tender notice - day to day maintenace... · 2019-12-24 · page 1 of 22 tender notice (job work...
TRANSCRIPT
-
Page 1 of 22
Tender Notice
(JOB WORK CONTRACT FOR PROVIDING SERVICES of
Day to Day Civil Maintenance IN the INSTITUTE)
2019-20
भा.कृ.अनु.प. – कपास अनुसंधान संस्थान, नागपुर
पोस्ट बैग नं.2, शंकर नगर पोस्ट ऑफिस नागपुर-४४००१०
ICAR-CENTRAL INSTITUTE FOR COTTON RESEARCH
Post Bag no.2, Shankar Nagar Post Office, Nagpur-440010
ISO 9001 – 2015 Certified
-कार्ाालर्-
खापरी फाटा के पास, पाांजरी वर्ाा रोड, नागपरू, - ४४११०८
(फोन, न.07103&2755/36/38/39 फ़ैक्स, न ; 07103-275529)
Panjari, Near Khapri Phata, Wardha Road, Nagpur 441108
(Tel : 07103-275536, Fax : 07103-275529, EPABX : 07103-275637, 38, 39, 275617)
Website : www.cicr.org.in. E-mail : [email protected]
mailto:[email protected]
-
Page 2 of 22
F. No. 01/ME cell/Outsourcing Services/Day to Day Maintenance/2019-20 Dated : 21-12-2019
SUB: TENDER FOR “PROVIDING SERVICES OF DAY TO DAY CIVIL
MAINTENANCE IN THE INSTITUTE AT C.I.C.R. PANJARI, KHAPRI PHATA,
WARDHA ROAD, NAGPUR”.
1. Sealed tenders are hereby invited on behalf of the Director, C.I.C.R. Nagpur for contract
of PROVIDING JOB WORK/SERVICE CONTRACT of Day to Day Civil
Maintenance in Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur
- 441108. The details of Scope of work, Schedule of requirements and terms &
conditions of the contract are given in the enclosed Annexures.
2. Details of the tender are given below:
CRITICAL DATA SHEET (SECTION)
(TENDER)
TENDER NUMBER F. No. 01/ME cell/Outsourcing Services/Day to Day Maintenance/2019-20
TENDER COST Free of Cost.
DESCRIPTION OF WORK PROVIDING JOB WORK/SERVICE CONTRACT
of Day to Day Civil Maintenance in Institute at
C.I.C.R. Panjari, Khapri Phata, Wardha Road,
Nagpur – 441108
TYPE OF TENDER BID
SUBMISSION START
DATE AND TIME
Two Bid System (Technical & Financial) 23.12.2019 at 12.00 PM onwards
BID SUBMISSION END DATE AND TIME
13.01.2020 up to 04.00 PM
DATE AND TIME OF OPENING OF TENDERS (TECHNICAL BID)
14.01.2020 at 02.30 PM (Tentative)
DATE AND TIME OF OPENING OF TENDERS (FINANCIAL BID)
Will be intimated later.
BID VALIDITY 90 days from the date of Technical Bid opening
EMD Rs.5,000/- (Rupees Five thousand only) in the form of Demand Draft in favour of Director, ICAR-CICR, Nagpur.
EMD VALIDITY 90 days from the date of Technical bid opening SECURITY DEPOSIT (SD) / PERFORMANCE
BOND (PB)
Rs.10,000/- (Rupees Ten Thousand Only) in form of Demand Draft /Bank Guarantee in favour of “Director, ICAR-CICR, Nagpur.
VALIDITY OF SD/PB 60 days after the expiry of the contract
भा. कृ. अ.प. केन्द्रीय कपास अनसुांर्ान सांस्थान पोस्ट बैग सां. 2, शांकरनगर पोस्ट ऑफफस, नागपरु -440 010
ICAR - CENTRAL INSTITUTE FOR COTTON RESEARCH Post Bag No.2, Shankar Nagar P.O., Nagpur -440 010
07103- 275536, 07103-275529 website: www.cicr.org.in, e-mail: [email protected]
ISO 9001:2015 Certified
http://www.cicr.org.in/mailto:[email protected]://www.google.co.in/imgres?imgurl=http://upload.wikimedia.org/wikipedia/en/f/fe/Central_Institute_for_Cotton_Research_(CICR)_Logo.png&imgrefurl=http://en.wikipedia.org/wiki/Central_Institute_for_Cotton_Research&usg=__7DemvuE10bUxMSTWUB0iBaEFkzg=&h=98&w=97&sz=8&hl=en&start=4&zoom=1&tbnid=7bQ9EcnYVyVPWM:&tbnh=81&tbnw=80&ei=t6k0UNmLA4j4rQfxvYHwBg&prev=/images?q=central+institute+for+cotton+research+nagpur+logo&hl=en&sa=X&gbv=2&tbm=isch&itbs=1http://www.google.co.in/imgres?imgurl=http://egranth.ac.in/images/icar-logo.gif&imgrefurl=http://egranth.ac.in/&h=2192&w=1768&sz=115&tbnid=Z8TJ6lVEygIwaM:&tbnh=84&tbnw=68&prev=/search?q=icar+logo&tbm=isch&tbo=u&zoom=1&q=icar+logo&usg=__3CJ5P8r5ijU52ZbWgnpmNxOHNTk=&hl=en-IN&sa=X&ei=66g0UPuyK4zJrAfnrYGQCA&ved=0CCwQ9QEwBg
-
Page 3 of 22
Details of tender Tender (Technical & Financial) uploaded on CPP Portal
https://eprocure.gov.in/epublishing/app and cicr website
www.cicr.org.in from 23.12.2019 to 13.01.2020 upto
04.00 PM
3. Scope of the proposed work and other requirements connected to the contract,
including formats of the bids, terms and conditions of the contract, etc. are enclosed to
this Tender Invitation, as per the following details:
3.1 Letter of Invitation ANNEXURE-I
3.2 Scope of Work ANNEXURE-II
3.3 Instructions to Bidders ANNEXURE- III
3.4 Check List for Technical Bid Evaluation ANNEXURE- IV
3.5 Certificate to be given as part of Technical Bid ANNEXURE-V
3.6 Financial Bid ANNEXURE- VI
3.7 Draft Agreement ANNEXURE- VII
4. The entire tender document including all Annexures, except the Financial Bid in
Annexure VI, will be part of the Technical Bid which also must contain the EMD and all
other requisite documents called for in the tender. Both bids (technical and financial) are to
be submitted in single envelop along with EMD must be submitted to CICR, Near Khapri
Phata, Panjari Farm, Wardha Road, Nagpur – 441108 before the last date of submission of
Tender. Special instructions to the Contractors/Bidders for the submission of the bids can be
downloaded from CPP Portal (www.egrocure.gov.in/epublishing /app) and Institute website
www.cicr.org.in.
Yours faithfully,
Sd/-
(A.A. Goswami)
Sr. Administrative Officer
https://eprocure.gov.in/epublishing/apphttp://www.cicr.org.in/http://www.egrocure.gov.in/epublishing%20/app)%20and%20Institute%20website%20www.cicr.org.in.http://www.egrocure.gov.in/epublishing%20/app)%20and%20Institute%20website%20www.cicr.org.in.
-
Page 4 of 22
ANNEXURE-I
LETTER OF INVITATION
Dear Tenderer,
Sealed tenders are hereby invited on behalf of the Director, ICAR-Central Institute for
Cotton Research, Nagpur for “providing Services of Day to Day Civil Maintenance in the
Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108". The
terms and conditions of the contract are detailed in the tender document. Please submit your
offer if you are in a position to furnish the requisite services in accordance with the
requirements stated in the attached Annexures.
1. An earnest money of Rs.5,000/- (Rupees Five Thousand only) must be deposited in
the form of Demand Draft payable to Director, ICAR-CICR at Nagpur. The particulars of the
earnest money deposited must also be mentioned on the top of the envelope. The agencies
which are exempted from submission of EMD should enclose a valid exemption certificate
to this effect. The Tenders will not be considered if earnest money/exemption certificate is
not deposited with the Tenders. The EMD shall be refunded to unsuccessful firm without
paying any interest by the ICAR.
2. The firm, after submitting tender, will not be permitted to withdraw their offer or
modify the terms and conditions thereof. If the firm fails to observe and comply with the
foregoing stipulation, EMD will be forfeited. In the event of the offer made by the firm not
being accepted, the amount of EMD will be refunded, in the manner prescribed by the
Council.
3. Director, ICAR-CICR, Nagpur reserves the right to reduce or terminate the period of
contract or to extend its duration in the interest of the Institute, for any justifiable reasons,
not mandatory to be communicated to the Tenderer. His decision will be final for any aspect
of the contract and binding on parties. Disputes arising, if any, on the contract will be settled
at his level and will not be referred to arbitration.
4. Acceptance of the offer will be communicated by email/ fax/ letter or any other form
of communication. Formal letter of acceptance and work order of the Tenders will be
forwarded as soon as possible, but the earlier instructions in the email/ fax/ letter should be
acted upon immediately. Essential documents required for technical evaluation of bids are
detailed in Annexure-IV.
Yours faithfully,
Sd/-
(A.A. Goswami)
Sr. Administrative Officer
-
Page 5 of 22
ANNEXURE-II
SCOPE OF WORK
S.N. Description
1. Removing & P/F ½” Brass/ Steel short/Long body Bib Cock of approved quality with all fittings/complete
2. Removing & P/F 1/2” Brass/Steel pillar cock of approved quality with all fitting/complete
3. Removing & P/F ½” Brass/steel stop cock of approved quality with all fittings/complete
4. Removing & P/F reducing sockets G.I of different sizes with all fittings/complete
5. Removing & P/F reducing sockets CPVC of different sizes with all fittings/complete
6. Removing & P/F west pipe line for basin with all fittings/complete
7. Removing & P/F of laboratory tap (Three way opening) with all fittings complete
8. Removing & P/F of connector pipe with all fittings/complete
9. Removing & P/F GI/Brass Unions ½”, 1”, 2”, 3”with all fittings/complete
10. P/F of connector pipe with all fittings/complete
11. P/F of new 1”, 2”, 3” drain pipe (PVC) with all fittings/complete
12. Removing & P/F of G.I Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
13. P/F of CPVC Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
14. Removing & P/F of G.I Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
15. P/F of CPVC Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
16. Removing & P/F of G.I. Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
17. P/F of CPVC Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
18. P/F of new 1”, 2”, 3” 4” drain pipe (UPVC) with all fittings/complete
19. Removing & P/F of old 1”, 2”, 3” drain pipe (PVC)
20. P/F plastic float ball with all fittings/complete
21. Removing & P/F ½’, 1”, 2”,3” Brass ball Valve of approved quality with all fittings with all fittings/complete
22. P/F ½”, 1”, 2”, 3” Gun Metal gate with C. I wheel of approved quality (Screwed end) with all fittings/complete
23. P/F Rubber bidding for glass for window, door etc
24. P/F ½”, 1”, 2”,3” CPVC ball Valve of approved quality with all fittings/complete
25. Removing & P/F ½”, 1”, 2” ,3’ Brass Ball cock of approved quality with all fittings/complete
26. P/F ½”, 1”, 2” ,3” CPVC Ball cock of approved quality with all fittings
27. P/F washer of sizes ½”, 1’, 2”
28. Removing & P/F of SS Sink (22”x 16”, 24”x 18” etc.) with all fittings/complete
29. Removing & P/F new wash basin size (18” x 14” , 20”x 16”, 22”x 18” etc) including all fittings/complete (all type)
30. Removing & P/F new Western Toilet including all fittings/complete
31. Cleaning of main hole including removing of sludge etc. any size and depth (all type)
32. Cleaning of chocked sewer line start from WC to septic tank and bathroom to nahani trap out side the building
33. Removing & P/F new Indian toilet seat (18”, 22”) including all fittings/complete
34. Removing & P/F new gents Urinals (standard size) including all fittings/complete
35. P/F wood bidding for doors 4”wide
36. Repairing of window including all fittings/complete
37. Removing & P/F of new ISI marked flush door/ laminated with frame of 1st class wood 2”, 3” thick with all hinges, nut bolt screw etc with all fittings/complete
-
Page 6 of 22
38. Removing & P/F of 4mm, 5 mm, 6mm plain glass including all fittings/complete on windows
39. P/F of Tower bolt (Barrel type) 250 x10 mm, 150 x 10mm, 100 x 10mm with all fittings/complete
40. P/f of all drop with all fittings/complete
41. P/F of Aluminum and other all types of handle ISI marked with all fittings/complete
42. P/F of latches with all fittings/complete
43. P/F of G.I. Jali for nahani trap with all fittings/complete
44. P/F of coupling to basin with all fittings/complete
45. P/F of Cistern (10 litrs capacity) with all fittings/complete
46. Removing & P/F of ½‘’, 1’’, 1.5’’, 2’’, 3’’ G.I. pipe with all fittings/complete at ground, 1
st, 2
nd, 3
rd floors
47. Removing & P/F of ½”, 1’’, 1.5’’, 2’’, 3’’ new CPVC pipe with all fittings/complete at ground, 1
st, 2
nd, 3
rd floors
48. Removing & P/F of 24/30/36 mm wood door with wood frame with all fittings/complete
49. Removing by scrapping with sand paper and preparing smooth surface and then White wash Oil bond distemper to existing wall 2/more coats with smooth complete
finish as required
50. Repairs to plaster of thickness 12mm to 20mm with cement mortar 1:4
51. P/F of 2 mm putty for preparation of smooth surface (Birla white)
52. Applying exterior (Asian/Snowcem) paint 2/more coats with complete finish
53. P/F of Bathroom/Toilet doors (PVC) including all fittings/complete
54. P/F S.S. Jali to existing window including all fittings/complete
55. Scraping of upper crust/layer of damp wall
56. Application of water proofing chemicals on roof /wall/floor
57. Cement concrete flooring 1:2:4 finished with floating coat of neat finish
58. Removing & P/F of All size Tile fitting on wall/floor at ground, 1st, 2nd and 3rd floor including all fittings/complete.
59. Providing synthetic enamel paint snowsem /Asian to furniture, almirah, equipments etc with smooth finish complete work.
60. Providing RCC cover for manhole sewerage line chamber required size after inspection including all fittings/complete
61. Removing & P/F of POP including all fittings/complete
62. Removing/cutting of old iron window/aluminum window
63. Repairing and fixing of existing wooden doors to make it functional, operational and lockable.
64. Repairing of False ceiling
65. P/F of vitrified tiles 2 ft.X 2 ft. with complete work
66. P/F glazed tiles 1 x 1 ft. with complete work
67. P/F glazed tiles 2 x1 ft. with complete work
68. Mirror in toilets 1.5 ft X 2 ft. with complete work
69. Total cleaning of Overhead Water Tank (any height), draining out water, scraping of fungus by cloth, washing by clean water, final wash by bleaching powder (once in
three months)
70. Cleaning and repairing of Vanishing Blinds/Window
71. P/F of Tin Sheet/Poly sheet/ Profile Sheet shed including all materials with complete work
72. Raising of Brick work at ground, 1st, 2nd, 3rd floor with complete work
73. Digging of soil 1 x 1ft., 1 x 2 ft., 1 x 3 ft, 2 x 3 ft. with complete work
74. Repairing, Oiling and greasing of rolling shutter to make it smooth functioning with complete work(All Sizes)
75. Dismantling of Aluminum, wooden, glass, iron structures
-
Page 7 of 22
76. Removing & P/F of TEE of G.I. ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
77. Removing & P/F of TEE of CPVC ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
78. P/F of Cement Pole with 4 iron rods inside with all fittings/complete Height Thickness
a) 5 ft. x 3”, b) 5 ft. x 3.5” c) 5 ft. x 4” d) 6 ft. x 3” e) 6 ft. x 3.5” f) 6 ft. x 4” g) 7 ft. x 3” h) 7 ft. x 3.5” i) 7 ft. x 4”
79. Removing & P/F of G.I. reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete
80. Removing & P/F of G.I. MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
81. Removing & P/F of CPVC MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
82. Removing & P/F of G.I. FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
83. Removing & P/F of CPVC FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
84. Removing & P/F of CPVC reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete
85. P/F Stone machinery work with complete work
86. P/F Spray painting of racks, almirah etc. with smooth finish complete work
87. Removing & P/f of drainage panel ( 2’’x1’’ Aluminum pipe frame with Laminated sheet)
88. P/F of RCC concreting work including reinforcement of metal bar.
89. P/f of granite top with molding work.
-
Page 8 of 22
ANNEXURE- III
INSTRUCTIONS TO BIDDERS
1. The tender is in two parts i.e. (1) Technical Bid and (2) Financial Bid. These bids duly
filled shall be submitted offline.
The two separate bids shall contain information as under:-
(a) Technical Bid: This shall contain the entire tender document, except Annexure-
VI, which relates to the Financial Bid, with each page signed with the Rubber Stamp of the
Bidder. This will also enclose the copy of Earnest Money Deposit (EMD) amounting to Rs.
5,000/- (Rupees Five thousand only) and Bank Guarantee should be drawn in favour of
Director, ICAR-CICR payable at Nagpur from any of the Scheduled Commercial Bank. All
other required supportive documents towards eligibility and experience criteria as mentioned
in ANNEXURE –IV shall be submitted. No price shall be mentioned in this document
anywhere. If price is mentioned in the technical bid, the offer is liable to be rejected. (b) Financial Bid : This shall contain the schedule of rates duly filled and signed in the
prescribed formats i.e. Annexure VI.
No conditional bid will be accepted. The EMD will be refunded to the unsuccessful bidders
as soon as practicable after a decision has been taken on the Tender and to the successful
bidders after furnishing the required security deposit for the contract.
The tender must be in the prescribed formats only and shall be accompanied with all other
necessary documents. The amount to be charged has to be indicated in Indian Rupees both in
words and figures (in the prescribed proforma of Financial Bid) and there shall be no
correction or overtyping etc. The offers with any corrections/deviation in prices either in
words/figures shall be summarily ignored. The conditional offer (s) shall, in no case, be
accepted.
2. The financial bid will be opened only for those bidders who will be technically
qualified in technical bid. CICR reserves the right to reject all or any of the quotations, and
decision of the Director, ICAR-CICR in the matter shall be final and binding. 4. The successful bidder shall have to deposit of Bank Guarantee/D.D. Rs. 10,000/- (Ten
Thousand only) as performance security within 15 days after notification of award.
5. No interest on Security Deposit and earnest money deposit shall be paid by the Institute
to the tenderer.
6. The firm is being permitted to give tenders in consideration of the stipulations on the
his part that after submitting his tenders, he will not resile from his offer or modify the terms
and conditions thereof. If the tenderer fail to observe and comply with the foregoing
stipulation the EMD will be forfeited by the Institute. In the event of the offer made by the
tenderer not being accepted, the amount of earnest money deposited by the tenderer will be
refunded to him, in the manner prescribed by Institute.
-
Page 9 of 22
7. The performance security shall be valid till all contractual obligations are fulfilled by
the firm. The same shall stand forfeited in case of cancellation of the contract for any breach
of contract or for any deficiency in the performance noticed during the currency of the
contract.
8. The tenderer is liable to be ignored if complete information as required is not given
therein or if the particular asked for in the schedules to the tenders is not fully filled in.
Person signing the tenders or other documents must ensure that he is an authorized person on
behalf of the firm to do so. The person signing the tenders form or any other documents
forming part of the contract on behalf of another shall be deemed to warranty that he has
authority to bind such other and if, on enquiry it appears that the person so signing had no
authority to do so, the Institute shall without prejudice to other civil and criminal remedies
cancel the contract and hold the signatory liable for all costs and damages. Each page of the
tenders and the schedules to the tenders and annexure, if any, should be signed by the
tenderer.
9. Acceptance by the Institute will be communicated by FAX, email, express letter or any
other form of communication. Formal letter of acceptance and work order of the Tenders
will be forwarded as soon as possible, but the earlier instructions in the FAX, email/Express
letter etc. should be acted upon immediately.
10. Details of essential documents required for Technical evaluation of bids are provided
in Annexure-IV.
11. The contract shall normally be awarded for a period of one year from the date of
award or any shorter period that may be decided by the Institute. The Contract will be strictly
monitored as per Scope of work given in Annexure II in respect of minimum standard
defined in the said Annexure. In case any shortcomings or deficiencies are noticed during the
currency of contract period or any other contractual dispute, the contract can be terminated
giving by giving one month notice. The decision of Director, ICAR-CICR in this regard shall
be final and binding.
14. The contract can be extended for further period of two more years on year to year
basis subject to satisfactory performance of the firm.
15. If the contract is terminated on the grounds of glaring shortcomings or deficiencies
during the currency of its tenure including extended tenure, if any, the Institute shall have all
rights to make suitable alternative arrangements for a period of 45 days from the date of such
termination or till a new tender is finalized whichever is earlier and the difference in cost, if
any, will be borne by the agency/contractor.
16. The rates quoted by the Agency shall be fixed for the period of the contract and no
request for any change/ modification shall be entertained before expiry of the period of the
contract.
-
Page 10 of 22
17. It shall be the responsibility of the firm to comply with all the provisions of Acts,
statutory requirements and Government instructions. If any statutory provision of any statute
is violated in general concerning the work force employed and in regard to welfare of the
personnel engaged for the work in particulars, then the performance security will be
confiscated and firm will be blacklisted.
18. The personnel deployed by the agency/ contractor should not have any police
records/criminal cases against them. The agency/ contractor should make adequate enquiries
about the character and antecedents of the persons whom they are deploying. The service
provider will provide the duly filled police verification form of the personnel to Institute
within fifteen days of award of contract.
21. Employees for the contractor shall be of good character. Service provider shall ensure
proper conduct of its personnel in office premises, and enforce prohibition of consumption of
alcoholic drinks/drugs, chewing of pan/gutka, smoking, using speakers for listening to music
and loitering without any work. The workers should not be below the age of 18 years. The
Institute reserves the right to ask and requires the contractor to remove any person deployed
by him without assigning any reasons/notice. If any employee of the Agency/Contractor is
found misbehaving with the Institute staff or other staff of agencies working in Institute
Campus, the agency/contractor shall immediately withdraw such employees forthwith at
their own risk and responsibility..
22. The service provider shall replace immediately any of its personnel, if not
unacceptable to Institute because of security risk, incompetence, conflict of interests and
breach of confidentiality or improper conduct upon receiving a written notice from any staff
of the Institute.
23. That no right, much less a legal right shall vest in the contractor workers to claim/have
employment or otherwise seek absorption in the Institute nor the contractor workers shall
have any right whatsoever to claim the benefits and/ or emoluments that may be permissible
or paid to the employees of the Institute. The worker will remain the employees of the
agency/contractor and will be solely responsibility of the agency to make it clear to their
worker before deputing on work at Institute. There is no master and servant relationship
between the employees of service provider and Institute and further that the said personnel of
service provider shall not claim for any employment or absorption in Institute by virtue of
their engagement for this work.
24. The service provider's personnel shall not claim any benefit/ compensation/
regularization/ absorption of services from the Institute under the provision of Govt. Rules.
Undertaking from the persons to this effect shall be required to be submitted by the service
provider to Institute.
25. The damage caused, if any, to Institute property through acts of the firm and/or by its
workers shall be made good by the agency and decision of Institute in this regard shall be
final/binding. In case of any dereliction of duty, gross neglect and unintended damage caused
-
Page 11 of 22
by contractor or its staff or otherwise any harm done to Institute, its properties, designated
officials or other employees, the contractor shall be liable to make good loss or pay
compensation, refund expenditure on legal/judicial proceeding as well as pay penalty which
the Director, ICAR-CICR may deem fit.
26. The contractor shall keep himself fully informed of all acts and laws of the Central
and State Government, all orders, decrees of statutory bodies, tribunals having jurisdiction or
authority, which in any manner may affect their engaged or employed staff and anything
related to carry out the work.
27. All rules & regulations & bye-laws laid down by the local bodies and any other
statutory bodies shall be adhered to, by the contractor, during the execution of work.
28. The contractor shall be responsible for all injury and accident to persons employed by
him while on duty. It is desirable that all employees are covered under an insurance cover
and as per various acts and laws governing the same.
29. In the event of any loss being occasioned to Institute on account of negligence of duty
by Agency/Contractor's employees, the Agency/Contractor shall make good the loss
sustained to Institute either by replacement or on payment by adequate compensation.
30. The Agency/Contractor shall not appoint Sub-Contractor to carry out any obligation
under the contract and under such case agreement will be declared as void and such act of
contractor will be taken as breach of Contract and resultantly his Security Deposit shall be
forfeited and contract shall be terminated.
31. The Agency/Contractor shall abide by all laws of the land including Labour Laws,
Company Act, tax deduction liabilities, welfare measure of its employees and all other legal
obligations in such cases and are not essentially enumerated and defined herein, whatsoever.
35. Director, ICAR-CICR reserves the right to reduce or terminate the period of contract
or to extend its duration in the interest of the Institute for any justifiable reasons, not
mandatory to communicate to the tenderer. Any dispute arising out of and in relation to this
agreement shall be referred the Director, ICAR-CICR. His decision will be final and binding
on the contractor.
-
Page 12 of 22
36. Duration of Contract:- The duration of the contract shall be initially for one year and
extendable up to maximum two years (Total 03 years) on year to year basis on same rate,
terms & conditions if the performance of agency is found satisfactory. The contract can be
terminated even earlier by giving two months prior notice by either party in writing on
account of any of the following reasons: i) On account of unsatisfactory performance ii) breach of contract clauses(s) iii) Persistently neglecting to carry out his obligations under the contract 37. The contractor shall have no claim to compensation for any loss sustained by him by
reasons of having employed personnel or purchased machines and material for the work.
38. All the fuel, consumables, repair and maintenance etc. required for carrying out the
work shall be arranged by the agency itself and no extra payment on this account shall be
made to the agency/contractor.
39. No accommodation for the workers will be provided by the Institute.
40. Night stay inside the Institute premises is not permissible under any circumstances.
41. The contractor shall make his own transportation arrangements for all the required
materials to site of works and disposal of any waste material. No extra charges will be paid
by the Institute.
42. In case, if any materials of Institute are damaged due to misuse or mishandling or
carelessness by the Contractor or his employees, the Contractor will immediately inform the
Caretaker. In such a case, the Contractor will be liable to replace the item at his own cost. Or
else, Institute shall have the right to recover the loss from the contractor's monthly bill. The
decision of the Institute will be final.
43. The Institute’s premises are the property of the CICR and the Contractor is only
permitted to manage the premises as long the Contract remains valid. Whenever the contract
is terminated or the contract is concluded and Institute decides that the Contractor should not
be allowed to run the service, the Institute will be entitled to restrain the Contractor from
entering the campus.
-
Page 13 of 22
ANNEXURE- IV Checklist for Technical Bid Evaluation Sr. Documents (Strictly as per details below) Yes/No Page
No Number 1. Registration certificate of the firm under the Central
Government/ State Government for providing such services.
2. Certified Financial Statement of the firm for last 3 years (2016-
17 to 2018-19) with minimum turnover not less than Rs. 10.00
lakh each financial year duly certified by Chartered Accountant.
Financial year Turn-over
2016-17
2017-18
2018-19 3. Last three years (2016-17 to 2018-19) continuous experience of
the firm in the field of providing such services in Central
Govt. establishments/Autonomous bodies of Govt. of India/
Corporations of Govt. of India/reputed public or private
organizations.
4. Duly certified copies of the satisfactory services where the
Tenderer is providing the services for the last 3 years (2016-17
to 2018-19).
5. Self certified a copy of a valid GST registration and PAN Card
copy 6. Certificate by the agency as per the format prescribed in
Annexure- V
7. Bid security (EMD) of Rs. 5,000/-(Rupees Five thousand) in the
form of Demand Draft/Bank Guarantee issued by any
nationalized/ scheduled commercial bank is favour of Director,
ICAR-CICR, payable at Nagpur
-
Page 14 of 22
ANNEXURE- V
CERTIFICATE TO BE GIVEN ON LETTER HEAD AS PART OF TECHNICAL BID)
To Director,
ICAR-Central Institute for Cotton Research,
Near Khapri Phara, Panjari Farm,
Wardha Road, Nagpur - 441108.
Sir,
It is confirmed that I/we have fully understood the scope of work and all other requirements
for PROVIDING JOB WORK/SERVICE CONTRACT of Day to Day Civil maintenance in
Institute at C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108
1. I have understood the total quantum of work by going through the tender document
and/by visiting the campuses. I/We gathered all information needed to understand the
requirement of this service contract as per the given details in the prescribed Annexures of
the Tender documents.
2. I/We have hereby agree to the Terms and Conditions of the Contract as detailed in the
tender documents and if given an opportunity to provide services, then agree to execute an
agreement as per prescribed proforma given in Annexure VII. 3. I/We undertake that the documents enclosed herewith are genuine and no material/facts
have been concealed or suppressed. 4. I/ We undertake that there are not any legal suit/criminal case pending against our firm
for violation of EPF/ESI, Minimum wages Act or other laws. And there is no criminal/ legal
suit pending or contemplated against us. 5. I/ We are not blacklisted by any Central/ State Government organization in the field of
providing service contract for the Maintenance of Landscape and Horticultural features. 6. We also understand that the contract is liable to be cancelled if found to be obtained
through fraudulent means or by concealment of information/facts. 7. This offer is made to be valid for acceptance by ICAR within 90 days from the date of
opening of the technical bid.
(Signature of authorized representative of the firm) Stamp/Seal of the firm
-
Page 15 of 22
ANNEXURE - VI
FINANCIAL BID
Last date of submission of bid :- 13.01.2020 at 4.00 P.M. Date of opening of tender (Technical Bid) 14.01.2020 at 2.30 P.M.
(At Central Institute for Cotton Research, Near Khapari, Phata, Panjari Farm, Wardha Road,
Nagpur - 441108) To
Director,
ICAR-Central Institute for Cotton Research,
Near Khapri Phara, Panjari Farm,
Wardha Road, Nagpur - 441108.
Sir,
I/We wish to submit our tender for Job work I service contract for the PROVIDING JOB
WORK/SERVICE CONTRACT of Day to Day Civil maintenance in Institute at C.I.C.R.
Panjari, Khapri Phata, Wardha Road, Nagpur – 441108 on the following rates :
We have carefully read the terms and conditions of the quotation and are agreed to abide by
these in letter and spirit.
Signature ...... .....:...................... Name & Address of the Firm .................................. Telephone No. .................................................... Moblie No.......................................................... Email: ..................................................................
(Firm's Seal)
S.No. Particulars Unit Qty. Amount (Rs.)
1. Removing & P/F ½” Brass/ Steel short/Long body Bib Cock of approved quality with all
fittings/complete
No 01
2. Removing & P/F 1/2” Brass/Steel pillar cock of approved quality with all fitting/complete
No. 01
3. Removing & P/F ½” Brass/steel stop cock of approved quality with all fittings/complete
No. 01
4. Removing & P/F reducing sockets G.I of different sizes with all fittings/complete
No. 01
5. Removing & P/F reducing sockets CPVC of different sizes with all fittings/complete
No. 01
6. Removing & P/F west pipe line for basin with all fittings/complete
No. 01
7. Removing & P/F of laboratory tap (Three way opening) with all fittings complete
No 01
-
Page 16 of 22
8. Removing & P/F of connector pipe with all fittings/complete
No 01
9. Removing & P/F GI/Brass Unions ½”, 1”, 2”, 3”with all fittings/complete
No. 01
10. P/F of connector pipe with all fittings/complete No. 01
11. P/F of new 1”, 2”, 3” drain pipe (PVC) with all fittings/complete
sq.m
t.
Per
12. Removing & P/F of G.I Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete.
No. 01
13. P/F of CPVC Socket of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
14. Removing & P/F of G.I Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
15. P/F of CPVC Elboue of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
16. Removing & P/F of G.I. Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
17. P/F of CPVC Nipple of size ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
18. P/F of new 1”, 2”, 3” 4” drain pipe (UPVC) with all fittings/complete
R
Mtr.
Per
19. Removing & P/F of old 1”, 2”, 3” drain pipe (PVC)
sq.m
t.
Per
20. P/F plastic float ball with all fittings/complete No. 01
21. Removing & P/F ½’, 1”, 2”,3” Brass ball Valve of approved quality with all fittings with all
fittings/complete
No. 01
22. P/F ½”, 1”, 2”, 3” Gun Metal gate with C. I wheel of approved quality (Screwed end) with all
fittings/complete
No. 01
23. P/F Rubber bidding for glass for window, door etc sq.mt.
Per
24. P/F ½”, 1”, 2”,3” CPVC ball Valve of approved quality with all fittings/complete
No. 01
25. Removing & P/F ½”, 1”, 2” ,3’ Brass Ball cock of approved quality with all fittings/complete
No. 01
26. P/F ½”, 1”, 2” ,3” CPVC Ball cock of approved quality with all fittings
No. 01
27. P/F washer of sizes ½”, 1’, 2” No. 01
28. Removing & P/F of SS Sink (22”x 16”, 24”x 18” etc.) with all fittings/complete
No. 01
29. Removing & P/F new wash basin size (18” x 14” , 20”x 16”, 22”x 18” etc) including all
fittings/complete (all type)
No. 01
30. Removing & P/F new Western Toilet including all fittings/complete
No. 01
31. Cleaning of main hole including removing of sludge etc. any size and depth (all type)
No. 01
32. Cleaning of chocked sewer line start from WC to septic tank and bathroom to nahani trap out side
the building
No. 01
33. Removing & P/F new Indian toilet seat (18”, 22”) including all fittings/complete
No. 01
-
Page 17 of 22
34. Removing & P/F new gents Urinals (standard size) including all fittings/complete
No. 01
35. P/F wood bidding for doors 4”wide No 01
36. Repairing of window including all fittings/complete
No 01
37. Removing & P/F of new ISI marked flush door/ laminated with frame of 1
st class wood 2”, 3” thick
with all hinges, nut bolt screw etc with all
fittings/complete
No. 01
38. Removing & P/F of 4mm, 5 mm, 6mm plain glass including all fittings/complete on windows
sq.
mt.
per
39. P/F of Tower bolt (Barrel type) 250 x10 mm, 150 x 10mm, 100 x 10mm with all fittings/complete
No 01
40. P/f of all drop with all fittings/complete No 01
41. P/F of Aluminum and other all types of handle ISI marked with all fittings/complete
42. P/F of latches with all fittings/complete No 01
43. P/F of G.I. Jali for nahani trap with all fittings/complete
No 01
44. P/F of coupling to basin with all fittings/complete No 01
45. P/F of Cistern (10 litrs capacity) with all fittings/complete
No 01
46. Removing & P/F of ½‘’, 1’’, 1.5’’, 2’’, 3’’ G.I. pipe with all fittings/complete at ground, 1
st, 2
nd,
3rd
floors
Rmt. Per
47. Removing & P/F of ½”, 1’’, 1.5’’, 2’’, 3’’ new CPVC pipe with all fittings/complete at ground,
1st, 2
nd, 3
rd floors
Rmt. Per
48. Removing & P/F of 24/30/36 mm wood door with wood frame with all fittings/complete
Sq
mtr.
Per
49. Removing by scrapping with sand paper and preparing smooth surface and then White wash Oil
bond distemper to existing wall 2/more coats with
smooth complete finish as required
Sq
mtr
Per
50. Repairs to plaster of thickness 12mm to 20mm with cement mortar 1:4
Sq
mtr
Per
51. P/F of 2 mm putty for preparation of smooth surface (Birla white)
Sq
mtr
Per
52. Applying exterior (Asian/Snowcem) paint 2/more coats with complete finish
Sq
mtr
Per
53. P/F of Bathroom/Toilet doors (PVC) including all fittings/complete
Sq
mtr
Per
54. P/F S.S. Jali to existing window including all fittings/complete
Sq
mtr
Per
55. Scraping of upper crust/layer of damp wall Sq.mtr.
Per
56. Application of water proofing chemicals on roof /wall/floor
Sq.
mtr.
Per
57. Cement concrete flooring 1:2:4 finished with floating coat of neat finish
Sq
mtr
Per
58. Removing & P/F of All size Tile fitting on wall/floor at ground, 1
st, 2
nd and 3
rd floor including
all fittings/complete.
Sq.
mtr.
Per
-
Page 18 of 22
59. Providing synthetic enamel paint snowsem /Asian to furniture, almirah, equipments etc with smooth
finish complete work.
Sq
mtr
Per
60. Providing RCC cover for manhole sewerage line chamber required size after inspection including
all fittings/complete
Lum
p-
sum
---
61. Removing & P/F of POP including all fittings/complete
Sq.
mtr.
Per-
62. Removing/cutting of old iron window/aluminum window
No. 01
63. Repairing and fixing of existing wooden doors to make it functional, operational and lockable.
No. 01
64. Repairing of False ceiling Sq. mtr
Per
65. P/F of vitrified tiles 2 ft.X 2 ft. with complete work
Sq.
mtr
Per
66. P/F glazed tiles 1 x 1 ft. with complete work Sq mtr
Per
67. P/F glazed tiles 2 x1 ft. with complete work Sq mtr
Per
68. Mirror in toilets 1.5 ft X 2 ft. with complete work No. 01
69. Total cleaning of Overhead Water Tank (any height), draining out water, scraping of fungus by
cloth, washing by clean water, final wash by
bleaching powder (once in three months)
100
cu
ft.
per
70. Cleaning and repairing of Vanishing Blinds/Window
No Per
71. P/F of Tin Sheet/Poly sheet/ Profile Sheet shed including all materials with complete work
Sq
mt.
per
72. Raising of Brick work at ground, 1st, 2nd, 3rd floor with complete work
Sq.
Mt.
per
73. Digging of soil 1 x 1ft., 1 x 2 ft., 1 x 3 ft, 2 x 3 ft. with complete work
Cu
mt.
per
74. Repairing, Oiling and greasing of rolling shutter to make it smooth functioning with complete
work(All Sizes)
No. 01
75. Dismantling of Aluminum, wooden, glass, iron structures
Sq.
mtr.
Per
76. Removing & P/F of TEE of G.I. ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
77. Removing & P/F of TEE of CPVC ½”, 1”, 1½” 2”, 2½”, 3” with all fittings/complete
No. 01
78. P/F of Cement Pole with 4 iron rods inside with all fittings/complete
Height Thickness
j) 5 ft. x 3”, k) 5 ft. x 3.5” l) 5 ft. x 4” m) 6 ft. x 3” n) 6 ft. x 3.5” o) 6 ft. x 4” p) 7 ft. x 3” q) 7 ft. x 3.5” r) 7 ft. x 4”
No.
No.
No.
No.
No.
No.
No.
No.
No.
01
01
01
01
01
01
01
01
01
-
Page 19 of 22
79. Removing & P/F of G.I. reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete
No. 01
80. Removing & P/F of G.I. MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
No. 01
81. Removing & P/F of CPVC MT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
No. 01
82. Removing & P/F of G.I. FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
No. 01
83. Removing & P/F of CPVC FT Size ½”, 1”, 1½”, 2”,3” with all fittings/complete
No. 01
84. Removing & P/F of CPVC reducer 3”x 2”, 3”x 1”, 2”x 1” with all fittings/complete
No. 01
85. P/F Stone machinery work with complete work Sq. mtrs.
per
86. P/F Spray painting of racks, almirah etc. with smooth finish complete work
Sq.
mtrs.
Per
87. Removing & P/f of drainage panel ( 2’’x1’’ Aluminum pipe frame with Laminated sheet)
Sq.
mtrs.
Per
88. P/F of RCC concreting work including reinforcement of metal bar.
Sq.
mtrs.
Per
89. P/f of granite top with molding work. Sq. mtrs.
Per
We have carefully read the terms and conditions of the quotation and are agreed to abide by
these in letter and spirit.
Signature ...... .....:...................... Name & Address of the Firm .................................. Telephone No. .................................................... Moblie No.......................................................... Email: ..................................................................
(Firm's Seal)
-
Page 20 of 22
ANNEXURE- VII
PROVIDING JOB WORK/SERVICE CONTRACT OF DAY TO DAY CIVIL
MAINTENANCE IN INSTITUTE AT C.I.C.R. PANJARI, KHAPRI PHATA,
WARDHA ROAD, NAGPUR - 441108.
AGREEMENT
This agreement is made at NAGPUR on ..............between.............. and ICAR-Central
Institute for Cotton Research (ICAR-CICR), through (Name……………., Director, ICAR-CICR, Nagpur which shall include its successors, assignees etc. on the first
part and...............................hereinafter called the Firm which term shall include its
authorized representatives, successor, assignees etc. on the other part.
Whereas the Institute invited open tender from reputed firms with experience & financial
capability for Providing Job Work/Service Contract Of Day To Day Civil Maintenance
In Institute At C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108..
And whereas the ICAR has decided to assign the Providing Job Work/Service Contract
Of Day To Day Civil Maintenance In Institute At C.I.C.R. Panjari, Khapri Phata,
Wardha Road, Nagpur - 441108 to the firm...............................on the terms and conditions hereinafter contained. NOW IT IS HEREBY AGREED by and between the parties hereto as
follows:
1. This agreement shall come into force w.e.f. .............. and will remain in force for a
period for one year but can be terminated by Director, ICAR-CICR by giving one
calendar month's notice in writing of its intentions to terminate the Agreement.
2. The contract will be initially for a period of one year extendable for a further period of
two years (total three years) on year to year basis, subject to satisfactory performance
of the firm and its willingness to continue on mutually agreed terms. The Agreement
can be renewed, on mutually agreed terms. The firm shall be responsible for Providing
Job Work/Service Contract Of Day To Day Civil Maintenance In Institute At
C.I.C.R. Panjari, Khapri Phata, Wardha Road, Nagpur - 441108.
3. The firm will provide full particulars of every worker/personnel deployed by it for
providing the services and get their character and antecedents verified from the Police
Authorities.
4. All personnel deployed at premises shall all times and for all purpose be deemed to be
employee of the firm and the Institute shall have no liability on this account in any
manner.
5. That the firm shall ensure that all persons deployed at Central Institute for Cotton
Research, Near Khapri Phata, Panjari Farm, Wardha Road, Nagpur are of good
character, well behaved and otherwise competent and qualified to perform the work for
which they are deployed.
-
Page 21 of 22
6. The Director, ICAR-CICR or duly authorized officer in this behalf shall have the right
to ask for the removal from the Near Khapri Phata, Panjari Farm, Wardha Road,
Nagpur-441108 any personnel considered by the Institute to be incompetent, disorderly
or any other reason and such person shall not again be deployed without the consent of
the Institute .
7. The manpower deployed by the firm should work as per the scope defined at Annexure
II of the tender document. There will be no separate payment for three national
Holidays i.e., Republic Day, Independence Day and Gandhi Jayanti and the same is to
be included in the monthly charge claim in the tender by the Contractor. The persons
deployed on duty shall be available in the premises throughout the working hours.
8. The agency shall agree to carry out development work (new area to be developed) as
per instruction by the authorized representative of Institute as per current DSR rate.
9. In case of any loss or damage to the property of Institute which is attributable to the
firm, the full damages will be recovered from the firm.
10. The firm shall not transfer its right or work or sub- contract to anyone else. If the firm
appoint any sub-contractor to carry out any obligation under the contract, under such a
case the agreement will be declared as void & such a contractor will be taken as breach
of contract & resultantly security deposit shall be forfeited & contract shall be
terminated.
11. The firm or its workers shall not misuse the premises for any purpose other than for
which contract is awarded.
12. The firm shall devote its full attention in service to ensure highest quality in all aspects
and discharge its obligations under the contract with trust, diligently and honestly. Any
misconduct/misbehavior on the part of the manpower deployed by the firm will not be
tolerated and such person(s) will have to be replaced immediately.
13. In case of any accident/ loss of life of the workers during discharging duties, if any
compensation is awarded, the same shall be borne by the firm.
14. There will be surprise checking by an Officer of CICR. Shortcomings, if any, pointed
out by him shall be restored by the contractor within 24 hours of its bringing to his
notice.
15. Liquidated Damages clause: a. Contractor shall be responsible for the faithful compliance of scope of work
mentioned in Annexure II. b. Any authorized person viz., Sr. Administrative Officer or any higher authorities
may inspect the premises to see the work carried out by the agency.
c. Shortfall, if any, will be communicated to the agency/ contractor in writing/ email
by Institute. In the event of any shortfall or services found unsatisfactory,
Liquidated Damage clause will be invoked by levying a penalty @10% of the bill.
The Liquidated Damage amount will be deducted from bill of the agency.
-
Page 22 of 22
d. After three such incidents of un-satisfactory reports, the contract shall be liable to
be terminated. Performance Security will also be withheld in full or part. Final
decision for invoking penalty will be taken at the level of Director, ICAR-CICR,
Nagpur.
16. Decision of Director, ICAR-CICR shall be final and binding on the contractor/firm in
respect of any clause covered under the contract. In case the firm fails to perform any
of the terms and conditions of this agreement or commits any breach of the contract,
the Director, ICAR-CICR shall have power to terminate the contract.
17. Terms and conditions as stipulated in the tender documents shall be part of this
agreement.
(Authorised Signatory) Of the firm
(Authorised Signatory) Director, ICAR-CICR
Name & Signature of witness 1: (For & Behalf of Director, ICAR-CICR)
Name & Signature of witness 2 : Address: