nit no:3/ce/op/hsr-2016-17

105
1 NIT NO:3/CE/OP/HSR-2016-17 E-TENDER DOCUMENT FOR OUTSOURCING OF VARIOUS SERVICES/ACTIVITIES UNDER DHBVN

Upload: vuongxuyen

Post on 19-Dec-2016

234 views

Category:

Documents


6 download

TRANSCRIPT

Page 1: NIT NO:3/CE/OP/HSR-2016-17

1

NIT NO:3/CE/OP/HSR-2016-17

E-TENDER DOCUMENT

FOR

OUTSOURCING OF VARIOUS

SERVICES/ACTIVITIES UNDER DHBVN

Page 2: NIT NO:3/CE/OP/HSR-2016-17

2

ANNEXURES:

Sr. No.

Description Page No.

1 Notice Inviting E-Tender 3 -10

2 Instruction to Bidder on e-mail system 11-12

3 General instruction , technical & commercial terms & conditions 13-15

4 Condition of contract 16-29

5 General Instruction to Bidder (Part-II) 30-38

6 Price Bid Annexure-I 31-53

7 Performa of Undertaking Annexure-II 54-55

8 Character Antecedent Annexure-III 56

9 Performa of Agreement Annexure-IV 57-59

10 Indemnity Bond Annexure-V 60-61

11 Performa of Bank Guarantee Annexure-VI 62-64

12 Performa extension of BG Annexure-VI a 65

13 Performa of Undertaking for compliance of under contract

Regular & Abolition Act, 1970 Annexure-VII

66

14 Declaration Annexure-VIII 67

15 Scope of work Annexure-IX 68-102

16 Estimate Cost Annexure-X 103-106

Chief Engineer/OP, DHBVN, Hisar

Page 3: NIT NO:3/CE/OP/HSR-2016-17

3

DAKSHIN HARYANA BIJLI VITRAN NIGAM

OPEN NOTICE INVITIING E-TENDER NO. 3/CE/OP/HSR/2016-17

Open tenders are inviting through E-tendering in two parts (Part- I Technical Bid & Part-II Price

Bid) from Service provider/Regd. Companies/Co-Operative Labour & Construction Societies having

eligible valid license issued by Labour Commissioner from Haryana for Outsourcing of various

services/activities in DHBVN.

Date of Start Last date of submission Opening date of Part-I Pre-Bid Meeting

16.08.2016 06.09.2016 (upto 13.00 hrs.) 06.09.2016 (upto 15.00 hrs.) 29.08.2016 at 11.00 AM

Venue-CE/OP DHBVN Hisar

The tender documents having detailed terms & conditions can be seen/downloaded from the

website http://haryanaeprocurement.gov.in and www.dhbvn.org.in

Chief Engineer/OP DHBVN, Hisar.

Page 4: NIT NO:3/CE/OP/HSR-2016-17

4

Office of Chief Engineer/OP DHBVN, Hisar

OPEN NOTICE INVITIING E-TENDER NO.3/CE/OP/HSR/2016-17

Open tenders are inviting in two parts (Part- I Technical Bid & Part-II Price Bid) by the

undersigned on behalf of Dakshin Haryana Bijli Vitran Nigam from Service provider/Regd.

Companies/Co-Operative Labour & Construction Societies having eligible valid license issued by Labour

Commissioner from Haryana as per following details:-

Description of work Annual Estimated Cost (Rs. In Lacs) exlcusive

EPF, ESI, Service Tax etc. As applicable.

For outsorcing of various services/activities in DHBVN.

Package – I Offices situated Head Office, Vidyut Nagar Hisar, including Civil Works Wing, Construction Wing and Vigilance Wing.

312.28

Package – II „OP‟ Zone Hisar, (Chief Engineer/OP, „OP‟ Circle Hisar, Bhiwani, Sirsa & Jind).

402.52

Package – III Controller of Stores Hisar. 173.48

Package – IV „OP‟ Zone Delhi (Chief Engineer/OP, „OP‟ Circle Gurgaon, Rewari, Narnaul, M&P Circle Gurgaon, XEN/Training Gurgaon).

271.40

Package-V „OP‟ Circle Faridabad & Palwal (Delhi Zone). 244.01

Sr.

No.

Date of Starting of e-Tender for submission of on

line Techno-Commercial Bid and Price Bid at

http://haryanaeprocurement.gov.in

of Nextenders India Pvt. Ltd.

Date of closing of online e-

tender for submission of

Techno-Commercial Bid &

Price Bid on web portal

Opening date of part-1 of

proposal on web portal

1 17.08.2016 06.09.2016 (upto 13.00Hrs.) 06.09.2016 (15.00 Hrs.)

Key Dates

Sr. No.

Department Stage Tenderer‟s Stage Start date and

time Expiry date and time Pre-bid

meeting

1

-

Downloading of Tender Documents &

Bid Preparation

17.08.2016 (04.00 hrs).

06.09.2016 (upto 13.00Hrs.)

29.08.2016

Venue-

CE/Op

DHBVN

Hisar

2 Manual submission of technical documents

-

07.09.2016

3

Technical Opening (Part-I)

-

06.09.2016 (15.00 Hrs.)

4 Short listing of Technical bids &

Opening of Financial Bid

Will be intimated to the firms on their E-mails / telephone

message / sms

Name of Contractor/ Firm ____________

Page 5: NIT NO:3/CE/OP/HSR-2016-17

5

DAKSHIN HARYANA BIJLI VITRAN NIGAM LIMITED

OPEN NOTICE INVITIING E-TENDER NO. 3/CE/OP/HSR/2016-17.

Open tenders are inviting through E-tendering under two parts Bid system (Technical & Financial) by the undersigned on behalf of DHBVN from eligible Service provider/Regd. Companies/Co-Operative Labour & Construction Societies having eligible valid license issued by Labour Commissioner from Haryana for outsourcing of variours services/ activities for a period of one year & extended another six months at the sole discretion of the Nigam in accordance with the outsourcing policy of Haryana Govt. Vide office memo No. 16/7/2015-1GSII dated 6.04.2015 (Part-I) adopted by Nigam, & further amendments thereof plus premium.

Sr. No.

Category of Services

Category of Manpower

The work /job to be carried out.

Essential Qualification

Category of Monthly Wages as per Govt. of Haryana Instructions dated 06.04.2015 & further amendments thereof.

1. Highly Skilled

i. IT Services

Programmer Software developing on various activities

B.E/B. Tech/M. Tech (Comp Sc./TT/Electronics & Comm. In 1

st Division

or MSC (Comp SC./IT) in 1

st Division of MCA

in 1st

Division or „B‟/‟C‟ Level Course from DOE in 1

st Division or

MSC. (Phy/Math/Statistics) in 1

st Division and

PGDCA in 1st Divn.

Highly Skilled

2 Skilled

i Data Entry Work

Data Entry Operator

i. Typing of all type of day to day work on various activities /parameters in sub-units/units under various wings of DHBVN.& other office work assigned as and when required. ii: Preparation of daily/weekly/ fortnightly /monthly information/statement on various activities in Operation subdivision/division/circle. Any other work as assigned to him by the official incharge. iii: Day to day processing of data in 100% computerized S/Divisions in urban area..

10+2 or equivalent with an operating speed of 8000 Key depression per hour or 133 key depression per minute or more & typing speed 40 WPM.

Skilled

ii Testing of ITI Day to day work in M&T Two Years ITI -do-

Page 6: NIT NO:3/CE/OP/HSR-2016-17

6

meters Manpower Lab Gurgaon & Faridabad. Certificate with Two years experience.

Iii Testing of T/Fs. Oil

Lab Technical Chemist

To assist the chemist in Old Testing Lab at Hisar for testing of oil & other work.

Two Years ITI Certificate with Two years experience.

-do-

iv Transportation

Fork Lifter To lift the T/Fs. & other equipments in T/Fs. Repair Works.

Valid Driving license with two years experience.

-do-

v Security Services

Security Guard

Watch & ward, to guard the office building. Control entry and exist of people vehicles & material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

Ex-Serviceman and he should have passed matric or equivalent examination with Hindi or 1

st Class Army

Certificate with Hindi

-do-

vi Sanitation Service

Plumber Mtc. of sanitation works at Vidyut Sadan

ITI trade with experience

-do-

3 Un-skilled

i Cleaning & Sweeping of office building & lawn.

Safai Karmchari/Sewer-man

Cleaning and sweeping of office building, road & paths, lawns etc in the office premises including toilets, all furniture, finishing of grills windows, signboard, notice board etc. Any other supporting work required from time to time.

Illiterate Un-skilled

ii Housekeeping services.

Cook House Keeping Matric -do-

iii Watch & Ward Services

Chowkidar Watch & ward , to guard the office building. Control entry and exist of people vehicles & material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

Matric -do-

iv Loading & unloading of material

Unskilled Labourer

Unskilled labour. Loading & unloading of material in Nigam stores and any other supporting work required time to time.

Illiterate -do-

v Horticulture & arboriculture works.

Mali To maintain lawns, plants, hedges, shrubs and flower beds etc, inside the office premises.

Matric -do-

Page 7: NIT NO:3/CE/OP/HSR-2016-17

7

VI HR & office services.

Peon To deliver the office Dak and also responsive on call during office hours. Cleaning /dusting of office T&P items, providing drinking water & tea etc. dewatering and water filling of desert cooler in the office building. Any other supporting work required from time to time

Matric

vii Security Services.

Security Guard

Watch & ward, to guard the office building. Control entry and exist of people vehicles & material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

Ex-Serviceman and he should have passed matric or equivalent

examination with Hindi or 1

st Class Army

Certificate with Hindi

-do-

Viii Sanitation Service

Plumber Providing of the service of sanitation work.

ITI Holder with experience

Skilled

Ix Services for maintenance of buildings.

Helpers Providing of services of maintenance of residential & non residential buildings Illiterate Un-skilled

Any other servcies as per requirement of Nigam as per quntom of work

Page 8: NIT NO:3/CE/OP/HSR-2016-17

8

The above services depending upon the requirement and may increase & decrease according to

quantum of work from time to time.

Sr.

No.

Date of Starting of e-Tender for

submission of on line Techno-

Commercial Bid and Price Bid

at

http://haryanaeprocure

ment.gov.in of Nextenders

India Pvt. Ltd.

Date of closing of online e-

tender for submission of

Techno-Commercial Bid &

Price Bid on web portal

Opening date of part-

1 of proposal on web

portal

Pre-bid meeting

1

17.08.2016

06.09.2016 (upto 13.00 hrs.) 06.09.2016

(upto 15.00 hrs.)

29.08.2016 at 11.00 AM Venue-CE/OP Hisar.

Note:-

1. Earnest money @ 2% of estimated cost package wise subject to maximum of Rs…10.00 lacs shall be deposited

via RTGS/NEFT/OTC through online portal as per conditions mentioned in the bidding document. The

estimated cost is as under:

Description of work Annual Estimated Cost excluding ES, EPF &

Service Tax etc. (Rs. In Lacs)

For outsourcing of various services/activities under DHBVN.

Package – I Offices situated Head Office, Vidyut Nagar Hisar, including Civil Works Wing, Construction Wing and Vigilance Wing.

312.28

Package – II „OP‟ Zone Hisar, (Chief Engineer/OP, „OP‟ Circle Hisar, Bhiwani, Sirsa & Jind).

402.52

Package – III Controller of Stores, Hisar. 173.48

Package – IV „OP‟ Zone Delhi (Chief Engineer/OP, „OP‟ Circle Gurgaon, Rewari, Narnaul, M&P Circle Gurgaon, XEN/Training Gurgaon).

271.40

Package-V „OP‟ Circle Faridabad & Palwal (Delhi Zone). 244.01

2. The Tender document & e-service charges of Rs. 5,000/- (Rs.4,000/- cost of tender document + Rs. 1,000/- e-service

charges) are to be paid online through e-procurement portal https://haryanaeprocurement.gov.in& the tender

documents are available on the website www.dhbvn.org.in and https://haryanaeprocurement.gov.in.The detailed

terms and conditions can be seen in the tender documents.

Page 9: NIT NO:3/CE/OP/HSR-2016-17

9

3. The service provider should have a valid license issued by Labour commissioner from Haryana before submission of

tenders. License under renewal shall be considered for acceptance on merit and on production of documentary

proof of application of renewal submitted to the Labour commissioner.

The service provider should have experience of providing manpower of various activities in Govt./ Semi-Govt of

equivalent quantum or 200 No. Manpower whichever is lower. He shall submit documentary evidence in lieu the

same.

4. The tender documents having detailed terms and conditions can be downloaded from the website

http://haryanaeprocurement.gov.in & For details, please visit www.dhbvn.org.in from 17.8.2016 onwards. The e-

tenders shall be received through website only. All interested firms are requested to get themselves registered as

vendors with the said website for submitting their bids. For any assistance, please contact, Mr. Lalit Saini

(09034357793) or Toll free no. 1800-180-2097 of M/s Next Tenders (India) Pvt. Ltd., Panchkula. The price bid is to be

submitted on-line only. The Price bid in hand /paper form shall not to be accepted / entertained.

.

5. The service provider should provide the following breakup of the lump sum amount specified there in each

component of the cost alongwith its quantum on basis of calculation.

i. Wages as per. rates approved by Haryana Govt. Vide office memo No. 16/7/2015-1GSII dated 6.04.2015 (Part-I)

under para-ix adopted by Nigam and further amendments thereof payable to each category.

ii. During the operation of contract, if there is any revision in salary of the manpower deployed because of change

of Govt. Instruction, then contract price will be revised accordingly.

iii. Statutory liability of the contractor (including employer share) such as EPF, ESI etc. if any

iv Premium only on Wages rates

iv Service tax if any.

v Deduction of taxes at source as per Law for the time being in force.

vi. Any other component.

vii. Aggregate of all.

viii. PAN (Permanent account no.) issued by income tax Authority.

6 The successful bidder has to submit the Bank Guarantee equivalent to one (1) month lum-sum wages including EPF,

ESI, Service Tax etc.

7. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

8. The services/activities are only illustrative have not exhaustive & on the basis of need and span of services/activities.

9. The Bids will be opened in the office Chief Engineer/OP, DHBVN, Hisar in the presence of service providers who wish

to be present.

Page 10: NIT NO:3/CE/OP/HSR-2016-17

10

10. Service provider/firm shall quote the rates for Package Wise by submitting separate Price bid.

11. In case, the day of opening of tender happens to be a holiday, the tender will automatically be opened on next

working day.

12. Pre Bids meeting will be held on 29.08.2016 at 11.0 AM in the office of CE/OP DHBVN, Vidyut Nagar Hisar

13. This office reserve the right to reject any or all the tenders received without assigning any reason.

14. Only those tenders shall be considered who deposit the earnest money and tender cost & transaction fee

by due date.

Corrigendum, if any, will publish online on the website.

For any clarification regarding bid preparation and bid submission, please contact : M/s Nextenders (India)

Pvt. Ltd.

O/o. DS&D Haryana, SCO – 09, 2nd

Floor, Sector – 16, Panchkula – 134108

E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number)

The Tenderers can submit their tender documents (Online) as per the dates mentioned in the key dates:

Page 11: NIT NO:3/CE/OP/HSR-2016-17

11

Key Dates

Sr. No.

Department Stage Tenderer‟s Stage Start date and

time Expiry date and time Pre-bid meeting

1

-

Downloading of Tender Documents & Bid Preparation

17.08.2016 06.09.20165

(Upto 13.00 hrs.)

29.08.2016 at 11.00 AM

2 Manual submission of technical documents

-

7.09.2016 Venue-CE/OP Hisar

3

Technical Opening (Part-I)

-

06.09.20165 (Upto 15.00 hrs.)

4 Short listing of Technical bids & Opening of

Financial Bid

Will be intimated to the firms on their E-

mails / telephone message / sms

Chief Engineer/OP

DHBVN, Hisar.

Page 12: NIT NO:3/CE/OP/HSR-2016-17

12

DAKSHIN HARAYANA BIJLI VITRAN NIGAM

INSTRUCTIONS TO BIDDER ON E-TENDERING SYSTEM

These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable. 1. Registration of bidders on e-Procurement Portal:-

All the bidders intending to participate in the tenders processed online are required to get registered on the centralized e - Procurement Portal i.e. https:// haryanaeprocurement.gov.in. The bidders are also required to have/obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities for submission and processing of the bids. Please visit the website for more details.

2. Download of Tender Documents:

The bidders can view and download the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal e-Procurement system on the Home Page at https://haryanaeprocurement.gov.in.

3. Pre-requisites for online bidding:

In order to bid online on the portal http://haryanaeprocurement.gov.in , the user machine must be updated with the latest Java. The link for downloading latest java applet and “DC setup” Utility is available on the Home page under the tab „Download‟ of the e-tendering Portal.

4. Key Dates:

The bidders are strictly advised to follow date and time as indicated in the online Notice Inviting Tenders (NIT). The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders (NIT).

5 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee,

eService fee (Rs.1000/-), EMD fees and Submission of Bid Seal (Hash) of online Bids: 5.1 The online payment for Earnest Money Deposit (EMD) can be done using the secure

electronic payment gateway looking into the EMD amount as mentioned below:

Following payments are to be made by the bidder online through e-procurement portal. a) Tender document fee of Rs. 4,000/- and e-service charges of Rs.1,000/-(Total Rs.

5,000/-).

Page 13: NIT NO:3/CE/OP/HSR-2016-17

13

b) Earnest Money Deposit (EMD). Earnest money @ 2% of estimated cost subject to maximum of Rs. 10.00 Lacs for package wise.

The secure electronic payments gateway is an online interface between contractors and authorization networks.

The Interested bidder must submit the funds in advance so that the funds can be easily verified on web portal and make the payment via RTGS/NEFT/OTC to the beneficiary account no. as mentioned in the Challan.

5.2 The bidders shall upload their technical offer containing documents, qualifying criteria,

technical specification, schedule of deliveries, validity and all other terms and conditions except the rates (price bid). The bidder ensure that uploaded documents must be properly numbered and indexed.

The bidders shall quote the prices in price bid format in a specified template. 5.3 Submission of bids will be preceded by submission of the digitally signed & sealed bid

(Hash) as stated in the time schedule (Key Dates) of the Tender. NOTE:-

1. If bidder fails to complete the Online Bid Preparation & Submission stage by the stipulated date and time, his/her bid will be not be considered.

2. Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal http://haryanaeprocurement.gov.in.

3. For help manual please refer to the „Home Page‟ of the e-Procurement website at

https://haryanaeprocurement.gov.in, and click on the available link „System Requirement” to download the file. Help manual is available on „Home Page‟ of the http://haryanaeprocurement.gov.in.

Page 14: NIT NO:3/CE/OP/HSR-2016-17

14

GENERAL INSTUCTION , TECHINAL & COMMERCIAL TERMS &

CONDITIONS NIT No. 3/CE/OP/HSR/2016-17

Sr. No. Commercial Terms Response

The terms and conditions stated below shall supersede all relevant conditions, if any, contained in all tender documents.

1. Tenderer must carefully study the general terms and conditions before preparation of tender. All terms and conditions of NIT and Corrigendum shall be applicable.

AGREE

2. The Bidders shall have to pay for the Tender documents, EMD Fees & e-Service Fee online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks. The Payment for Tender Document Fee and Service Fee can be made by eligible bidders/ suppliers online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

AGREE

3. The tenders shall be submitted in two parts. Part-I shall consist of technical details and commercial terms and part-II shall consist of price bid only.

AGREE

4. Detailed procedure for depositing earnest money, terms and conditions are contained in SOT/key dates & tender documents. Each tenderer is required to sign by his authorized representative alongwith stamp, these documents upload the same alongwith tender.

AGREE

5. The tenders should remain valid for 120 days from the date of opening of tender Part-I or 90 days from the opening date of Price-Bid Part-II whichever is later

AGREE

6. The Nigam reserves the right to reject any or all the tenders received without assigning any reason.

AGREE

7. The work will commence immediately after issue of detailed order by the Nigam and shall be completed as per schedule given by the Nigam.

AGREE

8. This office reserves the right to allot the works to other eligible contractor(s) also who submitted his/their tender if he will be willing to execute the work on the rates tendered by L-1 bidder & accepted by this office.

AGREE

9. Tender must bear signature of owner/sole proprietor and in case of registered firms, the firm should supply an attested copy of partnership deed and the legal power of attorney to sign the documents on behalf of the firm Please upload the document.

AGREE

10. The service provider should have a valid license issued by Labour commissioner from

Haryana before submission of tenders. License under renewal shall be considered for

acceptance on merit and on production of documentary proof of application of renewal

submitted to the Labour commissioner.

The service provider should have experience of providing manpower of various activities in

Govt./ Semi-Govt of equivalent quantum or 200 No. Manpower whichever is lower. He

shall submit documentary evidence in lieu the same. Past performance certificate of

concerned employer as documentary proof be attached Please upload the document.

AGREE

Page 15: NIT NO:3/CE/OP/HSR-2016-17

15

11. The successful Bidder immediately after award of contract is required to execute and sign contract within 7 days of issue of Letter of Award (LOA). In case bidder does not sign the contract with in the above stipulated period agreement, the owner/employer has right to forfeit the earnest money and consider the next eligible bidder for awarding work.

AGREE

12. QUALIFYING REQUIREMENTS FOR BIDDERS:

a The bidder shall be financially sound and must not be anticipating any ownership change during the period from Bid submission to two years after Commercial operation. Please upload the document.

AGREE

b The service provider should be a license holder under the contract regulation and abolition Act, 1970 and being the principle employer complies with the provisions of the all the labour laws vis. Minimum Wages Act, ESI, P.F., Maternity benefits etc. and ensure the compliance of the same. Please upload the document.

AGREE

c The service provider should have a valid license issued by Labour commissioner from

Haryana before submission of tenders. License under renewal shall be considered for

acceptance on merit and on production of documentary proof of application of renewal

submitted to the Labour commissioner.

The service provider should have experience of providing manpower of various activities in

Govt./ Semi-Govt of equivalent quantum or 200 No. Manpower whichever is lower. He

shall submit documentary evidence in lieu the same. Past performance certificate of

concerned employer as documentary proof be attached Please upload the document.

AGREE

d The Service Provider will submit the copy of valid registration certificate issued by the office of Provident Fund, ESI and Central Excise Department for Service Tax besides TAN Number in the name his firm/company. Please upload the document.

AGREE

e The Service Provider should have complete data base of the human resource to be supplied by him including photograph, resumes, Identity Proof and the copy of the testimonials. Please upload the document.

AGREE

f The service provider should have the management team to ensure smooth functioning of human resource supplied by him. Please upload the document.

AGREE

g The service provider shall submit the Indemnity Bond on non-judicial stamp paper of appropriate value to the effect that no dues pertaining to EPF & ESI is pending against his firm. However, if any stage any such amount arises out his firm shall be fully responsible for the same.

AGREE

13. FINANCIAL CRITERIA: AGREE

a The bidder should have Rs. 02.00 Crore average annual turnover for the best three

years out of last five years. Please upload the document. AGREE

b The Bidder should have liquid assets and/or evidence of access to or availability of credit facilities of not less than Rs. 0.50 crore. Please upload the document.

AGREE

c The successful bidder will submit the banker‟s certificate stating that INR Rs. 0.50 crore of working capital will be kept reserve by the bank to be solely utilized for purpose of making payments of wages and statuary benefits to the workers on or before the 7th day of each month. Please upload the document.

AGREE

14. PERSONNEL CAPABILITY : AGREE

The Bidder should have the management team to ensure smooth functioning of human resource supplied by him. AGREE

Bids may be submitted by one of the following: AGREE

a A firm meets all the qualification requirements set forth in pursuant to relevant clause AGREE

b To be qualified for award, bidders shall provide evidence satisfactory to the AGREE

Page 16: NIT NO:3/CE/OP/HSR-2016-17

16

employer of their capability and adequacy of resources to carry out the contract effectively. Bids shall include the following information :

c Copies of original documents defining the constitution or legal status, place of registration and principal place of business, power of attorney in favour of the signatory of the bid. Please upload the document.

AGREE

d Proof of total annual turnover of the last 5 years. Please upload the document. AGREE

e List of Contracts executed as Prime Service Provider of similar nature over the last 5 years and details of other works in hand and contractual commitments. Please upload the document.

AGREE

f The qualification and experience of personnel proposed to be employed for executing the contract. Please upload the document. AGREE

g Reports on the financial standing of the bidder including profit and loss statements, audited balance sheets, credit reports of the last 3 years and an estimated financial projection for the next two years. Please upload the document.

AGREE

h Evidence of access to lines of credit and availability of other financial resources. Please upload the document. AGREE

i Authority to seek information from the Bidder‟s banks on the format attached. Please upload the document. AGREE

j Information regarding any current litigation in which the bidder is involved, the parties concerned and nature of dispute. Please upload the document. AGREE

15. Each bidder shall submit only one bid. A bidder who submits more than one bid will be disqualified

AGREE

16. Bids shall remain valid for 120 days from the date of opening bid Part-I or for 90 days from the opening of Price bid Part II AGREE

17. In exceptional circumstances, prior to expiry of the original bid validity period, the employer may request the bidders to extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A bidder may refuse the request without forfeiting its bid security. A bidder agreeing to the request will not be required or permitted to modify its bid, but will be required to extend the validity of its bid security for the period of the extension

AGREE

18. The work contract tax and other Taxes and Duties, Levies, service tax etc shall payable by the bidders in respect of contract shall be paid by him AGREE

19. As regards the Income Tax, surcharge on Income Tax and other taxes including tax deduction at source, the Bidder shall be responsible for such payment to the concerned authorities within the prescribed period. Please upload the document.

AGREE

20. Only those firms which have not been blacklisted by DHBVN/UHBVN or any State/Central Govt. Power Utility in India on the date of issuance of NIT shall be entitled to submit the tenders. The firm shall submit an affidavit of non-blacklisting on the non-judicial stamp paper of the appropriate value attested by Notary public. Please upload the document.

AGREE

21. i. Undertaking on NJSP of Rs.10 as per Annexure –I of Section –V of bids. Please upload the document. ii. Undertaking for not changing of ownership in next two year of Rs.10 iii. Under taking for not involving in litigation of Rs.10 iv. Declaration for not black listed of Rs.10 v. Cost of Tender Rs. vi. DD for depositing EMD of Rs. vii EPF No. & ESI No. viii Sales Tax & Pan No.. ix Registration Certificate etc. Please upload the all above Documents

AGREE

22. Undertaking for not changing of ownership in next two year Please upload the document.

AGREE

Page 17: NIT NO:3/CE/OP/HSR-2016-17

17

23. Note:- Each authorized representative of tender is required to sign by his along with stamp, these documents upload the same along with tender. AGREE

CONDITIONS OF CONTRACT

1. Definitions and Interpretations

1.1 Definitions

In the contract (as herein after defined), the following words and expressions shall have the meanings hereby assigned to them:

1.1.1 “Commencement Date” means the date of signing of contract. 1.1.2 “Conditions” means Conditions of Contract. 1.1.3 “Contract” means agreement between the Employer and the Service Provider for providing of

various services/activities incorporating conditions, Service Provider‟s price and other completed schedule, bid, Letter of Award and such further documents as may be expressly incorporated in the letter of award.

1.1.4 “Contract Agreement” means the document recording the terms of the contract between the

Employer and the Service Provider. 1.1.5 “Contract Price” means the sum stated in the letter of Award as payable to the Service

Provider for execution and commissioning of the works and adjusted, after optimization, on the basis provided in the contract. It shall be the sum total of the entire amount entered by the Service Provider in the schedule of prices.

1.1.6 “Service Provider” means the person who‟s Bid has been accepted by the Employer 1.1.7 “Service Provider Risk” means the risk defined in pursuant with corresponding clause. 1.1.8 “Employer/ Owner” means the DAKSHIN HARYANA BIJLI VITRAN NIGAM LIMITED (DHBVNL) 1.1.9 “Force Majeure” has the meaning assigned to it under in pursuant with corresponding clause. 1.1.10 ”Gross Misconduct” means any act or omission of the Service Provider in violation of the most

elementary rules of diligence, which a conscientious Service Provider in the same position and under the same circumstances would have followed.

1.1.11 “Letter of Award” means the formal award by the Employer of the bid incorporating any

adjustments or variations to the bid agreed between the Employer and the Service Provider.

Page 18: NIT NO:3/CE/OP/HSR-2016-17

18

1.1.12 “Performance Security” means the security to be provided by the Service Provider in pursuant with corresponding clause for the due performance of the contract.

1.1.13 “Site” means the place or places, where service is to be provided by the Service Provider

.

1.1.14 “Sub- Service Provider” means any person (other than the Service Provider) named in the contract for any part of the works or any person to whom any part of the contract has been subcontracted with the consent of the Employer and the Sub -Service Provider‟s legal successors in title but not any assignee of the Sub-Service Provider.

1.1.15 “Performance Certificate” means the certificate to be given by the Employer to the Service

Provider In pursuant with corresponding clause. 1.1.16 “Bid” means the Service Provider‟s priced offer to the Employer for the execution of the works. 1.1.17 “Government” means the Government of Haryana. 1.1.18 “Other Service Provider” means any party or parties having a direct contract with the Employer for

the work outside the scope of this contract and shall include any sub Service Provider of this “other Service Provider.”

1.1.19 “Engineers” shall mean the Chief Engineer concerned, DHBVN, Hisar /Hisar to act as

“Empowered Officer”, from time to time for the purpose of the contract. 1.2 Written Communication:-

Wherever in the contract provision is made for communication to be “Written” or “in writing” this means any hand-written, type written or printed communication including telex, cable and facsimile transmission.

1.3 Periods. In these conditions “day” means calendar day, however, “working day” as used therein means all calendar days excluding Sunday and all legal holidays within India “Month and Year” and all dates shall be reckoned according to the Gregorian calendar.

2.0 Assignment 2.1 The Service Provider shall not assign the contract or any part of his obligations under the

contract. 3.0 Contract Documents 3.1 Ruling Language

Where versions of the contract are prepared in different languages, the English version shall prevail.

3.2 Day to Day communications

The day to day communications shall be in English or Hindi language. 4. Obligations of the Service Provider 4.1 General Obligations

Page 19: NIT NO:3/CE/OP/HSR-2016-17

19

i. The Service Provider shall, in accordance with the contract, with due care and diligence, shall supply the services for various services/activities as per terms & conditions for the policy for engaging/outsourcing of services/ activities vide Govt. of Haryana Notification No. 16/7/2015-1GSII dated 06.04.2015 (Under Part-I) adopted by Nigam vide SE/Admn. DHBVN Hisar memo No. Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 & further amendments thereof.

ii. The Service Provider shall be deemed to have carefully examined the bidding documents, the site and the existing installations, as applicable, and to have satisfied himself as to the nature and character of the work on which human resource to be deployed, the prevailing meteorological conditions as well as the local uses and conditions and any other relevant matters and details.

iii. The Service Provider shall operate and provide services to “DHBVNL” as per its requirements elaborated in the Scope of Work .at Annexure –IX.

iv. The regularity of the performance of the services shall be the essence of this Agreement and shall form a central factor of this Agreement. The Service Provider shall take all possible steps to ensure to maintain its performance as determined by the DHBVNL from time to time.

v. If it is noticed that the personnel of the Service Provider has/have been negligent, careless in rendering the said service, the same shall be communicated immediately to the Services Provider who shall take corrective steps immediately to avoid recurrence of such incident(s) and reports to concerned work incharge.

vi. If any of the personnel of the Service Provider indulges in theft, negligence or any illegal/irregular activity, misconduct etc., the Service Provider shall take appropriate action against its erring personnel and intimate accordingly to the “DHBVNL” or itself can take action in accordance with law. The Service Provider shall make good the loss/damage caused to the “DHBVNL”.

vii. Proper record of the engaged manpower data base will be maintained by the service provider

which may be submitted to the Chief Engineers/ Circle Superintending Engineer on demand. The engaged manpower data base should provide the information about the profile of each manpower deployed by the service provider along with the incumbency of the manpower in the appropriate format to be mutually agreed between service provider and DHBVNL. The Service Provider shall certify regarding character antecedents of manpower (as per attached Performa Annexure deputed for deployment in DHBVNL.

viii. The service provider should be a license holder under the contract regulation and abolition

Act,1970 and will abide by all the applicable labour laws for example Payment of Wages Act, Engaged manpower Provident fund Act, ESI etc. He will submit a monthly dossier with regard compliance of all statutory compliances as per the format enclosed along with documentary evidences of such compliances.

ix. The shifting of the man power deployed by the service provider will be done after taking the Circles Superintending Engineers/Head of Wings into confidence and for valid reasons to be recorded in writing.

x. The service provider will ensure that a strict discipline is observed by the staff deployed on the establishments/ sites of the DHBVNL. However in case of unsatisfactory conduct and non-observance of discipline by any staff deployed by Service Provider, DHBVNL reserve the right to ask for immediate replacement of such an engaged manpower.

xi. The service provider will ensure that the persons deployed on DHBVNL establishments/ sites have undergone adequate job training so that they can work with efficiency and chances of accident are avoided. The service provider will procure appropriate Group Insurance Cover of not less than insured value of Rs. 3.00 lacs per engaged manpower as ex-gratia assistance to the completely dependent member of the indigent family of manpower in case of death.

xi. Any liability arising because of deployment of skilled labour by the service provider due to the act

of the service provider himself or due to the act of the staff deployed will be borne by the service

Page 20: NIT NO:3/CE/OP/HSR-2016-17

20

provider.

xii. The manpower engaged by the contractor with robust health of age group of 18 to 45 years.

xiii. The DHBVN, shall have the right to ask for the removal of any manpower of the contractor, who is not found to be competent and orderly in the discharge of his duty.

xiv. The contractor has to submit an undertaking on NJSP to the extent that the manpower deployed is having good character and having no criminal record. However, the Nigam has the right to direct the contractor to show the verified antecedents from the local police authorities regarding the particular manpower deployed in the Nigam.

xv. The personnel supplied have to be extremely courteous with very pleasant mannerism in dealing with the staff/visitors/consumers and should project an image of utmost discipline. The DHBVN shall have right to have any manpower removed in case of complaints or as decided by representative of the Nigam, if the manpower is not performing the job satisfactorily or otherwise. The contractor shall have to arrange the suitable replacement timely in all such cases.

xvi. The agency shall be responsible for the good conduct and behavior of its manpower. If any manpower of the contractor are found misbehaving with the supervisory staff or any other staff members/consumers, a penalty of Rs. 200/- for each incident shall be levied & the same will be deducted from the contractor bill. Further the services of the manpower shall be removed on the recommendation of the Authorized Officer of DHBVN.

xvii. The Agency and its manpower shall take proper and reasonable precautions to preserve from loss, destruction, waste or misuse the areas of responsibility given to it by the Nigam and shall not knowingly lend to any person or Agency of the effects or assets of the Nigam under its control.

xviii. None of the manpower of the contractor shall enter into any kind of private work at any location of the Nigam during working hours or otherwise, failing which penalty as stipulated in the above terms and conditions shall be imposed.

xix. The manpower proposes to be deployed by the contractor shall be subject to screening by the Nigam, to ascertain their suitability and skills.

xx. The service provider shall ensure that there is adequate man power for all designated work.

xxi. “SCHEDULE OF SERVICE” should be as per Scope of Work.

xxii. Termination of services of any manpower deployed by the Service Provider shall be made by a letter of termination by Service Provider, Nigam will not issue any letter in this regards.

xxiii. Only physically fit personnel shall be deployed for duty by the contractor. The contractor shall ensure that the personnel deployed by Contractor shall not take part in any manpower union and association activities.

xxiv. The Nigam shall not be responsible for providing residential accommodation to any of the personnel of the service provider.

xxv. The Nigam shall not be under any obligation for providing employment to any of the manpower of the contractor after the expiry of the contract. The Nigam does not recognize any manpower employer relationship with any of the manpower of the service provider.

Page 21: NIT NO:3/CE/OP/HSR-2016-17

21

xxvi. The manpower/manpower engaged by the contractor shall not accept any gratitude or reward in any shape.

xxvii. It is also made clear by the contractor to its employees/manpower deployed that there is no employer and employee relationship between them and the Nigam. The employees/manpower deployed by the contractor no service right of any type against the Nigam. The contactor shall submit the complete personal detail of manpower deployed alongwith following undertaking:

“I have gone through the terms & conditions of the tender documents/agreement of outsource of services and I undertake that I am employee of the contractor and no service relationship/claim what so ever with/against the DHBVN,

Read Over & Admitted as Correct

Name and Signature of the employee of the

contractor Signature Verified by Contractor

It is also made clear that in case of absence/not deployment of manpower on any day then the amount of said work/men hours will be deducted from the total bill accordingly after decision of the competent authority. The manpower deployed by the contractor has no right to make or enter into any individual correspondence with the Nigam except through the contractor itself.

xxviii. The manpower employed by the contractor will not indulge in any type criminal activities/strike/anti social activities/blockade/eve-teasing/hindrance in the working of the Nigam or other illegal activities in the Nigam premises. Nigam has right to direct the contractor to replace/remove/take action against such manpower and the contractor is bound to comply the Nigam directions in this regard.

All the conditions mentioned in the tender documents performa are part of agreement and vice-versa.

5. Contract Agreement

The Service Provider will have to execute a contract agreement with the DHBVN on prescribed Performa (Annexure-IV) on N.J.S.P. worth Rs. 100/- with the concerned DDO who will represent Principal Employer i.e. the Chief Engineer concerned, DHBVNL. The Xen In-charge shall be the Officer Incharge for execution of the contract.

6. Performance Guarantee 6.1 The Service Provider shall furnish contract performance guarantee (s) for the proper fulfillment of

the contract in the prescribed form within 30 days of “Notice of award of contract”. The performance guarantee (s) shall be in the following manner.

6.1.1 Further penalty @ 0.05% per day or part thereof of the value of BG if bank guarantee not

submitted within 30 days from the date of issue of LOA/LOI.

If the bank guarantee not submitted within 45 days from the date of issue of LOA/LOI, the employer/ Nigam reserves the right to cancel the LOA and initiate the action for allotment to L-2 firm at L-1 rate or below.

Page 22: NIT NO:3/CE/OP/HSR-2016-17

22

However before the expiry of above mentioned 45 days the contractor may seek approval for grant of additional one month (maximum) on payment of the entire penalty amount for 45 days as mentioned above. The grant of one month will not entitle the firm to claim the extension of the scheduled completion time.

6.2 Performance Guarantee by way of demand draft/Bank Guarantee equivalent to one (1) month

salary including EPF, ESI, Service tax and all other components quoted in the bid document

except premium of the number of manpower deployed valid for 18 months from the date of award

of contract shall be furnished by the successful bidder immediately after the placement of order.

No interest will be paid on this amount and the same will be released on completion of the

contract on a demand raised by the Service Provider within 30 days of such request on the

successful completion of contractual obligations on the part of Service Provider. This

performance guarantee shall remain valid for entire contractual period. On the receipt report of

DDO or on receipt of complaint, concerned Superintending Engineer DHBVN, shall be the

authorized person to get the Bank Guarantee en-cashed in the case of following defaults made

by the Service Provider:

I. If the Service Provider fails to submit Pay rolls by 3rd of every month to concerned DDO with a copy to respective in-charge for verification to enable him submission to DDO by 7th of that month.

II. If Service Provider has been found indulging in malpractices. III. If Service Provider fails to discharge statutory obligations of relevant provisions of the various

Acts and Notifications issued by Govt. of India and Govt. of Haryana and of the contract. IV. If the Service Provider fails to deposit by 7th of every month the obligatory contribution of ESI, PF,

Service Tax and other statutory fund in the name of the concerned manpower who have been engaged.

V. If the Service Provider violates the Tripartite Agreement executed between DHBVN, Service

Provider and the Bank. VI. The Service Provider shall keep proper record and time sheets showing the wages paid to and

the time worked by all manpower employed by him in and for the performance of the contract and shall produce such wages‟ books and time sheets on demand for inspection by any manpower duly authorized by the Employer and shall furnish to the Employer such information relating to the wages and conditions of employment of such manpower as the Employer or his duly authorized representative may from time to time require.

6.3 The form of the performance Guarantee shall be as provided in (Annexure-VI) of this bidding document. In the event of any change in the contract price, the performance security shall be adjusted provided that such adjustment shall be subject to the approval of the Employer. The performance security shall be paid to the Employer on first demand without conditions or proof.

7. Period of Validity The performance security shall be valid until the Service Provider has successfully executed the work orders in accordance with the contract and has also discharged all statutory obligations of the contract and has also submitted the proof/certifications thereof issued by respective

Page 23: NIT NO:3/CE/OP/HSR-2016-17

23

departments in respect of claims made by Service Provider. 7.2 Period of contract The contract shall be valid for a period of one year and further be extended for six months upon

mutual consent of both the parties further by the committee constituted by the Nigam on the same terms & conditions for the existing labour contract on the production of satisfactory performance certificate by the concerned Nodal Officer.

8. Contract Price 8.1 Sufficiency of Contract Price

The Service Provider shall be deemed to have satisfied himself of and taken account of in his bid, all the conditions and circumstances of supplying human resource, contributions toward statutory obligations of EPF, ESI, Insurance, Service tax, duties, income tax etc affecting the contract price specifically.

a. Salary as per. rates approved by Nigam vide Govt. of Haryana Notification No. 16/7/2015-1GSII dated 06.04.2015 adopted by Nigam vide SE/Admn. DHBVN Hisar memo No. Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 & further amendments thereof payable to each category.

b. During the operation of contract, if there is any revision in salary of the manpower deployed because of change in Govt. Instruction, then contract price will be revised accordingly.

c. Statutory liabilities of the Service Provider (including engaged manpower share). d. Premium on Govt. approved rates „a‟ rates. e. Deduction of taxes at source as per laws for the time being in force. f. Any other component.

9. TERMS OF PAYMENT

The payment to the Service Provider for the performance of the works under the Contract will be made by the Owner as per the guidelines and conditions specified herein.

a. The service provider will ensure that wages, allowances and other dues of the manpower

deployed by him are paid in time as per service agreement with them and he will provide evidence of payment of dues of manpower deployed in DHBVNL in the manner agreed upon between the parties. All the dues of the engaged manpower will be liquidated through “ESCROW ACCOUNT” in the following manner:-

b. The Service Provider shall submit monthly payroll on the prescribed format attached at

Annexure -VII on or before by 3rd of every month to concerned DDO with a copy to respective SDO in-charge for verification to enable him reimbursement of payment along with prescribed documents mentioned thereon.

c. The payment of wages and other statutory benefits to manpower shall be made as per detailed format by Service Provider through “ESCROW ACCOUNT operated under a Tripartite Agreement to be executed between DHBVNL, Service Provider and the Bank specifying stakes of each party and payroll submitted by the Service Provider shall be forwarded to bank for making listed payments to stake holders. The statutory liability like EPF, ESI, Service Tax etc. will be paid directly by the contractor and the same will be reimbursed after receipt of challans. However, any damages/penalties/ recovery levied by any other department will be borne by the contractor.

d. It is obligatory on the part of the Service Provider to open the account of all the manpower in one bank where payment can be remitted by him through ESCROW ACCOUNT to the stake holders and to the obligatory contribution of ESI, PF, Service Tax and other statutory fund in the name of the concerned manpower who have been engaged.

Page 24: NIT NO:3/CE/OP/HSR-2016-17

24

e. ESCROW ACCOUNT will be operated division wise and account will be opened by the successful bidder preferably at divisional headquarter or atleast at the respective circle headquarter.

f. DDO will ensure that the payment in respect of EPF, ESI Service Tax is re-imbrued to the contractor only after getting if authenticated/ verified personally for each and every worker engaged from the online account of the contractor within concerned Agency.

g. The contractor shall fully responsible for disbursement of salary to its employees. The salary will be disbursed by the contractor by 7th of each month positively. He shall give an affidavit on stamp paper of Rs. 100/- that he shall disburse the salary to its employees engaged by him before 7th of each months & shall deposit the EPF & ESI in their accounts & and also the statutory taxes before 10th of every months. Since, it is a time consuming process for verification & pre-audit / drawl of payment by DHBVN, therefore, the contractor shall ensure that the payment to his employees is made by him from his own sources by 7th of every month by transferring wages in the account of beneficiaries. In case any default on the part of contractor, the penalty @ 0.25% per day on unpaid salary will be levied & deducted from his administrative charges.

10. DEDUCTION FROM CONTRACT PRICE

All costs, damages or expenses which the Owner may have paid, for which under the Contract the Service Provider is liable, will be claimed by the Owner. All such claims shall be billed by the Owner to the Service Provider regularly as and when they fall due. Such bills shall be supported by appropriate and certified vouchers or explanations, to enable the Service Provider to pay within Forty Five (45) days of the receipt of the corresponding bills and if not paid by the Service Provider within the said period, the owner may then deduct the amount, from any monies due or becoming due by him to the Service Provider under the Contract or may be recovered by actions of Law or otherwise.

11. Service Provider‟s Representative

i. The Service Provider shall, in addition to a project co-ordinator, employ one or more competent representatives to superintend the carrying out of the works on site. They shall be fluent in the language for day to day communications. Their names shall be communicated in writing to the Employer before work on site begins. At least one of the Service Provider‟s competent representatives on each site shall be fluent in speaking, writing, reading and understanding English.

ii. Any instruction or notice which the Employer gives to the Service Provider‟s representatives shall be deemed to have been given to the Service Provider.

12. Safety Precautions

The Service Provider shall ensure that manpower deployed by him observe all applicable rules & regulations enforce from time to time regarding safety on the site.

1. Compliance with Statutes, Regulations.

The Service Provider shall in all matters arising in the performances of the contract, comply in all respects with, give all notices and pay all fees required by the provisions of any national or state statute, ordinance or other law or any regulations or by law of any duly constituted authority.

Page 25: NIT NO:3/CE/OP/HSR-2016-17

25

The contract shall in all respects be construed and interpreted in accordance with the laws in force in India, including any such laws passed or made or coming into force during the period of the contract.

The Service Provider shall keep proper record and time sheets showing the wages paid to

and the time worked by all workmen employed by him in and for the performance of the contract and shall produce such wages‟ books and time sheets on demand for inspection by any persons duly authorized by the Employer and shall furnish to the Employer such information relating to the wages and conditions of employment of such workmen as the Employer or his duly authorized representative may from time to time require. The service provider will abide by all the conditions policy for engaging/outsourcing of services of activities as laid down in State Government Instruction No. 43/5/2001-IGSI dated 12.01.2011, Instruction No. 28/25/2012-1B&C dated 23.8.2012 and Instruction No. 43/5/2001-3GS-II dated 20.2.2014 & further amendments thereof.

14. Restriction on Working Hours. 14.1 Work shall be carried out on the Site normal working hours/shift or on the locally recognized days. 14.2 The Service Provider shall deploy only skilled engaged manpower with experience of the

particular type or work. No female labour shall be deployed after darkness. No person below the age of eighteen years shall be deployed. In case the Employer becomes liable to pay any wage or dues to the labour or any Government agency under any of provisions of the minimum wages act/D.C. rate, workmen compensation Act, Contract Labour Regulation Abolition Act or any other law due to act of omission of the Service Provider, the Employer may make such payments and can recover the same from the Service Provider‟s bills.

15. Damages

i. The Service Provider shall make good the defects or damage as soon as practicable and at his own cost to match the original specification to the satisfaction of the Employer in case loss is caused due to negligence of the engaged manpower of the service provider.

ii. In case of any loss to property of DHBVNL takes place due to the negligence of contract manpower of service provider, the liability to compensate for the loss shall be that of the Service Provider. The Service Provider shall ensure that the contract manpower found responsible for loss is withdrawn immediately and suitable replacement is provided. It is made clear that on three such events of negligence the contract can be terminated and the earnest money shall be forfeited. The Service Provider is also liable to face black listing if the contract is terminated under this clause.

16. Indemnity Bond The indemnity bond shall be furnished by the Service Provider before commencement of the contracts as per Annexure-IV.

17. Mitigation of loss or Damage

In all cases the party claiming a breach of Contract or a right to be indemnified in accordance with the contract shall be obliged to take all reasonable measures to mitigate the loss or damage which has occurred or may occur.

18. Insurance 18.1 Third Party Liability

Page 26: NIT NO:3/CE/OP/HSR-2016-17

26

The Service Provider shall insure against liability to third parties for any death or personal injury and loss of or damage to any physical property including the property of the Employer

i. Such insurance shall be affected before the Service Provider begins any work on the Site. ii. The Service Provider shall supply Undertaking on Non-Judicial Stamp Paper appropriate value

that in case of any mishap he shall be responsible for the payment of all type of compensation to the labour as per provision under various Acts such as workman compensation Act etc.

18.2 General Requirements of Insurance Policies

The Service Provider shall: - a. Whenever required by the Employer, produce the policies or certificates of any insurance which

he is required to effect under the contract together with receipts for the premiums. b. Effect all insurances for which he is responsible with an insurer and in terms approved by the

Employer, and c. Make no material alterations to the terms of any insurance without the Employer‟s approval. If an

insurer makes any material alteration to the terms the Service Provider shall forthwith notify the Employer, and

d. In all respects comply with any conditions stipulated in the insurance policies, which he is required to place under the contract.

18.3 Remedies on the Service Provider‟s Failure to Insure

If the Service Provider fails to produce evidence of insurance cover as stated in pursuant to corresponding clause then the Employer may effect and keep in force such insurance. Premiums payable by the Employer for this purpose shall be deducted from the contract price.

19. General 19.1 Termination for Employer‟s Convenience

The Employer may at any time terminate the Contract without assigning any reason by giving the Service Provider a notice of termination.

20. Force Majeure. 20.1. Definition of Force Majeure

Force Majeure means any circumstances beyond the control of the parties, including but not limited to:-

a) War and other hostilities, (whether war be declared or not), invasion, act of foreign enemies.

mobilization, requisition or embargo; b) Ionizing radiation or contamination by radioactivity from any nuclear fuel or from any nuclear

waste from the combustion of nuclear fuel, radioactive toxic explosives, or other hazardous properties of any explosive nuclear assembly or nuclear components thereof;

c) Rebellion, revolution, insurrection, military or usurped power or civil war;

d) Riot, commotion or disorder, except where solely restricted to engaged manpower of the Service

Provider. 20.2 Effect of force Majeure

Neither party shall be considered to be in default or in breach of his obligations under the contract to the extent that performance of such obligations is prevented by any circumstances of

Page 27: NIT NO:3/CE/OP/HSR-2016-17

27

Force Majeure which arise after the date of the Notification of Letter of Award. 20.3 Notice of Occurrence

If either party considers that any circumstances of Force Majeure have occurred which may affect performance of his obligations he shall promptly notify the other party in writing.

20.4 Performance to Continue

Upon the occurrence of any circumstances of Force Majeure the Service Provider shall Endeavour to continue to perform his obligations under the contract so far as reasonably practicable. The Service Provider shall notify the Employer of the steps he proposes to make including any reasonable alternative means for performance which is not prevented by Force Majeure. The Service Provider shall not take any such steps unless directed so to do by the Employer.

20.5 Additional Costs caused by Force Majeure If the Service Provider incurs additional costs in complying with the Employer‟s directions

in pursuant to the relevant clause, the amount thereof shall be certified by the Employer and added to the Contract price.

20.6 Termination in Consequence of Force Majeure

If circumstances of Force Majeure have occurred and shall continue for a period of 180 days then, not withstanding that the Service Provider may by reason thereof have been granted an extension of Time for completion of the works, either party shall by entitled to serve upon the other 30 days notice to terminate the contract. If at the expiry of the period of 30 days Force Majeure shall still continue the contract shall be terminated.

21. Notice of Default

If the Service Provider is not executing the works in accordance with the contract or is neglecting to perform his obligations there under so as seriously to affect the programme for carrying out of the works, the Employer may give notice to the Service Provider requiring him to make good such failure or neglect.

21.1 Nature of Service Provider‟s Default

If the Service Provider:-

a) has failed to comply within a reasonable time with a notice in pursuant to corresponding clause or b) Assigns the contract or subcontracts the whole of the works

c) Becomes bankrupt or insolvent, has a receiving order made against him or compounds with his

creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation.

The Employer may, after giving 15 days notice to the Service Provider, terminate the

contract and expel the Service Provider from the site. Any such expulsion and termination shall be without prejudice to any other rights or

powers of the Employer, or the Service Provider under the contract. The Employer may upon such termination out source human resource himself or by any

other Service Provider.

21.2 Statutory and other Regulations.

Page 28: NIT NO:3/CE/OP/HSR-2016-17

28

The contract price shall be adjusted to take account of any increase or decrease in cost resulting from changes in legislation of the country. Legislation means any law, order, regulation on by-law having the force of law, which affects the Service Provider in the performance of his obligations under the contract, made after the date of notification of award and its acceptance.

22. Notices 22.1 Notice to Service Provider

All certificates, notices or written order to be given to the Service Provider by the Employer under these conditions shall be sent by airmail post, cable, telex or facsimile transmission to or left at the Service Provider‟s principal place or business or such other address as the Service Provider shall notify for that purpose, or may be handed over to the Service Provider‟s representative.

22.2 Notices to Employer

Any notice to be given to the Employer under these conditions shall be sent by airmail post, cable, telex or facsimile transmission to or left at the respective address notified for that purpose in the letter of award, or handed over to the Employer‟s representative authorised to receive it.

22.3 Minutes of Meetings.

Instructions or notice to the Service Provider and notice from the Service Provider to the Employer record in a minute or protocol signed by the authorised representative of the given and of the recipient of such notice or instruction shall be valid notice or instruction for the purposes of the contract.

23 Settlement of Disputes 23.1 Any dispute (s) or difference (s) arising out of or in connection with the contract shall, to the

extent possible, settled amicably between the parties. 23.2 If any dispute or difference of any kind whatsoever shall arise between the owner and the Service

Provider, arising out of the contract for the performance of the works whether during the progress for the works, or after its completion or whether before or after the termination abandonment or breach of the contract, it shall, in the first place, be referred to and settled by the Empowered Officer appointed by the owner, who, within a period of thirty (30

23.3 ) days after being requested by either party to do so, shall give written notice of his decision to the owner and the Service Provider.

23.4 Unless as hereinafter provided, such decision in respect of any matter so referred shall be final

and binding upon the parties until the completion of the works and shall forthwith be given effect to by the Service Provider who shall proceed with the works with all due diligence, whether he or the owner required arbitration as hereinafter provided or not.

23.5 If after the Empowered Officer has given written notice of his decision to the parties, no claim to

arbitration has been communicated to him by either party within party (30) days from the receipt of such notice, the said decision shall become final and binding on the parties.

23.6 In the event of the Empowered Officer failing to notify his decision as aforesaid within thirty (30) days after being requested aforesaid, or in the event of either the owner or the Service Provider being dissatisfied with any such decision, or within thirty (30) days after the expiry of the first mentioned period of thirty (30) days, as the case may be, either party may require that the

Page 29: NIT NO:3/CE/OP/HSR-2016-17

29

matters in dispute be referred to arbitration as hereinafter provided. 24. Arbitration: 24.1 All matter questions, disputes, differences and/or claims arising out of and/or concerning and/or in

connections and/or in consequences or relating to this contract whether or not obligations of either or both parties under the contract be subsisting at the time of such dispute and whether or not the contract has been terminated or purported to be terminated or completed, shall be referred to the Sole Arbitration of the M.D. DHBVN or an office appointed by the MD, DHBVN, Hisar as his nominee. The award of the Arbitration shall be final and binding on the parties to this contract.

24.2 The arbitrator may from time with the consent of parties to the contract enlarge the time for making the Award. The venue of arbitration shall be the place from which the acceptance of offer is issued or such other place as the arbitrator in his discretion may determine.

24.3 The parties to the contract agree that cost of arbitration shall the as per the instructions of the Nigam issued/prevalent on the date of appointment of arbitrate tribunal.

24.4 Subject to aforementioned provisions, of the Arbitration and conciliation Act. 1996 and the Rules there under any statutory modifications thereof for the time being in force. Shall be deemed to apply to the Arbitration proceedings under the clause.

25. Taxation: 25.1 The Service Provider shall be entirely responsible for payment of all taxes, duties, license fees

etc. incurred until delivery or the contract supplied to the Employer. 25.2 The Service Provider shall be solely responsible for the taxes that may be levied on the Service

Provider‟s manpower or on earning of any of his engaged manpower and shall hold the Employer indemnified and harmless against any claims that may be made against the Employer. The Employer does not take any responsibility whatsoever regarding taxes under income Tax Act, for the Service Provider or his person if it is obligatory under the provisions under the Indian Income Tax Act, deduction of Income Tax at source shall be made by the Employer.

26 QUANTITY VARIATION:

The Empowered Officer of the Employer reserves the right to increase or decrease the man power requirement as per need.

27 Scrutiny of Qualification/ Credentials of Staff Provided The service provider, before employing any personnel against any post under this contract, shall submit the qualification/ experience proof and other credentials to the concerned circle office in original along with one set of photocopy, which will then be scrutinized by a committee of concerned Executive Engineer, concerned SDO and the Divisional Accountant (Certificates are to be got verified from the concerned institution). Only those personnel will be employed by the contractor whose above stated credentials are cleared by the aforementioned committee.

28. Justification of Premium (Service Charges).

The service provider shall provide the justification of the premium quoted by him stating the details of expenditure to be incurred such as supervision, insurance, TDS, contractor‟s profit etc. in case quoted premium is less than 3% then the liable to be rejected.

29. The service provider shall share user ID and Password with DDO for monitoring of EPF/ESI of

each personnel. 30. The service provider shall submit computer generated EPF Challan along with ECR report and

proof of deposition of the same in Bank each DDO every month.

Page 30: NIT NO:3/CE/OP/HSR-2016-17

30

31. The service provider shall submit computer generated Challan of ESI along with all details of contribution with the monthly bill. Thereafter, the contractor will submit the receipt of ESI deposition in the Bank to DDO on monthly basis.

32. The service provider shall provide a list of each personnel stating their Bank Account, ESI/EPF

etc to the DDO at the time of signing the contract.

IN WITNESS WHEREOF THE DHBVNL AND THE SERVICE PROVIDER ABOVE SAID HEREUNTO SUBSCRIBER THEIR HANDS ON THE DAY MONTH AND YEAR FIRST MENTIONED ABOVE IN THE PRESENCE OF THE FOLLOWING WITNESSES: -

SIGNED, SEALED AND DELIVERED FOR AND ON BEHALF SERVICE PROVIDER FOR AND ON BEHALF OF DHBVN 1. Signature ____________________ Signature ____________________

Name ______________________ Name ________________________ Designation__________________ Designation ___________________ Date ______________________ Date ________________________

2. Signature ____________________ Name _______________________ Designation__________________ Date _______________________

SIGNED SEALED AND DELIVERED WITNESSES 1. Signature _______________ Signature _______________________

Name _________________ Name __________________________ Address________________ Address _________________________ Date ___________________ Date ___________________________

2. Signature _______________ Name _______________________ For and on behalf of the Address______________________ Service Provider Date ________________________

Page 31: NIT NO:3/CE/OP/HSR-2016-17

31

INSTRUCTION TO BIDDERS PART-2

1.0 SCOPE OF BID: -

Chief Engineer/OP, Dakshin Haryana Bijli Vitran Nigam Limited (DHBVNL), Hisar (Haryana)

hereinafter called „DHBVNL‟/ „Owner‟/ „the Employer‟ wishes to receive Bids from the service provider for

outsourcing of various services/ activities in DHBVNL as per detailed annexure-IX.

Note: (i). Any other services required can be added by the concerned CE as per requirement 1.1 WORK SCHEDULE 1.2.1 The successful Bidder immediately after award of contract is required to execute and sign

contract within 7 days of issue of Letter of Award (LOA). In case bidder does not sign the contract with in the above stipulated period agreement, the owner/employer has right to forfeit the earnest money and consider the next eligible bidder for awarding work.

2.1 Qualifying Requirements for Bidders:

a) The service provider shall be financially sound and must not be anticipating any ownership change during the period from Bid submission to two years after Commercial operation.

b) The service provider should have a license holder under the contract regulation and abolition Act, 1970 and being the principle employer complies with the provisions of the all the labour laws vis. Minimum Wages Act, ESI, P.F., Maternity benefits etc. and ensure the compliance of

the same. The service provider shall submit the Indemnity Bond on non-judicial stamp paper of appropriate value to the effect that no dues pertaining to EPF & ESI is pending against his firm. However, if any stage any such amount arises out his firm shall be fully responsible for the same.

c) The service provider should have a valid license issued by Labour commissioner from Haryana before

submission of tenders. License under renewal shall be considered for acceptance on merit and on

production of documentary proof of application of renewal submitted to the Labour commissioner.

d) The service provider should have experience of providing manpower of various activities in Govt./

Semi-Govt of equivalent quantum or 200 No. Manpower whichever is lower. He shall submit

documentary evidence in lieu the same.

e). The Service Provider will submit the copy of valid registration certificate issued by the office of

Provident Fund, ESI and Central Excise Department for Service Tax besides TAN Number in the name his firm/company.

f). The Service Provider should have complete data base of the human resource to be supplied by him including photograph, resumes, Identity Proof and the copy of the testimonials.

g). The service provider should have the management team to ensure smooth functioning of human resource supplied by him.

2.2 FINANCIAL CRITERIA:

a. The bidder should have Rs. 02.00 Crore average annual turnover for the best three years out

Page 32: NIT NO:3/CE/OP/HSR-2016-17

32

of last five years.

b. The Bidder should have liquid assets and/or evidence of access to or availability of credit

facilities of not less than Rs. 0.50 crore c. The successful bidder will submit the banker‟s certificate stating that INR Rs. 0.50 crore of

working capital will be kept reserve by the bank to be solely utilized for purpose of making payments of wages and statuary benefits to the manpower on or before the 7th day of each month.

d. The successful bidders have to submit BG equal to one (1) month salary including EPF /ESI

/Service Tax etc. except premium. 2.3 Personnel Capability :

The Bidder should have the management team to ensure smooth functioning of human

resource supplied by him.

2.4 Bids may be submitted by one of the following:

A. The firm shall meet all the qualification requirements set forth in pursuant to relevant clause a) To be qualified for award, bidders shall provide evidence satisfactory to the employer of their

capability and adequacy of resources to carry out the contract effectively. Bids shall include the following information: Copies of original documents defining the constitution or legal status, place of registration and principal place of business, power of attorney in favour of the signatory of the bid.

b) Proof of total annual turnover of the last 3 years.

c) List of Contracts executed as Prime Service Provider of similar nature over the last 3 years and details of other works in hand and contractual commitments.

d) The qualification and experience of personnel proposed to be employed for executing the contract.

e) Reports on the financial standing of the bidder including profit and loss statements, audited balance sheets, credit reports of the last 3 years and an estimated financial projection for the next two years.

f) Evidence of access to lines of credit and availability of other financial resources. g) Authority to seek information from the Bidder‟s banks on the format attached.

h) Information regarding any current litigation in which the bidder is involved, the parties

concerned and nature of dispute.

2.5 Black listing:- Only those firms who have not blacklisted by DHBVN/ UHBVN or any State/ Central Govt. Power Utility in India on the date of issuance of NIT, shall be entitled to submit the tenders. The Firm shall submit an affidavit of non-blacklisting on the non-judicial stamp paper of the appropriate value attested by Notary public.

2.6 Deleted 3.0 ONE BID PER BIDDER

Each bidder shall submit only one bid. A bidder who submits more than one bid will be disqualified.

Page 33: NIT NO:3/CE/OP/HSR-2016-17

33

AMENDMENT TO BIDDING DOCUMENT:

4.1 At any time prior to the deadline for submission of bids, the Owner may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Document by amendment(s).

4.2 The amendment will be notified in writing or by telex or cable to all prospective Bidders which

have received the Bidding Document at the address contained in the letter of request for issue of bidding document from the Bidders. Owner will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

4.3 In order to afford prospective Bidders reasonable time in which to take the amendment into

account in preparing their bids, the Owner may, at its discretion, extend the deadline for the submission of bids.

4.4 Such amendments, clarifications, etc. shall be binding on bidders and will be given due

consideration by the Bidders while they submit their bids and invariably enclose such documents as a part of the bid.

5.0 LANGUAGE OF BID 5.1 The Bid prepared by the Bidder and all correspondence and documents relating to the bid,

exchanged by the Bidder and the Owner, shall be written in the English language. 6.0 DOCUMENTS COMPRISING THE BID

I. The Service Provider should be a license holder under the Contract Regulation and Abolition Act, 1970 and being the principle employer complies with the provisions of all the labour laws vis. Minimum Wages Act, ESI, P.F., service tax, Maternity benefits etc. and ensure the compliance of the same. The Service Provider will submit the documentary evidence of the previous transactions and valid copy of certificate/registration, permits, permissions and license issued by the competent authority of the concerned department. Service provider shall ensure that all such permits/permission/Licenses etc. are duly renewed, valid before submission with Bid Document.

i. The service provider will submit the list of manpower eligible to be deployed on various stations/places. The qualification, experience and other requirements of a particular job position should be as per rules, policy framed by the DHBVNL from time to time.

ii. The engaged manpower data base having information about the profile of each manpower

to be deployed by the service provider alongwith the incumbency of the manpower in the appropriate format and character antecedents of manpower (as per attached Performa).

iii. Prescribed Earnest Money to be deposited via RTGS/NEFT/OTC through online portal as

per conditions mentioned in the bidding document.

iv. The proof of satisfactory execution of similar contracts if any.

v. The bidders shall quote the prices in price bid format in a commercial template. vi. The bidder will have to show all the original documents, when demanded by DHBVNL.

Page 34: NIT NO:3/CE/OP/HSR-2016-17

34

7.0 BID PRICE 7.1 Price quoted for in the bid form and schedule of prices attached at annexure-I shall be

reasonable in the judgment of the employer. Under no circumstances, will a manifestly unbalanced bid be considered.

7.2 The bidder shall complete the bid form and appropriate price and other schedules furnished

in the bidding documents, indicating the services to be provided. 7.3 The prices shall be quoted in Indian Rupees (INR) only. 7.4 The bidder can quote for providing services package wise. 8.0 BID VALIDITY 8.1 Bids shall remain valid for 120 days from the date of opening bid Part I or for 90 days from

the opening of Price bid Part II, whichever is later. 8.2 In exceptional circumstances, prior to expiry of the original bid validity period, the employer

may request the bidders to extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A bidder may refuse the request without forfeiting its bid security. A bidder agreeing to the request will not be required or permitted to modify its bid, but will be required to extend the validity of its bid security for the period of the extension.

9.0 TAXES AND DUTIES: 9.1 The work contract tax and other Taxes and Duties, Levies, service tax etc shall payable by

the bidders in respect of contract shall be paid by him.

9.2 As regards the Income Tax, surcharge on Income Tax and other taxes including tax deduction at source, the Bidder shall be responsible for such payment to the concerned authorities within the prescribed period.

10.0 Earnest Money: 10.1 Each tender shall be accompanied with requisite Earnest Money @ 2% of estimated cost subject to

maximum of Rs. 10.00 Lacs per package which shall be deposited via RTGS/NEFT/OTC through online

portal as per conditions mentioned in tender document. The amount deposited with the tender as

Earnest Money shall be adjusted towards security deposit/bid security in case of successful bidder.

10.2 The employer shall reject any bid not accompanied by an acceptable Earnest Money. 10.3 The Earnest Money of unsuccessful bidders will be returned at the earliest, but not later than

30 days after the expiry of the period of bid validity. In case of successful bidder the amount deposited with the tender as Earnest Money shall be adjusted towards bid security.

10.4 The Earnest Money of the successful bidder will be returned when the bidder has signed the

agreement and furnished the required performance security and security deposit. 10.5 The Earnest Money may be forfeited

Page 35: NIT NO:3/CE/OP/HSR-2016-17

35

a) If the bidder withdraws its bid except as provided in pursuant to relevant b). In case the successful bidder, if he fails within specified time limit to:

i) Sign the agreement ii) Furnish the required performance security.

c) In case, the bidder submits the fraudulent documents to get qualified.

11 Contract Performance Guarantee:

11.1 Within 30 days of receipt of letter of award from the owner, the successful Bidder, to whom

the work is awarded, Shall be required to furnish a performance Guarantee from a scheduled Bank, in the from attached I Annexure-VI in favour of the Owner.

11.1.1 Further penalty @ 0.05% per day or part thereof of the value of BG if bank guarantee not submitted within 30 days from the date of issue of LOA/LOI.

If the bank guarantee is not submitted within 45 days from the date of issue of LOA/LOI, the employer/ Nigam reserves the right to cancel the LOA and initiate the action for allotment to L-2 firm at L-1 rate or below.

However before the expiry of above mentioned 45 days the contractor may seek approval for grant of additional one month for submission of BG (maximum) on payment of the entire penalty amount for 45 days as mentioned above. However the grant of one month will not entitle the firm to claim the extension of the scheduled completion time.

11.2 Performance Guarantee from a scheduled Bank by way of demand draft/bank Guarantee

equivalent to one month, salary including EPF, ESI Service Tax etc. except Premium of the number of persons deployed valid for 18 months from the date of award of contract.

11.3 The guarantee amount of the contract price shall guarantee the faithful performance of the contract in accordance with the terms and conditions specified in these documents and specification.

11.4 No. interest will be paid on this amount and the same will be released on completion of the contact on a demand raised by the service provider within 30 Days of such requested on the successful completion of contractual obligations.

11.5 On the receipt report of DDO on receipt of complaint concerned Superintending Engineer DHBVN, shall be the authorized person to get the B G en-cashed in case of following defaults made by the Service Provider:--

I. If the service provider fails to submit pay rolls every moth 3rd of every month To concerned DDO with a copy to respective SDO incharge for verification to enable him submission to DDO by 7th of that month.

II. If Service Provider has been found indulging in malpractices. III. If service Provider falls to discharge statutory obligations of relevant provisions of the various

acts and notifications issued by Govt. of India and Govt. of Haryana and of the contract. IV. If the Service Provider fails to deposit by 7th of every month the obligatory contribution of ESI,

PF, Service Tax and other statutory fund in the name of the concerned manpower who been engaged.

V. If the service provided violate the Tripartite Agreement executed between DHBVN, Service Provider and the Bank.

If the Service Provider shall Keep proper record and time sheets showing the wages paid to and the time worked by all workmen employed by him in and for the performance of the contract and shall produce such wages books and time sheet on demand for inspection by any person duly authorized by

Page 36: NIT NO:3/CE/OP/HSR-2016-17

36

the Employer and shall furnish to the Employer such information relating to the wages and conditions of employment of such workmen as the Employer or him duly authorized representative may from time to time require.

12. BID SECURITY:

The successful bidder on receipt of letter of Award shall have to deposit a sum of Rs. 5 lacs per circle/ package as bids security. Earnest Money received with the bid document would be adjusted towards the bid security. The bid security could be forfeited and shall be released as per the conditions laid for the performance guarantee pursuant to corresponding clauses of bid document above. Interest will be paid on the security deposit on the successful completion of the contract equal to the base rate of SBI for 1 year loan prevailing on the date of award of the contract.

13.0 SIGNATURE OF BIDS: 13.1 All the bidders intending to participate in the tenders processed online are required to get

registered on the centralized e-Procurement Portal i.e. https:// haryanaeprocurement.gov.in. The bidders are also required to have/obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities for submission and processing of the bids. Please visit the website for more details.

2.5 Bid by a Private Limited or a Public Limited company that meets all the qualification requirements

set forth in pursuant to relevant clause. Or a public limited company must be furnished with full names of all Directors and be signed with the Director name, followed by the signature(s) and designation(s) of the authorised Director or other authorized representative(s).

13.3 Bids by Corporation/Company must be signed with the legal name of

the Corporation/Company by the President, Managing Director or by the Secretary, other person or persons authorized to bid on behalf of such Corporation/Company in the matter.

13.4 A Bid by a person who affixes to his signature the word `President`, `Managing Director`

`Secretary`, `Agent` or other designation without disclosing his principal will be rejected. 13.5 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished

with the bid. 13.6 The Bidder‟s name stated on the proposal shall be the exact legal name of the firm. 13.7 Bids not conforming to the above requirements of signing may be disqualified. 14.0 DEADLINE FOR SUBMISSION OF BIDS: 14.1 The bidders should complete the online bid preparation and submission stage by the

stipulated date and time, otherwise his/ her bid will not be accepted. Bids submitted by telex/telegram/e-mail will not be accepted. No request from any Bidder to the Owner to collect the proposals from airlines, cargo agents etc. shall be entertained by the Owner.

14.2 Bids must be submitted online through e-Procurement portal. 14.3 The Owner may, at its discretion, extend this deadline for the submission of bids by

amending the Bidding Document, in which case all rights and obligations of the Owner and

Page 37: NIT NO:3/CE/OP/HSR-2016-17

37

Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

15.0 LATE BIDS: 15.1 Any bid received by the Owner after the time & date fixed or extended for submission of bids

prescribed by the Owner, will be rejected and/or returned unopened to the Bidder. 16.0 MODIFICATION AND WITHDRAWAL OF BIDS: 16.1 The Bidder may modify or withdraw its bid after the Bid‟s submission provided that written

notice of the modification or withdrawal is received by the Owner prior to the deadline prescribed for submission of bids.

16.2 The Bidder‟s modification or withdrawal notice shall be prepared and submitted online in accordance with the provisions of relevant clause.

16.3 No bid may be modified subsequent to the deadline for submission of bids. 16.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiry of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal/modification of a bid during this interval may result in the forfeiture of its bid security.

17.0 OPENING OF BIDS BY OWNER:

17.1 The tenders will be opened electronically on the e-procurement portal using DSCs on the date and time prescribed in the notice inviting tenders. The bidder or its authorized representative may attend the concerned office during opening of bids. In case the date of opening falls on a holiday or a holiday is subsequently declared on that date, the tenders will be opened on next working day following the holiday at the same time.

17.2 No electronic recording devices will be permitted during the opening of bid as well as price bids.

18.0 CLARIFICATION OF BIDS: 18.1 To assist in the examination, evaluation and comparison of bids the Owner may, at its

discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

19.0 EXAMINATION OF BIDS: 19.1 The Owner will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. The price bid of only those bidders will be opened whose bids are found technically & commercially acceptable.

19.2 The price furnished in various price schedules should be consistent with each other. In the case of any inconsistency in the price furnished in the specified price schedules, the owner shall be entitled to consider the lowest prices for the purpose of evaluation and award of contract. All arithmetical errors will be rectified on the basis of the unit price or total price (in figures or in words) whichever is more beneficial to the owner.

Page 38: NIT NO:3/CE/OP/HSR-2016-17

38

20.0 DEFINITIONS AND MEANINGS:

For the purpose of the evaluation and comparison of bids, the following meanings and definition will apply. `Bid Price` shall mean the base price quoted by each bidder in his proposal for the services of providing human resource as per the requirement of Dakshin Haryana Bijli Vitran Nigam Limited as defined in price schedules plus all statutory obligation of EPF, ESI etc. and all applicable Taxes and premium/service charges payable to the bidder.

21.0 COMPARISON OF BIDS:

21.1 The bids shall be compared on the basis of total for the entire scope as given in Price Schedules.

21.2 The evaluated bid prices of all the bidders shall be compared among themselves and

as a result of this comparison, the lowest bid emerging after negotiations with the

Authorized Committee of Nigam will be selected for award of the contract.

21.3 The discount arising out of negotiation with the Authorized Committee of Nigam will be will be indicated in the price schedule

22.0 CONTACTING THE OWNER: Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award/rejection is made by the Owner to the Bidders. While the bids are under consideration, Bidders and/or their representatives or the interested parties are advised to refrain from contacting by any means, the Owner and/or his engaged manpower/ representative on matters related to the bids under consideration. The Owner, if necessary, will obtain clarifications on the bids by requesting for such information from any or all the Bidders, in writing. Bidders will not be permitted to change the substance of the bids after the bids have been opened. Any effort by a bidder to influence the purchaser in any way may result in rejection of the bidder's bid.

23.0 AWARD CRITERIA: 23.1 The Owner will conduct negotiation on the offered rates with the successful bidder, whose

bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the bidder is determined to be qualified to perform the Contract satisfactorily. The Owner shall award the contract on the negotiated rates and the owner shall be the sole judge in this regard.

23.2 Further, the Owner reserves the right to award contracts to two or more parties in line with the terms and conditions specified in the contract.

24.0 OWNER‟S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: 24.1 The Owner reserves the right to accept or reject any bid, and to annul the bidding process

and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Owner‟s action.

Page 39: NIT NO:3/CE/OP/HSR-2016-17

39

25.0 LETTER OF AWARD: 25.1 Prior to the expiry of the period of bid validity and extended validity period, if any, the Owner

will notify the successful Bidder in writing by registered letter or by FAX, to be confirmed in writing by registered letter, that its bid has been accepted.

25.2 The notification of award will constitute the formation of the Contract. 25.3 Upon the successful Bidder‟s furnishing of performance guarantee in pursuant to relevant

Clause the Owner will promptly notify each unsuccessful Bidder and will discharge its EMD, pursuant to corresponding clauses of bid document.

26.0 SIGNING OF CONTRACT: 26.1 Within Fifteen (15) days of the Notification of award the successful bidder shall, sign the

contract agreement and submit required bid security & performance guarantee. In case successful bidder fails to do so the owner has right to reject his bid and can forfeit the earnest money beside next eligible bidder would be considered for award of contract.

27.0 Disclosure of Operating Expenses: The contractor shall, along with the bid, separately furnish details of operating expenses which he expects to incur on monthly & yearly basis to fulfill obligations under the contract. The employer may reject the bid not accompanied by such details of operating expenses.

28.0 Submission of Bids:

The bids will be submitted in two parts. Part-I shall comprise of Technical & Commercial bid and Part II shall comprise of Price Bid. IN WITNESS WHEREOF, the Service Provider has hereunto set its hand through its authorized representative under the common seal of the Company, the day, month and year first above mentioned.

For and on behalf of M/s ……………………………………………….

(Duly authorized to sign the tender on behalf of the Service Provider)

Name ……………………………….

Designation…………………………

Name of Co. …………………….

(in Block Letters)

Page 40: NIT NO:3/CE/OP/HSR-2016-17

40

Annexure–I

Financial Bid

(Package-I)

(Price Bid)

E-Tender Enquiry No- 3/CE/OP/HSR-2016-17

E-tender for providing of various services/activities in the area of Offices situated Head

Office, Vidyut Nagar Hisar, including Civil Works Wing, Construction Wing and Vigilance Wing under the jurisdiction of DHBVN through contractor under outsource policy.

Sr.

No.

Description of Services To be paid by Service Provider / Contractor to the

persons to be deployed and reimbursement by

DHBVN to the service provider / contractor

1

1. Highly Skilled. 2. Skilled. 3. Semi Skilled. 4. Un-skilled.

As per State Govt. of Haryana Notification No.

16/7/2015-1GSII dated 06.04.2015 (Part-I) adopted

by Nigam vide SE/Admn. DHBVN Hisar memo No.

Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 &

further amendments thereof.

2 Statutory liabilities of the Service Provider /

Contractor (Including employer share such as EPF,

ESI etc.)

@ As Applicable at the time of payment of wages

(As per Govt. Notification)

3 Service Tax @ As Applicable at the time of payment of wages

(As per Govt. Notification )

4 Special instructions for Service Charges of the

Service Provider / contractor

Quotation of rate should be inclusive of all other

component & obligations of the Service provider

provided in the bid document and Deduction of taxes

at source as per laws for the time being in force.

5 Premium above estimated cost.

Name & Designation of Authorized Bid Signatory Signature of seal of Bidder (Seal of Company)

Page 41: NIT NO:3/CE/OP/HSR-2016-17

41

NOTE:

A) The tender shall be awarded to the tenderer, who quotes the lowest offer premium provided he fulfills

all other terms and conditions of the tender document which also includes, Gratuity, Service Tax(as applicable under Rule) keeping in view all obligations and responsibilities as an employer to be performed by them and as per requirement of the tender document offer as per relevant Acts and Rules framed there under during the currency of contract. The DHBVNL will not pay any other liability except Wages, EPF,ESI, EDLI contributions, Service Tax (as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government) on the rates as applicable from time to time by the concerned authorities. If any other liability occurs, the same will be borne by the Service Provider from his Administrative Charges.

B) The tenderer shall alone be responsible to provide the Services/Activities under this Agreement as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum wages as fixed by Govt. of Haryana/DHBVNL alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees.

C) The above quoted premium shall remain valid during the entire contract period and no enhancement whatsoever shall be claimed by the Tenderer.

D) The income tax as applicable from time to time shall be deducted from the actual amount of bill.

E) Quoted rates should remain valid for 120 days from the date of opening of bid Part-I or for 90 days from the opening of Price bid Part-II, whichever is later.

F. Negligible rates will not be accepted / rejected.

I/We certify that I/We have read the terms and conditions as given in the Service/Contract Agreement (Annexure „B‟). I/We undertake that it is my/our responsibility to ensure that being the employer in relation to persons engaged/deployed by me/us to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) shall alone be responsible to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum Wages as fixed by Govt. of Haryana vides its instructions dated 06.04.2015 and further amendments thereof & adopted by Nigam alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees. I/We shall also have to observe compliance of all the relevant Acts/Laws as applicable viz. Employees Provident Fund (EPF) Act, 1952, Employees State Insurance Act (1948), Employees Deposit Link Insurance (EDLI), Payment of Gratuity Act, 1972, Maternity Leave Act, 1961 and other relevant Acts/Rules, as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government and/or any authority constituted by or under any Law, for the category of persons deployed by me/us. Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ With Seal

Page 42: NIT NO:3/CE/OP/HSR-2016-17

42

FINANCIAL BID ANNEXURE-1(i)

(Package-I)

Details of manpower proposed to be provided:

Sr. No.

Nature of Services Category of manpower

No. of Person to be deployed

1 Watch & ward of office premises Chowkidar

2 Cleaning & sweeping of office building/ Road & Path.

Safai Karamchari

3 Horticulture & arboriculture works in Nigam premises.

Mali

4 Housekeeping services Cook

5 HR/Office Services Peon

6 IT Services Programmer

7 Data Entry Work Data Entry Operators

8 Security Services (24x7) Skilled

9 Security Services (24x7) Unskilled

10 Sanitation services Plumber

11 Services for maintenance of buildings. Un-skilled labour

Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ With Seal

Page 43: NIT NO:3/CE/OP/HSR-2016-17

43

Annexure–I

Financial Bid

(Package-II)

(Price Bid)

E-Tender Enquiry No- 3/CE/OP/HSR/2016-17

E-tender for providing of various services/activities in the area of „OP‟ Zone Hisar, (Chief

Engineer/OP, „OP‟ Circle Hisar, Bhiwani, Sirsa & Jind under the jurisdiction of DHBVN through contractor under outsourcing policy.

Sr.

No.

Description of Services To be paid by Service Provider / Contractor to the

persons to be deployed and reimbursement by

DHBVN to the service provider / contractor

1

1. Highly Skilled. 2. Skilled. 3. Semi Skilled. 4. Un-skilled.

As per State Govt. of Haryana Notification No.

16/7/2015-1GSII dated 06.04.2015 (Part-I) adopted

by Nigam vide SE/Admn. DHBVN Hisar memo No.

Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 &

further amendments thereof.

2 Statutory liabilities of the Service Provider /

Contractor (Including employer share such as EPF,

ESI etc.)

@ As Applicable at the time of payment of wages

(As per Govt. Notification)

3 Service Tax @ As Applicable at the time of payment of wages

(As per Govt. Notification )

4 Special instructions for Service Charges of the

Service Provider / contractor

Quotation of rate should be inclusive of all other

component & obligations of the Service provider

provided in the bid document and Deduction of taxes

at source as per laws for the time being in force.

5 Premium above estimated cost.

Name & Designation of Authorized Bid Signatory Signature of seal of Bidder (Seal of Company)

Page 44: NIT NO:3/CE/OP/HSR-2016-17

44

NOTE:

A) The tender shall be awarded to the tenderer, who quotes the lowest offer premium provided he fulfills

all other terms and conditions of the tender document which also includes, Gratuity, Service Tax(as applicable under Rule) keeping in view all obligations and responsibilities as an employer to be performed by them and as per requirement of the tender document offer as per relevant Acts and Rules framed there under during the currency of contract. The DHBVNL will not pay any other liability except Wages, EPF,ESI, EDLI contributions, Service Tax (as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government) on the rates as applicable from time to time by the concerned authorities. If any other liability occurs, the same will be borne by the Service Provider from his Administrative Charges.

B) The tenderer shall alone be responsible to provide the Services/Activities under this Agreement as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum wages as fixed by Govt. of Haryana/DHBVNL alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees.

C) The above quoted premium shall remain valid during the entire contract period and no enhancement whatsoever shall be claimed by the Tenderer.

D) The income tax as applicable from time to time shall be deducted from the actual amount of bill.

E) Quoted rates should remain valid for 120 days from the date of opening of bid Part-I or for 90 days from the opening of Price bid Part-II, whichever is later.

F. Negligible rates will not be accepted / rejected.

I/We certify that I/We have read the terms and conditions as given in the Service/Contract Agreement (Annexure „B‟). I/We undertake that it is my/our responsibility to ensure that being the employer in relation to persons engaged/deployed by me/us to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) shall alone be responsible to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum Wages as fixed by Govt. of Haryana vides its instructions dated 06.04.2015 and further amendments thereof & adopted by Nigam alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees. I/We shall also have to observe compliance of all the relevant Acts/Laws as applicable viz. Employees Provident Fund (EPF) Act, 1952, Employees State Insurance Act (1948), Employees Deposit Link Insurance (EDLI), Payment of Gratuity Act, 1972, Maternity Leave Act, 1961 and other relevant Acts/Rules, as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government and/or any authority constituted by or under any Law, for the category of persons deployed by me/us. Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________with seal

Page 45: NIT NO:3/CE/OP/HSR-2016-17

45

FINANCIAL BID ANNEXURE-1(i)

(Package-II)

Details of manpower proposed to be provided:

Sr. No.

Nature of Services Category of manpower

No. of Person to be deployed

1 Watch & ward of office premises Chowkidar

2 Cleaning & sweeping of office building/ Road & Path.

Safai Karamchari

3 Horticulture & arboriculture works in Nigam premises.

Mali

4 Housekeeping services Cook

5 HR/Office Services Peon

6 Data Entry Work Data Entry Operators

7 Transportation Driver

8 Any other services

Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ With Seal

Page 46: NIT NO:3/CE/OP/HSR-2016-17

46

Annexure–I

Financial Bid

(Package-III)

(Price Bid)

E-Tender Enquiry No- 3/CE/OP/HSR/2016-17

E-tender for providing of various services/activities in the area of Controller of Stores under the jurisdiction of DHBVN through contractor under outsourcing policy.

Sr.

No.

Description of Services To be paid by Service Provider / Contractor to the

persons to be deployed and reimbursement by

DHBVN to the service provider / contractor

1

1. Highly Skilled. 2. Skilled. 3. Semi Skilled. 4. Un-skilled.

As per State Govt. of Haryana Notification No.

16/7/2015-1GSII dated 06.04.2015 (Part-I) adopted

by Nigam vide SE/Admn. DHBVN Hisar memo No.

Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 &

further amendments thereof.

2 Statutory liabilities of the Service Provider /

Contractor (Including employer share such as EPF,

ESI etc.)

@ As Applicable at the time of payment of wages

(As per Govt. Notification)

3 Service Tax @ As Applicable at the time of payment of wages

(As per Govt. Notification )

4 Special instructions for Service Charges of the

Service Provider / contractor

Quotation of rate should be inclusive of all other

component & obligations of the Service provider

provided in the bid document and Deduction of taxes

at source as per laws for the time being in force.

5 Premium above estimated cost.

Name & Designation of Authorized Bid Signatory Signature of seal of Bidder (Seal of Company)

Page 47: NIT NO:3/CE/OP/HSR-2016-17

47

NOTE:

A) The tender shall be awarded to the tenderer, who quotes the lowest offer premium provided he fulfills

all other terms and conditions of the tender document which also includes, Gratuity, Service Tax(as applicable under Rule) keeping in view all obligations and responsibilities as an employer to be performed by them and as per requirement of the tender document offer as per relevant Acts and Rules framed there under during the currency of contract. The DHBVNL will not pay any other liability except Wages, EPF,ESI, EDLI contributions, Service Tax (as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government) on the rates as applicable from time to time by the concerned authorities. If any other liability occurs, the same will be borne by the Service Provider from his Administrative Charges.

B) The tenderer shall alone be responsible to provide the Services/Activities under this Agreement as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum wages as fixed by Govt. of Haryana/DHBVNL alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees.

C) The above quoted premium shall remain valid during the entire contract period and no enhancement whatsoever shall be claimed by the Tenderer.

D) The income tax as applicable from time to time shall be deducted from the actual amount of bill.

E) Quoted rates should remain valid for 120 days from the date of opening of bid Part-I or for 90 days from the opening of Price bid Part-II, whichever is later.

F. Negligible rates will not be accepted / rejected.

I/We certify that I/We have read the terms and conditions as given in the Service/Contract Agreement (Annexure „B‟). I/We undertake that it is my/our responsibility to ensure that being the employer in relation to persons engaged/deployed by me/us to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) shall alone be responsible to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum Wages as fixed by Govt. of Haryana vides its instructions dated 06.04.2015 and further amendments thereof & adopted by Nigam alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees. I/We shall also have to observe compliance of all the relevant Acts/Laws as applicable viz. Employees Provident Fund (EPF) Act, 1952, Employees State Insurance Act (1948), Employees Deposit Link Insurance (EDLI), Payment of Gratuity Act, 1972, Maternity Leave Act, 1961 and other relevant Acts/Rules, as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government and/or any authority constituted by or under any Law, for the category of persons deployed by me/us. Place: ______________ Signature of Tenderer___________________ Dated: ____________ Name of the Tenderer_____________________ Address _____________________________with seal

Page 48: NIT NO:3/CE/OP/HSR-2016-17

48

FINANCIAL BID ANNEXURE-1(i)

(Package-III)

Details of manpower proposed to be provided:

Sr. No.

Nature of Services Category of manpower

No. of Person to be deployed

1 Data Entry Work Data Entry Operators

2 HR/Office Services Peon

3 Loading/Un-loading of Nigam material. Unskilled Labourer

4 Transportation Fork Lifter

5 Any other services

Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ With Seal

Page 49: NIT NO:3/CE/OP/HSR-2016-17

49

Annexure–I

Financial Bid

(Package-IV)

(Price Bid)

E-Tender Enquiry No- 3/CE/OP/HSR/2016-17

E-tender for providing of various services/activities in the area of „OP‟ Zone Delhi (Chief

Engineer/OP, „OP‟ Circle Gurgaon, Rewari, Narnaul, M&P Circle Gurgaon, XEN/Training Gurgaon under the jurisdiction of DHBVN through contractor under outsourcing policy.

Sr.

No.

Description of Services To be paid by Service Provider / Contractor to the

persons to be deployed and reimbursement by

DHBVN to the service provider / contractor

1

1. Highly Skilled. 2. Skilled. 3. Semi Skilled. 4. Un-skilled.

As per State Govt. of Haryana Notification No.

16/7/2015-1GSII dated 06.04.2015 (Part-I) adopted

by Nigam vide SE/Admn. DHBVN Hisar memo No.

Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 &

further amendments thereof.

2 Statutory liabilities of the Service Provider /

Contractor (Including employer share such as EPF,

ESI etc.)

@ As Applicable at the time of payment of wages

(As per Govt. Notification)

3 Service Tax @ As Applicable at the time of payment of wages

(As per Govt. Notification )

4 Special instructions for Service Charges of the

Service Provider / contractor

Quotation of rate should be inclusive of all other

component & obligations of the Service provider

provided in the bid document and Deduction of taxes

at source as per laws for the time being in force.

5 Premium above estimated cost.

Name & Designation of Authorized Bid Signatory Signature of seal of Bidder (Seal of Company)

Page 50: NIT NO:3/CE/OP/HSR-2016-17

50

NOTE:

A) The tender shall be awarded to the tenderer, who quotes the lowest offer premium provided he fulfills

all other terms and conditions of the tender document which also includes, Gratuity, Service Tax(as applicable under Rule) keeping in view all obligations and responsibilities as an employer to be performed by them and as per requirement of the tender document offer as per relevant Acts and Rules framed there under during the currency of contract. The DHBVNL will not pay any other liability except Wages, EPF,ESI, EDLI contributions, Service Tax (as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government) on the rates as applicable from time to time by the concerned authorities. If any other liability occurs, the same will be borne by the Service Provider from his Administrative Charges.

B) The tenderer shall alone be responsible to provide the Services/Activities under this Agreement as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum wages as fixed by Govt. of Haryana/DHBVNL alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees.

C) The above quoted premium shall remain valid during the entire contract period and no enhancement whatsoever shall be claimed by the Tenderer.

D) The income tax as applicable from time to time shall be deducted from the actual amount of bill.

E) Quoted rates should remain valid for 120 days from the date of opening of bid Part-I or for 90 days from the opening of Price bid Part-II, whichever is later.

F. Negligible rates will not be accepted / rejected.

I/We certify that I/We have read the terms and conditions as given in the Service/Contract Agreement (Annexure „B‟). I/We undertake that it is my/our responsibility to ensure that being the employer in relation to persons engaged/deployed by me/us to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) shall alone be responsible to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum Wages as fixed by Govt. of Haryana vides its instructions dated 06.04.2015 and further amendments thereof & adopted by Nigam alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees. I/We shall also have to observe compliance of all the relevant Acts/Laws as applicable viz. Employees Provident Fund (EPF) Act, 1952, Employees State Insurance Act (1948), Employees Deposit Link Insurance (EDLI), Payment of Gratuity Act, 1972, Maternity Leave Act, 1961 and other relevant Acts/Rules, as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government and/or any authority constituted by or under any Law, for the category of persons deployed by me/us. Place: ______________ Signature of Tenderer___________________ Dated: ____________ Name of the Tenderer_____________________ Address _____________________________with seal

Page 51: NIT NO:3/CE/OP/HSR-2016-17

51

FINANCIAL BID ANNEXURE-1(i)

(Package-IV)

Details of manpower proposed to be provided:

Sr. No.

Nature of Services Category of manpower

No. of Person to be deployed

1 Watch & ward of office premises Chowkidar

2 Cleaning & sweeping of office building/ Road & Path.

Safai Karamchari

3 Horticulture & arboriculture works in Nigam premises.

Mali

4 Housekeeping services Cook

5 HR/Office Services Peon

6 Data Entry Work Data Entry Operators

7 Testing of T/F. oil Junior Chemist

8 Testing of meter ITI skilled

9 Any other services

Place: ______________ Signature of Tenderer___________________ Dated: ____________ Name of the Tenderer_____________________ Address _____________________________ With Seal

Page 52: NIT NO:3/CE/OP/HSR-2016-17

52

Annexure–I

Financial Bid

(Package-V)

(Price Bid)

E-Tender Enquiry No- 3/CE/OP/HSR/2016-17

E-tender for providing of various services/activities in the area of OP‟ Circle Faridabad &

Palwal (Delhi Zone) under the jurisdiction of DHBVN through contractor under outsourcing policy.

Sr.

No.

Description of Services To be paid by Service Provider / Contractor to the

persons to be deployed and reimbursement by

DHBVN to the service provider / contractor

1

1. Highly Skilled. 2. Skilled. 3. Semi Skilled. 4. Un-skilled.

As per State Govt. of Haryana Notification No.

16/7/2015-1GSII dated 06.04.2015 (Part-I) adopted

by Nigam vide SE/Admn. DHBVN Hisar memo No.

Ch-47/SE/Admn./REG-86/Vol-I dated 25.02.2016 &

further amendments thereof.

2 Statutory liabilities of the Service Provider /

Contractor (Including employer share such as EPF,

ESI etc.)

@ As Applicable at the time of payment of wages

(As per Govt. Notification)

3 Service Tax @ As Applicable at the time of payment of wages

(As per Govt. Notification )

4 Special instructions for Service Charges of the

Service Provider / contractor

Quotation of rate should be inclusive of all other

component & obligations of the Service provider

provided in the bid document and Deduction of taxes

at source as per laws for the time being in force.

5 Premium above estimated cost.

Name & Designation of Authorized Bid Signatory Signature of seal of Bidder (Seal of Company)

Page 53: NIT NO:3/CE/OP/HSR-2016-17

53

NOTE:

A) The tender shall be awarded to the tenderer, who quotes the lowest offer premium provided he fulfills

all other terms and conditions of the tender document which also includes, Gratuity, Service Tax(as applicable under Rule) keeping in view all obligations and responsibilities as an employer to be performed by them and as per requirement of the tender document offer as per relevant Acts and Rules framed there under during the currency of contract. The DHBVNL will not pay any other liability except Wages, EPF,ESI, EDLI contributions, Service Tax (as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government) on the rates as applicable from time to time by the concerned authorities. If any other liability occurs, the same will be borne by the Service Provider from his Administrative Charges.

B) The tenderer shall alone be responsible to provide the Services/Activities under this Agreement as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum wages as fixed by Govt. of Haryana/DHBVNL alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees.

C) The above quoted premium shall remain valid during the entire contract period and no enhancement whatsoever shall be claimed by the Tenderer.

D) The income tax as applicable from time to time shall be deducted from the actual amount of bill.

E) Quoted rates should remain valid for 120 days from the date of opening of bid Part-I or for 90 days from the opening of Price bid Part-II, whichever is later.

F. Negligible rates will not be accepted / rejected.

I/We certify that I/We have read the terms and conditions as given in the Service/Contract Agreement (Annexure „B‟). I/We undertake that it is my/our responsibility to ensure that being the employer in relation to persons engaged/deployed by me/us to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) shall alone be responsible to provide the Services/Activities under the Service/Contract Agreement (Annexure „B‟) as well as to make the payment of monthly wages/salaries, which in any case shall not be less than the Minimum Wages as fixed by Govt. of Haryana vides its instructions dated 06.04.2015 and further amendments thereof & adopted by Nigam alongwith all other statutory dues such as Employees Provident Fund, Employees State Insurance, Employees Deposit Link Insurance, Gratuity, Maternity etc. etc. to his employees. I/We shall also have to observe compliance of all the relevant Acts/Laws as applicable viz. Employees Provident Fund (EPF) Act, 1952, Employees State Insurance Act (1948), Employees Deposit Link Insurance (EDLI), Payment of Gratuity Act, 1972, Maternity Leave Act, 1961 and other relevant Acts/Rules, as applicable and as amended from time to time and or any other rules framed there under from time to time by the Central or State Government and/or any authority constituted by or under any Law, for the category of persons deployed by me/us. Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ with seal

Page 54: NIT NO:3/CE/OP/HSR-2016-17

54

FINANCIAL BID ANNEXURE-1(i)

(Package-V)

Details of manpower proposed to be provided:

Sr. No.

Nature of Services Category of manpower

No. of Person to be deployed

1 Watch & ward of office premises Chowkidar

2 Cleaning & sweeping of office building/ Road & Path.

Safai Karamchari

3 Horticulture & arboriculture works in Nigam premises.

Mali

4 HR/Office Services Peon

5 Data Entry Work Data Entry Operators

6 Testing of meters services. ITI Skilled

7 Loading/Un-loading of Nigam material. Unskilled Labourer

8 IT Services Programmer

9 Any other services

Place: ______________ Signature of Tenderer___________________

Dated: ____________ Name of the Tenderer_____________________

Address _____________________________ With Seal

Page 55: NIT NO:3/CE/OP/HSR-2016-17

55

Annexure-II

PERFORMA OF LETTER OF UNDERTAKINGS

(To be submitted by the Bidder alongwith his Bid) (To be executed on non-judicial paper of requisite value)

Ref: ………………………..….. Date: ………………………… To

Chief Engineer/OP,

DHBVN, Hisar

Dear Sirs,

1. I*/We* have read and examined the following bid documents relating to the

………………………………(full scope of work)

a) Notice Inviting Tender.

b) Instructions to bidders.

c) Conditions of Contract along with Annexures.

2. I*/We* hereby submit our Bid and undertake to keep our Bid Valid for a period of

90 days from the date of opening of Price Bid and 120 days from the date of opening of bid,

whichever is later. I*/We* hereby further undertake that during said period I/We shall not

vary/alter or revoke my/our bid.

This undertaking is in consideration of DHBVNL agreeing to open my Bid and consider and

evaluate the same for the purpose of award of contract in terms of provisions of bidding

documents.

Should this Bid be accepted, I/We also agree to abide by and fulfill all the terms, conditions of

provision of the above mentioned bid documents.

Page 56: NIT NO:3/CE/OP/HSR-2016-17

56

Signature alongwith Seal of Co.

………………………………………

(Duly authorised to sign the tender

on behalf of the Service Provider)

Name ……………………………….

Designation…………………………

Name of Co. …………………….

(in Block Letters)

WITNESS

Signature ……………………………………. Date & Postal Address

Date …………………………… ……… ……………………………………….

Name & Address ……………………………… ……………………………………….

…………………………………………………… Telegraphic Address

…………………………………………………… ……………………………………….

…………………………………………………… ……………………………………….

Telephone No. ………………………

Telex No. …………………………….

*Strike out whichever is not applicable

Page 57: NIT NO:3/CE/OP/HSR-2016-17

57

Page 58: NIT NO:3/CE/OP/HSR-2016-17

58

Annexure-III

CHARACTER ANTECEDANT :

1. Name of Person 2. Father‟s Name

3. Permanent Home Address

4. Residential Home Address

5. Educational Qualification

Sr. Examination %age of marks Name of the Year of Passing No passed obtained institution

6. Nationality 7. Religion

8. Date of Birth

9. Mark of Identification.

10. Bank A/C No. & Detail

11. EPF A/C No. & Detail

12. GIS A/C No. & Detail

13. ESI A/C No & Detail

14. Pan No.

15. Experience

I6. Have you ever been convicted by the court for any offence?

If so give detail.

I further certify that the above information is true to the best of my knowledge &

belief and nothing has been concealed therein.

Signature of the manpower.

Certified that I have got above particulars verified through my own sources. I

hereby stand guarantee about good conduct &behaviour of the workman.

Signature of the Service Provider.

Page 59: NIT NO:3/CE/OP/HSR-2016-17

59

ANNEXURE-IV

PROFORMA OF “AGREEMENT”

(To be executed on non-Judicial stamp paper) This agreement made this …………………….. day of ………………………. Two thousand ……………………….. between DHBVN, (hereinafter referred to as “Owner” or DHBVN which expression shall include its administrators, Company incorporated under the Companies Act, 1956) on the one part and …………………………….. having its registered office at ……………………… (here in after referred to as the “Service Provider” or ………………….”X”…………… name of the Contracting Company which expression shall include its

administrators, successors, executors and permitted assigns) of the other part.

WHEREAS DHBVNL is desirous of outsourcing for various activities/ services in DHBVN invited bids

from Service Providers, and whereas ………………………. „X‟ ……………… had participated in the above referred bidding vide their proposal No. …………………. Dated……………. and awarded the contract to …………………….”X”…………………. on terms and conditions, documents referred to therein, which

have been accepted by …………………..”X” ………………………resulting into a “contract”. NOW THEREFORE THIS DEED WITNESSETH AS UNDER.

1.0 Article ………………………………

1.1 Award of Contract ………………………………

The DHBVN has awarded the contract to ……………….”X”……………for the work of

………… on terms and conditions contained in its letter of award No. ……….. Dated

…………. and the documents referred to there in. The award has taken effect from aforesaid

letter of award. The terms and expressions used in this agreement shall have the same

meaning as are assigned to them in the “Contract Documents” referred to in the succeeding

article. 2.0 CONTRACT DOCUMENTS

The contract shall be performed strictly as per the terms and conditions stipulated herein

and in the following documents attached herewith (herein after referred to as “Contract

Documents”)

i) The DHBVN bidding documents in respect of Invitation to Bid, Instructions to Bidders,

Conditions of Contract and all other sections including all amendments vide its letter(s)

No(s) ………………… dated…………………….. .

ii) Agreed Minutes of the Meeting held on ……………………….. between DHBVN and “X”.

iii) DHBVN letter of award No……………………… dated ………………..duly accepted by

Page 60: NIT NO:3/CE/OP/HSR-2016-17

60

“X” and detailed award No……………………..dated………

All the aforesaid contract documents shall form an integral part of this agreement, in

so as the same or any part conform to the bidding documents (Vol-I &ll) and what has

been specifically agreed to by the owner in its letter of award. Any matter inconsistent

therewith, contrary or repugnant there to or any deviations taken by the Service

Provider in its “Bid Proposal”, but not agreed to specifically by the owner shall not form

part of this agreement. For the sake of brevity this agreement along with its aforesaid

contract documents shall be referred to as the “Agreement”.

3.0 CONDITIONS AND COVENANTS 3.1 The scope of the contract, consideration, terms of payment, taxes, wherever applicable,

insurance, liquidated damages, performance guarantee and all other terms and conditions are

contained in DHBVN’s letter of award No…………… dated…………….. read in conjunction

with other aforesaid contract documents. The contract shall be duly performed by the Service

Provider strictly and faithfully in accordance with the terms of the agreement.

3.2 The scope of work shall also include supply & installation of all such items which are not

specifically mentioned in the contract documents, but which are needed for successful,

efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in

the specifications under “exclusions” or Letter of Award. 3.3 TIME SCHEDULE 3.3.1 Time is the essence of the contract and schedules shall be strictly adhered to and “X” shall

perform the work in accordance with the agreed schedule.

3.4 It is further agreed by the Service Provider that the Contract performance guarantee shall in no

way be construed to limit or restrict the owner‟s right to recover the damages/compensation

due to short-fall in the equipment performance figures as stated above or under any other

clause of the Agreement. The amount of damages/compensation shall be recoverable either

by way of deduction from the contract price, contract performance guarantee and/or otherwise.

The contract performance guarantee furnished by the Service Provider is irrevocable and

unconditional and the owner shall have the powers to invoke it notwithstanding any dispute

or difference between the owner and the Service Provider pending before any court, tribunal,

arbitrator or any other authority.

3.5 This agreement constitutes full and complete understanding between the parties and terms of

the presents. It shall supersede any prior correspondence, terms and conditions contained in

the agreement. Any modification of the agreement shall be effected only by a written

instrument signed by the authorised representative of both the parties.

4.0 SETTLEMENT OF DISPUTES

It is specifically agreed by and between the parties that all the differences or disputes arising

out of the Agreement or touching the subject matter of the Agreement shall be decided by the

process of settlement & arbitration as specified in clause 24 the Conditions of Contract & of

the provisions of the Indian Arbitration and Conciliation Act 1996 shall apply and Hisar courts

alone shall have exclusive jurisdiction over the same.

Page 61: NIT NO:3/CE/OP/HSR-2016-17

61

4.1.1 NOTICE OF DEFAULT

Notice of default given by either party to the other party under Agreement shall be in writing

and shall be deemed to have been duly and properly served upon the parties hereto if

delivered against acknowledgement or by telex or by registered mail with acknowledgement

duly addressed to the signatories at the addresses mentioned herein above.

IN WITNESS WHEREOF, the parties through their duly authorised representatives have

executed these presents (execution where of has been approved by the competent

authorities of both the parties) on the day, month and year first above mentioned at HISAR.

Signed, sealed and Delivered by the

FOR AND ON BEHALF OF DAKSHIN HARYANA BIJLI VITAN NIGAM.

NAME : TITLE :

.

IN THE PRESENCE OF

FOR AND ON BEHALF OF THE SERVICE PROVIDER (NAME & ADDRESS OF THE FIRM)

NAME :

TITLE :

IN THE PRESENCE OF

Note:-

Page 62: NIT NO:3/CE/OP/HSR-2016-17

62

Annexure –V Page 1 of 2

PERFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE SERVICE PROVIDER

FOR THEEQUIPMENT HANDED OVER BY DHBVNL FORPERFORMANCE OF ITS CONTRACT

(Entire Equipment consignment in one lot)

(On non-Judicial stamp paper of appropriate Value)

INDEMNITY BOND THIS INDEMNITY BOND is made this ………………………………day of …………… 20………….. by …………………………… a Company registered under the Companies Act, 1956/Partnership firm/proprietary concern having its Registered Office at ………………………………(hereinafter called as „Service Provider‟ or „Obligor‟ which expression shall include its successors and permitted assigns) in favour of Dakshin Haryana Bijli Vitran Nigam, ____________ ……………………………………... (hereinafter called DHBVN which expression shall include its

successors and assigns).

WHEREAS DHBVN has awarded to the Service Provider a Contract for ……………………… vide its

Letter of Award/Contract No. ……………………………… dated ………………… and its Amendment

No. ……………………………….…..and Amendment No. …………………………… (applicable when amendments have been issued, hereinafter called the „Contract‟) in terms of which DHBVN is required to hand over various Equipment to the Service Provider for execution of the Contract. And WHEREAS by virtue of clause No16 of the said Contract, the Service Provider is required to

execute an Indemnity Bond in favour of DHBVN for the NOW THEREFORE, This Indemnity Bond witnesseth as follows:

1 The Service Provider undertakes to keep DHBVN harmless against any loss or damage that

may be caused to DHBVN on a/c of act by persons deployed by him. 2 The Service Provider undertakes that the Persons deployed shall be used exclusively for the

performance/execution of the Contract strictly in accordance with its terms and conditions and

none part of the person shall be utilized for any other works or purpose whatsoever. It is clearly

understood by the Service Provider that non-observance of the obligations under this

Indemnity Bond by the Service Provider shall inter- alia constitute a criminal breach of trust on

the part of Service Provider for all intents and purposes including legal/penal consequences.

3 That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is mis-utilised in any manner whatsoever, then the

Service Provider hereby agrees that the decision of Engineer-in-Charge/Engineer of DHBVN at

to assessment of loss or damage to the Equipment shall be final and binding on the Service

Provider. The Service Provider binds itself and undertakes to replace the lost and/or damaged

Page 63: NIT NO:3/CE/OP/HSR-2016-17

63

Equipment at its own cost and/or shall pay the amount of loss of DHBVN without any demur,

reservation or protest. This is without prejudice to any other right or remedy that may be

available to DHBVN against the Service Provider under the contract and under this Indemnity

Bond.

4. That the service provider under takes that no dues pertaining to EPF & ESI is pending against

his firm. However, if any stage any such amount arises out his firm shall be fully responsible

for the same.

5. NOW THE CONDITION of this Bond is that if the Service Provider shall duly and punctually

comply with the terms and conditions of this Bond to the satisfaction of DHBVN THEN, the

Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Service Provider has hereunto set its hand through its

authorized representative under the common seal of the Company, the day, month and year first

above mentioned.

Fore and on behalf of

M/s ……………………………………………….

WITNESS

1. 1. Signature ………………………. Signature …………………………. 2. Name ………………………….. Name …………………………….. 3. Address ……………………….. Designation ……………….………

………………………………….. Authorized representative

1. 1. Signature ………………………. 2. Name ………………………….. (Common Seal) 3. Address ……………………….. (In case of Company)

…………………………………..

* Indemnity Bonds are to be executed by the authorized person and (I) in case of contracting

Company under common seal of the Company or (ii) having the Power of Attorney issue under

common seal of the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original

Power of Attorney if it is specifically for this contract or a Photostat copy of the Power of Attorney if it is

General Power of Attorney and such documents should be attached to Indemnity Bond.

Page 64: NIT NO:3/CE/OP/HSR-2016-17

64

Annexure –VI Page 1 of 3

PERFORMA OF BANK GUARANTEE FOR

CONTRACT PERFORMACE (To be stamped in accordance with stamp Act)

Ref: …………………….. Bank Guarantee No. ………………

Date: ……………………………… To

Superintending Engineer/ OP Circle, DHBVN, ______________

Dear Sirs, In consideration of Dakshin Haryana Bijli Vitran Nigam, (hereinafter referred to as the „Owner‟ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s…………………………………………….. with its Registered/Head office at……………………………… (hereinafter referred to as the „Service Provider‟ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Owner‟s letter of Award No. ……………………………………….dated …………………….and the same having been unequivocally

accepted by the Service Provider, resulting into a contract bearing No. ………………dated ………… valued at ………………….. for …………………….. (scope of contract) and the Service Provider having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …………………………… * ……………….(%) …………per cent) of the said value of the Contract to the Owner. We, ……………………………………………………………………………………………. (Name and

Address of the Bank) having its Head Office at ………………………….. (hereinafter referred to as the „Bank‟ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any and all monies payable by the Service Provider to the extent of……………………………………………as aforesaid at any time

upto……………………………………….(days/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Service Provider.

Page 65: NIT NO:3/CE/OP/HSR-2016-17

65

Annexure –VI Page 2 of 3

Any such demand may by the owner on the Bank shall be conclusive and binding

notwithstanding any difference between the Owner and the Service Provider or any dispute pending

before any Court, Tribunal, Arbitrator or any other authority. The bank undertakes not to revoke this

guarantee during its currency without previous consent of the Owner and further agrees that the

guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the contract by the Service Provider. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Service Provider and to exercise the same at any time in any manner, and either to enforce or to for bear to enforce any covenants, contained or implied in the Contract between the Owner and the Service Provider or any other course or remedy or security available to the Owner. The bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission on the part of Owner of any other indulgences shown by the Owner or by any other matter or thing whatsoever which under law would, but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance without proceeding against the Service

Provider and notwithstanding any security or other guarantee the Owner may have in relation to the

Service Provider‟s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to ……………………. and it shall remain in force upto and including ……………………………. and

Page 66: NIT NO:3/CE/OP/HSR-2016-17

66

Annexure –VI

Page 3 of 3 shall be extended from time to time for such period, as may be desired by M/s ………………………………………….. on whose behalf this guarantee has been given. Dated this ………….…day of……………….20………………at………………………

WITNESS

. …………………………… …………………………………

♦ (Signature) (Signature)

. …………………………… ………………………………… ♦ (Name) (Name)

♦ (Official Address) (Designation with Bank Stamp)

Attorney as per Power of Attorney No. …………………

Date: …………………….

NOTE: 1. The stamp papers of appropriate value shall be purchased in the name of issuing bank.

Page 67: NIT NO:3/CE/OP/HSR-2016-17

67

Annexure –VI a Page 1 of 1

PERFORMA OF EXTENSION OF BANK GUARANTEE

Ref: …………………….. Date: ……………………………… To

Superintending Engineer/ OP Circle, DHBVN, ______________

Dear Sirs, Sub : Extension of Bank Guarantee No……………………… for Rs. …………………… favoring yourselves, expiring on ….……………………….. on account of M/s…………………………….in respect of Contract No.…………………………………… dated ………………… (Hereinafter called original Bank Guarantee). At the request of M/s ……………………………………, We ……………………………… Bank, branch office at ……………………… and having its Head Office at …………………………do hereby extend our liability under the above mentioned Guarantee No. …………………. dated ……………… for a further period of …………. Years/Months from ………………….to expire on …………………. except as provided above, all other terms and conditions of the original Bank Guarantee No. ………………….dated …………………. shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached. Yours faithfully, For ………………….…………………. Manager/Agent/Accountant Power of Attorney No. …………………. Dated …………………. SEAL OF BANK

NOTE: The non-judicial stamp paper of appropriate value shall be purchased in the name of

the bank who has issued the Bank Guarantee.

Page 68: NIT NO:3/CE/OP/HSR-2016-17

68

ANNEXURE-VII

1. Name of Department .....................................................

2. Name of Contractor ........................................................

3. (a) Licence No. ............... under Contract (Regulation & Abolition) Act,1970..............

(b) Validity expires on ......................

4. Month Year

No. Name of Skilled/un Amount Payment ESI Amount deposited Ch. No Engaged

of Engaged skilled of made vide code of

manpower

s EPF deposited Cheque No

Emp

manpowers manpower wages Cheque No./ Engaged P.F. No

Account

No of

manpower

s

engaged Employ Engage Chall Employ Engaged Challan No.

manpower ers d an er‟s

contrib manpower No. contrib manpowers

ution s ution contrib

contrib ution

ution

Page 69: NIT NO:3/CE/OP/HSR-2016-17

69

ANNEXURE-VIII

DECLARATION

I, ___________________________________________ authorized Representative of M/s

________________________________________________________________ do hereby

solemnly declare that our firm M/s ____________________________has not been blacklisted

by any State Government/Central Government or any Agency and that we shall be liable for

consequences of wrong declaration.

Signature of the person making declaration with

seal of the Firm.

Page 70: NIT NO:3/CE/OP/HSR-2016-17

70

DAKSHIN HARYANA BIJLI NIGAM Annexure -IX

Scope of Work/Activity

The work involves providing the various services/activities “Cleaning and Sweeping/Watch and

Ward of Premises/House Keeping Watch & Ward, Horticulture & arboriculture works/Information

Technology Services include Data Entry Works, HR Services etc. in DHBVN” as per qualifications and

other requirements as applicable for each such nature of services. To undertake the day to day in the

different units of DHBVN located at Corporate Offices at Hisar and other stations as per (Annexure-X),

the services, such as, unskilled, semiskilled, skilled and highly skilled is required to be provided by the

Agency for smooth functioning of work in DHBVN as per following details

Sr. No.

Category of Services

Category of Manpower

The work /job to be carried out.

Essential Qualification

Category of Monthly Wages as per Govt. of Haryana Instructions dated 06.04.2015 & further amendments thereof.

1. Highly Skilled

i. IT Services

Programmer Software developing on various activities

B.E/B. Tech/M. Tech (Comp Sc./TT/Electronics & Comm. In 1

st Division

or MSC (Comp SC./IT) in 1

st Division of MCA

in 1st

Division or „B‟/‟C‟ Level Course from DOE in 1

st Division or

MSC. (Phy/Math/Statistics) in 1

st Division and

PGDCA in 1st Divn.

Highly Skilled

2 Skilled

i Data Entry Work

Data Entry Operator

i. Typing of all type of day to day work on various activities /parameters in sub-units/units under various wings of DHBVN.& other office work assigned as and when required. ii: Preparation of daily/weekly/ fortnightly /monthly information/statement on various activities in Operation subdivision/division/circle. Any other work

10+2 or equivalent with an operating speed of 8000 Key depression per hour or 133 key depression per minute or more & typing speed 40 WPM.

Skilled

Page 71: NIT NO:3/CE/OP/HSR-2016-17

71

as assigned to him by the official incharge. iii: Day to day processing of data in 100% computerized S/Divisions in urban area.

ii Testing of meters

ITI Manpower

Day to day work in M&T Lab Gurgaon

Two Years ITI Certificate with Two years experience.

-do-

Iii Testing of T/Fs. Oil

Lab Technical Chemist

To assist the chemist in Old Testing Lab at Hisar for testing of oil & other work.

Two Years ITI Certificate with Two years experience.

-do-

iv Transportation

Fork Lifter To lift the T/Fs. & other equipments in T/Fs. Repair Works.

Valid Driving license with two years experience.

-do-

v Security Services

Security Guard

Watch & ward, to guard the office building. Control entry and exist of people vehicles & material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

Ex-Serviceman and he should have passed matric or equivalent examination with Hindi or 1

st Class

Army Certificate with Hindi

-do-

3 Un-skilled

i Cleaning & Sweeping of office building & lawn.

Safai Karmchari/Sewer-man

Cleaning and sweeping of office building, road & paths, lawns etc in the office premises including toilets, all furniture, finishing of grills windows, signboard, notice board etc. Any other supporting work required from time to time.

Illiterate Un-skilled

ii Housekeeping services.

Cook House keeping Matric -do-

iii Watch & Ward Services

Chowkidar Watch & ward , to guard the office building. Control entry and exist of people vehicles &

Matric -do-

Page 72: NIT NO:3/CE/OP/HSR-2016-17

72

material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

iv Loading & unloading of material

Labourer Unskilled labour. Loading & unloading of material in Nigam stores and any other supporting work required time to time.

Illiterate -do-

v Horticulture & arboriculture works.

Mali To maintain lawns, plants, hedges, shrubs and flower beds etc, inside the office premises.

Matric -do-

VI HR & office services.

Peon To deliver the office Dak and also responsive on call during office hours. Cleaning /dusting of office T&P items, providing drinking water & tea etc. dewatering and water filling of desert cooler in the office building. Any other supporting work required from time to time

Matric

vii Security Services.

Security Guard

Watch & ward, to guard the office building. Control entry and exist of people vehicles & material in a manner so as to prevent cogestum in front of main entrance and stray animals and at the same time or unwanted persons taking shelter in and around the DHBVN premises/building to prevent theft etc.

Ex-Serviceman and he should have

passed matric or equivalent

examination with Hindi or 1

st Class

Army Certificate with Hindi

-do-

viii Services for maintenance of buildings.

Helpers Providing of services of maintenance of residential & non residential buildings

Un-skilled

Viii Sanitation Plumber Providing of the ITI Holder with Skilled

Page 73: NIT NO:3/CE/OP/HSR-2016-17

73

Service service of sanitation work.

experience

ix Any other services

As per requirement of quantum of work

Note:-

i. Normal days of working are 6 days Monday to Saturday ii. Working hours of all categories of services shall be as per requirement. iii. The mentioned services category wise are not exhaustive, but may be assigned any

other work as per requirement & as ordered by the senior officer/incharge.

Page 74: NIT NO:3/CE/OP/HSR-2016-17

74

Nature of services is to be provided by agency. Package-1

Highly Skilled:

Sr. No.

Name of Wing Point Nature of Services

` Software developing of various points

SE/IT 1 1

Skilled services.

Unskilled services

Sr. No.

Name of Wing Total Points

`

Data Entry & Office Work

Testing of

Meters

Testing of Oil

Transportation

Security Services

Points Points Points Points Points i. Administration 12 12 0 0 0 1 ii. Commercial 10 10 0 0 0 0 iii. PD&C 5 5 0 0 0 0 iv. R-APDRP 4 4 0 0 0 0 v. MM 5 5 0 0 0 0 vi. Financial & Accounts 13 13 0 0 0 0 vii. F&A (MM) 1 1 0 0 0 0 viii. FA/PD 1 1 0 0 0 0 ix. Chief Auditor 1 1 0 0 0 0 x. Company Secretary 1 1 0 0 0 0 xi. SE/ Civil 8 2 0 0 0 1 xii. Vigilance 4 4 0 0 0 0 xiii. SE/Construction 13 13 0 0 0 0

Sr. No.

Name of Wing Total Point

s

W & Ward

Cleaning &

Sweeping

Horticulture

House Keeping

HR (Office

Services)

Sanitation Services

Security Services

Points Points Points Points Points Points Points

i. Administration 12 0 0 0 0 4 1 1

ii. Commercial 10 0 0 0 0 9 0 0

iii. PD&C 5 0 0 0 0 2 0 0

iv. R-APDRP 4 0 0 0 0 2 0 0

v. MM 5 0 0 0 0 5 0 0

vi. Financial & Accounts 13 0 0 0 0 5 0 0

vii. F&A (MM) 1 0 0 0 0 0 0 0

viii. FA/PD 1 0 0 0 0 0 0 0

ix. Chief Auditor 1 0 0 0 0 1 0 0

x. Company Secretary

1 0 0 0 0 1 0 0

xi. SE/ Civil 8 0 0 0 1 5 0 1

xii. Vigilance 4 1 1 0 1 4 0 0

xiii. SE/Construction 13 1 0 0 0 10 0 0

Page 75: NIT NO:3/CE/OP/HSR-2016-17

75

Package-II

Skilled services.

Nature of services are to be provided by agency.

Unskilled services

Sr. No.

Name of Wing Total Points Data Entry & Office Work

Testing of Meters

Testing of Oil

Transportation

Security Services

` Points Points Points Points Points

„OP‟ Zone Hisar

i. Chief Engineer/OP, Hisar

1 1 0 0 0 0

ii. Hisar Circle 30 30 0 0 0 0

iii. Sirsa Circle 17 17 0 0 0 0

iv. Bhiwani Circle 20 20 0 0 0 0

v. Jind Circle 16 16 0 0 0 0

Sr. No.

Name of Wing Total Points

W & Ward

Cleaning &

Sweeping

Horticulture

House Keeping

HR (Office Service

s)

Loading & Unloading

Security Services

Points Points Points Points Points Points Points

i Chief Engineer/OP, Hisar

1 0 1 1 0 0 0 0

ii Hisar Circle 30 18 1 0 0 9 0 0

iii Sirsa Circle 17 14 13 0 0 3 0 0

iv Bhiwani Circle 21 13 2 0 1 15 0 0

v Jind Circle 16 7 4 0 0 6 0 0

Page 76: NIT NO:3/CE/OP/HSR-2016-17

76

Package:-III

Skilled services.

Nature of services are to be provided by agency.

Unskilled services

Sr. No.

Name of Wing Total Points

`

Data Entry & Office

Work

Testing of Meters

Testing of Oil

Transportation

Security Services

Points Points Points Points Points

1 Controller of Stores, Hisar

26 26 0 0 2 0

Sr. No.

Name of Wing Total Points

W & Ward

Cleaning &

Sweeping

Horticulture

House Keeping

HR (Office Service

s)

Loading & Unloading

Security Services

Points

Points Points Points Points Points Points

i Controller of Stores, Hisar

26 0 0 0 3 18 0

Page 77: NIT NO:3/CE/OP/HSR-2016-17

77

Package-IV

Skilled services.

Nature of services are to be provided by agency.

Unskilled services

Sr. No.

Name of Wing Total Points `

Data Entry & Office

Work

Testing of Meters

Testing of Oil

Transportation

Security Services

Points Points Points Points Points

Delhi Zone

i Chief Engineer/OP Delhi

1 1 0 0 0 0

ii Gurgaon Circle 23 23 0 0 0 0

iii Rewari Circle 15 15 0 0 0 0

iv Narnaul Circle 10 10 0 0 1 0

v Training Centre Gurgaon

1 1 0 0 0 0

vi M&P Circle Gurgaon 8 8 2 1 0 0

Sr. No.

Name of Wing Total Points

W & Ward

Cleaning &

Sweeping

Horticulture

House Keeping

HR (Office Service

s)

Loading & Unloading

Security Services

Points Points Points Points Points Points Points

Chief Engineer/OP Delhi

i Chief Engineer/OP Delhi

1 1 1 1 0 0 0 0

ii Gurgaon Circle 23 10 14 0 19 0 0

iii Rewari Circle 15 3 2 1 0 3 0 0

iv Narnaul Circle 10 7 0 1 0 6 0 0

v Training Centre Gurgaon

1 0 0 0 1 0 0 0

vi M&P Circle Gurgaon

8 2 0 1 0 3 0 0

Page 78: NIT NO:3/CE/OP/HSR-2016-17

78

Package-V

Skilled services.

Nature of services are to be provided by agency.

Unskilled services

Sr. No.

Name of Wing Total Points `

Data Entry & Office

Work

Testing of Meters

Testing of Oil

Transportation

IT Services

Points Points Points Points Points

„OP‟ Zone Delhi

i. Faridabad Circle 23 23 2 0 0 1

ii. Palwal Circle 17 17 0 0 0 0

Sr. No.

Name of Wing Total Points

W & Ward

Cleaning &

Sweeping

Horticulture

House Keeping

HR (Office Service

s)

Loading & Unloading

Security Services

Points Points Points Points Points Points Points „OP‟ Zone Delhi

1 Faridabad Circle 23 15 4 1 0 6 3 0

2 Palwal Circle 17 6 5 1 0 17 0 0

Page 79: NIT NO:3/CE/OP/HSR-2016-17

79

Package-1 Details of Units & its locations:

No. of units & its locations where the various services (as annexure-IX) are to be provided by agency.

Sr. No.

Name of Wing Total Points

Locations

1 Administration & HR 13 Corporate Office

i US/Gen. Admn.

ii US/HR-I

iii US/HR-II

iv US/Legal

v CCO, DHBVN, Hisar

vi Sr. PS to MD

vii Supdt./RTI

viii US/HR-III

ix US/HR-IV

x XEN/T&M, Hisar

Xi Training Cell Hisar

Xii Director/OP

xiii Sr. Medical Officer, Hisar

2 Commercial Wing -do-

i CE/Commercial

ii SE/Commercial

iii SPIO-cum-SE/Comml.

Iv SE/EA

v SE/SO

vi XEN/EA, Hisar

vii XEN/Monitoring Hisar

viii SE/IT, Hisar

ix Sr. A.O Open Access

3 PD&C Wing 5 -do-

i CE/PD&C

ii SE/PD&C

iii Xen/Planning

iv XEN/Design-I

v XEN/Design-II

4 R-APDRP Wing 4 -do-

i CE/R-APDRP

ii SE/R-APDRP

iii XEN/R-APDRP-A

iv XEN/R-APDRP-B

5 MM Wing 5 -do-

i CE/MM

ii SE/MM

iii XEN/MM-II

iv XEN/MM-III

Page 80: NIT NO:3/CE/OP/HSR-2016-17

80

v XEN/Metering

6 Financial & Accounts 13 -do-

i FA/HQ

ii Sr. A.O. F&B

iii Sr. A.O. Banking

iv A.O./Funds

v A.O. /Repayment

vi Sr. A.O. /A&R

vii Sr. A.O./P&A

viii Sr. A.O./Pension

ix A.O. /EAD

xi A.O./GPF

xii Dy. Supdt. Estt.

xiii WA/SA &OE Section

7 F&A (MM), Hisar 1 -do- 8 FA/PD, Hisar 1 -do- 9 Chief Auditor 1 -do-

10 Company Secretary 1 -do- 11 Civil Works Organization 8

i. SE/Civil, Hisar

ii. XEN Civil Works Hisar

iii. SDO Civil Works Hisar

iv. SDO, Civil Maintenance Hisar

v. XEN Gurgaon

vi. SDO Civil Gurgaon

vii. SDO/Civil Delhi

viii. Estate Office Hisar

12 Construction Organization 13

i. SE/Const, Hisar

ii. XEN Const. Hisar

iii. SDO, Const. Fatehabad

iv. SDO/Const. Hisar

v. XEN, Const. Bhiwani

vi. SDO, Const. Bhiwani

vii. XEN/ Const. Sirsa

viii. SDO, Const. Sirsa

ix. SDO, Const. Jind

x. XEN, Const. Rewari

xi. SDO, Const. Rewari

xii. SDO, Const. Gurgaon

xiii. SDO, Construction Narnaul

13 Enforcement Organization 4

i. XEN, Faridabad

ii. XEN, Gurgaon

iii. XEN, Hisar

iv. XEN, Rewari

14 Any Other Points (intimated from time to time)

Page 81: NIT NO:3/CE/OP/HSR-2016-17

81

Note:- No. of works points which may be increased or decreased according to requirement of

Nigam from time to time.

1. The agency shall deploy skilled, unskilled, Semiskilled as per quantum of work against the following services. The authorized officers shall also examine the competency of persons whom the contractors proposes to deploy by written test/ interview/ practical test etc. before accepting the persons for deployment. The persons who are not found fit for the required job shall not be allowed to work at DHBVN.

2. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

3. Details of Services: i. Watch & ward of office premises. ii. Cleaning & sweeping of office building/ Road & Path. iii. Horticulture & arboriculture works in Nigam premises. iv. Housekeeping services. v. HR Services. vi. Information services including Data Entry Work in various units of DHBVN offices. vii. Testing of T/F. oil & meters services. viii. Security Services. ix. Loading/Un-loading of Nigam material. x. Sanitation Services. xi. Services for maintenance of buildings.

Page 82: NIT NO:3/CE/OP/HSR-2016-17

82

(Package-II) Details of Units & its locations where the various services are to be provided by Agency.

Hisar Zone

1 Chief Engineer/OP, Hisar 1

Hisar Circles 30

i. Circle Office Hisar

ii. Division No.1 Hisar

iii. CCC, S/Divn. Hisar

iv. City S/Divn. Hisar

v. Division No-II

vi. S/Division Barwala

vii. S/Division Satrod

viii. S/Division Adampur

ix. S/Office Agroha

x. S/Office Balsamand

xi. Hansi Division

xii. City S/Division Hansi

xiii. S/U S/Division Hansi

xiv. S/Division Mundhal

xv. S/Division Narnaund

xvi. S/Office Sisai

xvii. S/Office Umra

xviii. Fatehabad Division

xix. City S/Divn. Fatehabad

xx. S/U S/Divn. Fatehabad

xxi. City S/Divn. Ratia

xxii. S/U S/Divn. Ratia

xxiii. S/Divn. Bhattu

xxiv. S/Office Badopal

xxv. Tohana Division

xxvi. City S/Divn. Tohana

xxvii. S/Divn. Bhuna

xxviii. S/Divn. Uklana

xxix. S/Divn. Jakhal

xxx. S/U S/Divn. Tohana

Sirsa Circle 17

i. Circle Office Sirsa

ii. City Division Sirsa

iii. I/A S/Divn. Sirsa

iv. City S/Divn. Sirsa

v. S/Divn. Panjuana

vi. S/Divn. Ding

vii. S/Divn. M/Singhana

viii. S/U Division Sirsa

ix. S/U S/Divn. Sirsa

x. S/Divn. Rania

xi. S/Divn. Ellenabad

xii. S/Divn. Nathusari

xiii. S/Divn. J/Nagar

Page 83: NIT NO:3/CE/OP/HSR-2016-17

83

Note:- No. of works points which may be increased or decreased according to requirement of Nigam

from time to time.

1. The agency shall deploy skilled, unskilled, Semiskilled as per quantum of work against the following services. The authorized officers shall also examine the competency of persons whom the contractors proposes to deploy by written test/ interview/ practical test etc.

xiv. Dabwali Division

xv. S/Divn. Dabwali

xvi. S/Divn. Kalanwali

xvii. S/Divn. Chautala

Bhiwani Circle 21

i. Circle Office Bhiwani

ii. City Division Bhiwani

iii. City S/Division Bhiwani

iv. S/U S/Divn. No-I Bhiwani

v. S/U S/Divn. No-II Bhiwani

vi. S/Division B/Khera

vii. City S/Divin. Tosham

viii. S/Division No-II Tosham

ix. S/Urban Division Bhiwani

x. S/Division Jui

xi. S/Division Loharu

xii. S/Division Siwani

xiii. S/Division Behal

xiv. S/Division D/Jattan

xv. Dadri Division

xvi. City S/Divn. Dadri

xvii. S/U S/Divn. Dadri

xviii. S/Divn. Sanjarwas

xix. S/Divn. Jhoju Kalan

xx. S/Divn. Badhra

Xxi S/Divn. Atela

Jind Circle 16

i. Circle Office Jind

ii. OP Division Jind

iii. S/Division Jind

iv. S/U S/Divn. No-I Jind

v. S/U S/Divn. No-II Jind

vi. S/Division Julana

vii. S/Division Naguran

viii. Narwana Division

ix. S/Division Narwana

x. S/U S/Divn. Narwana

xi. S/Divn. Uchana

xii. S/Divn. Garhi

xiii. Safidon Division

xiv. S/Division Safidon

xv. S/U S/Division Safidon

xvi. S/Division Pillukhera

Page 84: NIT NO:3/CE/OP/HSR-2016-17

84

before accepting the persons for deployment. The persons who are not found fit for the required job shall not be allowed to work at DHBVN.

2. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

3. Details of Services: i. Watch & ward of office premises. ii. Cleaning & sweeping of office building/ Road & Path. iii. Horticulture & arboriculture works in Nigam premises. iv. Housekeeping services. v. HR Services. vi. Information services including Data Entry Work in various units of DHBVN offices. vii. Testing of transformer oil & meters services. viii. Security Services. ix. Loading/Un-loading of Nigam material. x. Transportation services.

Page 85: NIT NO:3/CE/OP/HSR-2016-17

85

(Package-III) Details of Units & its locations where the various services are to be provided by Agency. Stores Organization 26

i. COS Hisar

ii. XEN/T&S, Hisar

iii. XEN, C/S Hisar

iv. SDO, Store, Hansi

v. SDO, Store Fatehabad

vi. SDO, Store, Tohana

vii. SDO, Store, Sirsa

viii. SDO, Store Dabwali

ix. SDO, Store, Bhiwani

x. SDO, Store, Dadri

xi. SDO, Store, Narwana

xii. SDO Store, Jind

xiii. SDO, Store, Safidon

xiv. XEN, C/S Ballabgarh

xv. SDO Store Gurgaon

xvi. SDO Store Narnaul

xvii. SDO Store Rewari

xviii. SDO Store Palwal

xix. SDO, Store, Nuh

xx. AEE TRW Barnaul

xxi. AEE TRW Sirsa

xxii. AEE TRW Bhiwani

xxiii. AEE TRW Barnaul

xxiv. AEE TRW, Rewari

xxv. AEE TRW Faridabad

xxvi. AE TRW Sohna

Note:- No. of works points which may be increased or decreased according to requirement of Nigam from time to time.

1. The agency shall deploy skilled, unskilled, Semiskilled as per quantum of work against the following services. The authorized officers shall also examine the competency of persons whom the contractors proposes to deploy by written test/ interview/ practical test etc. before accepting the persons for deployment. The persons who are not found fit for the required job shall not be allowed to work at DHBVN.

2. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

3. Details of Services: i. Watch & ward of office premises. ii. Cleaning & sweeping of office building/ Road & Path. iii. Horticulture & arboriculture works in Nigam premises. iv. Housekeeping services. v. HR Services. vi. Information services including Data Entry Work in various units of DHBVN offices. vii. Testing of T/F.oil & meters services. viii. Security Services. ix. Loading/Un-loading of Nigam material. x. Transportation.

Page 86: NIT NO:3/CE/OP/HSR-2016-17

86

(Package-IV)

Details of Units & its locations where the various services are to be provided by Agency.

Chief Engineer/OP Delhi 1

Gurgaon Circle 23

i. Circle Office Gurgaon

ii. City Divn. Gurgaon

iii. CCC, IDC Gurgaon

iv. CCC New Colony Gurgaon

v. CCC, Kadipur Gurgaon

vi. S/Divn. New Palam Vihar Gurgaon

vii. S/Urban Division Gurgaon

viii. CCC, Maruti Gurgaon

ix. CCC, DLF Gurgaon

x. S/Divn. CCC South City Gurgaon

xi. S/Divn. Badshahpur Gurgaon

xii. S/Divn. Sohna Road Gurgaon

xiii. Manesar Division

xiv. S/Division Manesar

xv. S/Divn. Bhorakalan

xvi. S/Divn. Pataudi

xvii. S/Divn. Farukhnagar

xviii. XEN Works Gurgaon

xix. Energy Audit, GGN

xx. Smart City, Gurgaon

xxi. Health Center, Gurgaon

xxii. Control Room Gurgaon

xxiii. AGM/Audit, Gurgaon

Rewari Circle 15

i. Circle Office Rewari

ii. Rewari Division

iii. City S/Divn. No-1 Rewari

iv. City S/Divn No-2 Rewari

v. S/U S/Divn. Rewari

vi. Kosli Division

vii. S/Divn. Kosli

viii. S/Divn. Palawas

ix. S/Divn. Barauli

x. S/Divn. Nahar

xi. S/Divn. Budpur

xii. Dharuhera Division

xiii. S/Division Dharuhera

xiv. S/Division Bawal

xv. S/Division Pali Gothra

Narnaul Circle 11

i. Circle Office Narnaul

Page 87: NIT NO:3/CE/OP/HSR-2016-17

87

ii. Narnual Division

iii. City S/Divn. Narnaul

iv. S/Urban Narnaul

v. S/Divn. Nangal Chaudhary

vi. S/Divn. Ateli

vii. Mohindergarh Division

viii. City S/Divn. Mohindergarh

ix. S/U S/Divn. Mohindergarh

x. S/Divn. Kanina

xi. S/Office Satnali

1 Training Centre Gurgaon 1

M&P Circle Gurgaon 8

i. Circle Office Gurgaon

ii. M&P Divn. Gurgaon

iii. M&T Lab Gurgaon

iv. M&P Division Hisar

v. M&T Lab Hisar

vi. M&P Division Faridabad

vii. M&T Lab Faridabad

viii. M&P Division Bhiwani

Note:- No. of works points which may be increased or decreased according to requirement of

Nigam from time to time.

1. The agency shall deploy skilled, unskilled, Semiskilled as per quantum of work against the following services. The authorized officers shall also examine the competency of persons whom the contractors proposes to deploy by written test/ interview/ practical test etc. before accepting the persons for deployment. The persons who are not found fit for the required job shall not be allowed to work at DHBVN.

2. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

3. Details of Services: i. Watch & ward of office premises. ii. Cleaning & sweeping of office building/ Road & Path. iii. Horticulture & arboriculture works in Nigam premises. iv. Housekeeping services. v. HR Services. vi. Information services including Data Entry Work in various units of DHBVN

offices. vii. Testing of transformer oil & meters services. viii. Security Services. ix. Loading/Un-loading of Nigam material.

Page 88: NIT NO:3/CE/OP/HSR-2016-17

88

Package-V

Details of Units & its locations where the various services are to be provided by Agency

Faridabad Circle 23

Page 89: NIT NO:3/CE/OP/HSR-2016-17

89

Note:- No. of works points which may be increased or decreased according to requirement of

Nigam from time to time.

1. The agency shall deploy skilled, unskilled, Semiskilled as per quantum of work against the following services. The authorized officers shall also examine the competency of persons whom the contractors proposes to deploy by written test/ interview/ practical test etc. before accepting the persons for deployment. The persons who are not found fit for the required job shall not be allowed to work at DHBVN.

i. Circle Office Faridabad

ii. NIT Faridabad Division

iii. No-1 S/Divn. Faridabad

iv. No-2 S/Divn. Faridabad

v. No-3 S/Divn. Faridabad

vi. No-5 S/Divn. Faridabad

vii. J/Colony Faridabad

viii. Greater Faridabad Division

ix. Chhainsa

x. Kheri Kalan S/Divn.

xi. Badrola S/Divn.

xii. Tilpat, Faridabad S/Divn.

xiii. Old Faridabad Division

xiv. East S/Divn. Faridabad

xv. West S/Divn. Faridabad

xvi. M.Road Faridabad

xvii. No-4 S/Divn. Faridabad

xviii. Balbgarh Division

xix. I/Area S/Divn. B.Garh

xx. City 1 S/Divn. B.Garh

xxi. City-II S/Divn. B.Garh

xxii. S/U S/Divn. B.Garh

xxiii. Pali S/Divn.

Palwal Circle 17

i. Circle Office Palwal

ii. Palwal Division

iii. City S/Divn. Palwal

iv. S/Urban S/Divn. Palwal

v. S/Divn. Hodel

vi. S/Divn. Hassanpur

vii. S/Divn. Hathin

viii. S/Divn. Mandkola

ix. S/Office Dhigot

x. Sohana Division

xi. S/Divn. Sohna

xii. S/Divn. Taoru

xiii. Nuh Division

xiv. S/Divn. Nuh

xv. S/Divn. Ferozpur Jhirka

xvi. S/Divn. Punhana

xvii. S/Divn. Nagina

Page 90: NIT NO:3/CE/OP/HSR-2016-17

90

2. The bidders are also advised to visit every point & access themselves the scope of work and operational system thoroughly prior to submission of their bids. The cost of visit shall be borne by bidders. It shall be deemed that the contractor has undertaken a visit to various points as mentioned above and is fully aware of the scope of work and operational conditions prior to the submission of the tender documents.

3. Details of Services: i. Watch & ward of office premises. ii. Cleaning & sweeping of office building/ Road & Path. iii. Horticulture & arboriculture works in Nigam premises. iv. Housekeeping services. v. HR Services. vi. Information services including Data Entry Work in various units of DHBVN offices. vii. Testing of transformer oil & meters services. viii. Security Services. ix. Loading/Un-loading of Nigam material.

Page 91: NIT NO:3/CE/OP/HSR-2016-17

91

Pkg-I (Corporate offices) HQ at Hisar

Name of Points where the services

are required

Name of Points where

the services of Data Entry work

/office work

Name of points where

HR Services requires

Name of points where

Security Guard

without arms

requires

Name of points where

Security Supervision

requires

Name of points where

Sanitation requires

Watch & ward of office premises.

Cleaning & sweeping of office building/ Road & Path.

Horticulture & arboriculture works in Nigam premises.

Housekeeping services.

Name of points where

Security Guard with arms

requires

IT services

Points Points Points Points Points Points Points Points Points Points

SE/Admn

US/Gen.

US/HR-I

US/HR-II

US/Legal

CCO

SPS to MD

RTI

Traning Cell

Dir/OP

SE/HR

US/HR-III

US/HR-IV

CE/Comml.

CE/Comml.

SE/Comml.

SPIO-cum-SE/Comml.

SE/RA

SE/SO

Xen/EA

Xen/Monitoring

SE/IT

SR. AO Open Access

Xen/T&M

CE/PD&C

Supdt./PD&C

Xen/Planning

Xen/Design-I

Xen/Design-II

Xen/Design-III

CE/R-APDRP

Xen/R-APDRP-A

Xen/R-APDRP-B

CE/MM

CE/MM

SE/MM

Xen/MM-II

Xen/MM-III

Xen/Metering

Supdt./MM

Chief Financial Officer

FA/HQ

Sr.AO F&B

Sr. AO Banking

A.O. Funds

A.O. Repayment

Chief Accounts Officer

Sr. AO/A&R

Sr. AO/P&A

Sr. AO/Pension

A.O/EAD

A.O./GPF

Dy. Supdt./Estt.

Chief Auditor

WA/SA& OE Section

F&A/MM

F&A/MM

F&A/PD

F&A/PD

Company Secretary

Company Secretary

Civil Works Organization

SE/Civil, Hisar

XEN Civil Works Hisar

SDO Civil Works Hisar

SDO, Civil Maintenance Hisar

XEN Gurgaon

SDO Civil Gurgaon

SDO/Civil Delhi

Estate Office Hisar

Construction Organization

SE/Const, Hisar

XEN Const. Hisar

SDO, Const. Fatehabad

SDO/Const. Hisar

Page 92: NIT NO:3/CE/OP/HSR-2016-17

92

XEN, Const. Bhiwani

SDO, Const. Bhiwani

XEN/ Const. Sirsa

SDO, Const. Sirsa

SDO, Const. Jind

XEN, Const. Rewari

SDO, Const. Rewari

SDO, Const. Gurgaon

SDO, Construction Narnaul

Enforcement Organization

XEN, Faridabad

XEN, Gurgaon

XEN, Hisar

XEN, Rewari

Page 93: NIT NO:3/CE/OP/HSR-2016-17

93

Pkg-II

Name of Points where the services are required

Name of Points where the

services of Data Entry work /office work

Name of points where HR Services requires

Watch & ward of office premises.

Cleaning & sweeping of office building/ Road & Path.

Points Points Points Points

Chief Engineer/OP, Hisar Hisar Circle

Circle Office Hisar

Division No.1 Hisar

CCC, S/Divn. Hisar

City S/Divn. Hisar

Division No-II Hisar

S/Division Barwala

S/Division Satrod

S/Division Adampur

S/Office Agroha

S/Office Balsamand

Hansi Division

City S/Division Hansi

S/U S/Division Hansi

S/Division Mundhal

S/Division Narnaund

S/Office Sisai

S/Office Umra

Fatehabad Division

City S/Divn. Fatehabad

S/U S/Divn. Fatehabad

City S/Divn. Ratia

S/U S/Divn. Ratia

S/Divn. Bhattu

S/Office Badopal

Tohana Division

City S/Divn. Tohana

S/Divn. Bhuna

S/Divn. Uklana

S/Divn. Jakhal

S/U S/Divn. Tohana Sirsa Circle

Circle Office Sirsa

City Division Sirsa

I/A S/Divn. Sirsa

City S/Divn. Sirsa

S/Divn. Panjuana

S/Divn. Ding

S/Divn. M/Singhana

S/U Division Sirsa

S/U S/Divn. Sirsa

S/Divn. Rania

S/Divn. Ellenabad

S/Divn. Nathusari

S/Divn. J/Nagar

Dabwali Division

S/Divn. Dabwali

S/Divn. Kalanwali

S/Divn. Chautala

Page 94: NIT NO:3/CE/OP/HSR-2016-17

94

Bhiwani Circle

Circle Office Bhiwani

City Division Bhiwani

City S/Division Bhiwani

S/U S/Divn. No-I Bhiwani

S/U S/Divn. No-II Bhiwani

S/Division B/Khera

City S/Divin. Tosham

S/Division No-II Tosham

S/Urban Division Bhiwani

S/Division Jui

S/Division Loharu

S/Division Siwani

S/Division Behal

S/Division D/Jattan

Dadri Division

City S/Divn. Dadri

S/U S/Divn. Dadri

S/Divn. Sanjarwas

S/Divn. Jhoju Kalan

S/Divn. Badhra

S/Divn. Atela Jind Circle

Circle Office Jind

OP Division Jind

S/Division Jind

S/U S/Divn. No-I Jind

S/U S/Divn. No-II Jind

S/Division Julana

S/Division Naguran

Narwana Division

S/Division Narwana

S/U S/Divn. Narwana

S/Divn. Uchana

S/Divn. Garhi

Safidon Division

S/Division Safidon

S/U S/Division Safidon

S/Division Pillukhera

Page 95: NIT NO:3/CE/OP/HSR-2016-17

95

Pkg-III

Name of office

Name of Points where the services of Data Entry work

/office work

Name of points where HR Services

requires Transportation

Loading/Un-loading of Nigam material

Points Points Points Points

Controller of Stores

COS Hisar 0 0

T&S Division

T&S Divn Hisar 0 0

TRW, Hisar 0 0

TRW, Sirsa 0 0 0

TRW, Bhiwani 0 0 0

TRW, Narnaul 0 0 0

TRW, Rewari 0

TRW, Faridabad 0 0 0

THS, Sohna 0 0 0

Central Store Hisar

Central Store Hisar 0 0

Store, Hansi 0 0

Store, Bhiwani 0 0

Store, Dabwali 0 0

Store, Dadri 0 0

Store, Fatehabad 0 0

Store, Sirsa 0 0

Store, Tohana 0 0

Store, Jind 0

Store, Narwana 0

Store, Safidon 0 0

Central Store, Ballabgarh

Central Store, Ballabgarh 0 0

Store, Gurgaon 0 0

Store, Nuh 0 0

Store, Narnaul 0 0

Store, Rewari 0 0

Store, Palwal 0 0

Page 96: NIT NO:3/CE/OP/HSR-2016-17

96

Pkg-IV

Name of Points where the servcies are

requred

Name of Points

where the servcies of Data Entry work

/office work

Name of points where

HR Services requires

Watch & ward of office premises.

Cleaning & sweeping of office building/ Road & Path.

Horticulture & arboriculture works in Nigam premises.

Housekeeping services.

Transportat

ion

Security

Services

Testing of transformer oil services.

Testing of meters services.

Points Points Points Points Points Points Points Points Points

Chief Engineer/OP Delhi

Gurgaon Circle

Circle Office Gurgaon

City Divn. Gurgaon

CCC, IDC Gurgaon

CCC New Colony Gurgaon

CCC, Kadipur Gurgaon

S/Divn. New Palam Vihar Gurgaon

S/Urban Division Gurgaon

CCC, Maruti Gurgaon

CCC, DLF Gurgaon

S/Divn. CCC South City Gurgaon

S/Divn. Badshahpur Gurgaon

S/Divn. Sohna Road Gurgaon

Manesar Division

S/Division Manesar

S/Divn. Bhorakalan

S/Divn. Pataudi

S/Divn. Farukhnagar

XEN Works Gurgaon

Energy Audit, GGN

Smart City, Gurgaon

Health Center, Gurgaon

Control Room Gurgaon

AGM/Audit, Gurgaon

Rewari Circle

Circle Office Rewari

Rewari Division

City S/Divn. No-1 Rewari

City S/Divn No-2 Rewari

S/U S/Divn. Rewari

Kosli Division

S/Divn. Kosli

S/Divn. Palawas

S/Divn. Barauli

S/Divn. Nahar

S/Divn. Budpur

Page 97: NIT NO:3/CE/OP/HSR-2016-17

97

Dharuhera Division

S/Division Dharuhera

S/Division Bawal

S/Division Pali Gothra

Narnaul Circle

Circle Office Narnaul

Divn. Narnaul

City S/Divn. Narnaul

S/Urban Narnaul

S/Divn. Nangal Chaudhary

S/Divn. Ateli

Mohindergarh Division

City S/Divn. Mohindergarh

S/U S/Divn. Mohindergarh

S/Divn. Kanina

S/Office Satnali

Training Centre Gurgaon

M&P Circle Gurgaon

Circle Office Gurgaon

M&P Divn. Gurgaon

M&T Lab Gurgaon

M&P Division Hisar

M&T Lab Hisar

M&P Division Faridabad

M&T Lab Faridabad

M&P Division Bhiwani

Page 98: NIT NO:3/CE/OP/HSR-2016-17

98

Pkg-V

Na

me

of

Po

ints

wh

ere

th

e s

erv

cie

s

are

re

qu

red

Nam

e o

f P

oin

ts w

he

re

the

serv

cie

s o

f D

ata

En

try w

ork

/o

ffic

e

wo

rk

Nam

e o

f p

oin

ts w

here

HR

Serv

ices r

eq

uir

es

Watc

h &

ward

of

off

ice p

rem

ises.

Cle

an

ing

& s

weep

ing

o

f o

ffic

e b

uild

ing

/

Ro

ad

& P

ath

.

Ho

rtic

ult

ure

&

arb

ori

cu

ltu

re w

ork

s in

Nig

am

pre

mis

es.

IT S

erv

ices

Lo

ad

ing

/Un

loa

din

g

Te

sti

ng

of

mete

rs

serv

ices.

Points Points Points Points Points Points Points Points

Faridabad Circle

Circle Office

NIT Faridabad Division

No-1 S/Divn. Faridabad

No-2 S/Divn. Faridabad

No-3 S/Divn. Faridabad

No-5 S/Divn. Faridabad

J/Colony Faridabad

Greater Faridabad Division

Chhainsa

Kheri Kalan S/Divn.

Badrola S/Divn.

Tilpat, Faridabad S/Divn.

Old Faridabad Division

East S/Divn. Faridabad

West S/Divn. Faridabad

M.Road Faridabad

No-4 S/Divn. Faridabad

Balbgarh Division

I/Area S/Divn. B.Garh

City 1 S/Divn. B.Garh

City-II S/Divn. B.Garh

S/U S/Divn. B.Garh

Pali S/Divn.

Palwal Circle

Circle Office

Palwal Division

City S/Divn. Palwal

S/Urban S/Divn. Palwal

S/Divn. Hodel

S/Divn. Hassanpur

S/Divn. Hathin

S/Divn. Mandkola

S/Office Dhigot

Sohana Division

S/Divn. Sohna

S/Divn. Taoru

Nuh Division

S/Divn. Nuh

S/Divn. Ferozpur Jhirka

S/Divn. Punhana

S/Divn. Nagina

Page 99: NIT NO:3/CE/OP/HSR-2016-17

99

Estimated Cost Pkg-I

Details of services Corporate

Office Civil Work

Organization Const.

Organization Vigilance Total

Watch & ward of office premises.

0 110208 110208 128400 348816

Cleaning & sweeping of office building/ Road & Path.

0 220416 128400 348816

Horticulture & arboriculture works in Nigam premises.

0 0

Housekeeping services. 0 991872 112800 1104672

HR/Office Services. 3416448 1119456 340608 4876512

Loading/Un-loading of Nigam material.

0 0

Security Services (With Arms) 0 426816 426816

Security Services (Without Arms)

1628172 3757320 5385492

IT services 500952 500952

Data Entry Work 12894336 668028 2497668 1360776 17420808

Testing of transformer oil services.

0 0

Testing of meters services. 0 0

Transportation 0 0

Sanitation Service 150960 150960

Mtc. of Building 0 330624 330624

Security Supervisor 166980 166980 333960

18757848 6672264 3727332 2070984 31228428

Pkg-I (vigilance)

Nature of activity Hisar Gurgaon Rewari Faridabad

PM PM PM PM

Watch & Ward 0 0 10700 0 10700

Hygienc & Cleaning 0

0 10700 0 10700

Horticulture - 0 0 0

House keeping 0 0 9400 9400

HR 9184 9800 0 9400 28384

DEO 13776 28622 29000 42000 113398

Total 22960 38422 50400 60800 172582

Annual Estimated Cost 275520 461064 604800 729600 2070984

Page 100: NIT NO:3/CE/OP/HSR-2016-17

100

Pkg-I

Nature of activity Hisar Gurgaon

Civil Organisation

Amount Amount G.Total Annual

estimated cost

Watch & Ward 9184 110208

Hygienc & Cleaning 18368 220416

House keeping 82656 991872

Security Services with Arms 35568 426816

Security Services without Arms 313110 3757320

Security Supervisior 13915 166980

DEO 41328 14341 55669 668028

Sanitation 27552 330624

Total 541681 14341 556022 6672264

Pkg-I (Corporate offices) HQ at Hisar

Activity Per Month Annual Estimated Cost

DEO 1074528 12894336

Programmer 41746 500952

Peon 284704 3416448

Plumber 12580 150960

Security Guard without arms

135681 1628172

Security Supervisior

13915 166980

1563154 18757848

Pkg-I

Construction Organisation

Hisar Fatehabad Sirsa Bhiwani Rewari Gurgaon

PM PM PM PM PM PM

Watch & Ward 9184 0 0 0 0 0

HR Services 45920 9308 18000 9360 10700 0

DEO 68880 14318 37500 29600 43500 14341

Total 123984 23626 55500 38960 54200 14341

Annual Estimated Cost

1487808 283512 666000 467520 650400 172092

3727332

Page 101: NIT NO:3/CE/OP/HSR-2016-17

101

Page 102: NIT NO:3/CE/OP/HSR-2016-17

102

Estimated Cost Pkg-II

Details of services Hisar Circle Sirsa Circle Bhiwani

Circle Jind Circle Total

Watch & ward of office premises. 2764128 2376000 1572480 1089600 7802208

Cleaning & sweeping of office building/ Road & Path.

661248 1404000 224640 0 2289888

Horticulture & arboriculture works in Nigam premises. 0 0

0

Housekeeping services. 0 0 0

HR/Office Services. 1326960 324000 2134080 653760 4438800

Loading/Un-loading of Nigam material. 0 0

Security Services (With Arms) 0 0

Security Services (Without Arms) 0 0

IT services 0 0

Data Entry Work 10474176 6900000 8347200 0 25721376

Testing of transformer oil services. 0 0

Testing of meters services. 0 0

Transportation 0 0

Sanitation 0 0

Security Supervisor 0 0

15226512 11004000 12278400 1743360 40252272

Pkg-II

Nature of activity Hisar Fatehabad Sirsa Bhiwani Jind

Amount Amount Amount Amount Amount

Watch & Ward 174496 55848 198000 131040 90800 650184

Hygienc & Cleaning

55104 0 117000 18720 0 190824

HR 82656 27924 27000 177840 54480 369900

DEO 619920 252928 575000 695600 0 2143448

Total 932176 336700 917000 1023200 145280 3354356

11186112 4040400 11004000 12278400 1743360 40252272

Page 103: NIT NO:3/CE/OP/HSR-2016-17

103

Estimated Cost Pkg-III

Details of services Store Oranization Total

Watch & ward of office premises. 0

Cleaning & sweeping of office building/ Road & Path.

0

Horticulture & arboriculture works in Nigam premises.

0

Housekeeping services. 0

HR/Office Services. 789648 789648

Loading/Un-loading of Nigam material. 10822344 10822344

Security Services (With Arms) 0

Security Services (Without Arms) 0

IT services 0

Data Entry Work 5502600 5502600

Testing of transformer oil services. 0

Testing of meters services. 0

Transportation 233760 233760

Sanitation 0

Security Supervisor 0

17348352 17348352

Pkg-III Stores Organisation

Name of Services

Per Month Data Entry & other office

HR (Office services)

Transporation Loading and

unloading Grand Total

Hisar Amount 165312 55104 0 156128 376544

Fatehabad Amount 28756 0 0 65156 93912

Sirsa Amount 37500 0 0 90000 127500

Jind Amount 33870 0 19480 99880 153230

Bhiwani Amount 44400 0 0 102960 147360

Narnaul Amount 23972 0 0 49400 73372

Rewari Amount 29000 10700 0 149800 189500

Gurgaon Amount 28622 0 0 49000 77622

Faridabad Amount 42000 0 0 75200 117200

Palwal Amount 11900 0 0 28050 39950

Nuh Amount 13218 0 0 36288 49506

Total Amount 458550 65804 19480 901862 1445696

Annual Estimated

Cost 5502600 789648 233760 10822344

17348352

Page 104: NIT NO:3/CE/OP/HSR-2016-17

104

Estimated Cost Pkg-IV

Details of services

OP Circle Gurgaon including SE/Smart City

OP Circle Rewari

Op Circle Narnaul

CE/OP Delhi

M&P Organization

Annual Estimated Cost

Watch & ward of office premises. 823200 385200 0 117600 229920 1555920

Cleaning & sweeping of office building/ Road & Path.

1764000 199680 0 117600 112320 2193600

Horticulture & arboriculture works in Nigam premises.

128400 0 117600 0 246000

Housekeeping services. 235200 0 0 0 0 235200

HR/Office Services. 3057600 642000 0 0 340608 4040208

Loading/Un-loading of Nigam material. 0

Security Services (With Arms) 0

Security Services (Without Arms) 138000 138000

IT services 0

Data Entry Work 8758332 3828000 3164304 343464 1187688 17281788

Testing of transformer oil services. 146940 146940

Testing of meters services. 1160544 1160544

Transportation 0 0 142440 0 142440

Sanitation 0

Security Supervisor 0

14638332 5183280 3306744 834264 3178020 27140640

Pkg.-IV Nature of activity

Gurgaon Rewari Narnaul Delhi

Estimated Amount Amount PM Amount PM Amount PM

Watch & Ward 68600 32100 0 9800

Hygienc & Cleaning 147000 16640 0 9800

Horticulture 0 10700 9800

House keeping 19600 0

HR 254800 53500 0

DEO 729861 319000 263692 28622

Transportation 11870

Security Services 11500

Total 1219861 431940 275562 69522

Annual Estimated Cost 14638332 5183280 3306744 834264

Pkg-IV

Nature of activity Gurgaon FBD Hisar Bhiwani

M&P organisation

Amount Amount Amount Amount Watch & Ward 9800 9360

Hygienc & Cleaning 9360

Meter Testing Services 86312 10400

Testing of Oil 12245

HR 9800 9400 9184

DEO 28622 28000 27552 14800

Total 134534 47800 48981 33520

Annual Estimated Cost 1614408 573600 587772 402240

Page 105: NIT NO:3/CE/OP/HSR-2016-17

105

Estimated Cost Pkg-V

Details of services OP Circle Faridabad

OP Circle Palwal (Distt. Palwal)

OP Circle Palwal (Distt. Nuh)

OP Circle Palwal (Distt. Gurgaon)

Annual Estimated

Cost

Watch & ward of office premises.

1804800 336600 326592 117600 2585592

Cleaning & sweeping of office building/ Road & Path.

451200 112200 326592 235200 1125192

Horticulture & arboriculture works in Nigam premises.

112800 0 108864 0 221664

Housekeeping services. 0

HR/Office Services. 564000 562800 979776 470400 2576976

Loading/Un-loading of Nigam material.

0

Security Services (With Arms)

0

Security Services (Without Arms)

0

IT services 250476 0 0 0 250476

Data Entry Work 11760000 2856000 1110312 1202124 16928436

Testing of transformer oil services.

0

Testing of meters services. 374400 0 0 0 374400

Transportation 0

Sanitation 0

Unskilled Labour 338400 0 0 0 338400

15656076 3867600 2852136 2025324 24401136

Pkg-V

Nature of activity Faridabad Palwal (Distt.

Palwal) Palwal (Distt.

Nuh) Palwal (Distt.

Gurgaon)

Amount Amount Amount Amount

Watch & Ward 150400 28050 27216 9800 215466

Hygienc & Cleaning 37600 9350 27216 19600 93766

Horticulture 9400 0 9072 0 18472

Testing of Meters 31200 0 0 0 31200

Unskilled labour 28200 0 0 0 28200

HR 47000 46900 81648 39200 214748

DEO 980000 238000 92526 100177 1319703

Programmer 20873 250476

Total 1304673 322300 237678 168777 2033428

15656076 3867600 2852136 2025324 24401136