security tender doc- 2017-18 - corrected as on 16.9.17...

46
IIFM Seal and Signature of Contractor 1 IIFM/Tender/2017-18/Security/01 TENDER DOCUMENT SECURITY & FIRE MANAGEMENT SERVICES PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN THE INSTITUTE’S PREMISES AND RESIDENTIAL COLONY ‘VANIKA’ P.O. Box No. 357, Nehru Nagar, Bhopal, 462003 (MP) Tel- EPABX – 0755- 2775716, Fax- 0755-2772878 Website: www.iifm.ac.in Email: [email protected]

Upload: phamduong

Post on 18-Mar-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 1

IIFM/Tender/2017-18/Security/01

TENDER DOCUMENT

SECURITY & FIRE MANAGEMENT SERVICES

PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN THE INSTITUTE’S PREMISES AND

RESIDENTIAL COLONY ‘VANIKA’

P.O. Box No. 357, Nehru Nagar, Bhopal, 462003 (MP) Tel- EPABX – 0755- 2775716, Fax- 0755-2772878

Website: www.iifm.ac.in Email: [email protected]

Page 2: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 2

P.O. Box No. 357, Nehru Nagar, Bhopal, 462003 (MP) Tel- EPABX – 0755- 2775716, Fax- 0755-2772878

Website: www.iifm.ac.in Email: [email protected]

TENDER DOCUMENT FOR PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN THE

INSTITUTE’s PREMISES AND RESIDENTIAL COLONY ‘VANIKA’

INDEX Sr No

Sections

DESCRIPTION

Page No

TECHINICAL BID 1 Bid Reference 03 2 Invitation of Bids 04 3 SECTION 1 Instructions to Bidders (ITB) 06 4 SECTION 2 General Conditions of Contract (GCC) 19 5 SECTION 3 Specific Conditions of Contract 31

6 SECTION 4 Schedule of Requirements 37 7 SECTION 5 Technical Bid forwarding letter and format 48

FINANCIAL BID

8 SECTION 6 Bill of Quantities (BOQ) or Financial Bid with forwarding letter

43

9 ANNEXUREs A, B & C 46

Page 3: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 3

BID REFERENCE

TECHNICAL BID (SECTION 1 to 5)

DOMESTIC COMPETITIVE BIDDING FOR

PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN INSTITUTE PREMISES AND

RESIDENTIAL COLONY ‘VANIKA’

BID NO : IIFM/Tender/2017-18/Security/01

Name of Work - Security and Fire Management Service

PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN THE INSTITUTE’S PREMISES AT MAIN CAMPUS AT NEHRU NAGAR AND AT RESIDENTIAL COLONY ‘VANIKA’, KOTRA SULTANABAD, BHOPAL.

Estimated Cost Rs.125 lakhs (approx.) annually. Bid Security ( Earnest Money Deposit)

Rs. 4,00,000/- in the form of Account payee Demand Draft or banker’s cheque from any of the nationalised Indian Banks, favouring the “Director, Indian Institute of Forest Management” payable at Bhopal.

Access of Tender Document Tender Document can be downloaded from our website: www.iifm.ac.in

Date and Time of Tender Release

06.10.2017 at 5:30 PM

Time and Date for Pre Bid Conference

13.10.2017 at 11:00 AM

Last Date and Time for receipt of Bids

26.10.2017 at 5:30 PM

Time and Date of Opening of Technical Bid

27.10.2017 at 3:00 PM

Place of Opening of Bid Indian Institute of Forest Management, Bhopal Officer Inviting Bid Chief Administrative Officer

Indian Institute of Forest Management Nehru Nagar, Bhopal 462003

Page 4: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 4

INDIAN INSTITUTE OF FOREST MANAGEMENT,

POST BOX 357, NEHRU NAGAR BHOPAL 462 003 Tel: EPABX :0755-2775716,2773799, Fax: 0755-2772878

E-TENDER NOTICE

NIT No: IIFM/Tender/2017-18/Security/01 Online Tender, (Two Bid System- Technical and Financial) are invited on behalf of the Director, Indian Institute of Forest Management, Bhopal from experienced professional Security and Fire Management Agencies for providing and facilitating Security and Fire Management Services in the Institute’s main campus at Nehru Nagar and its Vanika Residential Colony at Kotra Sultakanabad on Annual Contract Basis as per the requirements indicated in the Tender document. Name of work

Number of personnel required

Approx. Value of Work

Bid Security/ Earnest Money Deposit (EMD)

Cost of bid document

Period

Providing Security and Fire Management Services in the Institute’s Main campus at Nehru Nagar and Residential Area at Vanika, Kotra Sultanabad, Bhopal

3 Supervisors + 36 guards (Total 39 personnel minimum including 03 lady guard) for Security and Fire Management

Rs.125.00 lacs per year.

Rs. 4,00,000 in the form of Account Payee Demand Draft / Banker’s Cheque drawn on any Nationalised Indian Banks in favour of “Director, Indian Institute of Forest Management” payable at Bhopal.

Offline through DD Rs. 2000/- non-refunda ble ______ Online processing fee as applicable

Initially for 1 year, extendable for another 2 years on yearly basis on mutual consent and based on performance.

Page 5: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 5

Tender Date Schedule:

S.No

Stages Name Stages By Start Date and Time End Date and Time

1 TENDER RELEASE DEPARTMENT 06-10-2017 05:30 PM

2 TENDER PURCHASE

BIDDER 06-10-2017 05:31 PM - 26-10-2017 03:30 PM

3 BID SUBMISSION BIDDER 06-10-2017 05:31 PM - 26-10-2017 05:30 PM

4 TENDER CLOSING DEPARTMENT 27-10-2017 02:45 PM

5 TENDER OPENING (EA)

DEPARTMENT 27-10-2017 03:00 PM

6 TENDER OPENING (EC)

DEPARTMENT 27-10-2017 03:00 PM

For Support: Bidders are to get trained on the e-Tendering process for participating in online Tenders for which they should get in touch with of M/s. OSMO IT SOLUTION PVT.LTD. On Contact No. 0755-4078648 or e-mail: [email protected] for support.

{Chief Administrative officer} INDIAN INSTITUTE OF FOREST MANAGEMENT, BHOPAL

Page 6: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 6

SECTION -1

INSTRUCTIONS TO BIDDERS (ITB)

A- GENERAL

1. SCOPE OF THE BID

1.1.The Indian Institute of Forest Management, Nehru Nagar, Bhopal (hereinafter called the ‘Institute’) wishes to appoint a Security and Fire Management Service Agency (hereinafter called the ‘Agency’ or the ‘Contractor’) for providing security services including fire management services to its complete premises and residential colony, property and establishments including buildings, boundary wall, assets, and moveable and immovable property situated at its main campus at Nehru Nagar, Bhopal and at the residential complex ‘Vanika’, at Kotra Sultanabad, Bhopal.

1.2.The duration of this Contract shall be for a period of one year with effect from the commencement of the contract with a quarterly periodic review by the Institute. The duration of the contract may be extended for further period of two years on yearly basis on mutual consent depending upon the performance of the Agency and at the discretion of the institute..

1.3.The successful bidder shall provide the services during the specified contract period on Annual Contract Basis (including the extended period, if any) as described in this tender document.

1.4 The bidder shall be expected to have capabilities of providing Security and Fire Management services to IIFM as per its requirements as detailed out in this document.

1.5. The bidder shall be expected to have all statutory licences for engaging in

labour contract business under the Contract Labour (Regulation and Abolition) Act, 1970 and all other statutory requirements such as Employees Provident Fund & Miscellaneous Provisions Act, 1952, Payment of Minimum Wages Act, 1948, ESI Act, Child Labour Prohibition and Regulation) Act, 1986, Registration with Service Tax Department under security services, etc. Any deviation from these requirements will be the sole responsibility of the bidder. The institute further expects the contractor to make full payment to the security staff without any cuts, kickbacks or malafide as per statutory norms.

1.6 The agency has to install a biometric attendance machine at its own cost for recording the

attendance of the manpower deployed and this attendance will be basis for payment of wages to the deployed manpower.

1.7 In case of non-functioning of biometric machine, physical form attendance should be maintained with the counter signature of the Security Officer of the Institute.

1.8 In case of non-functioning of bio-metric machine, it should be repaired within 48 hours and the attendance should be recorded in the machine.

Page 7: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 7

2 ELIGIBILITY

2.1 Essential Requirements

(i) The Bidder must possess a valid licence for providing security services at the time of bidding and during the period of contract as mandated under the Private Security Agencies (Regulation Act), 2005.

(ii) The Bidder must possess a currently valid labour licence at the time of bidding and during the period of contract from the Chief Labour Commissioner for engaging contract labour under Contract Labour (Regulation & Abolition) Act, 1970, as amended from time to time.

(iii) The Bidder should have an exclusive office and working set up at Bhopal including landline telephone and fax facility for the functioning of the Security Agency, as per M.P. Shops Act and Establishment Act 1958, during the period of contract. If not, the Agency must establish the same within 30 days from the date of award of the Contract along with registration under M.P. Shops Act and Establishment Act 1958.

(iv) The Bidder must have a minimum experience of five years in executing such Security and Fire Management services employing more than 50 security personnel in in 2015-16 & 2016-17 in Central Govt/State Govt./PSUs/Autonomous Institutions of GoI/State Government.

(v) The contractor must have registration with service tax department under "security services". The Gross receipts from security services should be at least Rs125.00 lakhs for each last two financial year i.e. 2015-16 & 2016-17.The Gross receipts should be reflected in service tax return filed for 2015-16 & 2016-17 under security services or a certificate from the employer mentioning total amount received under security services in each year 2015-16 & 2016-17 should be attached

(vi) The Bidder must have currently valid and valid during the entire contract period, registration with the Provident Fund Commissioner under Employees Provident Fund & Miscellaneous Provisions Act, 1952.

(vii) The Bidder must have currently valid registration with the Employees State Insurance Corporation under Employees State Insurance Act, 1948.

(viii) If the bidder has provided Security services to IIFM during the last five years, such bidder should have given complete satisfactory services during the tenure of contract. Agencies, which have been penalised during the tenure of last five years, will not be eligible for this bidding. Similarly, those agencies who have filed a case against the institute in the past in any court of law/tribunal/facilitation council will not be eligible for this bidding.

(ix) Copies of work orders indicating total length of experience (and number of persons employed) in continuous working with government agencies or its autonomous bodies or central/state govt. institutions for providing security services of more than 50 personnel each in at least 3 government agencies or its autonomous bodies or central/state govt. institutions

(x) The bidder shall provide security personnel with 3 supervisors and 6 guards preferably from ex-servicemen (ESM) or personnel retired from Central Para Military Forces (CPMFs) and Central Police Organizations (CPOs) such as CISF, BSF, CRPF, Assam Rifles, etc. with pension and 30 Civilian security personnel at the time of award of the contract for security purposes with the following conditions:

a) ESM or Ex- CPMFs or CPOs (CISF, BSF, CRPF, Assam Rifles, etc.) personnel must be below 60 years of age.

Page 8: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 8

b) The civilian security and Fire Management personnel must be above 18 and below 50 years of age.

2.2 One Bid per Bidder: Each bidder shall submit only one bid for Security and Fire

Management Services. A bidder who submits or participates in more than one Bid will cause all the proposals with the Bidder’s participation to be disqualified.

2.3 Cost of Bidding: The bidder shall bear all costs associated with the preparation and

submission of his Bid. The Institute will in no case be responsible and liable for those costs.

2.4 Site visit and Submission of Security Plan: The Bidder, at his own

responsibility and risk is encouraged to visit and examine the Site of Services and its surroundings to obtain all information that may be necessary for preparing the Bid and entering into a contract for execution of the Services. Having visited the sites, agency shall submit their Security Plans as required to be submitted as part of the Technical Bid. The costs of visiting the Site and preparation of Plan, if any, shall be borne by the Bidder at his own risks.

2.5. Authorities of the Institute: The Chief Administrative Officer of the institute will be

the nominee of the institute and he will be the executive officer for administering the contract. The Chief Administrative Officer (nominee of the institute) will execute the contract on the recommendations of the Committee appointed by the Director. The day-to-

day administration of the contract will be carried out by the Security Officer of the Institute.

B. BIDDING DOCUMENTS 3. Content of Bidding Documents 3.1 The set of bidding documents comprises the documents listed in the table below and

addenda, if any, issued in accordance with Clause 5:

TECHINICAL BID

Bid Reference

Invitation of Bids SECTION 1 Instructions to Bidders (ITB)

SECTION 2 General Conditions of Contract (GCC)

SECTION 3 Specific Conditions of Contract

SECTION 4 Schedule of Requirements

SECTION 5 Technical Bid forwarding letter and format

FINANCIAL BID SECTION 6 Bill of Quantities (BOQ) or Financial Bid with

forwarding letter

ANNEXUREs A, B & C

3.2 Bid with any conditional bidding documents shall be disqualified.

4. Clarification of the Bidding Documents & Pre-bid meeting

4.1 A pre bid meeting will be arranged on 13th October 2017 at 11.00 am at the Institute for

clarifying the bid requirement. All bidders are invited to attend the meeting.

4.2 All the clarifications given during the pre-bid conference and such relevant matters shall be mentioned in the minutes of the pre-bid conference. These minutes will also be uploaded in the institute web site for the benefit of the bidders. These minutes will also be deemed to be a part of this bid document.

5 Amendment of Bidding Documents & Deadline

Page 9: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 9

5.1 Till 05 days before the deadline for submission of bids, the Employer may modify the bidding document by using addenda, by uploading it in the institute web site. All bidders are therefore requested to see our web site for such modifications. The minutes of the Pre-bid meeting will also be uploaded in the Institute’s website and shall form part of the bid document.

C. PREPARATION OF BIDS

6. Language of the Bid :

6.1 All documents relating to the bid shall be in the English language.

7. Documents comprising the Bid

7.1 The bid submitted by the bidder shall comprise the following:

a. Cost of Bid Form of Rs.2000/- (Rupees one thousand only), non-refundable, in the form of a Demand Draft or Banker’s cheque drawn on any nationalized Indian bank, in favour of Director, IIFM, Bhopal payable at Bhopal.

b. Bid Security (EMD) for Rs,4,00,000/- (Rupees four lakh only) in the form of Demand Draft or Banker’s cheque drawn on any nationalized Indian bank, in favour of Director, IIFM payable at Bhopal.

c. Technical Bid with Qualification Information and Documents, as required in the bid document.

d. Financial Bid - Priced Bill of Quantities (in the format indicated in Section 6) along with prescribed forwarding letter.

e. and Any other information e.g. Security Plan etc. required to be completed and submitted by bidders in accordance with these instructions.

8. Bid Prices

8.1 The contract shall be for the Security and Fire Management Services as described in Sub-Clause 1.1, 1.2 and 1.3, based on the priced Bill of Quantities (Financial Bid) submitted by the Bidder at Section 6 – FINANCIAL BID.

8.2 The bidder is required to formulate his offer taking into account all statutory regulations in force regarding payment of minimum wages, EPF, ESIC, Bonus, Weekly offs, Casual Leaves and National and other Holidays to be given to the Security and Fire Management personnel. Other statutory payments, other materials and services needed for executing the contract and taxes to be paid by him during the whole contract l and all other statutory obligations and taxes are to be paid by him to any Government agencies.

8.3 Any Financial offer found violating the provisions of any statutory regulations like the Contract Labour (Regulation & Abolition) Act, 1970 or Private Security Agencies (Regulation ) Act, 2005 and/or any other requirement shall be liable to be rejected at first sight and will be the sole and binding responsibility of the bidder, if found at any later stage.

8.4 As is mentioned in clause 8.2 above, the bidder shall include rates and prices for all materials and services needed for executing the contract as described in this tender document. Items for which no rate or price is entered by the bidder will not be paid for by the Institute when executed and shall be deemed to have been covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting in the bid.

8.5 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

8.6 The rates of “service charges” quoted by the bidder shall be fixed for the full duration of the Contract and the extended period thereafter, if any. There shall be no revision of the compensation payable to the Contractor, except wage revision of the workers as may be notified by Dy. Chief Labour Commissioner (Central) or any other appropriate authority like DGR in case of ESM/ personnel from CPMFs and CPOs from time to time and other expenses arising due to any such wage revision.

Page 10: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 10

9. Bid Validity.

9.1 Bids shall remain valid up to a period of 90 days beyond the last date of submission of bid specified in Clause 14.

9.2 In exceptional circumstances, prior to expiry of the original time limit, the Institute may request that the bidders may extend the period of validity for a specified additional period. The request and the bidder’s responses shall be made in writing or e-mail. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for a period of the extension.

10. Earnest Money Deposit (EMD) & Performance Guarantee)

10.1 The Bidder shall furnish, as part of his Bid, a EMD of Rs. 4,00,000/ (Rupees four lakh only) for this particular work. No interest shall be payable by the Institute/Institute on this account. This bid security shall be in favour of Director, Indian Institute of Forest Management, Bhopal and shall be in the form of Demand Draft or Banker’s Cheque payable at Bhopal from any of the nationalised Indian Banks.

10.2 The Bid security submitted shall be valid for minimum period of one month after the validity of the bid. 10.3 Any bid not accompanied by EMD as mentioned above and not secured as indicated

in Sub-Clauses 10.1 and 10.2 above shall be rejected by the Institute as non-responsive.

10.4 The Bid Security of unsuccessful bidders will be returned within one month of the end of the bid validity period specified in this document.

10.5 The Bid Security of the successful bidder will be discharged after he has signed the Agreement and furnished the required Performance Guarantee.

10.6 The Bid Security shall be forfeited, if

a. the Bidder withdraws the Bid after Bid opening during the period of Bid Validity; b. the Bidder does not accept the correction of the Bid Price, pursuant to the

relevant clause in this tender document. c. the successful Bidder fails within the specified time limit to

i. sign the Agreement or ii. furnish the required Performance guarantee.

11. Alternative Proposals by Bidders

11.1 Bidders shall submit offers that comply with the requirements of the bidding documents. Alternatives will not be considered.

12. Format and Signing of Bid

12.1 The Bidder shall prepare document comprising the bid as described in the relevant clauses in this tender document.

12.2 The original Bid shall be typed or written in legible ink preferably by a ball pen and shall be signed and sealed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to the relevant clauses in this tender document and where entries or amendments have been made shall be initialled by the person or persons signing the bid. Every page of the bid shall be signed by the bidder or his authorized representative.

12.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Institute, or as necessary to correct errors made by the bidder in which case such corrections shall be initialed by the person or persons signing the bid.

D. SUBMISSION OF BIDS

Page 11: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 11

13. Sealing and Marking of Bids

13.1 Bid should be submitted in three Envelopes as mentioned below:-

13.1.1 Envelope - A (Duly Sealed) : Should contain:-

i. The cost of Bid document of Rs. 2000/- in the form of Demand Draft or Banker’s Cheque drawn on any Nationalised Indian Bank in favour of Director, Indian Institute of Forest Management payable at Bhopal.

ii. Bid Security in the form of Demand Draft or Banker’s Cheque for Rs. 4,00,000 on any Nationalised Indian Bank in favour of Director, Indian Institute of Forest Management payable at Bhopal. This Envelope should be marked as ‘Envelope A – EMD & Cost of Document’. Name and address of the bidder should be clearly written on this envelope.

13.1.2 Envelop-B (Duly Sealed): Should contain

(i) Technical Bid (other than the Financial Bid)) will be submitted under formal forwarding letter addressed to the Chief Administrative Officer of the Institute inter alia containing an undertaking that the Bid documents do not contain any amendment, modification or change of any type, whatsoever, in the Bid documents and to any amendment or addenda issued as per the provisions included in this tender document.

(ii) Technical Bid documents consisting of Section 1 to Section 5 and other enclosures as mentioned in the bid documents (duly filled up with required documents attached) signed & sealed each page of the tender documents. (All pages of the document should be signed by the bidder or his authorised representative).

This Envelope should be marked as ‘Envelope B – Technical Bid’. Name and address of the bidder should be clearly written on this envelope.

13.1.3 Envelope-C (Duly sealed): Should contain:-

(i) Financial Bid in standard format as per Section 6 contain priced Bill of Quantities (BOQ) only giving the “Service Charges” of the Contractor as a percentage of the “Wage Component”.

13.2 This Envelope should be marked as ‘Envelope C – Financial Bid’. Name and address of the bidder should be clearly written on this envelope. If the envelopes are not sealed and marked as above, the Institute will assume no responsibility for the misplacement or wrong/premature opening of the bid.

13.3 All these three envelopes should be put in a bigger envelope, properly sealed and super scribed as TENDER DOCUMENT FOR SECURITY & FIRE MANAGEMENT SERVICES and sent by Speed Post/ Registered Post only addressed to the Chief Administrative Officer, Indian Institute of Forest Management, Nehru Nagar, Bhopal 462 003 M.P., so as to reach latest by 26-10-2017 at 05.00 pm. The Institute will not be responsible for any postal delay.

This envelope must bear the following Identifications:

i. Bid For Security and Fire Management Services ii. Bid Reference No- IIFM/ 2017-18/Security and Fire Management Services/1 iii. DO NOT OPEN BEFORE 03.00 PM on 27

th October, 2017 (Date & time for Bid

Opening as per this document) iv. Name & Address of the Bidder

13.3 If the envelopes are not sealed and marked as above, the Institute will assume no

responsibility for the misplacement or wrong/premature opening of the bid.

14. Deadline for Submission of the Bids

14.1 Bids must be received by the Institute at the address specified above not later than 26th

October, 2017 at 05.00 pm. In the event of the specified date for the submission of bids being declared a holiday by the Institute, the Bids will be received up to the appointed time on the

Page 12: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 12

next working day. In that case, the date and time of the opening of the technical bid stand altered as appointed time on the next working day.

14.2 The Institute may extend the deadline for submission of bids by issuing an amendment in

accordance with Clause 5, in which case all rights and obligations of the Institute and the bidders previously subject to the original deadline will then be subject to the new deadline.

14.3 Any Bid received by the Institute after the deadline prescribed in Clause 14.1 will be rejected.

15. Modification and Withdrawal of Bids 15.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline as

prescribed in Clause 14. 15.2 Each Bidder’s modification or withdrawal notice shall be prepared, sealed marked, and

delivered in accordance with Clauses 12 & 13, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as appropriate. In case of modification of Bid, the bidder will be required to enclose DD of Rs. 2000.00 as fee for tender document .The fee submitted with earlier Bid will not be refunded.

15.2.1. No bid may be modified after the deadline for submission of Bids.

15.2.2. Withdrawal or modification of a Bid between the deadline for submission of bids and the

expiration of the original period of bid validity or as extended by the Institute may result in the forfeiture of the Bid security.

E. BID OPENING AND EVALUATION

16. Bid Opening

16.1 On the due date and appointed time as specified in clause 15, the Institute will first open Envelopes –A of all bids received (except those received late) in presence of the Bidders or their representatives who choose to attend. If any Bid does not contain cost of Bid Document and EMD in the manner prescribed in this Tender document, then that Bid will be rejected and the Bidder informed accordingly. In the event of the specified date for Bid opening being declared a holiday by the Institute, the Bids will be opened at the appointed time and location on the next working day.

16.2 Envelopes–B of all other bids received (except those received late) including modifications made pursuant to clause 16 in presence of the Bidders or their representatives who choose to attend, will be opened. Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 16 shall not be opened.

16.3 If all Bidders have submitted unconditional Bids together with requisite Bid security, then all Bidders will be so informed then and there. If any Bid contains any deviation from the Bids documents and /or if the same does not contain Bid security in the manner prescribed in the Bid documents, then that Bid will be rejected and the Bidder informed accordingly.

16.4 All Financial bids (Envelope - C) shall be opened after technical evaluation, at a later date about which all concerned bidders shall be notified in advance. Upon evaluation of technical bid as per the criterion described, the Envelope- C (financial bids) of only such Bidders shall be fit to be opened whose bid are found technically qualified.

16.5 Only technically qualified bidders’ Financial Bids (Envelope – C) shall be opened on the notified date and time after declaring the result of Envelope B- Technical Bid. The Bidder’s name, the quoted Bid price, Bid modifications and withdrawals, and such other details as the Institute may consider appropriate, will be announced by the Institute at the opening. Any bid

Page 13: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 13

price, or alternative Bid price, if applicable, which is not read out and recorded at Bid opening, will not be taken into account in Bid evaluation.

16.6 The Institute shall prepare minutes of the Bid opening, including the information disclosed to

those present and the minutes shall form part of the contract.

16.7 The Bidders shall abide by the provisions of the minutes.

17. Clarification of Bids

17.1 To assist in the examination and comparison of Bids, the Institute may, at its discretion, ask any Bidder for clarification of his Bid, including percentage quoted by him in the tender document. The request for clarification and the response shall be in writing or e-mail, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Institute in the evaluation of the Bids in accordance with the relevant clauses in this Tender Document.

17.2 .No Bidder shall contact the Institute on any matter relating to his bid from the time of the bid

opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Institute, he should do so in writing.

17.3 Any effort by the Bidder to influence the Institute’s bid evaluation, bid comparison or contract

award decisions, may result in the rejection of his bid and debarring him from further participation in other bids of the Institute.

18. Examination of Bids and Determination of Responsiveness

18.1 Prior to detailed evaluation of Bids, the Institute will determine whether each Bid;- a. meets the eligibility criteria and qualification defined in Clause 3 & 4 of section 1 of bid

document. b. has been properly signed by an authorized signatory (accredited representative) holding

Power of Attorney in his favour. The Power of Attorney shall interalia include a provision to bind the Bidder to settlement of disputes clause;

c. is accompanied by the required Bid security and; d. is responsive to the requirements of the Bidding documents.

18.2 A responsive Bid is one which conforms to all the terms, conditions and specification of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one :-

a. which affects in any substantial way the scope, quality or performance of the Services; b. which limits in any substantial way, the Institute’s rights or the Bidder’s obligations under

the Contract; or c. whose rectification would affect unfairly the competitive position of other Bidders presenting

responsive Bids.

18.3 If a Bid is not substantially responsive, it will be rejected by the Institute, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

19. Correction of Errors

19.1 Bids determined to be responsive will be checked by the Institute for any arithmetic errors. Errors will be corrected by the Institute as follows: (a) Where there is a discrepancy between the rates in figures and in words, the rate in words

will govern; and

(b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

19.2 The amount stated in the Bid will be adjusted by the Institute in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the bidder. If the Bidder does not accept the corrected amount the

Page 14: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 14

Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 10.6(b).

20. Evaluation and Comparison of Bids

20.1 The Institute will evaluate and compare only the Bids determined to be responsive in accordance with the clause 18 of this Tender document.

20.2 In evaluating the Bids, the Institute will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows:

(a) Making any correction for errors pursuant to Clause 19; (b) Making appropriate adjustments to reflect discounts or other price modifications offered in

accordance with Clause 15. 20.3 The bid will undergo a four stage processing; viz.

(1) Checking the Essential Requirements and Issuing the Bid documents; (2) Accepting the Bid documents; (3) Examining the Technical Part; (4) Examining the Financial Part.

20.4 Submission of the Tender Documents

(a) The following documents must be submitted along with the Bid. If any of the documents mentioned below is missing, the bid shall be rejected.

Sl Description Documents

submitted (Mention

Yes or No) 1 Copy of the Valid licence as mandated under Private Security Agencies

Regulation Act

2 Copy of Registration/Licence under M.P.Shops & Establishments Act, 1958 (or an application to give time to furnish this licence within 30 days of grant of award).

3 Currently valid Labour License issued by the Labour Commissioner under Contract Labour (Regulation & Abolition) Act, 1970.

4 Currently valid Registration Certificate with the Provident Fund Commissioner under Employees Provident Fund & Miscellaneous Provisions Act, 1952.

5 Copy of any one Annual EPF Inspection Report conducted anytime during the last five financial years i.e.2012.-2013 to 2016-2017. In case of adverse observations by EPF authorities during inspection, the proof regarding compliance must be enclosed

6 Copy of currently valid Registration certificate issued by ESIC.

7 Copies of one ESI Inspection Report conducted anytime during the last five financial years i.e. 2012-2013 to 2016-2017. In case of adverse observations by ESIC authorities during inspection, the proof regarding compliance must be enclosed.

8 Currently valid registration with Service Tax Authorities for Service Tax under Security Services /GSTIN registration.

9 The Gross receipts from security services should be at least Rs125 lakhs for each last two financial year i.e. 2015-16 & 2016-17.The Gross receipts should be reflected in service tax return filed for 2015-16 & 2016-17 under security services or a certificate from the employer mentioning total amount received under security services in each year 2015-16 & 2016-17 should be attached

10 Copies of work orders / Security Service contracts for the year 2015-16 and 2016-17showing evidence of employing more than 50 Security personnel individually or cumulatively to any Central Govt/State

Page 15: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 15

Govt./PSUs/Autonomous Institutions of GoI/State.

11 Attested copies of the relevant documents and documentary evidences in support of para 21.2 and 21.4 of the technical bid evaluation.

12 Complete set of tender document duly signed by the Bidder or his authorised signatory on every page

13 Photocopy of PAN Card

14 Tender document Cost of Rs.2000/- (Rs. One thousand only) by way of Demand Draft or Banker’s Cheque from any Nationalised Indian Bank in favour of Director, IIFM payable at Bhopal

15 EMD of Rs.4,00,000/- (Rupees Four lakh only) by way of Demand Draft or Banker’s Cheque from any Nationalised Indian Bank in favour of Director, IIFM payable at Bhopal

Note : (I) If the bidder fails to submit any of the above documents, the bid is liable to be rejected and if any bidder is found to have submitted forged/manipulated documents, the bid will be summarily rejected. (ii) All enclosures must be paginated in sequential order. Loose documents must not be submitted

(b) The bidders are free to revise the bid before the prescribed date and time by re-submitting all the three envelopes put in a bigger envelope superscribing as ‘MODIFIED BID’ along with fresh tender document fee of Rs.2000/-. In the event of such modification, only the ‘MODIFIED BID’ will be considered.

(c) If the bidders want to withdraw the bid before the due date and time, they can do so by submitting an application to that effect in an envelope superscribed as ‘WITHDRAWAL OF BID’. In such case, such bid will not be opened.

[

20.5 Evaluation of Technical Part

The Technical Bid will be evaluated on the basis of documents listed in 20.4 (a).

20.6 Examining the Financial Part - Only those Bid which qualify the Technical Part will be considered for examination of the Financial Part.

21. TECHNICAL BID EVALUATION (SEGREGATED TYPE)

21.1 The Client shall follow two bid system where the technical bid and financial bid shall be evaluated

separately. 21.2 The tendering evaluation shall be done on weightage with 60% to Technical Evaluation and 40% to

financial evaluation. 21.3 The technical bid evaluation shall be done based on the following criteria: 21.4 During the technical evaluation stage, each bidder shall be assigned different marks out of a total of

100 marks, as per the criteria specified below: (i) Number of years in Operations (as per PASARA) Max 25 Marks (a) More than 5 years and upto 7 years 10 Marks (b) More than 7 years and upto 10 years 15 Marks (c) More than 10 years and upto 13 years 20 Marks (d) More than 13 years 25 Marks (ii) Gross receipts from security services (average of FY 2015-16 & 2016-17) Max. 25

Marks (a) More than 1.25 crores and upto 2.5 Crores 10 Marks (b) More than 2.5 crores and upto 3.5 crores 15 Marks (c) More than 3.5 crores and upto 4.5 crores 20 Marks (d) More than 4.5 crores 25 Marks (iii) Number of Manpower on roll (in govt organisations in FY 15-16 &16-17) Max. 25

Marks (a) More than 50 and upto 100 10 Marks (b) More than 100 and upto 150 15 Marks (c) More than 150 and upto 200 20 Marks (d) More than 200 25 Marks

Page 16: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 16

(iv) Experience in government agencies or its autonomous bodies or central/state govt.

institutions in F.Y.2015-16 &2016-17 Max. 25 Marks (a) 4 – 6 organisation 10 Marks

(b) 6- 8 Organizations 15 Marks (c) 8 – 10 Organizations 20 Marks (d) More than 10 Organizations 25 Marks

21.5 A Bidder should secure mandatorily a minimum of 50% marks (i.e. 50 marks out of total 100 marks as per para 2.1.2) in Technical Evaluation in order to be a qualified bidder for being eligible for Technical weightage and subsequently for opening of financial bids.

21.6 The total marks obtained by a Bidder in the technical bid (as per 21.2) shall be allocated 60% of

technical weightage and the financial bids shall be allocated 40% of the financial weightage, and thereby making a total of 100% weightage for the complete bidding.

Illustration 1 (for Technical Weightage)

If a Bidder has secured 80 marks out of the total 100 marks in technical evaluation after following para21.2, his technical evaluation value shall be: 48 i.e. {80 x 60%)

21.7 The Bidder shall be required to produce attested copies of the relevant documents in support of

21.2 in addition to the documentary evidences of para 2.1 for being considered during technical evaluation.

21.8 A substantially responsive bid shall be one that meets the requirements of the bidding document in

totality i.e. by following the procedures of para 21.1 to 21.9. The technical bid not meeting the minimum requirements as per the tender documents shall be rejected and their financial proposals will be returned unopened.

(i) The responsiveness of the bid, i.e; receipts of duly filled, signed and accepted bid documents in

complete form, including Authorisation letter. (ii) Receipt of valid EMD with requisite amount in acceptable format. (iii) Documents in proof of meeting the minimum eligibility criteria. (iv) Any other documents as required to support the responsiveness of the bidder, as per tender.

21.9 The bidder who qualified in the technical evaluation stage shall only be called for opening of

financial bids. The institute shall intimate the bidders, the time/ venue for the financial Bid opening in written communication.

22. FINANCIAL BID OPENING PROCEDURE

22.1 The Financial Bids of all the technically qualified Bidders shall be opened on the appointed date and time in presence of the qualified bidders/their authorized representatives, who choose to be present at the time of opening of the financial bids.

22.2 All the technically qualified bidders/their authorized representatives present at the time of opening

of the Financial Bids shall be required to submit the Authorisation letter from their Companies and shall be asked to sign on all the sealed envelopes containing the Financial Bid.

22.3 Any bidder objecting to the same shall be disqualified and his financial bid shall be returned on the

spot. 22.4 Absence of bidders or their authorized representatives shall not impair the legality of the process. 22.5 The financial bid price, as indicated in the financial bid submission form of each bidder shall be

read out on the spot, however, it shall be clearly stated that the final financial bid prices would be arrived at after detailed scrutiny/correction of arithmetical error in the financial bid.

22.6 Mere becoming the lowest bidder, prior to financial bid scrutiny will not give any right to the Lowest

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

Page 17: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 17

23. FINANCIAL BID EVALUATION AND DETERMINATION OF THE SUCCESSFUL BIDDER

23.1 The financial evaluation shall be carried out and financial bids of all the bidders shall be given 40%

of weightage. 23.2 The Bidder with the lowest bid Prices (L1) shall be assigned full 40 marks (i.e. 40% x 100) and his

total scores of the bid shall be as per Illustration 2 below:

Illustration 2

If the Bidder at Illustration 1 is L-1 Bidder and quoted Rs.100/- for being L-1, then his total value shall be 88 i.e. (48 Technical Value + 40 Financial Value)

23.3 The financial scores of the other bidders (i.e. L-2, L-3…ad so on) shall be computed as under and

as explained at Illustration 3 below: 40 x Lowest Value (L-1 Price) / Quoted Value (L-2 OR L3..)

Illustration 3

If the Bidder at Illustration 1 is L-2 Bidder and he quoted Rs.125, therefore 40% being the weighted value, the financial scores for L-2 shall be computed as under

40 x 100 (lowest prices-L1) / 125 (quoted prices – L2) = 32 (financial score) Therefore L-2 Bidder shall have total value of 80 (48 Technical Value + 32 Financial Value) 23.4 The Bidders’ ranking shall be arranged depending on the marks obtained by each of the

bidder both in Technical Evaluation and Financial Evaluation. 23.5 The Bidder meeting the minimum eligibility criteria and with the highest marks/ rank (i.e.

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

23.6 If there is a discrepancy between words and figures, the amount in words shall prevail. 23.7 Financial bid will be evaluated of the basis of service charge quoted by the bidder as

all other components are mandatory and it will be uniform for all the bidders.

F. AWARD OF CONTRACT

24. Award Criteria

24.1 The Institute shall award the contract within the bid validity period mentioned in the relevant clauses in this document or as extended by the Institute.

25. Notification of Award and Signing of Agreement.

25.1 The Bidder whose Bid has been accepted will be notified of the award by the Institute prior to expiration of the Bid validity period by registered letter. This letter will state the sum that the Institute will pay the Contractor in consideration of the execution, completion and maintenance of the Services provided by the Contractor as prescribed in the Contract (hereinafter and in the Contract called the “Contract Price”).

25.2 The notification of award will constitute the formation of the Contract subject to the furnishing

of a performance security in accordance with the provisions in this document. 25.3 An agreement in the form given in this document will be signed between the CAO and the

successful bidder incorporating all correspondence between the Institute and the successful Bidder. This tender document will be a part of the agreement and all terms and conditions

Page 18: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 18

mentioned herein will be part of the terms and conditions in the agreement. The successful Bidder will furnish the performance security guarantee within 28 days of entering the agreement.

25.4 Upon the furnishing of the Performance Security guarantee by the successful Bidder, the

Institute will promptly notify the other Bidders that their Bids have been unsuccessful and release their Bid security.

26. Performance Security Deposit

26.1 Within 30 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver the Security Deposit to the CAO of a sum of equivalent to 10% of the annual contract price or Rs.10.00 lakh, whichever is higher, payable to the Director, IIFM, Bhopal in the form of Demand Draft or Banker’s Cheque or FDR issued by a Nationalized Indian Bank for a validity period of 25 months from the date of commencement of contract, duly discharged and endorsed in favour of Director, IIFM.

26.2 Failure of the successful Bidder to comply with the requirements of any clause of this document shall constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest Money Deposit or the Performance Security Guarantee, as the case may be.

27. Corrupt or Fraudulent Practices

27.1 The Institute requires that Bidders/ Contractors under this contract observe the highest

standard of transparency and ethical behavior and does not engage in corrupt and fraudulent practices during procurement and execution of this contract. In pursuance of this policy, the Institute:

a. defines, for the purpose of these provisions, the terms set forth below as follows:

i. “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

ii. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Institute, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Institute of the benefits of free and open competition.

b. will reject a proposal for award of work if he determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

c. will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a contract/contracts if he at any time determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract.

Page 19: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 19

SECTION 2

GENERAL CONDITIONS OF CONTRACT

A. General

1. Definitions Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. The Completion Date is the date of completion of the Services as certified by the Institute or its nominee in accordance with Section 2, Sub Clause 39.1. The Contract is the contract between the Institute’s nominee and the Contractor to execute, complete and maintain the Services. It consists of all the documents listed in Section 2, Clause 2.3 below. The Contract Data defines the documents and other information which comprise the Contract The Contractor / Agency is a person or corporate body, whose Bid to carry out the Services has been accepted by the Institute. The Contractor’s Bid is the completed Bidding document submitted by the Contractor to the Institute. The Contract Price is the price stated in the letter of acceptance and thereafter as adjusted in accordance with the provisions of the Contract. Days are duty day beginning from 7:00 a.m. of a calendar day to 7:00 a.m. of next calendar day. Accordingly, a duty month shall commence from 7:00 a.m. of the first date of the month to 7:00 a.m. of the first date of the next month.

A Defect is any part of the Services not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the Completion Date. Institute means Indian Institute of Forest Management, Nehru Nagar, Bhopal

The Institute is the party, who will employ the Contractor to carry out the Services.

Institute’s Nominee or CAO – Is the officer nominated by the Director for executing the contract (here the Chief Administrative Officer or C.A.O. of IIFM).

Security Officer or S.O. is the person named as Security Officer by the institute, who is responsible for supervising the Contractor, administering the Contract, certifying payments due to the Contractor, issuing and valuing Variations to the Contract, awarding extensions of time and valuing the Compensation Events.

Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to execute the Services.

The Initial Contract Price is the Contract Price listed in the Institute’s Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Services. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Institute or its nominee by issuing an extension of time.

Material are all supplies, including consumables, used by the contractor for execution of the Services. The Site is the area defined as such in the Contract document.

Page 20: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 20

Specification means the Specification of the Services included in the Contract and any modification or addition made or approved by the Institute or its nominee. The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the Services. It does not necessarily coincide with any of the Site Possession Date. Service Charge Component – means the percentage of wage component quoted by the bidder in financial bid. A Variation is an instruction given by the Institute or its nominee which varies the Services. Wage Component – means the wage related part of the financial bid as described therein. The Services are what the Contract requires from the Contractor to execute to the Institute as defined in the Contract document.

The Trained Work Person are those personnel employed / proposed to be employed by the Contractor at the Site, who have participated and are in possession of a valid Competency Certificate.

Over Time (O.T.) is the time of Duty performed by any security personnel over and above the duration of their own shift of 8 hours within 24 hours of a duty cycle of that day.

Security Deposit (SD) means performance security guarantee and vice-versa.

B. General Conditions 1. The party who has been provider of security services to IIFM earlier and if their services have

been found violating terms of contract very frequently and were penalized for the same for a cumulative sum equivalent to 10% or more of the annual service contract or more in any one financial year or have been found giving/using false information/fraudulent tactics during execution/ participation in tender process in any of the earlier occasions, will not be considered in the tender process, even if the term of their contract was not terminated/ Agency’s participation was rejected.

2. In case of a tie (a case of more than one tenderers quoting the same prices in the financial bids) of offers, the party having more experience of service provider in Govt./ autonomous organizations will be preferred.

3. Experience certificate of satisfactory completion of services provided by the Govt./ Semi Govt. /Undertakings, Autonomous Institutions for last three years with similar nature and quantity of work will only be considered for cases of tie stated above.

4. The Director IIFM will have the sole authority to impose / relax the terms and conditions contained in the tender document and to take appropriate decision related with this contract, if needed.

5. The selected Security Agency will be required to furnish the details about the security guards / employees containing name, address, mobile number, photo identity and bank account number with their latest photograph for record. The contractor will also be required to furnish certificate from nearest / concerned police station about non involvement of these personnel in criminal and/or police proceedings.

6. All Security Personnel will be engaged only after due verifications of the credentials of the

personnel.

7. The security personnel already approved by the institute should not be changed without prior approval of the Institute.

8. The owner of the security agency / a senior representative authorized by them must visit the

Institute twice a week to conduct surprise check and inspect the quality of services. He must also get first hand feedback from the Security Officer/ Chief Administrative Officer of the Institute.

Page 21: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 21

9. The security agency will be required to ensure proper checking of the outgoing items from Institute from the beginning of loading of the items, so as to avoid any confusion resulting into unloading and rechecking at the Main Gate.

9- Copy of ECR,e-Challans and Salary/wages register reflecting P.F.deductions should be submitted alongwith the Bills.Institute may ask any Security Personnel at random to check whether the dues are being deposited by the contractor fully without any manipulation/misappropriation.The agency should ensure to give annual statement of accounts to all the workers/employees.The agency should also ensure that e Passbooks given to all workers/employees from EPFO website.

10. The agency has to install a biometric attendance machine at its own cost for recording

the attendance of the manpower deployed and this attendance will be basis for payment of wages to the deployed manpower.

11. In case of non-functioning of biometric machine, physical form attendance should be

maintained with the counter signature of the Security Officer of the Institute. 12. In case of non-functioning of bio-metric machine, it should be repaired within 48 hours

and the attendance should be recorded in the machine.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means

female or neuter and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Institute or its nominee will provide instructions clarifying queries about the Conditions of Contract.

2.2 This Tender document and all terms and conditions mentioned herein will form a part of the

agreement of the contract for security and fire management services in the institute.

3. Language and Law

3.1 The language of the Contract is English and the law governing the Contract is Indian

Contract Act and other statutory regulations coming under the purview of constitution of India.

4 Institute or its nominee’s Decisions

4.1 Except where otherwise specifically stated, the Institute or its nominee will decide contractual matters between the Institute and the Contractor.

5 Delegation

5.1 The Institute or its nominee may delegate any of the duties and responsibilities to other people like the Security Officer (S.O.) after notifying the Contractor and may cancel any such delegation after notifying the Contractor.

6 Communications

6.1 Communications between parties, which are referred to in the conditions are effective only when in writing as well as verbally.

7. Personnel

7.1 The contractor shall employ only those security guards who have undergone security training and they will submit a list of such personnel to the Security Officer.

Page 22: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 22

7.2 The Contractor shall employ only those security and fire management personnel, which are

approved by the institute.

7.3 If the Institute or its nominee asks the Contractor to remove a security personnel, the Contractor shall ensure that the person leaves the site within one day and has no further connections with the work in the contract. In such event, the contractor will make suitable replacement to compensate such gap.

8. Institute’s and Contractor’s Risks

8.1 The Institute carries the risks, which this Contract states are Institute’s risks and the Contractor carries the risks, which this Contract states are Contractor’s risks.

9. Institute’s Risks

9.1 The Institutes risks are -

a. any operation of the forces of nature like floods, tornadoes, earthquakes and landslides etc. or the Hand of God (in so far as it occurs on the Site), which an experienced contractor:

i. could not have reasonably foreseen, or ii. could reasonably have foreseen, but against which he could not reasonably have taken

at least one of the following measures:

(A) to prevent loss or damage to physical property occurring by taking appropriate measures, or (B) to insure against.

10. Contractor’s Risks

10.1 All risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks as stated in clause 9.1 above are the responsibility of the Contractor.

11. Insurance

11.1 All the employee of the contractor shall have to be covered under ESI scheme. The contractor shall provide such insurance cover for complete contract period for the following event, which are due to the Contractor’s risk:

a. loss of or damage to Equipment used for the services; and b. personal injury or death.

11.2 Copies of policies and certificates for insurance shall be delivered by the Contractor to the Institute through its Security Officer within 30 days of starting the contract. All such insurances shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

11.3 If the Contractor does not provide any of the policies and certificates required, the Institute may effect the insurance, which the Contractor should have provided and recover the premiums the Institute has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

11.4 Alterations to the terms of an insurance shall not be made without the approval of the Institute or its nominee.

11.5 Both parties shall comply with all conditions of the insurance policies.

12. Site Visit

12.1 The Contractor shall submit the bid based on his security plan, prepared by him after visiting the site in the campus as well as its residential colony. This security plan be submitted as a Technical Bid Document.

Page 23: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 23

13. Queries about the Contract Document

13.1 The Institute or its nominee will clarify queries on the Contract Document.

14 Contractor to Execute the Services

14.1 The Contractor shall execute the Services in accordance with the Specifications, Area of scope and schedule of requirement.

15 The Services to Be Completed by the Intended Completion Date

15.1 The Contractor may commence execution of the Services on the Start Date and shall carry out the Services in accordance with the security plan submitted by the Contractor and as updated with the approval of the Institute or its nominee, and complete them by the Intended Completion Date.

16 Safety

16.1 The Contractor shall be responsible for the safety of all activities on both the premises of the institute.

17 Possession of the Site

17.1 The Institute shall give possession of all parts of the Site to the Contractor, free from encumbrances.

18 Access to the Site

18.1 The Contractor shall allow the Institute or its nominee and any person authorized by the Institute or its nominee access to the Site to any place where the services in connection with the contract are being rendered by the agency.

19 Instructions

19.1 The Contractor shall carry out all instructions of the Institute or its nominee or the Security

Officer, which comply with this document.

20 Settlement of Disputes

20.1 Any dispute between the parties to the agreement shall be finalized by mutual negotiation.

20.2 In case, amicable solutions/settlements could not be arrived at at the end of such negotiations, any of the parties can appeal to the Director, IIFM and his decision shall be final and binding on both the parties

B. TIME CONTROL

21 Security Plan

21.1 Within the time stated in the Contract Document, the Contractor shall submit a security plan showing the general methods, arrangements, order, and timing for all the activities in the Services to the Institute or its nominee for approval. The plan would include a vulnerability mapping wherein the strategy to counter past security lapses are taken care of and sensitive locations are adequately covered.

Page 24: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 24

21.2 The Contractor may revise the plan and submit it again to the Institute or its nominee for approval. A revised plan is to show the effect of variations and its effectiveness.

22 Extension of the Intended Completion Date

22.1 The duration of this Contract shall be for a period of one year with effect from the commencement of the contract. It may be extended for another two years on yearly basis based on performance of the Agency as decided by the Institute. However, the period of contract may further be extended by the Institute on mutual consent, if need arises. The successful bidder shall be expected to provide the services during the specified contract period on Annual Contract Basis as described in the contract document.

23 Delays Ordered by the Institute

23.1 The Institute or its Security Officer may instruct the Contractor to delay the start or progress of any activity within the area of scope.

24 Management Meetings

24.1 Either the Institute or its nominee or the Security Officer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans to deal with matters raised in accordance with the early warning procedure.

25 Early Warning

25.1 The Contractor is to warn the Institute at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the services.

25.2 The Contractor shall cooperate and effectively coordinate with the Institute in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Institute or its nominee.

C. QUALITY CONTROL

26 Identifying Shortcomings

26.1 The Institute or its nominee or the Security Officer shall check the Contractor’s services and notify the Contractor of any /deficiencies that are found. Such checking shall not affect the Contractor’s responsibilities. The Institute or its nominee may instruct the Contractor to search for a Defect and to uncover and rectify any service that the Institute or its nominee considers may have a defect/ deficiency.

27 Correction of Shortcomings

27.1 The Institute or its nominee shall give notice to the Contractor for any shortcomings in the services in writing or verbal.

27.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect / deficiency within the length of time specified by the Institute or its nominee’s or the Security Officer’s notice.

D. COST CONTROL

28 Bill of Quantities

Page 25: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 25

28.1 The Bill of Quantities shall contain items for the security services to be rendered by the Contractor including fulfillment of statuary requirements as contemplated in Special Condition of the Contract of this document. This should adhere to all provisions contained in the Minimum Wages Act, Contract Labour (Regulation & Abolition) Act, Private Security Agency (Regulation) Act, 2005, EPF & Miscellaneous Provisions Act, ESIC Act and/or any other statutory Regulations and taxes and other levies to be paid to any government agency by the contractor in executing the work under this contract.

28.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantities of the actual services rendered at the rate in the Bill of Quantities for each item on monthly basis.

29 Certificates for Payment

29.1 The Contractor shall submit to the Institute or its nominee monthly Bill of the services completed showing the actual figures of wages, PF Contribution, ESI contribution etc. of individual employees. Evidence needs to be provided regarding credit of the wages in the staff’s bank account (bank statement) and PF and ESI contribution (GoI website printout)

29.2 The Institute or its nominee or the Security Officer shall check the Contractors’ monthly Bill within 7 days from the date of submission and certify the amount to be paid to the Contractor after taking into account any credit or debit for the month in question.

29.3 The value of services executed shall be determined by the Institute or its nominee or the Security Officer based on actual services provided.

29.4 The value of services executed shall comprise the value of the quantities of the items completed in the Bill of quantities as per the service charges mentioned in the work order.

30 Payments of Wages

a. Payments to the Contractor

30.1 Bills shall be prepared and submitted by the Contractor.

30.2 Bill amount shall usually be paid within 14 days of submission of the bill.

30.3 Contractor shall submit bill for the final month within 15 days from the date of indented completion period. Institute or its nominee shall check the bill within 7 days after its receipt and return the bill to Contractor for corrections in respect of production of documentary proof for payment of bonus to the security personnel during the contract period and compliances of other statutory liability which comes under the contract during contract period.

30.4 The contractor should re-submit the bill, with corrections within 10 days of its return by the Institute or its nominee. The re-submitted bill shall be checked and paid within 7 days of its receipt.

30.5 Items of the Services, which are not included as part of service charge by the bidder, will not be paid by the Institute and shall be deemed to be covered by the prices in the Contract.

b. Payment of wages and other benefits to the workers/employees 30.6 The bill should be raised by the agency based on the security staff actually present and not on

the basis of the expected deployment.

30.7 The wages and other payments to the workers should be made only through

online payments to their respective accounts or through crossed cheque in the name of the respective workers. No cash payments or payment through bearer cheque will be made.

Page 26: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 26

30.8 The payment made to the workers through the above mode as per 30.6 and

30.7 must be tallied with the statement of wages submitted alongwith the bill by the contractor.

30.9 The PF contributions and the ESI contributions made should also be tallying with the statement of wages submitted alongwith the bill by the contractor.

31 Tax

31.1 The rates quoted by the Contractor shall be deemed to be inclusive of all the taxes (excluding service tax) that the Contractor will have to pay for the performance of this Contract. The Institute will perform such duties in regard to the deduction of taxes at source as per applicable law.

32 Price Adjustment

32.1 Subsequent Legislation

If, after the date 30 (Thirty) days prior to the date for submission of bid for the contract there occur changes due to any National or State Statute, Ordinance or Decree or other Law or any regulation or bye laws of any local or other duly constituted authority or introduction of any such state statute, which causes additional or reduced cost to the contractor in execution of the contract, such additional or reduced cost shall, after due consultation with the Institute and the contractor be determined by the Institute or its nominee and shall be added to or deducted from the contract price and the Institute or its nominee shall notify the contractor accordingly with a copy to the Institute.

33 Service Execution Procedure

33.1 Upon award of the contract, the contractor will submit the list of security personnel intended to

be deployed in the institute premises under this contract. This list will consist of

a) In the case of ESM and personnel from Central Para Military Forces and CPOs, name of the personnel, his rank, service number while he was in service, date of birth, date of discharge from the service, photograph and a copy of the discharge book/pension pay order (PPO).

b) In the case of civilian security and fire management personnel, the name, date of birth, photograph, educational qualification, copy of the police verification done and training certificate by the agency.

c) Certificate about non involvement of ESM and Civilian guards, both, in any criminal and

police proceedings.

33.2 The Security Officer of the Institute will examine these documents and deployment of personnel shall be finalized with the approval of the institute. The security personnel with desired physical fitness and sound health only should be employed.

33.3 The engaged personnel in no case be changed without prior permission and consent of the Security Officer of the Institute.

33.4 The security supervisor deployed in each shift of duty will report to the Institute’s Security Officer

on each day at the time as instructed by him. 33.5 The required number of security supervisors (ESM) should essentially be maintained.

Page 27: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 27

34 Liquidated Damage & Settlement of Disputes

34.1 The security services offered by the contractor are subject to supervision of the Security Officer or nominated person of the Institute. If any irregularity is observed, it will entail penalty as defined at “Penalty” clauses as under.

34.2 If the contractor fails to provide services of the Security personnel as per the requirement of the institute or if the contract is terminated as per Clause 42 Section 2 of this document due to any of the breaches committed by the Contractor, then the Institute shall not only be entitled to engage the services of some other Agency/ organisation but shall also be entitled to recover for the damages from the Contractor towards the loss sustained by the Institute due to such breach being committed by the Contractor and also towards the deficit Security personnel charges in engaging the services of other agency.

34.3 Any dispute between the parties to the agreement shall be finalized by mutual negotiations, which pertains to any interpretation of the terms and conditions of the agreement or with regard to any of the breaches contained under the agreement and or anything incidental thereto.

34.4 In case, no amicable settlement is arrived between the parties as to the dispute aforesaid then the said dispute shall be referred to the Arbitrator, which shall be appointed by the Director, IIFM and whose decision shall be final and binding on the parties and cannot be challenged save in accordance with the Arbitration & Conciliation Act, 1996. The jurisdiction of all Courts for the said purposes shall be Bhopal only.

34.5 In the event of imposition of penalty imposed by the Institute on the contractors by recovering

the security deposit or imposition of any liquidated damages as per the aforesaid Clause, then the said auction of the Institute shall not be a subject matter of arbitration and would fall within the expected matters out of the purview of the arbitration and no dispute could be referred either before Arbitration or before any other Court challenging the said action of the Institute of imposition of liquidated damages on the contractors by the Contractors.

35 Penalty 35.1 In case of failure in providing services as per terms and conditions of the contract agreement,

the penalty will be imposed as per respective clause 11 of Section 3.

36 Advance payment

36.1 The Institute shall not make any advance payment on any account to the contractor in any circumstances under this contract.

37 Security Deposits 37.1 Security deposit shall consist of performance security deposit to be submitted at award of the

work.

37.2 The Security deposit of 10% of the Annual Contract amount or Rs. 10.00 Lakhs, whichever is higher shall be provided by the Contractor to the Institute not later than 30 days from the letter of acceptance and shall be issued in the said amount in the form of a Demand Draft issued by a nationalized bank and denominated in Indian Rupees. The security deposit shall be valid for 14 months from the date of commencement of contract period.

37.3 The Security Deposit shall be released within 30 days after completion of contract period and upon submission of claim by the agency and issuance of no dues certificate by the Security Officer of the institute for final payment based on documentary proof about disbursement of bonus and fulfillment of other statutory requirements.

38 Loss due to theft, fraud or neglect

38.1 In case of loss or damage to the property of the Institute due to any theft or negligence of the security agency (contractor) during the currency of the contract, it shall be remedied by the

Page 28: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 28

Contractor at the Contractor’s cost, if the loss or damage arises from the Contractor’s acts or omissions.

E. FINISHING THE CONTRACT

39 Completion

39.1 After completion of the work, the contractor will serve a written notice to the Institute to this effect. The Institute or its nominee upon receipt of this notice shall conduct a complete joint survey of the services within 24 hours and prepare a list of loss(es), jointly. The losses pointed out by the Institute or its nominee would be rectified by the contractor immediately and thereafter acceptance report be signed jointly by the contractor and the Institute. This joint acceptance report shall be treated as ‘Completion Certificate’.

39.2 On completion/termination of the Contract, the Security Agency will ensure proper handing over the charge of the premises to the Appointed Security Agency/ Security Officer or nominated representative, before leaving the campus. Any failure to do so will lead to forfeiture of Security Deposit.

40 Taking Over

40.1The Agency shall take over the premises and the Services within 24 hours from the Institute’s

nominee or S.O., issuing the work order.

41 Final Account

41.1 The Contractor shall apply to the Institute or his nominee a detailed account of the total amount that the Contractor considers payable under the Contract. The Institute or its nominee shall issue a no dues Certificate and certify any final payment that is due to the Contractor within 7 days of receiving the Contractor's account, if it is correct and complete. If it is not, the Institute or its nominee shall issue within 7 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Institute or its nominee shall decide on the amount payable to the Contractor and issue a payment certificate, within 15 days of receiving the contractor’s revised account.

42 Termination

42.1 The Institute may terminate the Contract, if the contractor causes a fundamental breach of the Contract.

42.2 Fundamental breaches of Contract include, but shall not be limited to, the following:

(a) the Contractor stops work for one days, when no stoppage of services is instructed and the stoppage has not been authorized by the Institute or its nominee.

(b) the Contractor becomes bankrupt or goes into liquidation other than for a reconstruction restructure or amalgamation.

(c) the Institute or its nominee. gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Institute.

(d) if the Contractor, in the judgment of the Institute, has engaged in corrupt or fraudulent practices in competing for or in the executing the Contract.

For the purpose of this paragraph: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of

Page 29: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 29

the Institute, and includes collusive practice. Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Institute of the benefits of free and open competition.”

42.3 When the Institute gives notice of a breach of contract to the Contractor for a cause other than those listed under Sub Clause 42.2 above, the Institute shall decide whether the breach is fundamental or not.

42.4 If the Contract is terminated, the Contractor shall stop service immediately, make the Site safe and secure and leave the Site after ensuring proper handing over the charge, as soon as reasonably possible.

42.5 In the event of termination by the Institute, the security Deposit (performance guarantee) of the contractor shall be forfeited and balance period security services contract shall be undertaken at the risk and cost of the agency, till the new contract will be executed.

42.6 In case of non-compliance or breach of any terms of contract or unsatisfactory or inefficient servicing on the part of the Contractor, the Institute will be at liberty to revoke the contract without giving any notice or payment in lieu of notice.

42.7 Either party can terminate this contract by giving a notice of 60 days.

43 Payment upon Termination 43.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor,

the Institute or its nominee shall issue a certificate for the value of the services done, less Liquidated damages / penalty up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable laws and less the percentage to apply to the services not completed as indicated in the Contract Document. If the total amount due to the Institute exceeds any payment due to the Contractor, the difference shall be a debt payable to the Institute.

44 Performance of services in accordance to Specification

44.1 The Contractor shall perform the Services in accordance with the Specifications and the Schedule of Requirement, and carry out their obligations with all due diligence, efficiency, and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management professional techniques and practices, and employ appropriate advanced technology and safe methods. The Contractor shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Institute, and shall at all times support and safeguard the Institute's legitimate interests.

F. SPECIAL CONDITIONS OF CONTRACT

45 LABOUR

45.1 The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and security personnel, local or otherwise, and for their payment, housing, feeding and transport. The Contractor shall, if required by the Institute or its nominee, deliver to the Institute or its nominee a return in detail, in such form and at such intervals as the Institute or its nominee may prescribe, showing the staff and the numbers of the several classes of security personnel employed by the Contractor in the Institute from time to time and such other information as the Institute or its nominee may require.

46 COMPLIANCE WITH LABOUR REGULATIONS

46.1 During continuance of the contract, the Contractor shall abide at all times by all existing labour enactment and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or Central Government or the local authority. Salient features of some of the

Page 30: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 30

major labour laws that are applicable to industry are given below. The Contractor shall keep the Institute indemnified in case any action is taken against the Institute by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Institute is caused to pay or reimburse such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/ regulations including amendments, if any, on the part of the Contractor, the Institute or its nominee/S.O. shall have the right to deduct any money due to the Contractor including his amount of performance guarantee. The Institute or its nominee shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Institute. The employees of the Contractor in no case shall be treated as the employees of the Institute or Institute at any point of time.

47 SALIENT FEATURES OF SOME MAJOR LAWS APPLICABLE TO ESTABLISHMENTS :

47.1 The Bidder will have to comply with all the provisions and requirements of the statutory

regulations like Contract Labour (Regulation & Abolition) Act, 1970, Employees Provident Fund & Miscellaneous Provisions Act, Minimum Wages Act, Private Security Agencies (Regulation) Act, 2005 and/or any other such statutory requirements provided under any Act or Rule of the Union of India, Government of Madhya Pradesh or any Local Administrative Bodies.

48. MISCELLANEOUS 48.1 The institute shall not accept or entertain any claim in the event of the agency’s employees

sustaining any injury, damage or loss either to person or property either inside or outside the institute. The agency should make necessary insurance arrangements for this purpose.

48.2 The workers/staff of the agency shall have nothing to do with the institute and shall have no

presumptive or any kind of right of absorption in institute services. 48.3 The agency’s employees who are deployed shall not claim any

benefit/compensation/absorption/regularization of services with the institute under provisions of Industrial Disputes Act, 1947 or Contract Labour (Regulation & Abolition) Act, 1970. Undertaking from the person to this effect will be required to be submitted by the agency to the institute.

Page 31: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 31

Section 3

SPECIFIC CONDITIONS OF CONTRACT

Security & Fire Management Services in the Institute Premises and its’ Residential Colony ‘Vanika’

1. SCOPE OF SERVICE

1.1 The Agency shall be entirely responsible for providing efficient and reliable security including fire management services. The security agency shall perform the services as per the terms and conditions contained in this tender document and shall deploy only properly trained and qualified security personnel in the form and manner described in this tender document.

1.2 The Agency shall be entirely responsible to safeguard the security of the premises and properties of the Institute at all times round the clock and provide services during the entire period of the contract including the extended period, if any.

1.3 The Agency shall be entirely responsible for ensuring that only authorized persons are allowed to enter the Premises of the institute and maintain necessary records for the same. The security personnel deployed by the contractor should be physically fit to provide efficient security cover to the institute and also should be qualified to read and write any orders/ documents related to security and should be trained enough to maintain its’ records.

1.4 The Agency shall be entirely responsible to ensure that only persons authorized by the Institute are allowed to operate/repair/maintain the equipments at the premises and that no such equipment, machinery or any part thereof any property is removed out of the premises except with written permission of the Institute.

1.5 The Agency shall be entirely responsible to search persons/vehicles entering and leaving Institute for any material on the body or in possession.

1.6 The Agency shall be entirely responsible to furnish proactively and periodically security and intelligence information relevant for the security in and around the premises.

1.7 The Agency shall submit daily duty chart of Security Guards and Supervisors to the Institute regularly through the Security Officer of the Institute.

1.8 The Agency shall execute the service and discharge their obligations to the entire satisfaction of the Institute and in accordance with the directions and specific instructions as may be issued from time to time by the Institute through its nominee/ Security Officer.

1.9 The Agency shall act diligently and take appropriate action, in case of fire or any other calamity, theft, etc. and to prevent it from further damage and keep the appropriate authorities informed.

1.10. The Agency shall entirely be responsible for operation and up keeping of all fire fighting

systems and equipments of the institute. 1.11. The agency shall be responsible for opening/closing of the offices and rooms as

necessitated/directed by the Institute officers/officials on working days and holidays. On holidays and at non-office hours, if any room is opened, a request should be obtained from the concerned personnel and the matter should be entered into the Room Opening Register with signature of the concerned applicant and that of the security guard (key holder) with time of opening and time of closing.

1.12 There shall be no entry of animals (dogs, pigs, cows and buffaloes etc) in the Vanika Campus. It is the responsibility of the Security contractor to ensure it.

1.13 The agency shall also ensure that its activities do not in any manner disturb officials, staff of the institute. The agency shall be responsible for the conduct and behaviour of its employees. The employees deployed shall observe office discipline and decorum.

Page 32: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 32

2. SECURITY PERSONNEL 2.1 The Agency shall be entirely responsible for providing efficient and reliable security services.

The Security personnel put in-charge of the security of the Institute or ‘Vanika’ shall be the employees of the Agency only and no sub-contractor and his services shall be allowed under this contract.

2.2 The Agency shall deploy only properly trained and physically fit security personnel. The

security personnel will be as per the requirements mentioned in Section 4 (Schedule of Requirements). The age of security personnel should be as mentioned in Section 1 para 2 (Eligibility).

2.3 The personnel should be trained from a recognised agency/body/institute as security guards

and fire management activities. Similarly, if specifically asked by the Institute, an refresher training should be imparted to these personnel to meet the specific requirements of managing the security and fire management system in this institute. Such trainings shall be imparted by the Agency on its own cost.

2.4 A list containing name, address, and photo identity of all the Security personnel deployed by

the Agency in the Institute premises will be submitted to the Institute by the Agency, as mentioned in clause No.33 of Section 2 (Service Execution Procedure) of this Tender Document. No personnel other than the above will be deployed.

2.5 The Security Guards and Security Supervisor must posses the following qualifications:

(a) Security Guards:

• Should have passed minimum Xth standard and also should be able to read and write Hindi and English.

• Must have undergone security guard training from a recognised agency/body/institute.

• ESM guards should be less than 60 years of age and civilian guards should be between 18 and 50 years of age. All guards must be physically fit to perform security guard duties.

(b) Security Supervisor

• He should possess minimum educational qualification of HSSC.

• Should be less than 65 years of age.

• Should be an Ex-Serviceman / CPMFs / CPOs preferably not below the rank of JCO or equivalent not from NCE’s trades.

• Should have good knowledge of Security Systems and be able to control the Security guards, movement of goods, personnel and transport vehicles.

• Should be able to gather information on security matters of the Institute.

• Should be well versed in fire fighting, disaster management and be able to advise and train security guards deployed on matters relating to first-aid, fire fighting and security.

• Should take rounds and be able to detect security loopholes, assess fire threats and be able to take preventive measures.

• Should be physically fit to carry out physical check of the entire perimeter of the Main campus and Vanika Colony at least once a day during his shift period.

2.6 The Agency must deploy the minimum number of security personnel as mentioned in the

Schedule of Requirement at Section 4 of this Tender document. The Supervisor in the concerned shift will report the Security and Fire Management status to the Security Officer daily in the first half of each day and as and when called for.

2.7 The Agency must provide weekly holidays, leave and other national holidays to the security

personnel so employed and must maintain sufficient number of work force to provide for such leaves and holidays. The proof of having given such leaves and holidays must be submitted to the institute periodically and as and when called for. Any failure in adhering to this condition

Page 33: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 33

will be treated as violation of the contract and suitable penal action will be initiated. For this purpose the Agency will maintain a list of reserve personnel not less than 20% of its total employed personnel deployed in the Institute.

2.8 Before engaging any personnel, the Agency should get his antecedents verified by the

police/authorized agency and fitness ascertained by a competent medical authority. 2.9 The Agency shall immediately remove and replace any security personnel, on duty or

otherwise, found under the influence of any drug or intoxicants or found guilty of conduct unbecoming of a security personnel and shall take such other action as may be required under the circumstances and any violation of this condition may result into cancellation of agreement.

2.10 No person, who has been convicted by the competent court or who has been dismissed or

removed on ground of misconduct or moral turpitude while serving in any of the armed forces of the Union or Central or State Government, shall be deployed.

2.11 In case, the Agency desires to avail canteen facilities maintained by the Institute, the

Contractor shall do so only with the permission and on such terms and conditions as may be fixed by the institute or its nominee.

2.12 The Institute shall not, in any manner, be responsible for any act, negligence, default,

omission of any personnel engaged by the Contractor and no claim in this respect will lie against the Institute. However, if any such claim is made against the Institute, the agency shall indemnify / reimburse the Institute against all the money paid and expenses incurred by the Institute.

2.13 All personnel deployed by the agency shall at all time be medically fit. The employees should

be supplied with proper uniform and identity card with photographs by the agency at its cost. Employees of the agency should be in prescribed uniform at all times during duty hours.

3. FIRE MANAGEMENT SERVICES 3.1 The Agency shall be entirely responsible for operation and up keeping of fire fighting system. 3.2 For this purpose the Agency shall engage minimum core security personnel who are trained

in fire fighting course while in service in any Institute run by Armed Forces or any other Authorised Institute.

3.3 The Agency shall upkeep the existing fire fighting equipments and system and keep them in

functional order at all times. However, arrangements for refilling of fire extinguishers shall be the responsibility of the Institute.

3.4 It shall be responsibility of the Agency to inform about any deficiency in fire fighting systems to

the Institute from time to time. The Institute shall make necessary arrangements accordingly. 3.5 The Agency shall make necessary mock fire drill at the Institute in coordination with the

Security Officer on periodical basis (at least once a month) specially during on-set of summer season.

3.6 In the event of outbreak of fire, the Agency will be required to control and put down the fire in an efficient manner in order to save any damage to the property and prevent injury to the persons of the institute.

4. ARMED GUARD (GUNMAN)

4.1 The security agency shall provide the armed security guards having licensed weapons, to be deployed at sensitive areas, as and when required by the institute. The information in this

Page 34: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 34

regard will be sent to the local police station by the security agency. These armed personnel shall be provided by the agency on the prevailing DGR rates.

4.2 The Agency shall be entirely responsible to furnish a certificate, issued by the competent authority or person to the effect that the arms for which the particulars have been submitted are in perfect servicing condition, to the Institute.

4.3 The Agency will ensure to get the licenses of all the arms being used in the Premises renewed by the competent authority before expiry of their validity and inform the Institute immediately.

5. UNIFORM AND OTHER MATERIALS

5.1 The Agency shall provide and ensure that the security personnel on duty always wear proper uniform including headgear, accoutrements, belt and footwear etc. as prescribed by the Contractor and shall ensure that the guards are smartly turned out at all times. Such uniforms/badges of rank shall not be in any way same to those of Armed Forces/ Para Military Forces/ Police.

5.2 The institute expects that each security personnel be provided with the following :

a. Uniform (pants, shirts Boot and Cap) - 2 pairs every year.

b. Sweaters in winter - 1 number per year

c. Rain coat during monsoon – 1 number per year

d. Lathi, whistle and one search light.

e. a functional mobile hand set with contact details of emergency services, security supervisor, security agency and key personnel of the institute.

5.3 The Agency shall provide and ensure all such amenities/implements/kit to the security personnel as are required for a smooth and efficient execution of the duties.

5.4 The Security Personnel deployed by the Agency will be provided with materials like lathis, whistles, searchlight (with four cells) etc. to carry out the security related work satisfactorily by the Security Agency.

5.5 The Security Agency must provide to the personnel deployed in the institute necessary mobile

communication system at all duty points/beats at the contractor’s cost. 5.6 The Security agency must provide photo identity card to each security personnel employed

and the copy of the same should be submitted to the Institute. The security personnel must wear proper I.D. cards, while on duty.

6. COMMENCEMENT & COMPLETION OF SERVICE

6.1 The Agency will start service from the date as per award of the contract. The initial service contract shall be for a period of one year which may be extended for another one year based on performance of the Agency during this period which shall be decided by the Institute.

7. QUALITY OF SERVICE

7.1 It will be the responsibility of the Agency to maintain the high standard of security services in the premises.

7.2 In case of any mishap within the premises of the Institute, the security personnel deployed on duty will take necessary action immediately and shall also inform about the same to the Security Officer, who in turn will take appropriate action accordingly. In case, the matter is

Page 35: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 35

required to be reported to the Police, the same shall be done by the Security Officer or in exceptional cases by the Contractor on the instruction of the CAO/Security Officer.

7.3 The Institute may carry out regular checks regarding specific number of Security Guards provided at any specific place of duties. If there is any breach in the aforesaid, the CAO may impose a penalty by not paying for the services of that number of Security Guards not found on duty and for that number of Gunmen whose guns are found to be non-operational (if gunmen employed), as per penalty clause 11.4 stated below.

8. TERMS OF PAYMENTS

8.1 No advances including mobilization advance and secured advance will be paid to the agency.

8.2 Bill should be prepared and submitted by the agency in three copies along with the attendance sheet duly verified by Security Officer on day to day basis.

The Agency shall maintain proper account of payments including statutory benefit being given to the security personnel engaged in the Institute. The contractor will make the payment of wages and other benefits to the security personnel, so deployed in the premises of the institute only through Nationalized Indian Bank transactions and as per the amounts charged by the agency in its monthly bill submitted to the Institute. No cash transactions will be made by the contractor to its security personnel. The contractor must submit the proof of payments and statutory benefits being given to the security personnel deployed in the premises of the institute for the previous month along with the bill of the running month. The bill should be raised by the agency based on the security staff actually present and not on the basis of the expected deployment..

8.3 The Agency will make the payment of wages to the security personnel adhering to all statutory requirements such as Minimum Wages, provisions for Provident Fund, ESIC or any other obligations. The Agency will make the payment of wages to the Security Personnel by transfer of funds from the Bank Account of the Contractor to the Bank Account of the security personnel and furnish details in the format given in Annexure-A.

8.4 The Agency shall deposit EPF and ESI contribution and submit the photocopies of the challan/ returns of previous month and furnish respective information about EPF and ESI in the format prescribed by the Institute as per Annexure-B & C respectively along with running monthly bills.

9. WATER & ELECTRICITY

9.1 Water & Electricity will be provided by the Institute free of cost for the execution of services.

10. SAFETY MEASURE

10.1 The Agency shall abide the safety measures to perform the security services as per labour laws and norm prescribed by the concerned authority.

11. PENALTY 11.1 Any violation of the terms and conditions of this tender document, will

be treated as a breach of contract, and appropriate penalty will be imposed. Recurrence of imposition of penalty may lead to termination of the contract.

11.2 Any short coming is reported in provisioning of the security and fire

management services in the campus including Vanika will be considered as breach of contract. This may attract a monetary penalty of 10% of the equivalent amount of daily bill (base amount). This penalty will be recovered from the monthly bill of the contractor.

Page 36: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 36

11.3 If the contractor fails to deploy less than the requisite number of

security guards will also be considered breach of contract and will attract a penalty. An absence of more than 10 percent of requisite security guards on a particular day will be considered as breach of contract and a penalty equivalent to 1.5 times the daily wages of the number of less persons above 10 percent will be imposed.

11.4 The number of ESM personnel as stipulated at Section 4 (Schedule of

Requirements) shall be maintained by the contractor. If there is any breach of this condition, the institute shall, without prejudice to its other remedies under the contract, impose/deduct penalty @ 1.5 times of applicable wages per day per personnel.

11.5 The Institute shall release the payment to the agency only for

providing services of security personnel, on actual basis, for the minimum number of security personnel deployed in the institute’s premises as per section 4 (schedule of requirements).

11.6 The Security Officer shall have the authority to treat such guards

absent on duty, by making necessary entries in the guard book, if any personnel is found missing from the security post/ beat or found sleeping while on duty or found under the influence of any drug or intoxicants or found guilty of conduct unbecoming of a security personnel or found attempting to claim false attendance.

11.7 In the event of theft of any material/ property of the Institute, the

current depreciated value of the material/ property along with actual replacement cost (fitment/ installation costs, if applicable) will be recovered from the Contractor and the same will be deducted from the payment of next monthly bill. The difference in cost, if any, as per the final outcome/ settlement of the case will be settled at the time of completion of the contract.

11.8 Repeated instances of imposition of penalty may lead to termination of

the contract and forfeit the amount of Security Deposit by the Contractor.

11.9 This contract can be terminated by either parties by giving a

termination notice with minimum 60 days time indicating the reasons for such termination of contract.

Page 37: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 37

SECTION 4 SCHEDULE OF REQUIREMENTS

1. Area of Scope:

1.1 The Indian Institute of Forest Management requires to appoint an Agency, herein after called “Contractor” for providing and execution of security services including fire-fighting and fire management in the Institute premises at Nehru Nagar and its’ residential colony ‘Vanika’ at Kotra Sultanabad. The Indian Institute of Forest Management is situated at Nehru Nagar, Bhopal and its residential colony Vanika, at Kotra Sultanabad, Bhopal.

2. Schedule of Requirements: 2.1 The Agency will deploy the security personnel at designated posts to execute the Security and

Fire Management services in an effective manner as per the following arrangement at the Main campus of the Institute at Nehru Nagar and at its Residential Colony, Vanika, Kotra Sultanabad, both in Bhopal (MP).

Sl. Description 1st

Shift

(7 AM to 3 PM)

2nd

Shift

(3 PM to 11 PM)

3rd

Shift

(11 PM to 7 AM) (next day)

Total Numbers

1. Security Supervisor

(ESM/Ex-CPMF and CPOs))

1

1

1

3

2. ESM Guards

(ESM/Ex-CPMF and CPOs))

2

2

2

6

3. Security Guards (Civilian) including 01 lady guard

10

10

10

30

Grand Total 39

2.2 The deployment of number of security guards in the above shifts shall not be altered unless it is specifically communicated by the Institute. 2.3 The Agency shall provide services of armed security guards as and when called for by the

Institute.

Page 38: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 38

SECTION 5 TECHNICAL BID

(FORMAT OF COVERING LETTER TO BE SUBMITTED ON LETTER HEAD OF

THE BIDDER along with Technical Bid) Description of Work : PROVIDING SECURITY AND FIRE MANAGEMENT SERVICES IN

THE INSTITUTE PREMISES AND RESIDENTIAL COLONY ‘VANIKA’.

Bid Reference No. : IIFM/Tender/2017-18/Security/01 To The Chief Administrative Officer, Indian Institute of Forest Management PO Box No. 357, Nehru Nagar, Bhopal Sir

Having examined the conditions of Contract and specification of work in the Tender document for Security Services duly signed and submitted herewith, including addenda the receipt of which is hereby duly acknowledged, we, the undersigned offer to execute the Services described in the Tender document, in conformity with all terms, conditions and specifications as per bid document for the sum of the Contract Price (the wage component and the service charge component) mentioned in the Financial Bid.

The Bid document and all other correspondence with regard to it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any bid you receive.

We are not a blacklisted or debarred agency by any Govt.of India or Govt. of M.P. office or their Autonomous Intuitions at the time of signing this bid. Should the contrary be found at a later date, we know that our bid is liable to be rejected or punished under this document.

We undertake, if our Bid is accepted, to deliver and execute the work in accordance with the schedule specified in Schedule of Requirements. We also undertake that the bid documents do not contain any amendment, modification or change of any type whatsoever in the bid documents and also to any amendment issued after pre-bid meeting.

If our Bid is accepted, we will furnish the Performance Security - a sum equivalent to 10% of the Contract Price or Rs. 10.00 lakhs, whichever is more for the due performance of the Contract, in the form of interest free amount as prescribed by the Institute.

We agree to abide by this Bid for a Period of bid validity of 90 days from the date fixed for Bid opening. It shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We undertake that, in competing for (and, if the award is made to us), in executing the above contract, we will strictly observe the laws against fraud and corruption in force in India namely" Prevention of Corruption Act 1988.

We hereby confirm that this bid complies with the Bid validity and EMD required by the Tender Document.

We are attaching herewith a self attested copy of our currently valid PAN card. Yours faithfully

(Authorized Signatory)

Name & Title of Signatory---------- Name of Bidder--------------

Address---------------------

Page 39: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 39

TECHNICAL BID FORMAT

(Bid Reference No. : IIFM/Tender/2017-18/Security/01)

The information to be filled in by the Bidder in the following pages will be used for purposes of Evaluating the Technical Part of the Bid

Document No .1

1. Organisational Information 1.1 Name of the Organisation

:................................................................. 1.2 Licence Number as contemplated under :.................................................................

the Private Security Agency ( Regulation) Act, 2005 or

1.3 Legal requirement as provided in Section 4 :.................................................................

of said Act 2005 to carry on the business of private security agency:

1.4 Labour Licence Number

:................................................................. 1.5 EPF / PF Registration Number

:................................................................. 1.6 ESI Registration Details

:.................................................................

1.7 Certificate of M.P. Firms and Shops :................................................................. Regulation Act

1.8 Service Tax/GSTIN Registration details. :.................................................................

1.9 Constitution or legal status of Bidder :.................................................................

(Attach copy of MoU/Deed)

• Place of registration __________________

• Principal place of business __________________

• (Power of attorney of signatory of Bid (Attach copy)

Page 40: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 40

Document No .2 2. Details of Work performed as prime contractor (in the same name) on Services of

a similar nature over the last five years.

Project Name

Name of Institute

Description of work

Contract No.

Value in Rs. Lakh

Date of issue of work order

Stipulated period of completion

Actual date of completion

Remarks

Document No .3 3. Qualifications and experience of Security and Fire Management personnel proposed for

administration and execution of the Contract. Attach biographical data.

Position Name Qualification Years of experience (general)

Years of experience in the proposed position

Identity number of discharge book

Document No .4 4. Financial reports for the last three years: Audited balance sheets and profit and loss account

along with auditors’ reports etc., from 2014-15 to 2016-17. List them below and attach copies.

Document No .5 5. Gross receipts from Security Services for last two years, (minimum two years) as per service

tax return.

Document No .6 6. Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit etc. list them and attach copies of support documents.

Document No .7 7. Name, address, telephone and fax numbers and e-mail ID of the Bidders’

bankers who can provide references, if contacted by the Institute.

Year 2015-16 2016-17

Gross receipts (Rs. In Lakh)

Page 41: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 41

Document No .8 8 Information on litigation history in which the Bidder is involved.

Other party(ies)

Institute Cause of dispute

Amount (Rs.)

Remarks involved showing present status.

Document No .9 9. Statement of compliance under the requirements of Sub Clause 2.I(ii) of the instructions to

Bidders.

Document No .10 10. Proposed security plan (the Bidder should attach descriptions, drawings and charts as

necessary to comply with the requirements of the Tender Document).

Document No .11

11.The following documents are submitted along with the bid:

Sl Description Documents

submitted (Mention

Yes or No) 1 Copy of the Valid licence as mandated under Private Security Agencies

Regulation Act

2 Copy of Registration/Licence under M.P.Shops & Establishments Act, 1958 (or an application to give time to furnish this licence within 30 days of grant of award).

3 Currently valid Labour License issued by the Labour Commissioner under Contract Labour (Regulation & Abolition) Act, 1970.

4 Currently valid Registration Certificate with the Provident Fund Commissioner under Employees Provident Fund & Miscellaneous Provisions Act, 1952.

5 Copy of any one Annual EPF Inspection Report conducted anytime during the last five financial years i.e.2012.-2013 to 2016-2017. In case of adverse observations by EPF authorities during inspection, the proof regarding compliance must be enclosed

6 Copy of currently valid Registration certificate issued by ESIC.

7 Copies of one ESI Inspection Report conducted anytime during the last five financial years i.e. 2012-2013 to 2016-2017. In case of adverse observations by ESIC authorities during inspection, the proof regarding compliance must be enclosed.

8 Currently valid registration with Service Tax Authorities for Service Tax under Security Services /GSTIN registration.

9 The Gross receipts from security services should be at least Rs125 lakhs for each last two financial year i.e. 2015-16 & 2016-17.The Gross receipts should be reflected in service tax return filed for 2015-16 & 2016-17 under security services or a certificate from the employer mentioning total amount received under security services in each year 2015-16 & 2016-17 should be attached

10 Copies of work orders / Security Service contracts for the year 2015-16 and 2016-17showing evidence of employing more than 50 Security personnel

Page 42: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 42

individually or cumulatively to any Central Govt/State Govt./PSUs/Autonomous Institutions of GoI/State.

11 Attested copies of the relevant documents and documentary evidences in support of para 11.2 and 11.4 of the technical bid evaluation.

12 Complete set of tender document duly signed by the Bidder or his authorised signatory on every page

13 Photocopy of PAN Card

14 Tender document Cost of Rs.2000/- (Rs. One thousand only) by way of Demand Draft or Banker’s Cheque from any Nationalised Indian Bank in favour of Director, IIFM payable at Bhopal

15 EMD of Rs.4,00,000/- (Rupees Four lakh only) by way of Demand Draft or Banker’s Cheque from any Nationalised Indian Bank in favour of Director, IIFM payable at Bhopal

Note: All enclosures must be paginated in sequential order. Loose documents must not be submitted.

Document No.12 Information for Technical Evaluation as per documents No.11 above

Sl Description Response 1 Number of years in Operations (as per PASARA) 2 Gross receipts from security services

(average of FY 2015-16 & 2016-17)

3 Number of Manpower on roll (in govt organisations in FY 15-16 &16-17)

4 Experience in government agencies or its autonomous bodies or central/state govt. institutions in F.Y.2015-16 &2016-17

Document No .12 12 Upload Scan copy of Tender Cost Document No .13 13 Upload Scan copy of EMD Document No .14 14 Any other document Document No .15 15 Any other document

Page 43: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 43

SECTION 6 FINANCIAL BID

(FORMAT OF COVERING LETTER TO BE SUBMITTED ON LETTER HEAD OF

THE BIDDER along with Financial Bid) Description of Work : PROVIDING SECURITY & FIRE MANAGEMENT SERVICES IN

INSTITUTE PREMISES AND RESIDENTIAL COLONY ‘VANIKA’

Bid Reference No. : IIFM/Tender/2017-18/Security/01

To The Chief Administrative Officer, Indian Institute of Forest Management PO Box No. 357, Nehru Nagar, Bhopal Sir

Having examined the terms and conditions of the Tender document (Bid Reference No. IIFM/Tender/2017-18/Security/01), including addenda, the receipt of which is hereby duly acknowledged, we, the undersigned offer to execute the Services described in the said bid document, in conformity with all terms and conditions mentioned therein for a sum of “service charge component” expressed in terms of percentage of the “wage component” as mentioned in the Bill of Quantity (Financial Bid) attached herewith and made part of the Bid. The service charge component mentioned in the accompanying financial bid is ...............% of the wage component (this figure of percentage will be limited up to only two digits after decimal point).

This Bid and all other correspondence with regard to it, shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any bid you receive. We undertake, if our Bid is accepted, to deliver and execute the work in accordance with the schedule specified in Schedule of Requirements.

If our Bid is accepted, we will furnish the Security Deposit of a sum equivalent to 10% of the

Annual Contract Price or Rs.10.00 lakh, whichever is more for the due performance of the Contract, in the form of interest free Demand Draft in favour of Director, IIFM or FDR duly discharged and endorsed in favour of Director, IIFM and issued by any Nationalized Bank.

We agree to abide by this Bid for a Period of bid validity of 90 days from the date fixed for Bid opening. It shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely" Prevention of Corruption Act 1988.

We hereby confirm that this bid complies with the Bid validity and Bid Security required by the Tender

Document.

We are attaching herewith a self attested copy of our currently valid PAN card. Yours faithfully

(Authorized Signatory)

Name & Title of Signatory---------- Name of Bidder--------------

Address---------------------

Page 44: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 44

BILL OF QUANTITIES

(Price schedule)]

FOR SECURITY AND FIRE MANAGEMENT SERVICES (in reference to Tender No. IIFM/Tender/2017-18/Security/01)

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

Address ................................

Name of Work: Providing Security and Fire Management Services in the Institute premises and Residential Colony ‘Vanika’ as defined in Section 4, Specification of Services and Specific Condition of Contract as given in Clause 1.1 of Section 1 and Section 3, Area of Scope and Schedule of Requirement using necessary equipment and manpower as mentioned in this document. The works include vigilant security services and safety and security of the property of the institute including fire fighting and Fire Management services in the Institute’s Premises.

(i) Wage Component - I/we understand that the Institute will pay the minimum rates of wages per month for Watch & Ward workers applicable at Bhopal as promulgated by Chief Labour Commissioner (Central) dated 24th April 2017 as amended from time to time which shall be applicable for all civilian guards employed by the Agency. Similarly minimum rates of wages applicable to ESM including CPMFs and CPOs (such as CISF, BSF,CRPF, Assam Rifles, etc.) personnel employed as Supervisor/ Guards shall be the monthly rates issued by DGR vide order No.2112/SA/Minimum Wages/Emp dated 25th October 2011 per month, as amended from time to time. In addition to the above, the Institute shall pay the following allowances on the basic minimum wages to all the Contract Workers per month:-

Table-1 Sl. Wages/ Allowances

1 PF – 13.61% or as applicable from time to time

2 ESI – 4.75% or as applicable from time to time

3 Bonus - 8.33% or as applicable from time to time 4 Leave wages 5.58 days

The net figure which includes the wages of the security personnel and the allowances as payable shall constitute the “wage component”. (The bidders are required to quote service charges only in terms of percentage of the total monthly bill on the basis of the above.)

A table of calculations explaining the currently valid wage component is given below (at the present wage rates and allowances). This table also explains calculations of Service Tax:-

Number of Security Personnel: (a) Supervisors (ESM/CPMFs/CPOs) - 03 (b) Guards (ESM/CPMFs/CPOs) - 06 (c) Guards (Civilian) including lady guard - 30

Table-2 Service tax as per applicable rates. (ii) The Service Charge Component - The Agency/Contractor offers its services under the terms and

conditions of this tender at service charge

(* Not to be more than two digits after decimal point.)

of the Total Wage Component as mentioned above (While working out the details of service charge, all administrative and other expenses including the cost towards communication link (mobile phones) between all the beat posts, security supervisors and Security Officer of IIFM, installation of Biometric attendance machine, at IIFM, arrangements for search lights (with minimum four cells) for each post, providing uniform and rain coats, photo ID card, the cost of daily patrolling/ checking by Supervisor (twice to each beat post in each shift including the Vanika Campus), surprise check by the representative of agency (minimum twice per week), TDS as applicable and any such other charges related to these services including office and all other related expenses etc, should be taken into consideration by the Agency).

……….…% ( …….…………………………………………………………percent) only*

Page 45: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 45

AGREEMENT FORM (To be executed in ` 100 non-judicial stamp paper after award of contract)

This agreement made on the _____________ day of __________________ 2017 (two thousand seventeen) between the Indian Institute of Forest Management, Nehru Nagar, Bhopal (MP) (hereinafter called “the Institute or the Institute)” and ___________________________(name and address of contractor) (hereinafter called “the Contractor” or the “the agency” ). Whereas the Institute is desirous that the Contractor executes Security and Fire Management Services as per

the tender document No. IIFM/Tender/2017-18/Security/01 (hereinafter called “the Services”) and the Institute has accepted the Bid by the Contractor for the execution and completion of such Services and the remedying of any breach therein, at a service charge of ………….% (…………………………………………..in words) expressed as a percentage of wage component as mentioned in our bid. NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall assume the same meanings as are respectively assigned to them in the Conditions of Contract and they shall be deemed to form and be read and construed as part of this Agreement.

In consideration of the payments to be made by the Institute to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Institute to execute and complete the Security and Fire Management services, as per all the terms and conditions mentioned in the tender document (Bid Reference No.

IIFM/Tender/2017-18/Security/01), which is a part of this agreement, and remedy the breaches in conformity in all aspects with the provisions of the Contract document.

2. The Institute hereby covenants to pay the Contractor in consideration of the execution and completion of the Services and in the remedying the breaches wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

The tender document under which this agreement is signed shall be deemed to form and be read and construed as part of this Agreement. The Common Seal of the Indian Institute of Forest Management hereunto affixed in the presence of:

Signed Sealed and Delivered by

(Signature of Institute) In presence of 1. ________________________________ ______________________________ 2. ________________________________ ______________________________

Signed Sealed and Delivered by

(Signature of the contractor) In presence of :

1. _________________________________

____________________________

2. _______________________________

____________________________

Page 46: Security Tender Doc- 2017-18 - corrected as on 16.9.17 ...eproc.lotusprocure.in/com.eproc.tender.pages/docs/Security Tender... · 2 Invitation of Bids 04 3 ... 7 SECTION 5 Technical

IIFM

Seal and Signature of Contractor 46

Annexure-A

STATEMENT OF MONTHLY PAYMENT OF WAGES TO SECURITY PERSONNEL ENGAGED AT IIFM DURING THE MONTH OF ……………………….

Sl. No.

Name of Security Personnel Bank A/c No. Cheque No. Amount Paid Remarks

Signature of Authorized Signatory Seal

Date: Place: Note: This statement must be supported with monthly statement from the Nationalized Bank for the reconciliation.

………….

Annexure-B

STATEMENT OF EPF DEPOSITION TOWARDS SECURITY PERSONNEL ENGAGED AT IIFM DURING THE MONTH OF …………………………………

Sl. No.

Name of Security Personnel EPF A/c No. Institute’s Contribution

Employee’s Contribution

Total

Signature of Authorized Signatory Seal

Date: Place: Note: This statement must be accompanied with the challan from O/o the EPF Commissioner, Bhopal along with Certificate about inclusion of EPF contribution towards IIFM Security Personnel as mentioned above.

…………

Annexure-C

STATEMENT OF ESI DEPOSITION TOWARDS SECURITY PERSONNEL ENGAGED AT IIFM DURING THE MONTH OF …………………..

Sl. No.

Name of Security Personnel ESI Membership

Institute’s Contribution

Employee’s Contribution

Total

Signature of Authorized Signatory Seal

Date: Place: Note: This statement must be accompanied with the challan from O/o the ESI, Bhopal along with Certificate about inclusion of ESI contribution towards IIFM Security Personnel as mentioned above.