on the levels of the H.S.D storage tank and individual day tanks daily and report for the same.

    (a) Making necessary arrangement for Procurement of HSD for operation of DG Sets.

    (b) Standard operating procedure will be prepared and followed as per the DTIDC norms for Disposal of waste & scrap if any.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    38

    • Periodic checking and maintenance of All Electrical equipment and Earthing system as per IS/ National/ International standards as applicable.

    • Day to Day Maintenance & Periodic checking of Online Uninterrupted Power Supply System (UPSs) including Batteries.

    • Operation & Annual Maintenance Contracts of DG Sets & Online UPS and Liasoning with AMC Vendor/ Contractor/FM agencies and Day to Day Execution of AMC shall be the Responsibility of FM AGENCY .

    • Operation & maintenance of all lifts & escalators round the clock by deploying technically qualified & licensed operators.

    Fire Protection:

    The following are to be periodically checked and maintained.

    (i) Wet riser cum down comer systems for Sprinkler & Hydrant Systems with all

    control valves & other accessories.

    (ii) Yard (External) hydrants with Hydrant Boxes, Hose reels, Fire Brigade

    Connections, Valves etc.

    (iii) Automatic Fire Sprinkler System with Isolation valves, Alarm Valves, Gong,

    Sprinkler heads etc.

    (iv) Analogue addressable type – Automatic Fire Detection & Alarm System

    complete.

    (v) Portable Fire Extinguishers including refilling as per periodical schedules / as

    required.

    (vi) Operation & Maintenance of Fire Pumps, Valves & other Accessories as per

    recommendations of the Manufacturer/ Relevant BIS Standards.

    (vii) Annual maintenance contracts of fire detection and alarm system and liasioning

    with comprehensive AMC Vendor/Contractor/FM agencies and day to day

    execution of AMC shall be responsibility of FM.

    (viii) To carry out mock fire drill as laid down by Delhi Fire Services or fire laws.

    Water supply and Plumbing

    (i) Checking & satisfactory operation of water pumps in WTP, R.O. plant pumps & accessories, water level in the main tanks, overhead tanks etc.; operation and maintenance of all kinds of Water Supply, Distribution, Drainage, STP, Sump & De-watering pumps installed in the building. checking for water leakage’s in pipe lines and rectifying the same to ensure proper and regular supply of water to the building.

    (ii) Checking of all Services shafts/ rainwater shaft, drain shafts, toilet shafts, Other Shafts etc. for leakages or other defects and immediate rectification of the same.

    (iii) Cleaning of all tanks at least once a month.

    (iv) To ensure that all sumps are maintained clean at all times.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    39

    (v) Maintenance, cleanness & sanitation of all toilets in the complex as per details attached to ensure that toilet fittings/ loose connections, leakages, etc. in common area are not there. Replace all damaged / broken or lost fittings within 24 hrs. Ensure no foul smell in toilets. Ensure that consumable like toilet paper, liquid soap etc. are always fully stocked & available in toilets at all times.

    (vi) Cleaning of external drain periodically.

    (vii) Ensuring adequate water supply to various drinking water outlets and toilets.

    (viii) Day to Day Operation & Maintenance of Water Filtration Plant, Chemical Dosing System & R.O. Plant

    (ix) Monitoring and ensuring satisfactory functioning of WTP & STP Plant

    (x) Comprehensive Annual maintenance contract of STP & WTP, R.O. Plants and liasoning with comprehensive AMC Vendor/Contractor/FM agencies to ensure uninterrupted services at all times of the day.

    Fascia Cleaning:

    • Structural glaze and Glasses cleaning will be done once a month as per the schedules. HVAC: Operation & Maintenance to be carried out as per the Original Equipment

    manufacturers recommendations/ Relevant National/ International Standards as applicable by the FM as per details below

    Monitoring of Chillers

    i. Day to day operation of Chiller plants and logging the running parameters as per the guide lines of manufacturer.

    ii. Coordinate with Chiller supplier and get the Defects/ failures attended. iii. Annual Maintenance Contract of Chillers and Liasoning with AMC Vendor/

    Contractor/FM agencies and Day to Day execution of AMC shall be the responsibility of the FM Agency.

    Operating and Maintenance of HVAC:

    i. Maintaining the temperature as per the designed parameters or as specified by DTIDC. ii. Operating of AHU’s as and when required iii. Operation of Primary Chilled Water, Secondary Chilled Water& Condenser Water

    Pumps, Piping, Valves and other Associated Equipment. iv. Regular checking of AHU’s (Like checking of bearing, belt and greasing) v. Regular checking of chilled water pumps. (Checking of Bearing, gland leaks and

    greasing) vi. Regular checking of drive assembly of pumps. vii. Regular electrical termination checks up of AHU’s and pump starters and motor. viii. Periodic cleaning of AHU filters. ix. Periodic cleaning of AHU cooling coils. x. Periodic checking of AHU drain. xi. Replacement of AHU bearing, shaft, belts as and when required.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    40

    xii. Checking of water level in the expansion tanks. xiii. Attending to the A/C breakdown calls in the building. xiv. Checking the noise level of A/C equipment. xv. Operation & Maintenance of AHUs. xvi. Operation & Maintenance of Primary Chilled Water, Secondary Chilled Water &

    Condenser Water Pumps, VFD Panels, Piping, Valves and other Associated Equipment. xvii. Operation and maintenance of the Ventilation fans. xviii. Operation & Maintenance of Cooling Towers. xix. Regular checking & Attention of Ducting, Insulation, Grills & Diffusers. LV System

    (i) Day to Day Operation & Maintenance of Building Management System, PA/ BGM, Fire Alarm & Detection System, CCTV System, Access Control System & Boom Barriers, Lift Management System, Chiller Plant Monitor and Telephone & EPBX System.

    (ii) AMC of the following Systems. (a) Fire Detection System (b) P.A. System (c) Access Control System (d) Building Management System (e) CCTV System (f) Lift & Escalators (g) PIDS (h) X-Ray baggage & DFMD (i) Roof top solar power plant

    Liasoning with AMC Vendor/ Contractor/FM agencies and Day to Day execution of AMC shall be the responsibility of the FM Agency.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    41

    LIFTS & ESCALATORS Lift will be kept in auto mode during the regular use, whereas freight lifts will be kept under manual mode on request basis. The lift maintenance will be carried out by the supplier during the warranty period and hence forth by AMC. General cleaning inside the lift will be carried out by FM Agency as per the schedule. Annual Maintenance Contract of the Lifts and Liasoning with AMC Vendor/ Contractor/FM agencies and Day to Day execution of AMC shall be the responsibility of the FM Agency. Adequate number of operators shall be made available for each shift. AMC OF E&M EQUIPMENTS Comprehensive AMC of equipment has to be done as per OEM recommendation and as per schedule attached in ‘Annexure-C’. Where Comprehensive AMC is not available or has/expired, comprehensive AMC has to be done within one month of issue of LOA by FM agency. Where comprehensive AMC is running, comprehensive AMC has to be renewed after expiry of AMC. Till currency of existing comprehensive AMC, Liasoning with AMC Vendor/ Contractor/FM agencies and Day to Day execution of AMC shall be the responsibility of the FM Agency. All comprehensive AMC taken by FM Agency should continue till minimum of 4 month after completion period of FM. Also extension of comprehensive AMC should be done such that it expires at the end of 4th month beyond completion period of FM. Copy of contract agreement of running comprehensive AMC done by FM would be handed over to DTIDC. The cost/charges of AMC of all these equipment shall be borne by FM agency. III SCOPE OF HOUSEKEEPING WORKS: 1. Common area (the area not specifically occupied by any licensee or any office in the

    building) cleaning in podium, floors, terrace, machine rooms, All Service Rooms, Substation etc.

    2. Toilets cleaning, maintaining and replacing toiletries of ladies/gents toilets. 3. Cleaning of all around the building periphery, driveways & roads 4. The approximate area for scavenging is 26000 sq. mtrs for road & paths & 13000 sq. mtrs.

    For built up (building flooring) DAILY SCHEDULES: a) Entrance lobbies

    (i) Wiping & cleaning all of the entrance glass doors on all the entrances. (ii) Cleaning the entire common area without hindering the public movement which

    includes Sweeping, Mopping, Scrubbing and buffing. Office corridors to be cleaned before 9.00 a.m. daily.

    (iii) Wiping of the entire side walls (Complete dado) – Marble / Granite / Tiles (iv) Dusting and wiping of all fixtures and furniture in all the entrance lobbies (v) Ensuring the shine on the signages. (vi) Sweeping and smooth brushing of the lift floors & lift lobbies i/c – removal of all dirt

    etc. throughout the day.

  • OFFICE OF THE EXECUTIVE ENGINEER, DTIDC LTD.

    NEW DELHI

    .

    42

    (vii) Dusting and Wiping of all the lift doors that they look clean b) Toilets

    (i) Sweeping and mopping of the floor and keeping the floor clean & dry throughout the day / round the clock.

    (ii) Mopping of all glazed tiles dado &walls and keeping them clean round the clock. (iii) Washing of all the urinals, closets and washbasins with mild soap solution / cleaning

    solutions. Ensuring the shine on the mirror throughout the day / round the clock by periodic cleaning using glass cleaner.

    (iv) Replace toiletries such as spray fresheners, naphthalene balls, liquid soap of approved mark, tissue papers etc. as and when required to keep free from foul smell hygiene condition.

    (v) Clean all toilet fixtures and fittings in such a manner that there is no smell nuisance. (vi) Clearing of the dustbins in the toilets periodically and as and when required at least

    eight times in a day. (vii) To ensure that there are no leakage, blockages / chokages in the toilets/corridors

    etc. (viii) The details of the toilet block is placed at Annexure “A”

    c) Staircases, Fire Escape staircases

    (i) Sweeping of all the staircases and common landings. (ii) Removal of dust, etc. from the skirting top/ dodo. (iii) Ensuring that al