tirumala tirupati devasthanams: tirupati · tirumala tirupati devasthanams: tirupati tender...
TRANSCRIPT
TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI
TENDER DOCUMENT
FOR
"PROVIDING FACILITY MANAGEMENT SERVICES FOR HOUSE
KEEPING, SANITATION AND MAINTENANCE OF S.V. TEMPLE AND
TTD KALYANAMANDAPAM AT BENGALURU IN KARNATAKA STATE
for 2015-17"
ISSUE LETTER OF TENDER DOCUMENT
Name of Work: PROVIDING FACILITY MANAGEMENT SERVICES FOR HOUSE
KEEPING, SANITATION AND MAINTENANCE OF S.V. TEMPLE AND
TTD KALYANAMANDAPAM AT BENGALURU IN KARNATAKA
STATE for 2015-17
Tender Document No. 130/SE-I/TTD/TPT/2015-16
One set of Tender document consist of two parts as per Master Index is issued to:
M/s -----------------------------------------------------
-----------------------------------------------------------
-----------------------------------------------------------
An amount of Rs._______/- (__________________________ only) towards Tender Document
Fee (Non- refundable) have been paid in the form of Bank Demand Draft (DD)/Banker’s
Cheque (BC) no.----------------- dated ----------------- in favour of “The Executive Officer, TTD”,
payable at Tirupati.
Superintending Engineer – I T.T.Devasthanams
Date: _____________ Tirupati
MASTER INDEX
PROVIDING FACILITY MANAGEMENT SERVICES
FOR HOUSE KEEPING, SANITATION AND
MAINTENANCE OF S.V. TEMPLE AND TTD
KALYANAMANDAPAM AT BENGALURU IN
KARNATAKA STATE for 2015-17
MASTER INDEX
NAME OF WORK: PROVIDING FACILITY MANAGEMENT SERVICES FOR HOUSE
KEEPING, SANITATION AND MAINTENANCE OF S.V. TEMPLE AND
TTD KALYANAMANDAPAM AT BENGALURU IN KARNATAKA STATE
for 2015-17
(TENDER DOCUMENT NO.:_ 1 3 0 /SE-I /TTD/2 0 1 5 -16 )
PART – I : TECHNICAL BID
S.NO.
DESCRIPTION
PAGE NO.
1.
COVER PAGE
2.
MASTER INDEX
3.
NOTICE INVITING TENDER
4.
INSTRUCTION TO TENDERERS
5.
PROPOSAL FORMS
6.
GENERAL CONDITIONS OF CONTRACT & ANNEXURES
PART – II : BILL OF QUANTITIES
S.NO.
DESCRIPTION
PAGE NO.
1. BILL OF QUANTITIES
TIRUMALA TIRUPATI
DEVASTHANAMS TIRUPATI
NOTICE INVITING TENDER (NIT)
Tender document No. 130/SE-I/TTD/2015-16
Name Of Work
PROVIDING FACILITY MANAGEMENT SERVICES FOR
HOUSE KEEPING, SANITATION AND MAINTENANCE OF S.V.
TEMPLE AND TTD KALYANAMANDAPAM AT BENGALURU
IN KARNATAKA STATE for 2015-17
Period of Contract 24 Months
Form of Contract Lump Sum
Date & Time Of Pre-bid meeting
19-09-2015 at 10.30 A.M. (IST), in the chambers of the Chief Engineer, TTD, Tirupati. Date & Time Of
Submission of Tender 1-10-2015 upto 3.00 PM
Date & Time For Opening of Tender a) Technical Bid b) Financial Bid
Technical Bid will be opened on 1-10-2015 at 3.15 P.M (IST) After evaluation of technical bid, the financial bid will be opened. The date of opening of financial bid will be intimated separately.
Cost of Tender document (Non-refundable) to be paid in the shape of Demand Draft in favour of Executive Officer, TTD, Tirupati
Rs.5,000/-
The tenderer can download the tender document from www.tirumala.org or obtain the tender
document from the O/o Superintending Engineer – I, TTD, TTD Administrative Building,
K.T.Road, Tirupati – 517 501, upon payment of the bid cost by Demand Draft In case of
downloaded document from www.tirumala.org , the tenderer shall submit the cost of bid document
by way of Demand Draft / Pay order applicable at Tirupati drawn in favour of the Executive officer,
TTD, Tirupati issued by scheduled banks and along with the bid responses. The cost of bid
document is non-refundable.
Superintending Engineer-I,
Tirumala Tirupati Devasthanams,
T.T.D. Administrative Building,
K.T. Road,
Tirupati – 517 501.
Andhra Pradesh.
Tel No.: (0877) – 226 4366, 226 4563
9704678413, 9704678512
Fax : (0877) – 226 4455
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE
BIDDING
(To be put up in website)
WORKS: PROVIDING FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING,
SANITATION AND MAINTENANCE OF S.V. TEMPLE AND TTD
KALYANAMANDAPAM AT BENGALURU IN KARNATAKA STATE for 2015-
17
TENDER DOCUMENT NO. : 1 3 0 / S E - I / T T D / 2 0 1 5 - 1 6
1.0 BRIEF SCOPE OF WORK
1.1 Cleaning the Temple area and keeping it neatly from the morning 5.00 AM to 9.00
PM.
1.2 Providing lift operator for the Temple from 5.00 AM to 9.00 PM.
1.3 Providing of Electrician, A.C. Mechanic, Plumber, Carpenter, Mason scavenger as
per necessity.
1.4 Cleaning of dining hall, marriage hall and mini function hall, kitchen, wash areas
before and after marriage / any function / if vacant once in two days.
1.5 Cleaning of common areas, terraces and surrounding areas daily.
1.6 Providing lift operators for the Kalyanamandapam (3 lifts) from 5.00 AM to 9.00
PM.
1.7 Cleaning of Rooms, changing of linen sanitation of rooms.
1.8 Procuring of bed spreads, pillow covers, buckets, dust bins, foot mats, mugs etc.,
periodically and cleaning of office rooms in the temple and kalyanamandapam
daily.
2.0 SALIENT FEATURES OF TENDER DOCUMENT
i) Name of Work : Providing facility management services for
House Keeping, Sanitation and maintenance
of S.V. Temple and TTD
Kalyanamandapam at Bangalore in
Karnataka State.
ii) Tender Fee : Rs. 5,000 /-(Rupees five thousand only)
iii) Earnest Money Deposit : Rs.50,000/- (Rupees fifty thousand only)
iv) Service Period : 2 (Two) Years
v) Sale Period : 16-09-2015 TO 30-9-2015 u p t o 5 P M I S T
vi) Last Date and Time (Deadline)
for Receipt of Bid
vii) Date, Time & Place for
Opening of Bid
(Techno-Commercial Part)
: 1-10-2015 up to 3 PM (IST)
: 1-10-2015 at 3.15PM (IST), In the presence of
Tenderer‘s Representatives / authorized persons at
following address:
Superintending Engineer – I,
Tirumala Tirupati Devasthanams
T.T.D.Administrative Building,
K.T.Road,
Tirupati – 517 501,
Andhra Pradesh.
viii) Last Date for receipt of
Tenderer’s Queries
: 18-9-2015 up to 5 PM (IST)
ix) Date & Time of Pre-Bid Meeting : 19-9-2015 10.30 A.M (IST) at
x) Venue of Pre-Bid Meeting : O/o Chief Engineer,
TTD Admin Building,
K.T Road,
Tirupati,
Andhra Pradesh – 517501
Contact : P.A to S.E-I, TTD,
Tirupati - Cell No. 9704678512
xi) Bid to be submitted at : O/o Superintending Engineer – I,
Tirumala Tirupati Devasthanams
T.T.D.Administrative Building,
K.T.Road,
Tirupati – 517 501,
Andhra Pradesh.
Contact : P.A to S.E-I, TTD,
Tirupati.
3.0 QUALIFICATION CRITERIA
Agencies intending to participate shall fulfill the following
qualification criteria:
3.1 EXPERIENCE CRITERIA
3.1.1 Minimum 5 years experience in the field of providing complete FMS.
3.1.2 The firm shall be registered / incorporated in India.
3.1.3 The firm/organization should have proven capabilities of providing complete FMS
for the rest house or rest houses or hostel or hotel or hospital of reputed
organisations with a minimum number of 50 rooms or A.C. Function hall/A.C.
Kalyanamandapam or Auditorium in each location for at least 3 (THREE) reputed
large organizations in India during the last three years. The experience furnished
will be judged based on the nature of work done, documentation submitted,
payment received based on the payment certificates and bank scrolls type of
organisation to which the services were extended. Acceptance / rejection of the
experience certificates are at the sole discretion of TTD based on TTD’s perception.
3.1.4 Valid Registration of firm with ESI & EPF and Central Excise for Service Tax.
3.1.5 Registration under Labour laws.
3.1.6 Permanent Account Number issued by Department of Income Tax.
3.2 Financial Criteria
a) Annual turnover during the last 5 (FIVE) financial years should be not less than
Rs.100 lakhs (average). The turnover should be exclusively from FMS contracts.
This should be clearly indicated and to be proved by the applicant (2010-2011 to
2014-2015) as applicable.
3.3 In house works / Self certification of works will be not accepted. Agreement copies and
work orders will also not be considered.
3.4 Documents Required
a) Brief description of the company/organization/firm including its structure and
the number of employees.
b) Name and complete address of the organization including branches if any.
c) Status of the organization: Proprietor/Partnership/Regd. Company.
d) The Experience Certificates shall be issued only by the competent authorities
i.e., not less than the agreement concluding authority (copy of agreement shall
be enclosed).
e) Bankers and their Addresses.
f) Reference list of major clients with the contact details performed during the last
five years giving the nature and scope of services, method and technology
applied, manpower deployed, total value of the contract and other relevant
details.
g) Completion certificate from 3 (THREE) organizations for whom the service
provider has provided similar FMS along with scope and nature of FMS and
contract value from the Agreement Concluded Authority with the copy of
Agreement. The details shall also include payment received certificate and bank
scrolls.
h) Attested copies of Firm Registration Certificate, recent IT Assessment Order,
PAN/TIN Card, Service Tax Registration Certificate, PF and ESI Registration
Certificates.
i) Attested copies of Registration Certificate and License from the licensing officer
under Contract Labour (Regulation and Abolition) Act, 1970 to carry out FMS
as described earlier.
j) List of full-time key-employees with qualifications, experience (only senior &
middle management) and the number of years of service in the organization.
k) Attested copies of Income Statement and Balance Sheet of the firm/company
and Turnover from FMS activities for the last 5 (FIVE) years (2010-2011 to
2014-2015) as applicable.
l) List of equipment along with manufacturer details and number of units that
will be deployed for the work.
m) Declaration as detailed in Form – H.
4.0 SUBMISSION OF BID:
4.1 The Tender document shall be submitted in four Envelopes as detailed below and
properly sealed:
Envelope 1:
The envelope shall be superscribed on the top of cover as “Technical bid”, shall consists
of the following:
(a) Complete set of Tender documents (Technical Bid only), duly filled in and signed
by the tenderer on all pages (including Schedules and Annexures).
(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD) obtained from
any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,
TIRUPATI.
E.M.D. : Rs.50,000/- ( [Refer clause 5.0])
(c) Tender document fee (if downloaded from Web site) by Demand Draft (DD)
obtained from any Scheduled/Nationalized Banks drawn in favour of the
EXECUTIVE OFFICER, TTD, TIRUPATI.
Envelope 2:
The envelope shall be superscribed as ‘Qualification of Tenderer’, complete set of
documents listed under 3.1 to 3.4 under the caption qualification criteria with all
supporting documents duly filled in and signed by the tenderer on all pages. The
documents such as experience certificates, copies of agreement, financial turn over,
copies of PAN, Service tax registration, PF & ESI registration, etc., shall be submitted
along with proper attestations.
Envelope 3:
The envelope should be super scribed as “Financial bid (Price bid)”, Complete set of
Financial Bid (Price Bid) of the tender document and copy of the minutes of the pre bid
meeting duly signed by the tenderer on all pages.
Envelope 4:
The envelope should contain all the above three sealed envelopes and shall be
superscribed on top of the cover with the name of work.
5.0 EARNEST MONEY DEPOSIT
Tenderers have to deposit EMD for Rs.50,000/- by way of Demand Draft obtained from
any Scheduled Bank drawn in favour of EXECUTIVE OFFICER, TTD, TIRUPATI
along with the tender. The Demand Draft towards EMD can be initially for 3 months and
the same shall be extended up to tender validity period as and when required by TTD.
No Cheque will be accepted. The EMD does not bear any interest.
If TTD cancels the tender on any administrative reason the EMDs of all the tenderers
will be refunded.
EMD will be forfeited in the event of any refusal or delay on the part of the successful
tenderer to accept the offer of award of work or sign and execute the contract on
acceptance of his tender. EMD shall also be liable for forfeiture in case the contractor
delays the commencement of work as per the contract. EMD of unsuccessful tenderers
will be refunded after expiry of tender validity period or after finalization of tenders
whichever is earlier. EMD of successful tenderer will be retained as security deposit.
The successful tenderer has to pay further EMD at the rate of 2.5 % of Tender Contract
Value, less the EMD already paid at the time of tender, by Demand Draft from any
Schedule bank drawn in favour of E.O., TTD, Tirupati at the time of concluding the
agreement.
The successful tenderer has to pay an Additional Security Deposit of 2.5% of the
contract value over and above EMD in the form of Demand Draft or Bank Guarantee
from any Schedule bank valid for a period 30 months in favour of Executive Officer,
TTD.
The department will retain from each payment due to the contractor at the rate of 5%
(FSD) from running bills until completion of the whole of the work. On satisfactory
completion of the whole work, the EMD, ASD & FSD will be refunded or the
corresponding bank guarantees will be released after the completion of the contract
period subject to the condition that the contractor hand over the furniture, fittings, linen
and other inventory of articles in good condition to the satisfaction of the department and
also on submission of NO DUE certificate from the concerned departments.
INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS
1.0 GENERAL
1.1 Introduction
1.2 Confidentiality of Document
1.3 Cost of Bidding
1.4 Site Visit
2.0 TENDER DOCUMENT, CLARIFICATION AND AMENDMENT
2.1 Tender Document
2.2 Pre-Bid meeting and Clarification Requests by Tenderer
3.0 PREPARATION OF BIDS
3.1 Joint Venture / Consortium Bids
3.2 Language of Bid
3.3 Compliance to Tender Document Requirement
3.4 Unsolicited Post Tender Modifications
3.5 Documents Comprising the Bid
3. 6 Bid Prices
3.7 Currencies of Bid & Payment
3.8 Arrangement of Bid
3.9 Bid Validity
3.10 Earnest Money Deposit/ Bid Security
4.0 SUBMISSION OF BID
4.1 All Pages to be Initialed
4.2 One Bid Per Tenderer
4.3 Date, Time & Place of Submission
5.0 BID OPENING AND EVALUATION
5.1 Opening of Envelopes 1 & 2 (Technical Bid)
5.2 Clarification & Additional Information
5.3 Opening of Envelope 3 (Price Part of Bid)
5.4 Evaluation and Comparison of Priced Bid
5.5 Process to be confidential
5.6 TTD’s Right to accept or reject a bid
6.0 AWAR D OF WORK
7.0 Retired Government Officers
8.0 Abnormal Rates
1.0 GENERAL
1.1 Introduction
Tirumala Tirupati Devasthanams (TTD) invites sealed tenders from established and
reputed professional firms/organizations, who are engaged and having experience in
Facilities Management Services (FMS) to express their interest to Providing
facility management services for House Keeping, Sanitation and maintenance
of S.V. Temple and TTD Kalyanamandapam at Bengaluru in Karnataka
State for 2015-17 (Rooms areas – 541 Sqm, Toilet areas – 261 Sqm, Common
areas (Temple, Kalyanamandapam, Mini function hall, Dining Hall, offices,
kitchen etc.,).
– 6695 Sqm, surrounding areas – 2164 Sqm, Terrace area – 1199 Sqm
It shall be tenderer's responsibility to have thorough understanding of the reference
documents, work areas, site conditions and specifications included in the Tender
Document.
1.2 Confidentiality of Document
Tenderer shall treat the Tender Document and contents thereof as confidential. If at
any time, during the bid preparation stage, tenderer decides to decline to bid, all
documents must be immediately returned to TTD.
1.3 Cost of Bidding
All direct and indirect costs associated with the preparation and submission of bid
(including clarification meetings and site visit, if any), shall be to Tenderer’s account
and TTD will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
1.4 Site Visit
Tenderer is advised to visit and examine the site, its surroundings and familiarize
himself with the existing facilities and environment, and collect all other vital
information which he may require for preparing and submitting the bid and
entering in to the Contract. Claims and objections due to ignorance of existing
conditions or inadequacy of information will not be considered after submission of the
bid and during implementation.
The site of Work is located at B e n g a l u r u , Karnataka state. Any loss to the
property/ life of the prospective tenderer due to prospective tenderer’s negligence
shall be the prospective tenderer’s responsibility. Prospective tenderer shall keep
TTD indemnified from any legal consequences arising there from.
2.0 TENDER DOCUMENT, CLARIF ICATION AND AMENDMENT
2.1 Tender Document
The Tender Document shall consist of the following and should be read in
conjunction with any amendment issued subsequently.
i) Notice Inviting Tender (NIT).
ii) Instructions to Tenderers and its attachments.
iii) General Conditions of Contract and its Annexure.
iv) Technical Specifications / Standards, if any
v) Drawings, if any.
vi) Price Bid
The Tenderer is expected to examine the Tender Document, including all
instructions, terms, specifications and drawings in the Tender Document. Failure to
furnish all information required as per the Tender Document or submission of a bid
not substantially responsive to the Tender Document in every respect could result in
rejection of the Bid.
Tender documents once issued are non-transferable in other name and shall at all
times remain the exclusive property of TTD with a license to the Tenderer to use the
Tender Documents for the limited purpose of submitting the bid.
2.2 Pre bid meeting and Clarification Requests by Tenderer:
The details presented in this Tender Document have been compiled with all reasonable
care. However, it is the Tenderer’s responsibility to ensure that the information
provided is adequate, clearly understood and it includes all documents as per the
Index.
Tenderer shall examine the Tender Document thoroughly in all respects and if any
conflict, discrepancy, error or omission is observed, Tenderer may request
clarification in the pre-bid meeting.
Pre-bid meeting will be held at the Office of the Chief Engineer, TTD, Tirupati on
19-9-2015 at 10.30 A.M. (IST). All the tenderers should attend the same duly
submitting their points which require clarification in writing. The queries received
within due date will only be considered. Clarifications furnished in the pre-bid
meeting will be the part of the bid document.
The minutes of the pre-bid meeting will be communicated to all the tenderers who
participate the pre-bid meeting. Also a copy of the same will be published as
corrigendum in the TTD web site www.tirumala.org. The minutes of the pre-bid
meeting shall be submitted along with bid document duly signed in all pages, failing
which, the tenders are liable for rejection. Not attending the meeting, does not relieve
the tenderers from the decisions taken at the pre-bid meeting.
The response to queries / clarifications of the tenderers shall not form part of Tender
Document unless issued as an Amendment/Addendum.
3.0 PREPARATION OF BIDS
3.1 Joint Venture / Consortium Bids
Joint Venture / Consortium Bids are not acceptable.
3.2 Language of Bid
The Bid, all correspondence and documents relating to the bid, between tenderer
and TTD, shall be written in English language only. Any printed literature
furnished by Tenderer can be written in other language provided that literature is
accompanied by an authenticated English translation, in which case for purpose
of interpretation of the Bid, the English translation shall govern.
3.3 Compliance to Tender Document Requirement
TTD expects Tenderer’s compliance to the requirements of Tender Document
without any deviation. Any Bid containing exceptions / deviations to the
following stipulations / conditions shall be liable for rejection:
(a) Time Schedule
(b) Scope of Work
(c) Scope of Supply
(d) Security Deposit
(e) Suspension of Works
(f) Force Majeure
(g) Arbitration
(h) Bill of Quantities (B.O.Q)
3.4 Unsolicited Post Tender Modifications
Tenderers are advised to quote as per terms and conditions of the Tender
Document and not to stipulate deviations/ exceptions. Once quoted, the tenderer
shall not make any subsequent price changes, whether resulting or arising out
of any technical/ commercial clarifications and details sought on any deviations,
exceptions or stipulations mentioned in the bid unless any amendment to
Tender Document is issued by TTD. Similarly, no revision in quoted price
shall be allowed should the deviations stipulated by him are not accepted by
TTD and are required to be withdrawn by him in favour of stipulation of
the Tender Document. Any unsolicited proposed price change will render the bid
liable for rejection.
3.5 Documents Comprising the Bid
Tenderer is required to make a Bid/ proposal in a format as outlined below in order
to achieve the objective of maintaining uniform proposal structure from all the
Tenderers:
i) The Bid should be prepared by the Tenderer and shall be submitted in 4
separate sealed envelopes:
a) Envelope – 1 - Technical Bid
b) Envelope – 2 - Qualification of Tenderer
c) Envelope – 3 - Financial Bid (Price Bid)
d) Envelope – 4 - This contains sealed envelopes 1,2,3
Envelope 1:
The envelope shall be superscribed on the top of cover as “Technical bid”, shall
consists of the following:
(a) Complete set of Tender documents (Technical Bid only), duly filled in and signed
by the tenderer on all pages (including Schedules and Annexures)
(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD) obtained from
any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,
TIRUPATI.
E.M.D. : Rs.50,000/-
(c) Tender document fee (if downloaded from Web site) by Demand Draft (DD)
obtained preferably from any Scheduled Bank drawn in favour of the EXECUTIVE
OFFICER, TTD, TIRUPATI.
Envelope 2
The envelope shall be superscribed as ‘Qualification of Tenderer’, Complete set of
documents listed under the caption qualification criteria of tenderer with all
supporting documents duly filled in and signed by the tenderer on all pages. The
documents such as experience certificates, copies of agreements, financial turn over,
copies of PAN, Service tax registration, PF & ESI registration, etc., shall be
submitted along with proper attestations.
Envelope 3
The envelope should be superscribed as “Financial bid (Price bid)”, Complete set of
Financial Bid (Price Bid) of the tender document and copy of the minutes of the pre
bid meeting duly signed by the tenderer on all pages.
Envelope 4
The envelope should contains all the above three sealed envelopes and shall be
superscribed on top of the cover “the name of work.”
3.6 Bid Prices
Tenderer shall quote price after careful analysis of cost involved for the performance
of the work considering all parts of the Tender Document. In case any activity
though specifically not covered in description of item under BOQ but is required
to complete the work as per scope of work, scope of supply, specifications,
General Conditions of Contract or any other part of Tender Document, the prices
quoted shall be deemed to be inclusive of cost incurred for such activity.
Prices quoted by the Tenderer, shall remain firm, fixed and valid until completion of
the Contract performance period and will not be subject to variation on any
account except as otherwise specifically provided in the Contract documents.
Tenderer shall quote/fill the rate in rupees in round figure (without any figure in
decimal i.e. paisa).
Alternative bids will not be considered.
3.6.1 Rates to be in figures and words
The tenderer should quote in English both in figures as well as in words the rates
and amounts tendered by him in the Bill of Quantities for each item and in such a
way that interpolation is not possible. The amount for each item should be worked
out and entered and requisite totals given of all items, both in figures and in words.
The tendered amount for the work shall be entered in the tender and duly signed by
the tenderer.
3.6.2 Corrections and Erasures:
All corrections and alterations in the entries of the tender papers will be signed full
by the tenderer with date. No erasing or overwriting are permissible.
3.7 Currencies of Bid & Payment
Tenderers shall quote the prices in Indian Rupees only.
All payment to be made by TTD shall be made in Indian Rupees only.
3.8 Arrangement of Bid
3.8.1 The b i d s h a l l b e n e a t l y a r r a n g e d with consecutively numbered pages. It
should not contain any terms and conditions, which are not applicable to the bid. All
documents shall be properly indexed and flag marked for easy identification as
per the requirements of the Tender Document.
3.8.2 The bid and all details submitted by the Tenderer shall be signed and stamped on
each page by a person legally authorised to enter into agreement on behalf of the
Tenderer. Corrections/ alterations, if any, shall also be signed by the same person.
Tenderer shall submit Power of Attorney in favour of the person who signs the bid
and subsequent submissions on behalf of the Tenderer.
The bid shall contain the name, residence and place of business of person or
persons making the tender and shall be signed by the Tenderer with his usual
signature. Partnership firms furnish the full names of all partners in the Bid. It
should be signed in the partnership name by all the partners or by duly
authorized representative followed by the name and designation of the person
signing. Bid by Corporation shall be signed by an authorized representative and
Power of Attorney on the behalf of Corporation shall accompany the Bid. A copy
of Partnership Deed in the case of partnership firm or Article of Association in the
case of limited company shall be furnished.
Transfer of Tender documents purchased by one intending Tenderer to another is
not permitted.
3.9 Bid Validity
3.9.1 Bid shall remain valid for acceptance for a period of 04 (FOUR ) months from the
last date of submission of the bid. The Tenderer shall not be entitled during the said
period to revoke or cancel his bid or to vary the bid except and to the extent
required by TTD in writing. In case of withdrawal of the bid during the bid validity
period, EMD of such tenderer shall be forfeited by TTD and also results in proscribing
the tenderer from participating in any TTD tenders for a period of 3 years.
3.9.2 TTD may request the tenderer for extension of the period of validity of bid. If the
tenderer agrees to the extension request, the validity of EMD/Bid Security shall also
be suitably extended. Tenderer may refuse the request of extension of bid validity
without forfeiting his EMD/Bid Security. However, tenderers agreeing to the request
for extension of validity of bid shall not be permitted to modify the bid because of
extension, unless specifically invited to do so.
3.10 Earnest Money Deposit / Bid Security
The bid must be accompanied by Earnest Money for the amount indicated in
Notice Inviting Bid in form of Bank Demand Draft in favour of “The Executive
Officer, TTD, Tirupati payable at Tirupati from any Schedule bank. The Demand
Draft towards EMD can be initially for 3 months and the same shall be extended up
to tender validity period as and when required by TTD. EMD shall be submitted in
Envelope – 1 of the Bid. No interest shall be allowed on the Earnest Money
Deposited by the Tenderer. Any bid not accompanied by EMD as stated above
and tender document fee will be rejected.
The Earnest Money Deposit will be forfeited if the tenderer fails to deposit the
requisite security money and/ or fails to start the work within a period of 15
(Fifteen) calendar days or fails to execute the agreement within 15 (Fifteen) days
after the receipt of letter of acceptance of tender or Letter of Intent.
If the Tenderer, after submission, revokes his bid or modifies the terms and
conditions thereof during the validity of his bid except where TTD has given
opportunity to do so, the earnest money shall be liable to be forfeited. TTD may at
any time cancel or withdraw the Invitation to Bid without assigning any reason and
in such cases the earnest money submitted by Tenderers will be returned to him.
EMD of unsuccessful tenderers will be refunded after expiry of tender validity period
or after finalization of tenders whichever is earlier. EMD of successful tenderer will
be retained as security deposit.
The successful tenderer has to pay further EMD at the rate of 2.5 % of Tender
Contract Value, less the EMD already paid at the time of tender, by Demand Draft
obtained from any Scheduled bank drawn in favour of E.O., TTD, Tirupati at the
time of conclusion of agreement within the time period indicated in General
Conditions of Contract.
The successful tenderer has to pay an Additional Security Deposit of 2.5% of the
contract value over and above EMD in the form of Demand Draft or Bank Guarantee
from any schedule bank valid for a period 30 months in favour of Executive Officer,
TTD within the time period indicated in General Conditions of Contract. If the
successful Tenderer fails or refuses to sign the agreement or furnish the further EMD
and Security Deposit within the specified period, the earnest money shall be forfeited
without prejudice to his being liable to any further loss or damage incurred in
consequence to the action taken by TTD. EMD shall also be liable for forfeiture in
case the contractor delays the commencement of work as per the contract.
The department will retain from each payment due to the contractor at the rate of 5%
from running bills until completion of the whole of the work. On satisfactory
completion of the whole work, the EMD, ASD & FSD will be refunded or the
corresponding bank guarantees will be released after the completion of the contract
period subject to the condition that the contractor handed over the furniture, fittings,
linen and other inventory of articles in good condition to the satisfaction of the
department and also on submission of NO DUE certificate from the concerned
departments.
4.0 SUBMISSION OF BID
Bid must be submitted in original and as per details given in other clauses given
hereunder. The rates shall be filled in the BOQ given in the Tender
documents.
Addenda to this tender document, if issued, must be signed and submitted along
with the Tender document.
4.1 All pages to be initialed
All the pages of the Tender document should be initialed by the Tenderer. All pages
of Tender documents shall be initialed or signed wherever required in the bid
papers by the Tenderer or by a person holding power of attorney authorizing him to
sign on behalf of the Tenderer before submission of Bid.
4.2 One Bid per Tenderer
Tenderer shall submit only one bid comprising 4 Envelopes. A tenderer, who
submits or participates in more than one bid, will be disqualified in all bids.
4.3 Date, Time & Place of Submission
Bid must be submitted by the due date and time mentioned in the Notice Inviting
Tender or any extension thereof as duly notified in writing by TTD, in the office of
Superintending Engineer – I, Tirupati at the following address:
O/o Superintending Engineer – I,
TTD Administrative Building,
K.T.Road,
Tirupati – 517 501
Tel No.: (0877) – 226 4640, 226 4274
9704678512, 9959988469
Fax : (0877) – 226 4455
4.4 Due to certain reasons, if the TTD office happens to be closed on the scheduled stated
date of tender submission or opening, the date and time will be extended to the next
working day.
4.5 Tender documents received after the due date will not be considered, but however
it will be returned made available to the respective contractor as unopened, at their
own cost and expenses. Tenders received after due date and time, on account of
any reasons whatsoever will be returned to tendered agency unopened. Faxes /
emailed tenders shall not be entertained.
5.0 BID OPENING
5.1 Opening of Envelopes 1 and 2 (Technical Bid)
Envelope 1 and 2 will be opened prior to the opening of Envelope 3 (Price Bid)
by the TTD and the documents will be scrutinized. Technical Evaluation of the
tenderers will be done based on the details provided and documents submitted
in Envelope 2 and independent verification of the performances of the
tenderers clients by TTD.
5.2 Clarification & Additional Information in evaluation
Tenderers are requested to submit all the details/ documents in the first instance
itself so as to complete the evaluation. However, during evaluation, TTD may
request Tenderer for any clarification on the bid. However additional or
outstanding documents will not be entertained.
5.3 Opening of Envelope – 3 (Price Part of Bid)
5.3.1 Envelope 3 of tenderers who are technically qualified and who have paid EMD will be
opened in the presence of the Tenderers or their authorized representatives who choose
to remain present in the office of the Superintending Engineer-I, Tirumala Tirupati
Devasthanams on the date to be intimated after opening and evaluation of the technical
bids.
5.3.2 The bid offers are read out and the signatures of the Tenderers present are taken in the
bid opening register.
5.3.3 The Price Bid of the Unqualified Tenderers will not be opened and kept in safe
custody till the tenders are finalised and thereafter shall be returned to tenderers
concerned along with E.M.D.
5.3.4 Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy of non-adherence Conditions the Tender
accepting authority shall communicate the same which will be binding both on the
tender Opening authority and the Tenderer. In case of any ambiguity, the decision
taken by the Tender Accepting Authority on tenders shall be final.
5.4 Evaluation and Comparison of Price Bids
The Superintending Engineer will evaluate and compare the price bids of all the
qualified Tenderers.
A) The prices quoted by the Tenderers shall be checked for arithmetic correction, if
any, based on rate and amount filled in by the Tenderer in the SOR formats. If some
discrepancies are found between the rate/ amount given in words and figures, the total
amount shall be corrected as per the following procedure, which shall be binding
upon the Tenderer:
i) When the rate quoted by tenderer in figures and words tallies but the
amount is incorrect, the rate quoted by the Tenderer shall be taken as
correct and amount reworked.
ii) When there is difference between the rate in figures and words, the rate
which corresponds to the amount worked out by the Tenderer, shall be taken
as correct.
iii) When it is not possible to ascertain the correct rate in the manner
prescribed above, the rate as quoted in words shall be adopted and
amount reworked.
The price bids of the Tenderers shall be rejected if they do not quote rates for certain
items.
B) Negotiations at any level are strictly prohibited. However, good gesture rebate, if
offered on their own by the lowest / lower / single tenderer prior to finalization of
tenders may be accepted by the tender accepting authority.
Selection of Tenderer among the lowest & equally quoted tenderers will be in the
following orders:
a) The tenderer whose turnover in similar works is higher will be selected.
b) Even if the above criteria is same for equally quoted tenderers, sealed quotations
will be obtained from them for revised offers and the lowest offer can be
considered.
5.5 Process to be Confidential
Information relating to the examination, clarification, evaluation and comparison of
Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the
award to the successful Tenderer has been announced by the tender accepting
authority. Any effort by a Tenderer to influence the processing of Tenders or award
decisions may result in the rejection of his Tender.
No Tenderer shall contact the Superintending Engineer or any authority concerned
with finalization of tenders on any matter relating to its Tender from the time of the
Tender opening to the time the Contract is awarded. If the Tenderer wishes to bring
additional information to the notice of the Superintending Engineer, it should do so
in writing.
Before recommending / accepting the tender, the tender recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specifically experience. The authenticated agreements of previous
works executed by the lowest tenderer shall be called for.
Tenders will be finalized by the Superintending Engineers / Chief Engineer /
Executive Officer / TTD Board according to the powers vested with them.
5.6 TTD Right to Accept or Reject a Bid
The right of acceptance of Bid will rest with TTD. However, TTD does not bind itself
to accept the lowest Bid, and reserves to itself the authority to reject any or all the Bids
received without assigning any reason whatsoever.
Bids in which any of the particulars and prescribed information is missing or
incomplete in any respect and/ or the prescribed conditions are not fulfilled are liable
to be rejected.
Canvassing in connection with Bids is strictly prohibited and Bids submitted by the
Tenderers who resort to canvassing will be liable f o r rejection. Bid containing uncalled
for remarks or any additional conditions are liable to be rejected.
6.0 AWARD OF WORK
The Tenderer, whose bid is accepted by TTD, shall be issued Letter of Acceptance by
RPAD/ Fax/email prior to expiry of bid validity. Any format is to be accepted by the
successful tenderer.
TTD shall not be obliged to furnish any information/ clarification/explanation to the
unsuccessful tenderers as regards non-acceptance of their bids, except for refund of EMD
to unsuccessful tenderers. TTD shall correspond only with the successful tenderer.
7.0 FIRMS INELIGIBLE TO TENDER
a. A retired officer of the Govt. of AP or Govt. of India or TTD executing works is
disqualified from tendering for a period of two years from the date of retirement without
the prior permission of the Government / TTD.
b. The Tenderer who has employed any retired officer as mentioned above shall be
considered as an ineligible tenderer.
c. The contractor himself or any of his employees is found to be Gazetted Officer who
retired from Government/TTD Service and had not obtained permission from the
Government / TTD for accepting the contractor’s employment within a period of 2 years
from the date of his retirement.
d. The Contractor or any of his employees is found at any time after award of contract, to be
such a person who had not obtained the permission of the Government/TTD as aforesaid
before submission of the tender or engagement in the Contractor’s service.
e. Contractor shall not be eligible to tender for works in the division / circle where any
of his near relatives are employed in the rank of Assistant Engineers or Assistant
Executive Engineers or Technical Officer and above on the Engineering side and
Divisional Accounts Officer and above on the administrative side. The Contractor shall
intimate the names of persons who are working with him in any capacity or are
subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted TTD
Employees related to him. In the case of failure to furnish such information, the tenderer
is liable to be removed from the list of approved contractors and his contract is liable for
cancellation.
8.0 ABNORMAL RATES
The Tenderer is expected to quote rate for each item after careful analysis of cost
involved for the performance of the completed item, considering all specifications and
conditions of contract. This will avoid loss of profit or gain in case of curtailment or
change of specification for any item. In case it is noticed that the rates quoted by the
Tenderer for any item are unusually high or unusually low it will be sufficient cause for
the rejection of the Bid unless TTD is convinced about the reasonableness of the rates
on scrutinizing the analysis for such rate to be furnished by the Tenderer on
demand.
PROPOSAL FORMS
TABLE OF CONTENTS
A. LETTER FORWARDING THE BID
B. INFORMATION ABOUT TENDERER
C. DETAILS OF SIMILAR PAST EXPERIENCE DURING LAST 5 YEARS
D. DETAILS OF PROPOSED MACHINERY
E. DETAILS OF ANNUAL TURNOVER DURING 2008-2009 to 2012 – 2013
F. DETAILS OF PROPOSED SITE ORGANIZATION
G. CHECK LIST FOR SUBMISSION OF BID
H. DECLARATION BY THE TENDERER
I. DETAILS OF P.F. REGISTRATION
FORM-A
LETTER FORWARDING THE BID COVERING
LETTER FOR SUBMISSION OF BID
(To be submitted by tenderers on their letter head without any modification)
Date : --------------------
To
Superintending Engineer – I,
Tirumala Tirupati Devasthanams,
TTD Administrative Building,
K.T.Road, Tirupati – 517 501
Phone:(0877) – 226 4400, 226 4274
Mobile: 9704678512, 9959988469
Fax : (0877) – 226 4455
Our Ref. : ------------------------------------------------------- dated --------------------
Tender Document No. ----------------------------------------------------------- dated ---------------------- Name of work: ---------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------------
Please find herewith our offer in line with requirement of TTD Tender Document. We confirm that:
1. Bid is in complete compliance with technical as well as commercial requirements of Tender
document and there is no technical or commercial deviation in the offer.
2. We understand that any technical or commercial deviation in the offer shall render our
offer liable for rejection.
3. We have enclosed following sealed envelopes with the Bid:
a) Envelope – 1
b) Envelope – 2
c) Envelope – 3
d) Envelope – 4
4. The validity of the bid shall be 04 (Four) months from the last date of submission of
Bid.
Tenderer’s
Signature:
Name:
Seal :
INFORMATION ABOUT TENDERER
FORM-B
1.0
IN CASE OF INDIVIDUAL / ANY
OTHER IDENTITY
1.1
Name of Business.
1.2
Whether his business is registered.
1.3 Date of commencement of business.
2.0 IN CASE OF PARTNERSHIP
2.1 Name of Partners
2.2 Whether the partnership is registered.
2.3
Date of registration of firm.
3.0 IN CASE OF LIMITED LIABILITY
COMPANY OR COMPANY LIMITED BY
GUARANTEES
3.1
Amount of paid up capital
3.2
Name of Directors
3.3
Date of Registration of Company
4.0 Copies of the audited balance sheet of the tenderer
for the last 5 years.
5 .0 GENERAL
5 .1 Income Tax PAN No.
5 .2
Provident Fund Registration No.
5 .3
Sales Tax Registration No.
5.4
Service Tax Registration No.
5.5
Copy of Acknowledgement of Income Tax return
for the last 5 years.
5.6
EPF Registration
5.7
ESI Registration
Signature of Tenderer
FORM – C
DETAILS OF SIMILAR PAST EXPERIENCE DURING LAST 5 YEARS(2010-2015)
SL.
NO.
DESCRIPTION OF
WORK
POSTAL ADDRESS OF
CLIENT & NAME OF
OFFICER IN CHARGE
CONTRACT
VALUE In
Rs.
STARTING
DATE
COMPLETION
DATE
CONTRACT
PERIOD
WHETHER
COPY OF
CONTRACT/
AND COMP.
CERT
SUBMITTED
REMARKS
Note: Copies of work completion certificate(s) of above mentioned jobs should be submitted by the Tenderer along with this FORM.
SIGNATURE OF TENDERER :
NAME OF TENDERER :
TENDERER’S SEAL/STAMP :
FORM -D
DETAILS OF PROPOSED MACHINERY The Tenderer shall submit the details of the machinery proposed to be deployed in the following format
Sl.
No. Name of the Building
/ Location
MACHINERY TO BE PROVIDED(the makes shall be of standard
companies and as approved by the Department)
ANY OTHER
MACHINERY with
make
Remarks if
any
TASKI
swing 755E
Auto
Scrubber or
equivalent
TASKI
ERGODISC
165/ Karcher or
equivalent
make
Hot & Cold
high pressure
jet cleaning
machine of
approved
make as
decided by
Dept.
Dry / Wet
Vacuum
cleaner(VACU
UMAT22/22T
or Equivalent)
Back pack
vacuum cleaner
1 TTD Kalyanamandapam.
2 S.V. Temple.
3 Open Space
Note: the vacuum cleaners numbers shall be at least one per every 20 rooms and other machinery shall be sufficient to maintain the standards as prescribed in SOP, The justification of numbers for each category shall be depicted.
SIGNATURE OF TENDERER :
NAME OF TENDERER :
TENDERER’S SEAL/STAMP :
FORM -E
DETAILS OF ANNUAL TURNOVER DURING THE YEAR 2010-2015
The Tenderer shall submit the details of annual turnover during the last five financial years (2010-2015). The turnover should be exclusively from FMS contracts only.
S.No. Year Annual Turnover in similar
works (in Rs.) Remarks
1
2
3
4
5
6
Note: Attested copies of Income Statement and Balance Sheet of the firm/company and Turnover shall be attached.
SIGNATURE OF TENDERER :
NAME OF TENDERER :
TENDERER’S SEAL/STAMP :
FORM-F (Sheet 1 of 2)
DETAILS OF PROPOSED SITE ORGANIZATION
The tenderer shall submit on a separate sheet details of Home Office. Tenderer shall also furnish the bio -data of key personnel to be deployed.
SIGNATURE OF TENDERER :
NAME OF TENDERER :
TENDERER’S SEAL/STAMP :
FORM -F( Sheet 2 of 2)
CURRICULAM VITAE
We hereby confirm that Qualification and Experience of STAFF DEPLOYED at site shall be accordance with clause no. 1.10.2 in chapter – II of
General Conditions of Contract. Key Supervisory Personnel shall include the following:
i) Supervisor (Housekeeping & Rest House)
ii) Security Supervisor
SIGNATURE OF TENDERER :
NAME OF TENDERER :
TENDERER’S SEAL/STAMP :
FORM-G
CHECK LIST FOR SUBMISSION OF BID
Tenderer is requested to fill this check list and ensure that all details/documents have been furnished
as called for in the Tender Document along with duly filled in, signed & stamped checklist with
"ENVELOPES”
Please tick the box and ensure compliance:
(A) UNDER SECTION – I
(A.1) Information about Tenderer as per FORM-B
Submitted
(A.2) EMD/ BID SECURITY
Tenderer to confirm that EMD/ Bid Security has been
submitted by them as per Tender Performa.
Submitted
(1) DD
DD No. Dated
Bank name
For Rs.
Original shall be submitted along with original Bid.
(B) UNDER SECTION -2
(Proposal Forms)
(B.1) Past Experience as per FORM-C
Submitted
(B.2) Power of Attorney in Favour of the person who
has signed the bid on stamp paper of
Appropriate value.
Submitted
(B.3) Partnership Deed in case of partnership firm and
Article of Association in case of limited
company.
Submitted
(B.4) List of proposed machinery as per FORM-D
Submitted
(B.5) Details of Annual Turnover during 2010-11 ./ 2014-2015 as per
FORM-E
Submitted
(B.6) Details of Proposed Site Organization as per FORM-F
Submitted
(B.7 ) Declaration regarding PF as per FORM- I .
Submitted
C) UNDER SECTION - 3
(C.1) Declaration by Tenderer as per FORM – H.
Submitted
(C.2) Price Part i.e., Schedule of Rates in separate sealed
envelope
Submitted
(D) UNDER SECTION – 4
(D.1) Technical Details/ Documents specified in Technical Bid.
Submitted Not Applicable
(E) CONF IRM THE FOLLOWING
(E.1) All pages of the bid have been page numbered in
sequential manner.
YES
(E.2) The bid has been submitted in requisite number of copies as specified in Special Instructions to Tenderers
YES
(E.3) Tender Document marked “Original” Tender, Compliance
Letter for Addendum/ Amendment, if any, has been
submitted along with Bid, duly signed and stamped on each page.
YES
(E.4) Schedule of Rates
duly signed and stamped on each page has been submitted.
YES
SIGNATURE OF TENDERER:
NAME OF TENDERER :
TENDERER’S SEAL/STAMP:
FORM –H
DECLARATION BY THE TENDERER
I / WE ………………………………………………………………. have gone through carefully all the Tender conditions and solemnly declare that I / we will abide
by any penal action such as disqualification or black listing or determination of contract or any other action deemed fit, taken by, the Department against us, if it is
found that the statements, documents, certificates produced by us are false / fabricated.
I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in any department in Andhra Pradesh or in any State or in Central Govt
or Government Organisations or TTD due to any reasons.
SIGNATURE OF TENDERER:
NAME OF TENDERER :
TENDERER’S SEAL/STAM P:
FORM –I
DETAILS OF P.F. REGISTRATION Tenderer to furnish details of Provident Fund Registration:
PF REGISTRATION NO. :
DISTRICT & STATE :
We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us
in the present work (if awarded to us).
(SIGNATURE OF TENDERER)
GENERAL CONDITIONS
OF
CONTRACT
DETAILED CONTENTS
1.
CHAPTER – I
SCOPE OF WORK/ SUPPLY, TIME SCHEDULE (FACTOR TO BE CONSIDERED FOR PRICING)
1.0, 1.1 General
1.2 Indicative List of work
1.3 General Conditions
1.4 Scope of Work
1.5 Co-ordination & inspection of Work
1.6 Activities excluded from scope of work
1.7 Quality Assurance
1.8 Scope of Supply
1.9 Time Schedule
1.10 Man Power
1.11 Penalty
1.12 Competent Authority for Decision
2.
CHAPTER – II
GENERAL OBLIGATIONS
2.1 Contractor to obtain his own information
2.2 Force Majeure
2.3 Termination of Contract
2.4 TTD not Bound by Personal Representation
2.5 If the Contractor Dies.
2.6 Notices
2.7 Bankruptcy
2.8 Patents, Royalties
2.9 Lien.
2.10 Publicity.
2.11 Bill of quantities to be Inclusive
2.12 Articles of value found
3.
CHAPTER – III
CERTIFICATE AND PAYMENTS
3.1 Mobilisation advance.
3.2 Payment Terms.
3.3 Advances.
3.4 Compliance with all Statutory Requirements.
3.5 Performance / Completion Certificate.
4.
CHAPTER – IV
TAXES & DUTIES
4.1 Taxes & Duties
4.2 Disputes and Differences
4.3 Jurisdiction
4.4 Insurance
5. CHAPTER - V LABOUR LAWS AND SAFETY REGULATIONS
5.1 Labour Laws.
5.2 Contractor to Indemnify TTD.
5.3 Fair wage clause
5.4 Compliance to Labour Regulations
5.5 Salient Features of some major Labour Laws
5.6 Safety Regulations
ANNEXURES
Annexure-I (MATERIALS TO BE USED AND SOP)
Annexure-II ( SUBMISSION OF TENDER)
Annexure – III & IV
BILL OF QUANTITIES (FINANCIAL PROPOSAL)
SCOPE OF WORK/SUPPLY, TIME SCHEDULE AND FACTORS TO BE
CONSIDERED FOR PRICING
(CHAPTER – I)
1.0 The contractor is expected to take charge of the Temple complex and Kalyanamandapam
complex, Rooms etc., and surrounding areas in its present condition and provide facility
management services such that the Temple complex and kalyanamandapam complex
rooms are provided to pilgrims / users in good condition. It is the responsibility of the
contractor to ensure that all rooms and common areas are in good and usable condition.
1.1 The F.M.S. includes Cleaning of Temple complex and Kalyanamandapam complex
buildings, wash rooms (WCs & bath rooms) common areas and surrounding areas
including drains, roads (in and around) etc., by using necessary machinery as applicable
from time to time.
1.2 Indicative List of Work
An indicative list of works (this is only indicative but not exhaustive) that the
contractor is expected to provide in minimum in connection with general maintenance
and housekeeping and sanitation maintenance in respect of Temple complex and
kalyanamandapam complex, Rooms etc., common areas and surroundings as noted
below: " Providing facility management services for House Keeping, Sanitation
and maintenance of S.V. Temple and TTD Kalyanamandapam at Bengaluru in
Karnataka State for 2015-17".
1.3 GENERAL CONDITIONS:
It is the responsibility of the Temple / Kalyana Mandapam Staff to record the defect as
and when noticed in the defect register. As and when defects arise and rooms are kept
under VR (vacant for repair), immediately without loss of time, the TTD Reception
Department in-charge of the Kalyanamandapam and Temple complex shall inform the
defects to the FMS representative present in the premises duly handing over the keys of
such rooms besides recording the defects in the Defects Registers of various categories.
The FMS representative shall rectify them immediately and furnish compliance in the
Defect Register. However, for each and every checkout of all the rooms / halls in
Kalyanamandapam complex, the FMS Supervisor shall verify the room in
Kalyanamandapam complex status and do attend the defects if any and record in the
checklist register to be maintained by the Contractor. If TTD desires this also shall
done online by FMS contractor through the computer net work (TTD will extended
necessary computer net work).
1.3.1 Materials:
1. All the cleaning materials and consumables shall be of the best and branded quality and
of standard make and it should be got approved by Engineer-in-charge, before use on the
work. While using the materials, adherence to the manufacturer’s instructions shall be
maintained.
2. Any deviation in the material quality & quantity quoted will invoke penalty as
decided by the TTD. For proper maintenance, suitable cleaning materials which
are environment friendly, not harmful to human and TTD’s property, should be
used. The tenderer shall be committed to use only environmental friendly and safe
cleaning supports. All materials to be used shall be known to be safe and does not
pose any risk to user or the surface or materials such as
cots/beds/linen/porcelain/any fixtures / flooring / joinery / grills etc.,
3. The contractor has to replace all bed-spreads, pillow covers, buckets, mugs & water jugs
at the time of taking over contract with new ones at their cost as approved by Engineer-
in-charge.
4. The Contractor shall provide new dustbins of approved variety inside the rooms (two
bins of different colours per each room). Also, the contractor shall procure and provide
big size duel system dust bins (separately for degradable & non-degradable) of 100-120
litres Capacity (with top lid) in common areas like verandahs, halls etc., as specified in
the Annexure-IV. The contractor shall replace all damaged dust bins with new ones as
and when required at their cost. The contractor shall ensure to collect the garbage in
bio-degradable and non-biodegradable forms separately. The contractor shall provide
necessary liners /covers (biodegradable) for dust bins daily. On filling up of cover/liner
provided, it shall be closed and removed from the dust bin immediately and new
liner/cover shall be provided.
5. The filled in cover/liner collected separately for bio-degradable and non-biodegradable
garbage shall be disposed at specified point as per the directions of the TTD.
6. The contractor shall ensure collection of garbage in duel system through collection bags
only. The rates quoted shall be inclusive of all the above.
7. The contractor shall replace buckets/mugs/ water jugs as and when they are damaged
and needs replacement. The contractor also shall see that the buckets, mugs, water jugs
etc., shall not form fungus/scales etc., if found, the above shall be replaced. (If it is not
possible to remove fungus).
8. The contractor is expected to check all water taps at the time of taking over of facility
management job and replace the same with same make or better make in case of defect
and keep adequate inventory of taps and other consumables.
9. The contractor shall made available adequate labour force round the clock.
10. The contractor shall bring 50Nos (approximately) of new foot mats every
2months of approved design and quality at their cost and provide one at the entrance of
the main door and one at the entrance of every bath room in each and every room. In
every month the above stock mentioned shall be verified by the engineer in charge and
necessary recovery will be done if any shortfall occurs. Suitable special foot mats and of
required number to be provided at Temple complex, Kalyanamandapam Complex and
other surrounding areas and to be replaced every 2 months.
11. The contractor shall provide Plastic coat hangers whenever they are required.
12. The contractor should hand over all the T&P articles to the next agency /TTD as
per the directions of TTD after completion of contract and obtain necessary NOC from
the concerned persons/firm/Department.
13. Initially, the contractor shall bring three sets of new bed spreads and pillow covers
of Bombay Dyeing/any equivalent brand of approved design and quality at their cost and
use the same for rolling over- one in the room, one in moving, one in washing. The bed
spreads of Bombay dyeing make /equivalent make is tentatively of 8885 model and 40
counts and above. This is minimum requirement however model will be decided based
on the availability in the company and the bed spreads to be used shall be of 8885 or
higher grade in specification. The contractor/firm should obtain prior approval of the
sample before 3 months to have uninterrupted supply of linen. After completion of
every twelve months (one year) duration, the contractor shall procure another three sets
of new bed spreads and pillow covers of Bombay dyeing/equivalent brand of approved
design and quality at their cost and use on the job. The bed spreads and pillow covers
shall have a prominent printing of Tirumala Tirupati Devasthanams, year & month of
Procurement, manufacturer and FMS agency. Further the old bed spreads and pillow
covers shall be returned to TTD after every 12months usage.
14. The contractor/firm is requested to maintain a buffer stock of 10% of the quantity
of bed sheets in stores as reserve and this should be utilized in case of exigencies on
approval by the department.
15. No washing of linen will be permitted at Kalyanamandapam and Temple premises
area. The contractor shall carry the soiled linen to out side and get them washed with
good quality detergents (TTD approved & good branded detergents) in good conditioned
approved washing machines and then shall be processed in calendaring machines in
hygienic conditions & then press them in pressing equipment at their respective laundry.
The tenderer shall use suitable quality water and the contractor shall apply suitable
whiteners for cleaning the linen items and bring back for use in Rooms in
Kalyanamandapam. If on any day the contractor fails to supply the washed and pressed
linen then the linen will be got washed from open market and double the cost thereon
will be recovered from the contractor’s bills. The cost quoted shall be inclusive of
transportation cost, washing, calendaring & pressing and other incidental charges.
During the course of House Keeping contract, if three sets of Bed spreads /Pillow covers
are found to be insufficient due to delay in washing etc., the contractor shall procure and
use more number of bed spreads and pillow covers to ensure that the bed spreads and
pillow covers shall be changed for each and every check out of the all the rooms without
any extra claims. If the bed spreads /Pillow covers are spoiled or damaged, even with in
12 month spell then the same should be replaced with new sets without any extra cost
and damaged should be destroyed in the presence of Engineer-in-charge.
16. The following laundry machinery and chemicals are furnished here which are for
guidance during the course of washing
Laundry machines and Chemicals:
Company Girbau/Ramsons/Stefab or
equivalent
Capacity of machines 20 kgs and above of required
numbers to ensure daily washing of
the linen Weight of the pillow cases 120 to 150 grms (aprox) each
Weight of blankets/Bed sheets 450 grms (aprox) each
Chemicals required
Spotting Kit
Of ECOLAB or Diversey make or
equivalent as directed by the
department.
Regular Chemicals Of ECOLAB or Diversey make or
equivalent as directed by the
department.
The firm is requested to use the same machinery/equivalent for effective washing of linen.
The washing shall be as per the manufacturer’s directions and as directed by the department. The
weight of the chemical to be used will be as per the strict guidelines of the manufacturer manual and
as directed by the department. The deployment of washing machines and driers shall be justified
with reference to number of machines, time required for each cycle, capacity of each machine and
volumes to be handled.
Laundry Procedures
Basic steps of the collection, conveyance, washing & pressing of linen:
i. Collecting soiled linen:
The FMS workers should note that heavily stained linen shall be separated when they
remove them from the rest room and keep them separate, so as to treat in the laundry
for spotting/stain removal (It does not get mixed with the other linen).
ii. Transporting soiled linen to the laundry:
Keep the linen off the floors and away from the cart wheels. Soiled damp linen should
be washed promptly and not allowed to sit in carts or chutes for long periods (mold and
mildew could grow).
iii. Sorting:
The washer should wear gloves when handling soiled linen. All linen should be opened
up fully to look for stains and to shake out for any loose items/soils wrapped up in the
linen. Then linen shall be sorted out by load type and by degree of soiling.
iv. Washer Loading:
Load the washing unit not exceeding the rated loading duly weighing the soiled linen.
Ensure not to over fill the machine as wash will suffer. The manufacture’s guidelines
shall be followed.
v. Washing:
Select the appropriate washing machine program for the type of load in the washer and
also select the appropriate dispenser program number. Stagger the starting times of the
washers at least 2 to 5 minutes.
vi. Extracting:
Extractor shall be operated for sufficient time in each cycle so as to ensure that the
linen should be only slightly damp after the wash cycle is completed.
vii. Drying:
Dry linen as soon as the washing is finished. Do not mix different load types in the
dryer. Do not over dry linen. Use a cool down tumbling period to minimize wrinkles.
Do not leave linen in the dryer overnight. Lint filters should be cleaned at least once
per day or as specified by the manufacturer.
viii. Finishing/ironing:
Feed linen at the proper moisture level only through flatwork ironers. Keep the ironer
clean and do not iron dirty linen.
ix. Folding:
Linen should be folded immediately after ironing to minimize wrinkles. While folding
linen with stains, excessive wear or tears is to be sorted out for additional treatment or
disposal.
x. Storing:
The linen may be rest for a day before using. This will increase linen life and decrease
wrinkles.
xi. Transferring linen to Rooms:
Keep the clean and folded linen off the floor. Does not jam a stack of linen into the
room attendant carts or onto shelves (may tear or wrinkle them).
xii. Miscellaneous:
Keep an adequate supply of rags in the laundry and on the room attendant carts, so that
workers will not be tempted to use good linen where they may be ruined. Cleaning rags
should always be sorted from rest linen and washed separately.
Keep the floor of the laundry swept to discourage ants from being attracted to pieces of
food dropped from the linen during sorting.
17. The Department will supply the woolen blankets, towels, curtains, sofa covers and
the same shall be washed, pressed, folded and maintained by the contractor.
18. At the cessation of the contract, the contractor shall hand over all the linen to TTD
for disposal.
1.3.2 Electrical:
1. Separate qualified & experienced electricians, AC mechanics etc., shall be engaged.
Electrician shall be available round the clock.
2. The electrical materials to be replaced on defect shall be as approved by the Engineer-in-
charge.
3. The defects noticed or noted in the register shall be rectified immediately.
4. Until the monitoring cell takes a decision to replace the electrical appliance with new
one, the agency shall take up necessary repairs and maintain the same in working
condition without causing any inconvenience to the pilgrims / public.
5. The agency shall maintain a minimum stock of 10 % of all electrical materials, such as
tube lamps, PL lamps, incandescent lamps, chokes, starters, 6A to 20 A FT switches/
sockets, geyser heating elements, thermostats, condensers, compressors, new fans, new
geysers, new stabilizers etc., as per the TTD approved list of materials. However, a
minimum of 3 shall be maintained even when 10% is less than 3.
6. It is the accountability of the Temple / Kalyana Mandapam department to record the
electrical defect in the defect register as and when noticed. The same shall be rectified
by the house keeping firm.
7. The agency shall engage sufficient staff in 3 shifts and the staff shall be made available
in 3 shifts round the clock.
8. The building with all the fixtures & furnishings shall be handed over by the department
in working condition to the agency. After cessation of the contract, the agency should
hand over back the same in good condition.
9. The firm shall take all safety precautions with necessary safety accessories. For
accidental risks such as electrical shocks, accidents etc., while on duty, it is the risk and
responsibility of the agency and for which the agency shall take all preventive steps.
Agency shall also take up preventive maintenance.
10. Any electrical defect within the building has to be cleared within 6 hours.
1.4 SCOPE OF WORK:
1. HEALTH DEPARTMENT ACTIVITIES:
The job includes housekeeping and sanitation using necessary machinery which
includes the cost of materials for clean, hygienic and tidy maintenance including
detergents, general purpose cleaners, cleaner disinfectants, spray cleaners, glass
cleaners, mops, cobweb and fan cleaners, floor squeezes, deck scrubbing brushes,
doodle bug scrubber, nylon machine pads, hand dust pans, cleaning chemicals,
deodorants, insecticides etc.
Cleaning of buildings including wash rooms (both + wc), rooms, common areas etc.,
and cleaning of inside and premises of the buildings/ cottages.
a) Daily activities:
I. Rooms including toilets, verandah, Kalyana Mandapam, Dining Hall cleaning shall be
carried out after every check out using appropriate machinery, manual means and
chemicals. In addition, it shall be carried out whenever the pilgrims/department
request to do so during their stay in the rooms once in two days.
II. Cleaning of dust on all furniture like tables, cots, sofas, chairs, Dining tables etc.,
III. Cleaning of all types of drains connected to the buildings and surface drains.
IV. Sweeping, moping of interiors of building including halls, corridors, lounges,
staircases around Temple complex, Kalyanamandapam complex, Rooms.
V. Daily sweeping and cleaning of surrounding premises outside the Kalyanamandapam
complex and Temple complex including roads, drains etc., Daily cleaning of
sunshades, portico roofs and to dump the waste material at the collection point as
directed by the department.
VI. Immediate removal of chocking/ blocking of drains, manholes, sanitary out lets etc.,
VII. Cleaning and maintenance of all dust bins. The garbage collected in the dust bins
shall be deposited at the place specified by the TTD, with in the compound/ outside
the Kalyanamandapam complex. The TTD will make arrangement to convey the
same.
b) Periodical activities as per standard operating procedure (SOP) at Annexure-
I: - (periodicity shall be as directed by the Engineer-in-charge).
I. Vacuum cleaning of walls in Temple complex and Kalyanamandapam complex,
furniture, carpets, upholstery, dormitories, doors and windows and kitchen
equipments, inside and outside cobweb removal etc., at periodical intervals.
II. Vacuum cleaning of all air-conditioned spaces, carpets, sofas, curtains, etc.
III. Cleaning of floor areas by using scrubbers with necessary cleaning material.
IV. Terraces cleaning and disposal of garbage to the specified point.
V. Periodical disinfection using approved sprays etc., to control ants, cockroaches, bed
bugs, flies to control mosquitoes. No Bugs/ Flies/ Ants shall be present.
2. RECEPTION ACTIVITIES:
The job includes linen changing duly washing with appropriate detergents (as directed
by department), calendaring and pressing (ironing) etc., filling drinking water in water
jugs etc.
a) Daily activities:
I. Linen such as bed spreads, pillow covers, towels (wherever provided at TTD) etc.,
shall be changed with washed, calendared & pressed ones after every checkout of
each and every room. The linen shall be washed cleanly by the firm duly removing
stains etc., including pressing and changing after every checkout.
II. The washing, calendaring & Pressing (ironing) of Linen shall be to the entire
satisfaction of TTD administration.
b) Periodical Activities:
I. Washing, calendaring (ironing) and pressing of curtains once in a month with date
tag.
II. Dry washing of woolen blankets once in a month with date tag.
III. The washing, calendaring, Pressing (ironing) shall be to the entire satisfaction of
TTD administration.
3. CIVIL ENGINEERING ACTIVITIES:
This job mainly includes minor repairs pertaining to all civil, sanitary, plumbing,
carpentry etc., including necessary spares, nails, screws, etc.
a) Daily activities:
I. Immediate repairs pertaining to plumbing, carpentry and masonry (including cost of
materials and labour) such as replacement of hardware fixtures, broken glasses, taps,
nylon pipes, small GI pipes/cpvc pipes and specials inside the bath rooms and civil
patch works.
II. Carryout all kinds of repairs of civil, sanitary, water works, carpentry immediately,
which includes replacement of taps, fixtures of joinery ( for doors & windows,
ventilators etc.,) with necessary cost of materials and tools and labour etc., The
materials used shall be as approved by the Engineer-in-charge.
III. Replacement of mirrors, broken glasses of windows, ventilators with design as
approved by the Engineer-in-charge.
IV. Replacement of nylon pipes of wash basins / geysers / cisterns and geyser spares of
flush tanks, grating plates etc.,
V. Cleaning of spit marks on walls by water jet cleaning and painting with the same
colour wherever necessary as directed by the Engineer-in-charge.
VI. Filling up of sump and pumping of water to over head tanks.
VII. Lifting of rain/drain water etc., by sludge pump operation. (Whenever and wherever
necessary)
b) Periodical activities: (Once in a week unless otherwise specifically mentioned
against each item)
I. Dusting, wiping and cleaning of all doors, windows, fittings, Venetian blinds, glass
panels, furniture etc.,
II. Cleaning of all electrical equipment and fixtures, fans, light fittings, coolers,
refrigerators, geysers etc.,
III. Dusting and cleaning of crevices, corner of roofs, wall surfaces, pipe lines etc.,
IV. Cleaning of water drain pipes, roofs, sunshades, wall surfaces inside and outside
using vacuum cleaners.
V. Cleaning of ceramic / glazed/marble/granite tiles inside halls / rooms, bath rooms,
toilets, verandahs etc., with machinery and chemicals etc.,
VI. Cleaning of over head tank and sumps located in the premises of the building (Once
in a month).
VII. Cleaning, maintaining of name boards, direction boards neatly.
4. ELECTRICAL DEPARTMENT ACTIVITIES:
The job includes cleaning, repairs and maintenance of water coolers, Air conditioners,
storage water heaters, fans, tube lights, CFLs, ordinary lights, bells, switches, exhaust
fans, Air circulators etc.
a) Daily activities:
I. Recording all fuse off calls/defects and others that occur in the order of sequence
with the time of occurrence correctly and recording them in a separate register for
ACs, water coolers, storage water heaters, electrical fixtures such as chokes,
switches, sockets, angular holders, ceiling roses etc., and to attend them immediately.
II. Repairs and maintenance of water coolers, fans, Air conditioners, Refrigerators etc.,
such as replacement of relays, capacitors, fan blades, drain pipes, blowers, fan
motors, charging of gas, compressors, stabilizers and other necessary repairs etc., to
keep in good working conditions duly recording in the defect register, including cost
of spares, labour and tools etc., The spares used shall be as approved by the
department.
III. Repair of water heaters by replacing heating element, thermostat, indicator, pipe
connections etc.
IV. Replacement of burnt out lights & light fixtures, lamps, chokes, starters, modular
switches, modular sockets, isolators, MCBs, calling bells/buzzers etc.,
V. Rewinding of ceiling fans, wall mounting fans & exhaust fans etc.,
VI. Operation of lifts by engaging lift operators including regular cleaning (Excluding
lift repair & maintenance).
b) Periodic activities:
I. Cleaning of fans, all electrical fixtures, water coolers, Air conditioners,
Refrigerators etc., (weekly once).
II. Periodically they have to check the condition of motors and pumps with regards
to the water supply and sanitation works.
III. Whenever they are burnt/ not working condition, they have to get it repaired
within 24 hours and to be installed in order to avoid inconvenience to the daily
activities of Temple as well as kalyanmandapam complex / Guest House
premises. The repairing charges are also covered under the scope of contract
only.
1.5 COORDINATION AND INSPECTION OF WORK:
The Coordination and inspection of the day-to -day work under the contract
shall be the responsibility of the Contractor/ Firm. However, the TTD’s or its
authorized representative shall have the authority to inspect the work
regularly and give observations / instructions, if any, to the Contractor. In
case of any disagreement between the Contractor and the TTD on the
performance level of FMS / its personnel, the matter shall be discussed
and resolved through discussions. The written instructions regarding any
particular job will normally be passed by the TTD or i ts authorized
representative. A work order book will be maintained by the Contractor for each
section in which the aforesaid written instructions will be entered. These will
be signed by the Contractor or his authorized representative by way of
acknowledgement within 8 hours. This shall be in addition to instructions or
orders issued in writing by the TTD.
1.6 The following activities are excluded from the scope of House Keeping Contract:
1) Replacement of damaged doors, windows and other joinery (As judged by the
department & the decision will be binding on the contractor).
2) Replacement of damaged water closets, wash basins, flush tanks and urinals.
3) Replacement of all down fall pipes, Sanitary pipes and specials replacement of total
damaged water supply and sanitary lines, manholes, etc.,
4) Replacement of condemned water coolers, ACs, Water Heaters, light fittings
(Except lights) and fans etc. The condemned equipment status will be as defined by
the engineer in charge. The decision will be binding on the contractor.
5) Replacement of all external (outside of the cottages/ Rest Houses) electrical cables,
lines, appliances etc.
6) Maintenance of lifts (except operators).
7) Replacement of damaged tops of Cots. However the other repairs to the furniture to
be carried out by FMS agency.
8) Replacement of M.S. Ornamental grills for door, windows, verandahs, etc.
9) All kinds of leakages of roof, walls, etc.
10) Replacement of damaged domes/ chandeliers & decoration lights inside rooms
(except replacement of lights, tubes).
11) Repairs and replacement of Rexene/cloth covers to the Sofa sets, dining tables and
dressing tables provided in VIP Rest Houses.
12) Major Repairs to all kinds of floorings and wall claddings.
13) Replacement of damaged mosquito nets.
14) Replacement of old electrical wiring with new one and old cabling work with new
ones.
15) Replacement of external electrical lines/units (outside of Kalyana Mandapam /
temple / Rest house).
16) Providing of new woolen rugs and towels.
17) Repairs and replacement of all sanitary and water supply lines outside the complex
and premises.
18) Replacement of water purifying systems including lines, taps, etc., if provided.
19) Replacement of solar water supply system and its pipeline (excluding taps inside
the bath rooms and common points), if provided.
20) Repair and maintenance of centralized A.C. system except daily operation.
21) Providing security /watch guard.
22) Repairs/replacement of ACP cladding, Structural glazing works.
Note: If any unforeseen defect occurs and if it is not covered under FMS scope of work,
the EE shall intimate in writing to the concerned HOD/HOS of concerned department
for rectification duly specifying that the defect mentioned is not in the FMS scope of
work.
1.7 Quality Assurance
Detailed quality assurance programme to be followed for the execution of Contract
under various divisions of works will be mutually discussed and agreed to. The
Contractor shall establish, document and maintain an effective quality assurance
system. Quality Assurance System and plans/procedures of the Contractor shall be
furnished in the form of a QA manual. This document should cover details of the
personnel responsible for the quality assurance and plans or procedures to be
followed for quality control. The quality assurance system should indicate
organizational approach for quality control and quality assurance at all stages of
work at site. Specialized personnel shall be available round the clock and if a person
is multi trade specialist also it will be acceptable, however one person cannot be
expert in more than three fields. However, the specialized skills shall be vetted
approved by the Department. The specialization and the capacity of the personnel
deployed shall be to the satisfaction of the department.
TTD reserves the right to inspect/witness, review any or all stages of work at
site as deemed necessary for quality assurance.
1.7.1 Inspections/Surveys on performance
It is expected that the Contractor shall provide high quality facility management
services subject to conditions laid down in this document, the contractor is free to use
equipment, manpower and material at appropriate level (subject to TTD approval).
Payment claims under contract will be entertained ONLY when the performance of
services is found to be satisfactory. The house keeping works are to be carried out in
such manner that entire premises always look neat and clean.
In addition to the regular inspections by FMS/ Reception / Temple wings, the
performance will be periodically checked surprisingly by the team of officers
constituted by the Superintending Engineer concerned or other authorities i.e., JEO /
EO of TTD based on certain objective criteria as detailed in Annexure – III which are
decided to measure level of performance and the contractor/agency has to abide by
these criteria. These are as follows:
a) Shine level, presence of dust, stains, spillage of water or other liquids, plaque
formation on corners, water closets, wash basins, urinals, on floors, tiles, walls,
doors, windows, bird droppings on exposed areas etc.,
b) Dust on grills or cobwebs at any place etc.,
c) Finger or palm marks, dust and stain on glass panes of windows or doors and
mirrors.
d) Dirt marks, dust, dryness or odour in wash basin, WC seats, floors etc., in toilets /
bath rooms.
e) Linen availability as per norms.
f) Linen cleanliness, free from marks and stains.
g) Cleanliness of Building surrounding areas.
h) Cleanliness of dust bins in rooms and in corridors.
However, the TTD reserves the right of modifying the procedures/methods for
inspections/surveys on performance and decision of TTD is final in assessing the
performance of agency.
1.7.2 Some of the house keeping workers should be trained for service man’s job because the
scope of work includes the unclogging of soil /water pipes, drains floor traps, gulley
traps, manholes etc. The work shall be strictly carried out as per the directions of TTD
Engineers and prescribed standards with required tools and plants. Some times TTD may
organize the training programmes for FMS workers/supervisors at Tirupati or Chennai or
Bengaluru and training will be provided free of cost. However the contractor has to
arrange for their transport, accommodation as well as boarding at contractor’s cost.
1.7.3 The contractor / agency shall ensure that water and electricity shall be used judiciously
without wasting.
1.8 SCOPE OF SUPPLY
All materials, equipment, consumables etc. required for successful completion of
the works and not specifically mentioned as to be supplied by TTD shall be
supplied by the Contractor at their sole cost and expense. Only the materials,
which are specified as Free Issue OR supplied by TTD, shall be supplied/issued by
TTD and all other materials shall be supplied by the Contractor at their cost.
1.9 TIME SCHEDULE
Initially the contract agreement shall be formulated for the 02 (Two) years which
can be extended further for a period of one year, at the discretion of the TTD, on
the same terms depending upon the Contractor’s performance which shall be
reviewed at the end of each year. However, TTD reserves the right to rescind the
contract agreement at any time by giving 1 (One) month notice if the services
of the Contractor are not found satisfactory
or up to the standards or at any stage or it is found that Tenderer has secured the
contract through fraudulent means or documents, information based on which the
bid of the successful tenderer has been accepted or non- fulfillment of any other
serious obligation on the part of the Contractor as per provision of
tender/contract. The decision of TTD in respect of above will be final in this
regard.
1.10 Manpower
a. Normally the contractor is suggested to follow the following shift timings for smooth
running of the job. 1st shift- 5AM to 1PM; 2nd
shift- 1PM to 9PM; 3rd
shift (during
night) - 9PM to 5AM. However the department can change the shift pattern for better
results during the tenure of contract. However, the shift duration will not be more than
8 hours in any given shift.
b. The Contractor shall ensure to employ the adequate experienced man power
(excluding weekly-offs) to provide satisfactory services. The contractor shall employ
workers/ technicians/ supervisory staff with necessary provision for weekly offs as
per labour rules and acts, without claiming any extra payment. Hence, the contractors
are advised to inspect the areas and quote their rates accordingly. The contractor shall,
make his own arrangements for the engagement of all staff and labour, local or
otherwise and for their payment, housing, feeding and transport.
c. Labour importation and amenities to labour and contractor’s staff shall be to the
contractor’s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff. The contractor shall quote taking
into consideration the minimum wages to be paid from time to time.
d. It is also advised to engage the labour force compulsorily from HINDU religion only.
e. The tenderer is informed that the TTD will not provide any accommodation for their
workers or staff and they will not be permitted to stay in the premises after their shifts
are completed. It is the responsibility of the Contractor/ Firm to make arrangements
for transportation to his/ their workers/ staff
Uniforms/Identity cards and other Supplies
The cost of uniform, ID cards, and other items required for due fulfillment of duties
shall be borne by the contractor. TTD shall not pay any extra charges to the
Contractor against these items which are required for performing proper & efficient
working. However the model of uniform shall be got approved from TTD. The firm
should provide 3 pairs (Pant & Shirt / Saree & Blouse/ Apron) of uniform to their
workers. It is the responsibility of the firm to issue necessary instructions to their
workers/Technicians/Supervisors under their control to wear the uniform regularly.
The engaged man power / Labour shall have experience in the related field.
NOTE: The firm shall employ preferably only male workers/male supervisors for
night shift.
1.10.1 Checks & Supervision
The Contractor shall ensure that its employees perform their duties efficiently by
exercising frequent surprise checks and by appointing sufficient supervisory staff as
felt necessary by TTD. In case it is found that any damage has occurred due to
negligence, ignorance or not performing the duty by the personnel of the Agency, all
the losses so occurred to TTD property shall be recovered from the amount payable to
the contractor and his security deposits. The contractor shall maintain all
registers/records/checklists in the rooms as per directions of T.T.D. and submit daily/
periodical reports as directed by the T.T.D. Based on TTD directions the contractor
personnel have to upload the details in the TTD computers provided in work place.
1.10.2 Facility Manager/Supervisor
Contractor shall employ and post experienced and qualified Supervisors (with SSC
qualification and an experience of 1 year in FMS field), and Facility Manager (with
degree qualification & minimum 2 years experience in FMS field) for proper
supervision, coordination and monitoring the work in the premises. They should be
easily accessible at any time. The TTD reserves the right to require change of a person
if the person posted is not found to be efficient and his services are not satisfactorily.
1.10.3 Indemnity
The contractor shall keep TTD indemnified against claims towards costs and expenses
as may be incurred by the TTD in connection with any claim that may be made by any
workmen of the contractor. The Contractor shall also execute an indemnity bond in
favour of TTD in the approved format, in this regard.
1.10.4 Discipline
Employee(s) / labourers engaged/deputed f o r t h e s u b j e c t j o b b y t h e
c o n t r a c t o r shall maintain punctuality and discipline. Any misconduct /
misbehavior on the part of the manpower deployed by the Contractor shall not be
tolerated and such person shall have to be replaced by the Contractor at its
own costs, risks and responsibilities immediately, with written intimation to the
TTD. However, TTD may at any time instruct to remove undesirable staff of the
Service provider at TTD’s sole discretion.
1.10.5 Prohibition
The Contractor shall ensure that its employee(s) / labourers refrain from smoking
/ consuming alcohol and other intoxicant substance or carrying any inflammable
substances etc., inside / outside the premises, while on duty and further, the
contractor shall ensure to follow the rules and regulations as enforced by TTD
organization from time to time.
1.10.6 Mobilization Time
Lead-time of fifteen (15) days shall be given to the Contractor for deployment of
personnel to the site. Immediately after mobilization, the Contractor will be
required to setup a store in the premises, wherein material will be provided
by contractor as per the advice and recommendation of the TTD. However,
relevant record is to be maintained by the Contractor for inspection of TTD at any
time. The Contractor shall advice TTD from time to time regarding reordering level
of material in the store, which shall depend upon frequency of consumption.
1.10.7 Action against damage to TTD’s property
Any damage caused to the premises/interiors of the building while performing the
contract, due to negligence of the Contractor’s manpower, shall be made good
immediately at his own cost or shall be recovered from the running/pending bills of
the Contractor. In this regard the decision of TTD shall be final. The Contractor shall
strictly adhere to the statutory regulations viz., Minimum Wages Act, PF Act, ESI
scheme, Insurance & other regulations covering labour contract. In TTD the strikes are
banned and the staff of the contractor also shall not go in for strike on whatever is the
cause. If there is any incident of this nature then the contractor shall take tough action
against his erring employees/workers. TTD will also be tough on the contractors if
there any incidences of strikes in the contractor’s organization at Bengaluru. The
contractor will be solely responsible for the inconvenience caused to pilgrims presence
and TTD in the absence of any services to be rendered to TTD on account of the
agreement due to the resorting of strikes/protest/dharna by his workers.
In case of any injury is caused while the agency is carrying out its job, it is the
responsibility of the Contractor to attend to the need of the aggrieved, and the
TTD will stand indemnified against any claim/damage / compensation.
1.10.8 Accommodation for Storage of Materials
The Department will provide one room on usual rental basis for office purpose and for
accommodation of the Supervisory staff. One small room will be provided for store
purpose free of cost.
1.10.9 Land for Residential Accommodation
It will not be possible for TTD to provide land for residential accommodation for staff
and labour of the Contractor. Contractor will have to make his own arrangement at his
cost for land for the purpose of residential accommodation for his staff and labour.
1.11 Penalty
1.11.1 While TTD recognizes the good work of the contractor, it will also impose
tougher penalties for services not up to the standard. Timely completion of
the routine jobs and attending promptly to the complaints are the core issues
in providing prompt services. Necessary Record / Registers are to be
maintained for logging the activities as suggested by TTD. In case of default
/ delay in carrying out the services and due to which the rooms are kept under
break down Kalyana Mandapam is in break down condition, then the
deduction as given under would be made.
Nature of work
Expected to
be
Completed
within
Penalty per day after
expiring of the expected
time to be completed
Clearing Drainage congestion -inside building or
outside building(major problem in the nature)
12 Hours Minimum Rs. 10,000/-
Drain connection from Temple complex, common
toilet premises.
12 Hours Minimum Rs. 10,000/-
Replacement/Repair of electrical and Plumbing items
under the scope of work and any other kind of defects
covered under the scope of this contract.
1 day Double the rent of the
affected room subject to
a minimum of Rs.2000/-
Also the following penalties will be imposed by the department on noticing of short falls/non
satisfactorily maintenance.
(a) Not carrying out of any FMS activity such as
cleaning, mopping, changing of Linen, delay/ failure
in attending the defects of the electrical fixtures
including ACs, tap/flush tank leakages, geyser pipe
leakage, water closet cleaning, improper washing and
pressing of linen and any other connected activities
such as cobweb cleaning etc., in the rooms/toilets to
the satisfactory levels of the department. Improper
cleaning or not cleaning the terrace fully or partly.
For each
observation
by any TTD
officer on
duty
Rs 1000-/- to Rs
5,000-/- based on the
gravity of non
performance as assessed
by TTD
(b) Not carrying out of any FMS activity in the
Kalyana Mandapam verandahs, corridors, common
areas, delay/failure to attend the defects of electrical
fixtures in the verandahs, corridors, common areas
etc., not maintaining of sufficient dust bins, improper
mopping of the floor, non-functioning of the electrical
fixtures and any other connected activities in the
verandahs, corridors, common areas etc., to the
satisfactory levels of the department.
….do…..
Rs 1000-/- to Rs
10,000-/- based on the
gravity of non
performance as assessed
by TTD
Surrounding outside areas:-
© Not carrying out of any FMS activity outside areas
which includes non sweeping and non maintenance of
….do….. ….do…..
cleanliness to the satisfactory levels of the
department.
Not wearing of identity cards/ Uniforms by any
worker/technician/supervisors ….do…..
Rs 500-/- per instance
per worker
In addition to the above the officer in-charge inspects the stores at random and noticing inadequate
stock of consumables maintenance materials may impose suitable penalty subjected to the higher
of Rs.10,000/- or the value of deficient stock per instance.
In addition to this the quality control reports will also be taken into consideration for imposing
necessary penalties .Further if any TTD senior officers/reception department/Health
department/Electrical department/ Srivari sevakulu or pilgrims complaints on maintenance then
suitable penalties (Based on the gravity of the non-performance) will be imposed as per the
conditions of the rooms/surroundings.
It is, therefore, essential that the contractor should maintain sufficient stock of frequently used
materials, machines at site and keep proper inventory/records. Levy of compensation as above shall
not absolve the contractor from his overall responsibilities. Further, suitable penalties will be
imposed as compensation towards non-completion of the routine activities indicated in the scope of
work by the Engineer-in-charge. Superintending Engineer concerned or such other authority
designated by TTD shall be the final authority for decision in such matters which cannot be
challenged.
The Contractor has to provide excellent services with devotion to TTD. The TTD will
closely monitor and recognize such services and to that extent an appreciation letter will be issued to
the firm.
1.12 COMPETENT AUTHORITY FOR DECISION
It shall be accepted as an inseparable part of the contract that in matters regarding
competency, efficiency, conduct and behavior, the decision of the Officer of TTD who has
signed the contract, shall be final and binding on the contractor in all such matters.
GENERAL OBLIGATIONS
(CHAPTER – II)
2.1 CONTRACTOR TO OBTAIN HIS OWN INFORMATION
The Contractor in fixing his rate shall for all purpose whatsoever is deemed to have
himself independently obtained all necessary information for the purpose of
preparing his tender. The correctness of the details, given in the Tender Document to
help the Contractor to make up the tender, is not guaranteed.
The Contractor shall be deemed to have examined the contract documents,
to have generally obtained his own information in all matters whatsoever that
might affect carrying out the works at the scheduled rates and to have satisfied
himself to the sufficiency of his tender.
Any error in description or quantity or any other aspect in scheduled rates or
omissions there from shall not vitiate the contract or release the Contractor
from executing the work comprised in the contract according to drawings and
specifications at the scheduled rates. He is deemed to know the scope, nature and
magnitude of the work and the requirements, of materials and labour and the type
of work involved etc.; and as to what all he has to do to complete the works in
accordance with the contract documents whatever be the defects, omissions or
errors that may be found in the Contract Documents. The Contractor shall be
deemed to have visited the surroundings and to have satisfied himself as to the
nature of all existing structures, if any, and also as to the nature and condition of
the Railways, roads bridges and culverts, means, of transport and communications
whether by land, water or air, and as to possible interruptions, there to and the
access and e g r e e s from the site to have made enquiries, examined and satisfied
himself as to the sites for obtaining r e q u i r e d materials to perform the work
satisfactorily as per the agreed terms, the sites for disposal of surplus
materials, the available accommodation as to whatever required as depots and
such other buildings as may be necessary for executing and completing the
works, to have made local independent enquiries as to the variations thereof,
storms, prevailing winds, climatic conditions and all other similar matters affecting
these works. The Contractor is deemed to have acquainted as to its liability for
payment of Government taxes, customs duty and other charges. The Contractor is
deemed to have acquainted as to its liability for payment of Government taxes,
customs duty and other charges and minimum wages (as amended from time to
time) to his staff.
Any neglect or failure on the part of the Contractor in obtaining necessary and
reliable information upon the foregoing or any other matters affecting the contract
shall not relieve him from any risks or liabilities or the entire responsibility from
completion of the works at the schedule rates and time in strict accordance with the
contract documents.
No verbal agreement or inference from conversation with any officer or employee
of TTD either before or after the execution of the Contract Agreement shall in
any way affect or modify any of the terms of obligations herein contained.
2.2 FORCE MAJEURE
Any delay in or failure of performance of either party hereto shall not
constitute default hereunder or give to any claims for damages if and to the extent
such delays or failure of performance is caused by occurrence such as Acts
of God or the public enemy; expropriation or confiscation of facilities by
Government authorities, compliance with any order or request of any
Governmental authority, acts of way, rebellion or sabotage or damage resulting
there from, fires, floods, explosion, riots or illegal strikes(not of the tenderer’s
staff). The Contractor shall keep record of the circumstances referred to above
which are responsible for causing delays in the completion of work and bring these
to the notice of the TTD.
2.3 TERMINATION OF CONTRACT
Termination:
The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract. Fundamental breaches of Contract include, but shall not be
limited to the following.
a) The Contractor stops work for 6 hours when no stoppage of work is shown on the
current program and the stoppage has not been authorised by the Engineer-in-Charge.
b) The Contractor is made bankrupt or goes into liquidation other than for a reconstruction
or amalgamation.
c) The Engineer-in-Charge gives Notice that failure to attend to complaints/ defects is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time as determined by the Engineer-in-Charge; and
d) The Contractor does not maintain a security which is required and
e) If the contractor, in the judgment of the Department has engaged in corrupt or
fraudulent practices in competing for or in the executing the contract.
For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official in
the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the execution
of a contract to the detriment to the TTD and includes collusive practice among
Tenderers (prior to or after Tender submission) designed to establish Tender prices at
artificial by non-competitive levels and to deprive the TTD of the benefits of free and
open competition.
Notwithstanding the above the Department may terminate the contract for
convenience.
If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured and leave the Site as soon as reasonably possible.
2.4 TTD NOT BOUND BY PERSONAL REPRESENTATION
The Contractor shall not be entitled to any increase on the schedule of rates or
any other right or claim whatsoever by reason of any representation,
explanation or statement on alleged representation, promise or guarantees given or
alleged to have been given to him by any person unless otherwise covered under
the agreement.
2.5 IF THE CONTRACTOR DIES
Without prejudice to any of the rights or remedies under this contract, if the
contractor dies, TTD shall have the option of terminating the contract without
compensation to the Contractor .
2.6 NOTICES
Any notice hereunder may be served on the Contractor or his duly authorized
representative at the job site or may be served by registered, e - mail direct to the
address furnished by the Contractor or by fax. Proof of issue by TTD of any
such notice would be conclusive of the contractor having been duly informed of
all contents therein.
2.7 BANKRUPTCY
If a petition of bankruptcy be filled by or against the Contractor , TTD may, at its
opinion, and within sixty days of the filling of such petition cancel this
contract and agreement provisions contained in Clause 2.3 above shall apply in
such a case.
2.8 PATENTS, ROYALTIES
The Contractor, if licensed under and patent covering equipment, machinery,
materials compositions of matter to be used or supplied or methods and process
to be practiced or deployed in the performance of this contract, agrees to pay all
royalties and license fees which may be due with respect thereto. If any equipment,
machinery, materials, composition of matters to be used or supplied or methods and
processes to be practiced or deployed in the performance of this contract is
covered by a patent, then the Contractor, before supplying or using the
equipment, machinery, materials, composition, methods or process shall obtain such
licenses and pay such royalties and license fees as may be necessary for
performances of this contract. In event the Contractor fails to pay any such royalty
or obtain any such license, any suit for infringement of such patents which is
brought against the Contractor or TTD as a result of such failure will be defended
by the Contractor at his own expense and the Contractor will pay any damage and
costs awarded in such suit. The Contractor shall promptly notify TTD if the
Contractor has acquired knowledge of any plant under which a suit for
infringement could be reasonably brought because of the use by TTD of any
equipment, machinery, materials, composition, process, methods to the supplied
hereunder.
All drawings, tracings, reproducible, models, plans, specifications and copies
thereof furnished by TTD as well as all drawings, tracings, reproducible,
plans, specifications, design, calculations etc., prepared by the Contractor for
the purposes of execution of work covered in or connected with this contract shall
be the property of TTD and shall not be used for any other work but are to be
delivered to TTD o n the completion of the contract.
Where so desired by TTD , the Contractor agree s to respect the secrecy of
any documents, drawings etc., issued to him for the execution of this contract, and
restrict access to such documents, drawings etc. to the minimum and further, the
Contractor agrees to execute an individual SECRECY agreement from each or
any person employed by the Contractor having access to such documents,
drawings etc. In any event the Contractor shall not issue drawings and documents
to any other agency or individual without the written approval by TTD.
2.9 LIEN
If, at any time, there should be evidence of any lien or claim for which TTD
might have become liable and which is chargeable to the Contractor, TTD shall
have the right to retain out of any payment then due or thereafter becomes
due an amount sufficient to completely indemnify TTD against such lien or
claim and if such lien or claim be valid TTD may pay and discharge the same
and deduct the amount so paid from any money which may be or may become
due and payable to the Contractor. If any lien or claim remaining unsatisfied
after all payments are made, the Contractor shall refund or pay to TTD all
moneys that the latter may be compelled to pay in-discharging such lien or claim
including all costs and reasonable expenses.
The final payment shall not become due until the Contractor delivers to the
TTD as complete release or waiver of all liens arising or which may arise out of
this agreement or receipts in full or certification by the Contractor in a form
approved by TTD that all invoices for labour, materials and services have been
paid in lieu thereof and if required by the TTD in any case, an affidavit that so
far as the Contractor has knowledge or information the releases and receipts
include all the labour and material for which a lien could be filled.
Con tractor will indemnify and hold TTD harmless for a period of two years after
the issue of final certificate from all liens and other encumbrances against TTD on
account of debts or claims alleged to be due from the Contractor or his sub-
Contractor to any person including sub-Contractors and on behalf of TTD will
defend at his own expenses any claim or litigation in connection therewith
Contractor shall defend or contest at his own expense any fresh claim or
litigation brought against TTD or the Contractor by person including even after
the expiry of two years from the date of issue of final certificate.
Contractor shall indemnify and save harmless TTD from and against all
actions, suits proceedings, losses, costs damages, charges, claims and demands
of every nature and description brought or recovered against TTD by reason of
any act or omission of the Contractor , his agents or employees in the execution
of the work or in regarding the same. All sums payable by way of
compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of TTD without
references to the actual loss or damage sustained and whether or not any
damage shall have been sustained.
2.10 P UBLICITY
Contractor shall not disclose details of the work to any person or persons
except those engaged in its performance, and only to the extent required for the
particular portion of the work being done.
Contractor will not give any items concerning details of the work to the press
or a news dissemination agency without prior written approval from TTD.
Contractor shall not take any picture on site without specific written approval of
TTD representative.
2.11 BILL OF QUANTITES TO BE INCLUSIVE
All the rates to be furnished in the tender shall be inclusive of all Labour, machinery
and material charges including all duties, wages to be hiked from time to time, service
tax, other taxes if any. No extra claim what so ever on this account will be entertained.
2.12 ARTICLES OF VALUE FOUND
All gold, silver and other minerals of any description and all precious stones, coins,
treasure, relics, antiquities and other similar things which shall be found in, under
or upon the site shall be the property of T T D and the Cont ractor shall only
preserve the same to the satisfaction of the TTD and shall from time to time
deliver the same to such person or persons indicated by the TTD.
CERTIFICATE AND PAYMENTS
(CHAP TER – III)
3.1 MOBILISATION ADVANCE
No mobilization advance shall be paid for the subject work.
3.2 Payment Terms
The bill shall be prepared by the contractor in the form prescribed by TTD on monthly
basis after completion of month after deducting necessary TDS, taxes, retention money
etc., The bill, in proper form, must be duly accompanied by details of work carried out in
that month and must show deduction for all previous payment.
The FMS evaluation committee will meet once in a month or more based on the
necessity and reviews the performance of the agency. Based on the
recommendations of the FMS evaluation committee the payment will be released
after deducting the fines imposed and other recoveries.
The performance report submitted by the surprise inspection team shall also be
taken into account mandatorily by the FMS Evaluation Committee while making
payment. The gauging of performance by surprise inspection team will be
evaluated on 10.0 points scale and the following recoveries will be made in addition
to usual penalties of FMS team.
If the grading of the firm is beyond 8.5 and above, full payment can be released
subject to penalties imposed if any.
If the grading of the firm is in between 7.0 and 8.5, 15% of the payment per month
can be cut on gross value of payment and balance payment can be released subject
to recovery of penalties imposed if any.
If the grading of the firm is in between 5.0 and 7.0, 30% of the payment per
month can be cut on gross value of payment and balance payment can be released
subject to recovery of penalties imposed if any.
If the grading of the firm is in between 4.0 and 5.0, 50 % of the payment per month
can be cut on gross value of payment and balance payment can be released subject
to recovery of usual penalties imposed if any.
If the grading of the firm is less than 4.0, no payment will be made for the services
rendered and necessary show cause notice will be issued to the firm to improve
their performance or face the termination with all the penal conditions as per the
agreement
If the grading of the firm is less than 4.0 for two times in a year then the TTD will
determine the contract duly forfeiting the deposits and the work done but not paid
also.
3.3 Advances:
Request for making advance payment on any ground shall not be entertained.
3.4 Compliance with all statutory requirements:
The Contractor shall comply with all statutory requirements prescribed by the
local as well as State / Central Government Authorities from time to time and
submit a monthly report along with all the required proof of compliance to the
employer along with the monthly invoice. The contractor shall produce all the
relevant statutory documents for inspection by the employer and the government
authorities.
3.5 PERFORMANCE/ COMPLETION CERTIFICATE
3.5.1 Application for Performance/Completion Certificate:
When the Contractor fulfills his obligation under the Contract he shall be eligible to
apply for performance / completion certificate.
TTD shall issue to the Contractor the performance/completion certificate within
two months after receiving an application in writing from Contractor after
verifying from the completion documents and satisfying i tself that the work /
service has been completed in accordance with the contract documents.
TAXES & DUTIES
(CHAPTER – IV)
4.1 Taxes & Duties
(1) The prices shall be inclusive of all taxes and levies including Service Tax as
applicable from time to time.
(2) The taxes quoted should include applicable VAT/ sales Tax/ Service Tax etc., duties
and any other levy attracted to the item applicable from time to time. No extra
taxes & duties will be paid apart from the amount quoted. TTD will not reimburse
any of the taxes paid by the tenderer during the tenure of the contract.
TTD shall be authorized to deduct any tax as applicable from the bidder.
(3) Deduction of all statutory and necessary Tax from each bill will be made as per
Government Orders prevailing at the time of payment. Necessary tax deduction
certificate will be issued on demand by the company.
4.2 DISPUTE & DIFFERENCES
Decision of the TTD regarding performance of contract, levy of compensation for Delay
etc., and payments for contract work of extra work done shall be final and binding on the
contractor. However, any dispute arising out of this contract can be referred to
Arbitration as per Indian Arbitration and Conciliation Act 1996.
4.3 JURISDICTION
For the purpose of the notice inviting tender for facility management services, acceptance
of tender and its finalization and agreement, shall be deemed to have taken place within
the state of ANDHRA PRADESH and the courts in ANDHRA PRADESH shall have
jurisdiction over the matters arising under or out of this agreement.
4.4 Insurance:
a) The Contractor shall provide, in the joint names of the Department and the contractor,
insurance cover from the Start Date to the end of the Defects Liability Period i.e., 24
months after completion for the following events which are due to the Contractor’s
risks.
i) loss of or damage to the Works, and Materials;
ii) loss of or damage to the Equipment;
iii) loss of or damage of property in connection with the Contract; and
iv) personal injury or death of persons employed for contract
b Policies and certificates of insurance shall be delivered by the Contractor to the
Engineer-in-charge at the time of concluding Agreement. All such insurance shall
provide for compensation to be payable to rectify the loss or damage incurred.
i) The contractor shall furnish insurance policy in force in accordance with proposal
furnished in the Tender and approved by the Department for concluding the
agreement.
ii) The contractor shall also pay regularly the subsequent insurance premium and
produce necessary receipt to the Engineer-in-Charge, well in advance.
iii) In case of failure to act in the above said manner the department will pay the
premium and the same will be recovered from the Contractors payments.
c) Alterations to the terms of insurance shall not be made without the approval of the
Engineer-in-Charge.
LABOUR LAWS AND SAFETY REGULATIONS
(CHAPTER – V)
5.1 LABOUR LAWS
i) No staff below the age of 18 (eighteen) years shall be employed on the work.
ii) The Contractor shall not pay less than what is provided under law to personnel
engaged by him or his sub -Contractors on this work, for work done other
than on item rates basis.
iii) The Contractor shall at his expenses comply with all labour laws and keep the
TTD indemnified in respect thereof.
iv) The Contractor shall exclusively be liable for non -compliance of the
provision of any Acts, laws, rules and regulations having bearing over
engagement of labour / workers(s), directly or indirectly for subject work
under this Contract.
5.2 CONTRACTOR TO INDEMNIFY TTD
i) The Contractor shall indemnify TTD and every member, officer and
employee of TTD , claims, demands, costs and expenses whatsoever arising
out of any failure by the Contractor in the performance of the obligations
on relevant labour laws, Acts, regulations, etc. and under the contract
documents. TTD shall not be liable for or in respect of any demand or
compensation payable by law in respect or in consequence of any accident or
injury to any workmen or other person in the employment of the Contractor
or his sub -Contractor and Contractor shall indemnify and keep indemnified
TTD against all such damage and compensation and against all claims,
damage, proceedings, costs, charges and expenses whatsoever in respect
thereof or in relation thereto.
ii) The Contractor hereby undertakes to indemnify TTD against all actions,
suits, proceedings, claims, losses, damages etc., which may arise under
Minimum Wages Act, Fatal Accident Act, Workmen Compensation Act,
Shops & Establishment Act, Family pension & Deposit Linked Insurance
scheme or any other Act or statutes not herein specifically mentioned but
having any direct or indirect application for the person(s) engaged under
this contract by him.
iii) The Contractor shall defend, indemnify and hold TTD ha rmles s from any
liability, which may be imposed by the Central, State or local authorities and
also from all claims, suits arising out of or by reason of the work provided by
this contract including any liability that may arise out of accident, whether
brought by the employees/labourers of the Contractor or by the third parties or
by the Central or State Government authority or any sub -division thereof.
iv) TTD shall not be responsible for any claim/compensation that may arise due
to damages/injuries/pilferage to the Contractor’s employee(s)/ staff/labourers
under any circumstances while an employee(s) /labourer is engaged in the
TTD's duty under the contract.
v) The Contractor shall make regular and full payment of wages/salaries
including overtime/night halt allowance etc. as applicable as p e r rules in
force and any other payments due to his employees/labourers and furnish
necessary proof whenever required by TTD.
vi) Payment of Claims and Damages
Should TTD have to pay any money in respect of such claims or
demands as aforesaid the amount so paid and the costs incurred by TTD
shall be charged and paid by the Contractor and the Contractor shall not be at
liberty to dispute or question the right of T T D to make such payments,
notwithstanding same may have been made without his consent or authority or
in law or otherwise to the contrary.
vii) In every case in which by virtue of the provision of section 12,
sub -section (1) of workmen’s compensation Act 1923 or other applicable
provision of Workman’s Compensation Act of any other Act, TTD is obliged
to pay compensation to workman employed by the Contractor in execution of
the Works, TTD will recover from the Contractor the amount of the
compensation so paid; and without prejudice to the rights under section 12,
sub-section (2) of the said Act, TTD shall be at liberty to recover such
amount or any thereof by deducting it from the security deposit or from any
sum due to the Contractor whether under this contract or otherwise. TTD
shall not be bound to contest any claim made under section 12, sub-section
(1) of the said Act, except on the written request of the Contractor and
upon his giving to TTD full security for all costs for which might become
liable in consequence of contesting such claim.
vii) Employment Liability
a) The Contractor shall be solely and exclusively responsible for engaging
or employing persons for the execution of work. All employees engaged
by the Contractor shall be on his/their pay-roll and paid by him/them. All
disputes or differences between the Contractor and his/their employees shall
be settled by him/them. TTD has absolutely no liability whatsoever concerning
the employees of the Contractor. The Contractor shall indemnify the TTD
against all losses or damages or liabilities arising out of or in the course of
his/their employing persons or relations with his/their employees. The
Contractor shall make regular and full payment of wages and salaries to
his employees and furnish necessary proof whenever required by the TTD . In
case of any genuine complaint by any employee of the Contractor or his sub -
Contractor regarding non -payment of wages, salaries or other dues, TTD
reserves the right to make such payments directly to such employee or sub -
Contractor of the Contractor and recover the amount in full along with hefty
penalty for the default from the bills of the Contractor and the Contractor shall
not claim any compensation or re-imbursement thereof. The Contractor shall
comply with the Minimum wages Act applicable to the area with regard to
payment of wages of his employees and also of employees of his sub-
Contractor.
b) The Contractor shall advise in writing to all his employees and the employees
of his sub-Contractor as follows:
“It is to be fully understood that your appointment is only in connection with our
facility management contract with TTD and that it does not give you any right
or claim for employment with TTD ”.
5.3 FAIR WAGE CLAUSE
The contractor shall not pay less than fair wages to labourers engaged by him on the
work.
“Fair” wages means wages whether for time or piecework notified by the Government
from time in the area in which the work is situated.
The contractor shall not with-standing the revisions of any contract to the contrary
cause to be paid to the labour, in directly engaged on the work including any labour
engaged by the sub-contractor in connection with the said work, as if the labourers had
been directly employed by him.
In respect of labour directly or indirectly employed in the works for the purpose of the
contractors part of the agreement the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from
time to time by the Government. He shall maintain his accounts and vouchers on the
payment of wages to the labourers to the satisfaction of the Executive Engineer.
The Executive Engineer shall have the right to call for such record as required to
satisfy himself on the payment of fair wages to the labourers and shall have the right to
deduct from the contract amount a suitable amount for making good the loss suffered
by the worker or workers by reason of the “fair wages” clause to the workers.
The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Govt. from time to time without prejudice
to his right to claim indemnity from his sub-contractors.
As per contract labour (Regulation and abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department along
with the tender or at the time of agreement.
Any violation of the conditions above shall be deemed to be a breach of his contract.
Equal wages are to be paid for both men and women if the nature of work is same and
similar.
The contractor shall arrange for the recruitment of skilled and unskilled labour local
and imported to the extent necessary to complete the work within the agreed period as
directed by the Executive Engineer in writing.
5.4 COMPLIANCE WITH LABOUR REGULATIONS
During continuance of the contract, the contractor and his sub contractors shall abide at
all times by all existing labour enactments and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and
any other labour law (including rules), regulations, bye laws that may be passed or
notifications that may be issued under any labour law in future either by the State or
the Central Government or the local authority and also applicable labour regulations,
health and sanitary arrangements for workmen, insurance and other benefits. Salient
features of some of the major labour laws that are applicable to industry are given
below. The contractor shall keep the Department indemnified in case any action is
taken against Department by the competent authority on account of contravention of
any of the provisions of any Act or rules made there under, regulations or notifications
including amendments. If the Department is caused to pay or reimburse, such amounts
as may be necessary to cause or observe, or for non-observance of the provision
stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments,
if any, on the part of the contractor, the Engineer-in-charge /Department shall have the
right to deduct any money due to the contractor including his amount of performance
security. The Department/Engineer-in-Charge shall also have right to recover from the
contractor any sum required or estimated to be required for making good the loss or
damage suffered by the Department.
The employees of the Contractor and the Sub-contractor in no case shall be treated as
of the Department (TTD) at any point of time.
5.5 Salient features of some major labour laws applicable to establishment engaged in
work:
a) Workmen compensation Act 1923: The Act provides for compensation in case if
injury by accident arising out of and during the course of employment.
b) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for
monthly contributions by the Department plus workers @ prevailing rates The
benefits payable under the Act are:
(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.,
c) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated
Officer. The Act is applicable to the establishments or Contractor of Principal
Department if they employ 20 or more contract labour.
d) Minimum wages Act 1948: The Department is supposed to pay not less than
the Minimum wages fixed by appropriate Government as per provisions of the Act
if the employment is a scheduled employment.
e) Payment of wages Act 1936: It lays down as to by what date the wages are to be
paid, when it will be paid and what deductions can be made from the wages of the
workers.
f) Equal Remuneration Act 1979: The Act provides for payment of equal wages for
work of equal nature to Male or Female workers and for not making discrimination
against Female employee in the matters of transfers, training and promotions etc.
g) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment
of children below 14 years of age in certain occupations and processes and provides
for regulation of employment of children in all other occupations and processes;
Employment of Child Labour is prohibited in Building and Construction Industry.
5.6 SAFETY REGULATIONS
i. The contractor shall take necessary precautions for safety of the workers and
preserving their health while working in such jobs, which require special protection
and precautions. The following are some of the measures listed but they are not
exhaustive and contractor shall add to and augment these precautions on his own
initiative where necessary and shall comply with directions issued by the Executive
Engineer or on his behalf from time to time and at all times.
ii. Supply work men with proper belts, ropes etc., when working at restricted places.
iii. Taking necessary steps towards training the workers concerned on the machinery
before they are allowed to handle them independently and taking all necessary
precautions in around the areas where machines and similar units are working. In
respect of all staff, directly or indirectly employed in the work for the
performance of Contractor ’s part of this agreement, the Contractor shall at his
own expense arrange for all the safety provisions as per safety codes of CPWD,
Indian Standards Institution, the Electricity Act and such other Acts as
applicable.
Annexure - I
MATERIALS: GENERAL SANITARY CONSUMABLES AND ACCESSORIES FOR
GUIDANCE OR EQUIVALENT AS APPROVED BY THE DEPARTMENT
TASKI R1 or equivalent (Multipurpose cleaner)
TASKI R2 or equivalent (Hard surface cleaner)
TASKI R3 or equivalent (Glass surface cleaner)
TASKI R4 or equivalent (for furniture or hard surface laminate)
TASKI R5 or any equivalent air freshener
Harpic ( toilet cleaner)
TASKI Spiral or equivalent (oily/greasy work areas , public areas)
Crew Emeral
Black Phenyl
Naphthalene balls
Odonil sticks for rest houses
Soft brooms
Hard brooms
Mop sticks/swabs
Colour coated micro fiber dusters
Block removal rubbers
Baskets
Winnows (plastic)
CC Brushes
Toilet cleaning brushes 12"
Toilet cleaning brushes 24"
Cobweb sticks
Cleaning powder
Thinner strains remover
Deodorant cakes (100 gms)
Scented phenol
Water Pushing Brushes
Drainage spades
Night Soil Picking plates
Lime powder
Insects Sprayers –HIT (320 ml)
Scrubber pads
Descaler of ECOLAB
Standard operating procedure for Diversey or Equivalent materials for services
(machinery and chemicals are for guidance only, however equivalent materials will be
permitted subject to approval by the Officer in charge).
The dilution control systems should be provided at all the strategic places.
Place appropriate warning signs whenever and wherever it is applicable.
Clear the area from any debris which is litter across all the places.
Clear and clean the dust bins and replace the liners as per requirement.
Clean the over head for any obvious dusts like cob webs etc.,
Vacuum clean the rooms, halls and corridors etc.,
Clean all the cleanable vertical surfaces including up to accessible level with TiskiR1 or
equivalent – once a day
Remove foot matting form the designated space and dry mop the floor to remove the dry
dust –As and when required.
Mop/Scrub clean the floor with auto scrubber dryer with TASKI R1or equivalent inside
the rooms and corridors with spiral once in a week.
Scrub staircase with PBT brush once in a month
Vacuum the floor matting and ensure the floor /mat well is dried thoroughly before placing
it back-As and when required.
Dry mopping the corridors Floor-Every two hours depending on the traffic frequency will
increase.
Report and record for any unusual observations or damage to the facility head.
TASKI R5 or equivalent Air freshener is to be sprayed in the rooms after cleaning is over.
Dry and wet mopping of the rooms, Kalyana Mandapam for every check out or as and when
required with appropriate procedure & machinery & chemicals as directed by the TTD. Dry
and wet mopping of temple at regular intervals everyday as directed during execution.
PERIODIC CLEANING PROCEDURE FOR INSIDE ROOMS, HALLS (15 DAYS ONCE
OR AS AND WHEN REQUIRED)
ACTIVITIES:
Cleaning of cob webs, fans, tube lights, switch board, main door and grills.
Cleaning of bath room vertical Walls (if it is tiles).
Cleaning of vertical walls in the main rooms, windows.
Finally Spray TASKI R5 or equivalent (Air freshener)
MACHINES: Hot & cold high pressure jet cleaning machine of approved make by the
Department, Taski Ergodisc 165 or equivalent (single Disc Scrubber) &TASKI
Vaccumat 22/22T or equivalent (wet & dry vacuum) cleaner, Scrub with Taski R1
or equivalent in rooms, Halls and in corridors scrub with Taski Swing 755 E or
equivalent (Auto scrubber & drier) along with Taski spiral or equivalent.
TOOLS: PBT brush or equivalent, Squeeze with pole, Wet mopping system, Glass cleaning
kit, Micro fibre dusting cloth, WC brush, Power pads etc.
DEEP CLEANING:
Thoroughly cleaning of ceiling, light fittings, AC vents and other Electric/electronic fittings
using a vacuum cleaner and manual dusting tools.- Once a month.
Cleaning the rooms, halls, common areas with Vaccum cleaners.
Glass mirrors need to clean with TASKI R3 – with micro fibre cloth.
Thoroughly scrubbing the floors /Replace the dirty dust bins –As per requirement
Wipe the vertical walls with TASKI R1 –All the tiles vertical walls once in a month and in
temple every two days.
Use Crew Emeral with the help of Power Pad for the removal of any stubborn stains and
water streak marks and hard water deposits- Once in a week.
Scrub clean the toilets with TASKI R1, Descaler to remove scaling on the floors- Once in a
week.
TASKI R4 with the help of micro fiber dusting cloth need remove dry dust on the wooden
surface and spray TASKI R4 chemical on fresh micro fiber cloth and wipe the surfaces
completely.
If washable foot matting with high pressure water jet-Monthly once.
All hard floors need to be scrub with scrubbing machines using TASKI R1.
Finally spray TASKI R5 (Air freshener).
ROOMS: (For Every check out)
Change the linen, clean the dust on the sills, cupboards, cots, tables, chairs, mirror,
doors etc.,
Sweeping of the room.
Vaccum clean the room.
Use TASKI ERGO 165.
Use TASKI R1 for moping.
TOILETS (including wash basin): (For Every check out)
Before applying the HARPIC chemical flush once and apply toilet bowl cleaner HARPIC
inside the WC and Urinals and spread evenly with a toilet brush-Once in a day or as and
when it required.
Spray disinfectant TASKI R1 and scrub the walls , counter tops, wash basins, partitions and
fixtures, using and mild scrubbing pad.-Every day (Every 2 hours in general toilets)
Wipe the complete area sprayed with TASKI R1 disinfectant cleaner for every check out or
as and when required.
Go back to WC and Urinals to Scrub it with toilet brush and flush. Scrubs clean the toilet
seat, seat cover and the outer surfaces of the WC & urinals with TASKI R1 / disinfection
cleaner and wipe it dry – Once in a day.
Finally spray TASKI R5 (Air freshener).
Scented Phenyl to be used as directed by the department
DEEP CLEANING:
Use Crew Emeral with the help of Power Pad for the removal of any stubborn stains and
water streak marks and hard water deposits- Once in a week.
Scrub clean the toilets with TASKI R1 & DESCALER to remove scaling on the floors -
Once in a week.
Clean the Toilet, halls with hot & cold high pressure jet cleaning machine once in 15 days to
remove the stains if any. Other areas should also be cleaned as per the necessity and
requirement.
NOTE: The dilution of the chemicals to be used shall be as per the manufacturer’s
guidelines.
Annexure-II
SUBMISSION OF TENDER
To
Superintending Engineer-I,
Tirumala Tirupati Devasthanams,
Tirupati.
Sir,
SUB: Submission of Tender document for PROVIDING FACILITY MANAGEMENT SERVICES
FOR HOUSE KEEPING, SANITATION AND MAINTENANCE OF S.V. TEMPLE AND TTD
KALYANAMANDAPAM AT BENGALURU IN KARNATAKA STATE for 2015-17
I/We hereby submit the Tender and if this tender is accepted, I/We undertake to execute the
above work described in the specification etc. and any such variation by the way of alternations or
additions to and omissions from the said work and methods of payment as are provided for in the
conditions of contract. I/We fulfill the eligibility criteria as per clause 6 of General Conditions of
Contract. We have gone through the various terms and conditions and I/We agree to undertake the
work. I/We agree to keep the offer in the tender open for acceptance of Competent Authority of
TTD for a period of 120 days as mentioned in the tender notice and undertake not to modify the
whole or any part of it for any reasons within the above period. If the tender is withdrawn by me/us
for any reason whatsoever, the TTD shall have the right to forfeit the earnest money deposited by
me/us. I/We have carefully read and understood the instructions in the tender document and that
I/We have made such examinations of the contract documents and of the location of the said work
and other investigations required for execution of the work in the contract and in the said scope of
work and distinctly agree that; I/We shall not thereafter make any claim or demands upon the
Authority based upon arising out of any alleged misunderstanding or misconception or mistake on
my/our part of the said requirements conversant, agreements, stipulations, restrictions and
conditions.
I/We enclose herewith a DD[name of the Bank] _____________ amounting to Rs………………AS
EMD for Category……..…. drawn on towards Earnest Money which shall not bear any interest and
agree to the conditions mentioned regarding total amount of EMD and refund in case the bid is not
successful.
I/We shall enter into the required agreement as prescribed failing which I/We agree to the forfeiture
of the earnest money. I/We fully understand that written agreement to be entered into between me/us
and the Authority shall be the basis of the rights of both the parties and contract, shall not be deemed
to be completed until agreement has first been signed by me/us and then by the officer authorized to
enter into contract on behalf of TTD.
Witness
Signature of contractor
with Complete address
Dated the ………day of…………………….2013.
AGREEMENT
This agreement made on the …………… day of …………., 2015 between Tirumala Tirupati
Devasthanams, Tirupati registered under………..and having its registered office at Tirupati, Andhra
Pradesh (hereinafter referred to as “TTD” which expression shall unless repugnant to the context or
meaning thereof include its administrators, successors and assigns) of FIRST PART.
And M/s………………………, incorporated under the provision of ………………..and having its
registered office at “ …………………… (here in after referred to as “Contractor” which expression
shall unless repugnant to the context or meaning thereof include its administrators, successors and
assigns) of Second PART.
Now this agreement witnesses as follows
1. In this agreement word and expression shall have the same meanings as are respectively assigned
to the terms and conditions of contract herein after referred to.
2. The following documents shall be deemed to form, be read and construed as part of this
agreement viz
a. Invitation of tender, information and instructions for tenders
b. Details of the agency and fulfillment of eligibility criteria
c. General conditions of contract.
d. Submission of tender, Acceptance of offer, this contract agreement
f. Qualification and Experience required
g. All the annexures regarding Scope of services
3. In consideration of such rate quoted by the contractor for category ……… and accepted by TTD
the agency hereby covenants to complete the services in all respects in conformity with the
provisions of the contract.
In witness where of the parties have hereinto set their respective hands and seals on………….
day……………..Year.
Signed and Delivered by for TTD
For the Agency, in the capacity of in the capacity of
Signature of Witness (02)
Name and address
…………………..
ANNEXURE – III
Methodology for assessing the performance of the FMS agency by random check of
rooms/cottages by Performance evaluation team of TTD:
In addition to the regular check by the FMS wing, Temple wing, Reception wing etc., from TTD,
the following procedure is proposed for carrying out the random check on the performance of the
FMS agency. The performance of each package will be checked once in a 15 days by a team
consisting the following members
(1) One Executive Engineer(Civil/Elec.)/one Dy. Executive Officer(R & H)/ Health Officer
TTD as team leader.
(2) One Deputy Executive Engineer (Civil/ Electrical)/ Assistant Executive officer( R & H)
TTD
(3) One devotee to be chosen by team leader.
A team will be constituted for every fifteen days for above FMS packages. Each team will inspect
the Temple complex and kalyanamandapam complex, Rooms randomly and evaluate the
performance of FMS activities. The committee shall inspect at-least two room in each area and not
less than 6 rooms in total, in every fifteen days and furnish the report in sealed cover to the
concerned Executive Engineer-XII, TTD, Tirupati.
The performance report submitted by the above team shall be invariably considered by the FMS
evaluation committee for assessing the performance of the agency, deciding penalties while making
payment.
Guide lines to the team for random checking of Kalyanamandapam complex and rooms.
The committee has to check the cleanliness of the room, quality of linen provided in the room,
cleanliness of the toilet, common areas such as verandahs, Kalyanamandapam, Dining Hall, Kitchen
& Temple etc., and surrounding areas and report in the check list enclosed.
They can also verify the materials being used, Manpower provided etc.,
CHECK LIST FOR INSPECTION OF COTTAGES / REST HOUSES
Area : Date :
Cottage / Room No.: Time:
S.No. Description of work Performance
remarks (Yes/No)
ROOM AREA &VERANDAHS :
1 Cleaning of Verandahs
2 Cleaning of room
3 Cleaning of Kalyanamandapam
4 Cleaning of Dining Hall
5 Cleaning of Temple
6 Cleaning of Doors, Windows/ Ventilators, Electrical appliances, furniture
7 Providing & Cleaning of dust bins
8 Providing of Foot mats
9 Cleaning of cob webs in rooms, halls etc.,
TOILET AREA :
10 Cleaning of Toilet
11 Cleaning of Water closet &Wash hand basin
12 Providing & maintenance of Bucket, Mugs
BED SPREADS AND PILLOW COVERS :
13 Linen washing & changing
14 Rug washing
ELECTRICAL & SANITARY ACCESSORIES :
ELECTRICAL:
15 Fan working condition
16 Lights, Night lamp working condition
Package No: Execution Agency:
S.No. Description of work Performance
remarks (Yes/No)
PLUMBING & SANITARY ACCESSORIES :
17 Flush tank functioning
18 Taps functioning
CIVIL :
19 Coat hooks condition
20 Fittings, fixtures of Doors, Windows, Ventilators etc.
21 Mirror condition
MATERIALS PROVIDED :
22 Naphthalene balls provided
23 Deodorant cakes provided
24 Disinfection of the premises
ADDITIONALITEMS :
25 Geyser working condition
26 Air conditioner working condition
27 Health-faucets functioning
COMMON AREAS AND SURROUNDING AREAS :
28 Sun shades & Terrace cleaning
29 Surroundings cleaning
30 Segregation of garbage
OTHER ACTIVITIES IF ANY
Each of the above activities will be graded -
- as “YES”, if the activity performance is satisfactory and
- as “NO” , if the activity performance is not satisfactory.
- If any of the activity not applicable, the same may be specified as “NA”.
Evaluation of performance Index of each inspection report:
1 Total No.of applicable activities :
2 Total satisfactory activities (Yes) :
3 Total non-satisfactory activities (No) :
4 Performance Index:
Total satisfactory activities x 100
Total No. of applicable activities
Signature:
Name:
Designation:
Date:
Calculation of performance index &
recovery in payment for shortfall in performance :
1. The performance Index of each of the inspection officer will be evaluated as:
(No of satisfactory performed activities)*100
(No of applicable activities)
2. Each team member shall inspect atleast for 6 Rooms in Kalyanamandapam
complex and Temple complex premises. Each team shall mandatorily see
the Kalyanamandapam, Kitchen, Dining Hall, Temple.
3. The average performance index of the package for the month (MAPI) will be
arrived as average of performance Indices of all the members of the teams
of all the areas inspected by the inspection teams in that package during
calender month.
4. Based on the average performance index arrived as above for a particular
month, the payment for that month will be regulated as follows:
a) If the MAPI of the firm is 85% and above, full payment for that month will be released subjected to usual penalties and other recoveries if any.
b) If the MAPI of the firm is 70% and above and up to 85%, 15% of the gross value of payment for that month will be deducted and balance payment for that month will be released subjected to usual penalties and other recoveries if any.
c) If the MAPI of the firm is 50% and above and up to 70%, 30% of the gross value of payment for that month will be deducted and balance payment for that month will be released subjected to usual penalties and other recoveries if any.
d) If the MAPI of the firm is 40% and above and up to 50%, 50% of the gross value of payment for that month will be deducted and balance payment for that month will be released subjected to usual penalties and other recoveries if any.
e) If the MAPI of the firm for any month is less than 40%, no payment will be made and show cause notice will be issued to the firm to improve their performance.
f) If the MAPI of the firm is less than 40%, 2 times in a year, the TTD reserves the right to determine the contract duly forfeiting the deposits.
PART-II
BILL OF QUANTITIES
(Financial Proposal)
RATES SHOULD BE QUOTED IN THE FOLLOWING FORMAT
Sl.
No.
Probable
Period of
Contract
Description
Rate in Figure
(Rupees)
per month
Total Amount
(In Rupees)
1.
24 Months
Providing total facility management
services for Housekeeping, sanitation and
maintenance including the Civil, Electrical,
Health and Reception activities for the S.V.
Temple and TTD Kalyanamandapam at
Bangalore in Karnataka State including
common areas and surrounding areas as
specified in Annexure-IV ".
Note: The quantities shown are
approximate. The actual area / quantities
will be measured seperately in the
presence of the contractor/
representative and will be standardised.
The same will be considered for making
payment for every month duly deducting
the non-attended / adding any additional
areas. The measurements for rooms,
toilets, corridors, and surroundings have
been taken in between walls for each
individual building.
Total in figures for 24 months
The contractor shall quote his offer for above items considering all the activities indicated in the
scope of work including labour force to be deployed by the tenderer for the satisfactory service
levels, machinery, materials and consumables including transportation, taxes and over heads,
etc., as applicable and required for satisfactory performance of the contract
The breakup for quoted rate will be considered as follows:
Buildings: 94% of the quoted amount
Open areas/roads: 6% of the quoted amount
Whenever additional buildings or open areas are added or deleted, the rate for additional areas /
open areas will be considered accordingly and paid/recovered on plinth area basis for building
and plain area basis for open areas.
NOTE:
(1) The tenderer is informed that the TTD will not provide any accommodation for their workers or
staff and they will not be permitted to stay at the premises after their shifts are completed. It is
the responsibility of the Contractor/ Firm to make arrangements for transportation and
Accommodation to his/ their workers/ staff away from the premises.
(2) The tenderer should furnish the minimum No. of equipments to be provided by him to carry out
the job along with financial Bid. All the equipment to be placed shall be new or in sound
condition.
(3) The Department will provide room on usual rental basis for office purpose and for
accommodation of the Supervisory staff. The department will provide one store room for storing
washed/ soiled linen, consumables, machinery etc., free of cost.
(4) The prices shall be inclusive of all taxes and levies including Service Tax as applicable from
time to time.
(5) The taxes quoted should include VAT, sales Tax, Service Tax etc., duties and any other levy
attracted to the item applicable from time to time. No extra taxes & duties will be paid apart
from the amount quoted.
(6) TTD shall be authorized to deduct any tax as applicable from the bidder.
(7) Deduction of all statutory and necessary Tax from each bill will be made as per Government
Orders prevailing at the time of payment. Necessary tax deduction certificate will be issued on
demand by the company.
(8) If any machinery is not deployed on any day stiff penalties will be imposed.
Date: Signature & Seal of the tenderer
Name and Address: