tender document for providing facilities … notice_facility.pdf · for providing facilities...

17
Page 1 of 17 TENDER DOCUMENT FOR PROVIDING FACILITIES MANAGEMENT & HOUSEKEEPING SERVICES AT INDIAN INSTITUTE OF TECHNOLOGY, RAJASTHAN NIT No.: IITJ/TEN/2011-12/9/23. NIT Issue Date: September 16, 2011 Last Date of submission: October 7, 2011 Indian Institute Technology, Rajasthan Old Residency Road, Ratanada, Jodhpur 342011, Rajasthan Tel.: 0291- 2449036 Fax: 0291-2516823 email: [email protected]

Upload: dangliem

Post on 15-Feb-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Page 1 of 17

TENDER DOCUMENT

FOR

PROVIDING FACILITIES MANAGEMENT

&

HOUSEKEEPING SERVICES

AT

INDIAN INSTITUTE OF TECHNOLOGY, RAJASTHAN

NIT No.: IITJ/TEN/2011-12/9/23.

NIT Issue Date: September 16, 2011

Last Date of submission: October 7, 2011

Indian Institute Technology, Rajasthan

Old Residency Road, Ratanada, Jodhpur – 342011, Rajasthan

Tel.: 0291- 2449036 Fax: 0291-2516823 email: [email protected]

Page 2 of 17

TENDER NOTICE

Indian Institute of Technology Rajasthan, Jodhpur invites sealed tenders under two-bids system

from well-established reputed agencies / firms having relevant experience and having sufficient

infrastructure for providing solid waste management, housekeeping, gardening, maintenance and

Support Staff Services in the Institute located at two different locations (1) Academic Campus

located at MBM College Premises and (2) Hostels and Residential Campus at “Kendranchal”,

Vivek Vihar Yojana , Pali road Jodhpur for a period two years on contract basis / outsourcing

basis.

The bidders are requested to read the tender document carefully and ensure all the compliance

with instructions herein. Non-compliance with instructions in this document may disqualify the

bidders from the tender exercise.

All offers should be written in the English and price should be written in both figures and words.

The relevant documents may also be enclosed. Tender document can be downloaded from the

Institute website at URL Link: http://www.iitj.ac.in/tenders.html.

The bidders are requested to submit Technical Bid and Price Bid in separate sealed covers as

follows:

(i) Technical Bid containing information regarding Firm Registration, ESI, EPF

Registration, business turnover, experience Valid Labour contract licenses under

Contract Labour Law and other details of the firm to judge the suitability of the

bidder. Self-Attested copy of document should be enclosed.

(ii) Price bid containing prices of the various products clearly mentioning all charges and

taxes as may be payable.

Both the envelopes should be individually sealed and then placed in a third envelope to be sealed

and super scribed with Tender Number, Due date of Submission. Bids received beyond last date

of bid submission will be rejected. No tender by FAX will be entertained.

The tender shall be submitted in a sealed envelope bearing the following reference on the top

left hand corner: “NIT No.: IITJ/TEN/2010-11/9/23”, latest by October 7th

, 2011 at 15:00 hrs.

and addressed to:

“The Director

IIT Rajasthan,

Old Residency Road,

Ratanada, Jodhpur – 342011, Rajasthan”

Page 3 of 17

All tender documents should be sent through courier, speed post or registered post. All

tender documents received after this specified date and time shall not be considered. Incomplete

tenders, amendments and additions to tender after opening or late tenders are liable to be

ignored, and rejected.

The Technical bid will be opened on October 8th

, 2011 at 11:00 AM in the Conference Hall,

Administrative Block of the Institute in the presence of the bidders or their authorized

representative who are present at the time.

Price bids of only those bidders will be opened whose technical bids are found suitable by the

committee appointed for the purpose. Date and time of opening of price bids will be decided

after technical bids have been evaluated by the committee. Information in this regard will be

posted on Institute‟s web site / Notice board. No separate information shall be given to individual

bidders.

The Director, IIT Rajasthan, Jodhpur reserves the right to select single or multiple option and

reject the others or all mentioned in the Schedule. The Director, IIT Rajasthan, also reserves

the right to revise or alter the scope of work before acceptance of any tender.

INSTRUCTIONS TO BIDDERS:

The tender is being invited for Sanitation and Housekeeping Services under which the contractor

shall provide uniformed trained personnel and will use its best endeavor‟s to provide sanitation

and housekeeping of the building, equipment‟s, materials, as specified in the SCOPE OF WORK

in Institute.

1. Pre- Qualification Criteria:

The Agencies that fulfill the following requirements shall be eligible to apply.

1. All firm who are providing similar kind of services for at-least last three consecutive

years and having annual average turnover of `. 50.00 Lacs. during the last three financial

years. Supporting documents should be enclosed.

2. The firm should have the experience of minimum 5 years of similar works in any of the

Departments / Autonomous Institutions / Universities / Public Sector Undertakings of the

Government of India or any other State Government or Public Sector Banks or Local

Bodies / Municipalities. Satisfactory work competition certificates should be enclosed.

3. The firm should have at least two contracts -valued. ` 25 lac each during last three years

annually.

4. The Firm should not have been barred and / or blacklisted by the any Central

Government agency and / or any State Government of India or the firm should not have

any pending case in Labour court. An affidavit on Rs 10/- Non-Judicial Stamp paper

enclosed with Technical bid.

Page 4 of 17

5. Firm should provide the details of Infrastructural facilities like office, training facilities,

total no. of employees etc.

2. Earnest Money Deposit:

The tenderer shall deposit Earnest Money of an amount of ` 50,000.00 /- (Rupees Fifty

Thousand only) and another separate demand draft of ` 1000/- (Rupees One Thousand only)

towards non-refundable tender fee by from of account payee demand draft drawn in favour of

“Director, IIT Rajasthan” payable at Jodhpur”. The earnest money deposit will be refunded to

the tenderers whose offers have not been accepted after award of contract. Earnest Money

Deposit of the tenderer whose offer is accepted will be returned on the submission of

performance guarantee.

3. Duration of Contract:

The contract shall be awarded for a period of One year may be extended further one year after

completing the satisfactory performance. Institute reserves the right to curtail or to extend the

validity of contract on the same rates and terms and conditions for such period as may be agreed

to, but not beyond the further year.

The successful tenderer who is awarded the contract for a period of One year may be extended

after completing the satisfactory performance. The awardee of the contract shall be bound to

execute an agreement on non-judicial stamp paper of Rs.100/-. In the event of tenderer backing

out before actual award or execution of agreement, Institute will have the right to forfeit the

earnest money in full.

4. Site Visit – cum – Pre Bid meeting:

Intending tenderers shall visit both the locations of the Institute and make him-self thoroughly

acquainted himself with local site conditions, nature and requirement of work, present conditions

of premises / fittings / fixtures, etc., and make assessment of labour and material etc. required

before quoting for the tender on their own cost.

Pre-bid meeting of the tender will be held at 3:00 PM on September 30, 2011 at Academic

Campus of Institute at Old Residency Road, Ratanada, Jodhpur 342011, Rajasthan.

5. BID Prices:

Bidder shall quote the rates on the basis of rates per square meter in Indian Rupees for

the entire contract on a „single responsibility‟ basis such that the Tender price covers

contractor‟s all obligations mentioned in or to be reasonably inferred from the Tender

document in respect of the Sanitation and housekeeping Services at IIT Rajasthan. This

includes all the liabilities of the contractor such as cost of uniform and identity cards of

personnel deployed by the contractor and all other statutory liabilities (like Minimum

Wages, ESI, PF contributions, service charges, all kinds of taxes etc.) which should

be clearly stated by the contractor.

Page 5 of 17

Conditional bids/offers will be summarily rejected.

6. Format and Signing of Bid:

1. The bidder shall submit one copy of the Tender document and addenda, if any, thereto,

with each page of this document signed and stamped to confirm the acceptance of the

terms and conditions of the tender by the bidder.

2. The documents comprising the bid shall be typed or written in indelible ink and all pages

of the bid shall be signed by a person or persons duly authorized to sign on behalf of the

bidder. All pages of the bid, where entries or amendments have been made, shall be

signed by the person or persons signing the bid.

3. The bid shall contain no alterations, omissions or additions except those to comply with

instruction issued by the Department, or are necessary to correct errors made by the

bidder, in which case such corrections shall be initialed/signed and dated by the person or

persons signing the bid.

7. Bid Opening and Evaluation:

1. The Committee will open the Technical Bids in the presence of the Bidders or of their

representatives who are present at the time.

2. The bid of any bidder who has not complied with one or more of the conditions will be

summarily rejected.

3. Conditional bids will also be summarily rejected.

4. Institute shall evaluate the bids to determine whether they are complete, whether any

computational errors have been made whether documents have been properly signed and

whether bids are generally in order.

5. Based on evaluation of Technical bids, a short-listing of bids will be carried out, and only

financial bids of these short-listed bids will be opened. Short-listed bidders shall be

informed of the opening of financial bids and they may depute their representative on the

day of opening of financial bid.

6. If there is a discrepancy between words and figures the amount in words shall prevail.

Prior to detailed evaluation, Institute will determine the substantial responsiveness of

each bid to the bid document. A substantially responsive bid is one, which confirms to all

the terms and conditions of bid documents without material deviation. A bid determined

as substantially non-responsive will be rejected by Institute.

7. Institute shall evaluate in detail and compare the substantially responsive bids and

comparison of bids shall be on the price of the services offered inclusive of all levies

and charges as indicated in the price schedule of the bid document.

Page 6 of 17

8. The bids shall be evaluated on the basis of the total monthly cost of housekeeping of

area as per schedule of work of both the locations.

9. Subsequently, the technical bids will be evaluated as per the methodology: Scoring of ten

Marks will be based on Annual Turnover, Manpower on roll, experience of running

sanitation / housekeeping services, volume of work performed in preceding years, trained

Sanitation / Hygiene Supervisory Staff on roll, ISO certification and other pre-

qualification criterion prescribed in the Terms and Conditions of the contract the marks

accordingly) The firm/agency which has secured seven out of ten marks will be

considered as technically qualified. The financial bids of all the technically qualified

firms/agencies/bidders will be opened for financial evaluation.

10. The work will be awarded to the L-1 agency. In case the financial bid of more than one

agency is same as L-1, then the work will be awarded to the agency which gets the

maximum marks in Technical evaluation.

8. Award of Contract:

Institute will award the contract to the successful evaluated bidder whose bid has been found to

be responsive and who is eligible and qualified to perform the contract satisfactorily as per the

terms and conditions incorporated in the bidding document.

The successful bidder shall be required to furnish a Performance Security within 21 days of

receipt of „Letter of Offer” for an amount of equal to the 10% of the total contract value in the

form of an Account Payee DD, Fixed Deposit Receipt from a commercial bank, or Bank

Guarantee from a commercial bank from a commercial bank in an acceptable form in favour of

“Director IIT Rajasthan”.

The Performance Security shall remain valid for a period of sixty days beyond the date of

completion of all contractual obligations. In case the contract period is extended further, the

validity of Performance Security shall also be extended by the contractor accordingly.

Failure of the successful bidder to comply with the requirements of above clauses shall constitute

sufficient grounds or the annulment of the award and forfeiture of Bid Security.

9. Payment Term:

Contractor shall forward their monthly bill so as to reach Institute latest by 3rd day of each

succeeding month. The bill if found okay; as per the terms of the tender document, shall be paid

by the 10th day of the every month in respect of the services tendered during the preceding

month.

Page 7 of 17

10. Termination of Contract:

Institute may without prejudice to any other remedy for breach of contract may terminate the

contract in whole or in parts.

(a) If the contractor fails to provide service within the period (s) specified in the

contract or any extension thereof granted by Institute.

(b) If the contractor fails to perform any other obligation(s) under the contract.

9. Force Majeure:

If any time, during the continuance of this contract, the performance in whole or in part by either

party of any obligation under this contract is prevented or delayed by reason of any war, or

hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions,

epidemics, quarantine restrictions. Strikes, lockouts or act of God (Hereinafter referred to as

events) provided notice of happenings, of any such eventuality is given by either party to the

other within 21 days from the date of occurrence thereof, neither party shall by reason of such

events be entitled to terminate this contract nor shall either party have any claim for damages

against the other in respect of such nonperformance or delay in performance under the contract

shall be resumed as soon as practicable after such an event may come to an end or cease to exist

and the decision of Institute as to whether the supplies have been so resumed or not shall be final

and conclusive, provided further that if the performance in whole or part of any obligation under

this contract is prevented or delayed by reason of any such event for a period exceeding 60 days

either party may, at his option terminate the contract.

10. Arbitration

In case of any dispute or difference arising out of or in connection with the tender conditions /

job order, the Director, IIT Rajasthan and Housekeeping Agency will address the dispute /

difference for a mutual resolution and failing which, the matter shall be referred for arbitration to

a sole Arbitrator to be appointed by the Director IIT Rajasthan.

The Arbitration shall be held in accordance with the provisions of the Arbitration and

Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur.

The award of the Arbitrator shall be final and binding on both the parties.

11. SCOPE OF WORK

The contractor shall provide the sanitation / housekeeping services in the Institute and shall

ensure hygienic atmosphere and clean environment.

Page 8 of 17

1. Facility Management contract will include all buildings, adjoining and open areas

including Academic and Administration blocks, under use for the campus of Indian

Institute of Technology Rajasthan at MBM Engineering College Campus and all hostels,

Transit hostels, health center, common rooms, mess, common areas of residential

quarters like staircases pathways, streets, Roads as well as open areas including gardens,

play fields, lawns, and other spaces inside the campus and immediate surroundings

outside of boundary walls, near gates, access ways precincts, streets etc.

2. Cleaning of all common areas, interior areas of office, working places, toilets, floors,

walls, columns, furniture, chairs, tables, litter bins, staircases, basements, terrace,

parking, driveway, stores, telephone instruments, computers, partitions, mirrors, light

fittings (internal & external), grills, diffusers, sanitary wares, washbasin, soap dispensers,

etc.

3. Building maintenance and cleaning - windows, aluminum frames, internal faces of

glasses, granites, stills, stairwells, lobbies, WC areas and lighting system, internal &

external pest control services, etc. Cleaning of all drainage pipelines (washbasin, sinks,

urinals, etc.). Maintenance and servicing of all the doors, floor springs / door closures,

furniture‟s and attending day to day miscellaneous carpentry, electrical and plumbing

work.

4. Washing of clothes, table cover, napkins and towels provided for executive dining as well

as the towels provided for senior executives and toilets at Administrative block. The

frequency of washing shall be daily.

5. Periodical cleaning of drains and water tanks - atleast once in a six months or whenever

necessary.

6. Scope of work also includes replacement of switches, sockets (power/telephone/data),

indoor / external light fittings, including chokes, capacitors, fuse, lamps, Distribution

Board fittings viz. MCB / ELCB / MCCB (All capacities) for internal lightings in case

the same are not in serviceable conditions at the discretion of authorized person.

7. The Contractor shall provide services on daily basis and work under directions of

Assistant Registrar or any such person authorized by the Director IIT Rajasthan

hereinafter referred to as “Authorized Person”.

8. The Contractor will provide a team of adequate number of personnel and qualified

supervisors and managers as may be required for proper execution of all services and as

directed by the “Authorized Person”.

9. The personnel deployed must be competent to deliver respective services and execute

maintenance works; bear good conduct and must be physically and mentally fit for the

work.

10. All the personnel deployed will wear the uniform in clean condition while attending to

their duties and carry their photo identify cards displayed prominently for which

Page 9 of 17

Contractor will provide summer / winter uniform, shoes, safety gear etc. to their

employees as required for the specific work and also as may be directed by the

“Authorized Person”.

11. Desired level of cleanliness in the academic and residential campus of the Indian Institute

of Technology Rajasthan will be maintained and for this all materials / instruments / tools

etc. will be provided by the Institute. Supervisors of the contractor will attend to

complaints on urgent basis round the clock. A separate Register shall be kept as per the

direction of the Authorized Person in the designated places for complaints and feedback

of users.

12. Specialized cleaning of entire academic block, all hostel rooms, mess and dining area,

Common area of Residential Quarters and bathrooms along with furniture, fixtures, glass

panes/toilets / office room / class room, Library, Auditorium, Common Area of

Residential Quarters, linen, electricity fittings, bathroom fittings, buckets, sanitary wares,

brackets, etc. will be ensured as per direction of Authorized Person.

13. Scope of work also includes provision of personnel for all routine maintenance activities

of sanitary lines, plumbing, electrical fittings and fixtures, wood work, etc. in transit

hostels, hostel rooms, common rooms etc.

14. The contractor may be asked to provide highly skilled, skilled, semiskilled or unskilled

persons for augmentation of services for which the rates need to be quoted separately.

12. Schedule of Work:

A broad schedule of work shall be as follows:-

A. Schedule – I: Academic Campus (Administrative Block, Academic Block - I & II).

Total numbers of rooms to be cleaned including

classroom with furniture, desktop computer, telephone

set etc.

54 Room approx. area 7563

sq. mtr.

Total Number of Labs to be cleaned 21 approx. area 1500sq. mtr.

Toilets 16

Open area 3000 Sq. Mtr.

B. Schedule – II: Residential Campus (GPRA Premises)

Total numbers of hostels rooms including toilets, open

area, common area, stairs, balcony, windows, water

cooler etc. to be cleaned

Approx: 150 Rooms

Porta Cabin 1 approx area 550 sq. mtr.

Open area, road, path Approx. 12000 sq. mtr.

Page 10 of 17

Note: Open area includes Area in front of the hostels/staff quarters, passage from one wing to

another, gardens, foot path etc.

JOB DESCRIPTION: Housekeeping.

a. Academic Campus:

S.No. Description of work Periodicity Remarks

1. Sweeping and cleaning and moping of

Rooms, floors, passages, corridors and

staircases, Walls and roofs.

Twice

daily

Conventional way of

cleaning. Using phenyl

2. Cleaning of Computer, tables, chairs, filing

cabinets, sofas, curtains, and vertical blinds

etc. Spraying room fresheners in common

spaces as well as in cabins.

Daily Conventional way of

cleaning.

3. Cleaning telephone instruments

Daily Using alcohols / Dettol‟s

liquid

4. Cleaning toilets wash basins & mirrors

water cooler.

Twice

daily

Using phenyl, Harpic,

hydrochloric acid, detergent

powder, if so required,

naphthalene balls to be

added regularly to urinals

pots before earlier balls are

fully consumed. Liquid

soap containers should be

filled up with liquid daily.

Cleanliness of containers

should be maintained.

5. The paved areas and courtyards in the front

and surrounding areas and approach road to

the building

Daily

6. Cleaning of equipment‟s computers, servers,

UPS, lab equipment‟s, Projects fans tube

light etc.

Twice a

week

Using vacuum cleaner

7. Cleaning of fans, bulbs, tube lights,

windows, doors, glass panes, partitions of

cabins etc.

Twice a

week

Conventional way of

cleaning or using vacuum

cleaner

8. Cleaning of towels provided to officials

rooms / chambers and toilets.

Twice a

week

9. Removal of cobwebs Weekly

10. Spraying of Pest Control material

As and

when

required

Using ISI branded pest

control material

11. Disposal of garbage Daily

b. Residential Campus.

Page 11 of 17

S.No. Description of work Periodicity Remarks

1. Sweeping and cleaning and moping of

Hostels Rooms, floors, passages, corridors

and staircases, Walls, toilets, wash basin,

mirrors and roofs etc..

Daily Conventional way of

cleaning. Using phenyl

2. Sweeping and cleaning and moping of

Transit Hostels Rooms, floors, passages,

corridors and staircases, Walls toilets, wash

basin, mirrors and roofs.

Daily Conventional way of

cleaning. Using phenyl

3. Sweeping and cleaning and moping of Open

outside area, floors, passages, corridors and

staircases, Walls and roofs of Staff Qtr.

Daily Conventional way of

cleaning. Using phenyl

4. Cleaning of Computer, tables, chairs, filing

cabinets, sofas, curtains, and vertical blinds

etc. of poata cabin or common rooms.

Daily Conventional way of

cleaning.

5. The paved areas and courtyards in the front

and surrounding areas and approach road to

the building

Daily

6. Cleaning of fans, bulbs, tube lights,

windows, doors, glass panes, partitions of

cabins etc.

Twice a

week

Conventional way of

cleaning or using vacuum

cleaner

7. removal of cobwebs Weekly

8. Spraying of Pest Control material

As and

when

required

Using ISI branded pest

control material

9. Disposal of garbage Daily

Contractor need to access the requirement of the material, machines and tools and submitted

along with the bid. The material, equipments, machines and tools will be provided by the

Institute on monthly basis.

Timing:

A) Academic Campus (MBM premises):

(i) Administrative Block:

All Rooms, toilets open area in all the floors will be cleaned between 6:00am to

09:00 am and 1:00pm to 6:00pm daily.

(II) Academic Block – I

All the rooms , labs, toilets, open area, tables chairs etc. will be cleaned between

6:00am to 10:00am and from 2:00pm to 6:00pm daily.

(III) Academic Block – II

Page 12 of 17

All the classroom, toilets, open area, green boards, tables chairs etc. must be

cleaned between 6:00am to 9:00am and from 1:00pm to 6:00pm daily or as

instructed by “authorized person”.

Cleaning of Solar panels in every 15 days

B) Residential Campus (GPRA)

1) All Rooms, Toilets, furniture in Transit Hostels Block – I & Block - II in all the floors

will be cleaned between 8.00 a.m. to 11.00 a.m. and or on request as and when

required.

2) All student rooms in all the blocks in all the floors will be cleaned between 11.00 am to

5.00 pm or on request of student.

3) On all Saturday and Sunday students‟ rooms will be cleaning between 8.00 a.m. to 5.00

p.m. apart from cleaning of terrace, windows, chajjas, glass, common areas etc. or on

request.

Note: This schedule is subject to change, depending upon the convenience of the students or

as may be desired by “Authorized Person”.

General Terms & Conditions:

1. The tenderer shall inspect all premises and identify the requirement of minimum number of personnel and equipment which may be necessary to be deployed to undertake the specified scope of work and give appropriate schedule based on which the price bid shall be given.

2. The Institute reserves the right to increase or decrease the quantities specified in the Price Schedule to the extent of 30% (thirty percent) without any change in unit price of the individual items or any other terms & conditions.

3. The Director IIT Rajasthan is not bound to award contract at the lowest price

received in the tender and reserves the right to decide on fair and reasonable price of the services tendered for and counter offer the same to the bidders. All other terms and conditions of the tender shall remain operative even if a counter offer rate is offered to the bidders. Institute reserves the right to negotiate with lowest bidder to arrive at the fair and reasonable price.

4. The contractor shall also be responsible for any damage that they may cause due to the carelessness of his workmen and will bear all consequences in this regard.

Page 13 of 17

5. Electrical lamps, fittings and fixtures and hardware related to sanitary, plumbing and carpentry will be provided by the Institute.

6. All necessary tools and equipment, ladder, scaffolding safety gadgets, pumps, etc as required for providing services shall be provided by the Institute.

7. All the tools, equipment and consumables like manure, pesticides, etc as required for upkeep of gardens, green areas, plants etc will be provided by the Institute.

8. Water and Electricity as required for the services shall be provided by the institute.

9. The contractor will have to adhere to Payment of Minimum Wages Act, Provident Fund Act, Employees State Insurance Scheme, Family Pension Fund Act, Bonus, Gratuity Act, Shops & Establishments Act, Contract Act, Safety Regulation etc. as applicable. Any noncompliance of any statuary requirement will lead to the termination of the contract

10. Penalty: For unsatisfactory level of cleanliness noticed during the inspection by the “Authorized Person” or his representative, a penalty upto Rs. 10,000/- is liable to be levied as may be decided by the Authorized Person.

11. Emergency work: It shall be contractor’s responsibility to attend to emergency works in time. No extra payment will be made for working on odd hours /emergency works. 12. Rates, Taxes and Duties: All the rates furnished in the tender shall be inclusive of all labour including all duties, royalties, service tax, Work Contract Tax (WCT) or any other taxes or local charges, if applicable. No extra claim on this account will in any case be entertained later in addition to quoted price.

13. Payment Terms: The bill shall be prepared by the contractor on monthly basis after completion of month and will be settled by Institute after deducting necessary TDS, taxes, retention money etc.. The bill, in proper form, must be duly accompanied by details of work carried out in that month and must

show deduction for all previous payment. 14. Safety Management: Initiate and maintain safety management programme to protect contractor’s employees from hazards through procedures, practices and regular inspection of the work areas, materials, equipment, information and training necessary for safe work performance.

15. Contractor need to submit the police verification of the entire worker deputed for the services.

Page 14 of 17

16. Compliance with all statutory requirements: The Contractor shall comply with all statutory requirements prescribed by the local as well as central government authorities from time to time and submit a monthly report alongwith all the required proof of compliance to the Institute along with the monthly invoice. The contractor shall produce all the relevant statutory documents for inspection by the Institute and the government authorities.

17. Contractor should sign on each of the paper of the tender document.

A- Details Regarding Tenderer

1 Name of Contractor

2 Postal & E-mail

Address

3 Telephone, Mobile &

Fax No

4 Persons to be contacted

& Designation

5 Type of firm

6 Year of Establishment

7 PAN Details

B – Details Regarding Registration

S.NO Criteria Document Required

1 The contractor should be registered

with Jodhpur Municipal Corporation

/ local Municipal Authorities under

Shop & establishment act or

State/Central Govt. Authorities for

providing housekeeping services

Photostat copy of (Valid)

certificate duly signed by the

contractor to be attached (Name

of contractor & the nature of

services should be clearly

mentioned in the certificate).

2 ESI, P.F. and Service Tax number Photostat copy of (Valid)

Certificate duly Signed by the

contractor to be attached.

Page 15 of 17

C – Financial Details of Tenderer

S.NO Criteria Document Required

1 The Annual average financial

turnover during last three years

should not less than 1.0 cr.

Attached Photostat copy of profit

& loss document and balance

sheet duly audited/ Duly

certified by C.A. for last 3 years

2007 – 2008

2008 – 2009

2009 – 2010

2 For financial soundness solvency

certificate of a Nationalize/-

Scheduled Bank of fifty lakhs

Original solvency certificate of

Bank to be attached

3 Income Tax Statement/return -

details

Attach Photostat copy of

statement Submitted to income

tax office of last three years

4 Contract of similar type of

housekeeping single work cost not

less than Rs. 25 lakh in one calendar

year During last 3 years

Certificate from clients/work

order copies specifying the

amount of contract should be

submitted. Work order showing

contract for supply of labours

are not entertained.

Satisfactory work completion

certificate need to be included

D – Experience Details

S.NO Criteria Document Required

1 The contractor should have

experience of housekeeping of more

than one lakh sq. feet of covered

building area Offices / lounges for

large central Govt. / Public sector

undertaking / Corporate offices /

Hostels etc.

Certificate from clients/work

order copies specifying the

working area should be

submitted.

Page 16 of 17

2 List of other clients with name and

Telephone number of contact Person.

List to be attached

E – Details about Manpower, Tools, Equipment’s and Machines.

S.NO Criteria Document Required

1 List of trained staff with name

Address, P.F. & ESI Number those

are working in your organization.

List to be attached

2 List of various cleaning machine

equipment’s & tools.

List to be attached

3 Any other information about your

organization which is helpful to you

in the pre-qualification

Enclose details.

PRICE BID 1. Housekeeping Schedule –I: Academic Campus (MBM Premises).

S. No. Activity Price

1 Academic & Administrative Buildings and open areas

located at MBM College Premises

2. Housekeeping Schedule –II: Residential Campus (GPRA Premises).

S. No. Activity Price

1 Hostels and Residential area at “Kendranchal”, Vivek

Vihar Yojana , Pali road Jodhpur.

Page 17 of 17

3. Price for additional manpower requirement (if any).

Category Minimum

wages

EPF ESI Service

Tax

Service

Charge

Others

(if any)*

Total

Highly Skilled

Skilled

Semi-skilled

Un-skilled

*Please specify in brief.

Note:

I. The Director, IIT Rajasthan at his sole discretion reserves the right to make minor changes in the scope of work as and may be required for the smooth functioning of the Institute.

II. The rates given in this price bid are inclusive of all taxes, levies, statutory liabilities, bonus/ incentives, if any, to the personnel deployed in the service of the institute, accidental expenses incurred by the contractor in execution of the work, the cost of implements (including tractor and its implements), materials and consumables which may be necessary for providing sanitation and gardening service to the institute, Contractor’s profit and contingent expenses incidental to the work of the Contractor, overheads of the Contractor and any other unforeseen expenses. The rates are net and nothing extra shall be payable over & above these rates.

III. The above rates must also take into consideration the Minimum Wages applicable to the trained personnel, contribution towards ESI, EPF, Bonus, Insurance, local taxes, chess / surcharge etc..

IV. The rates of the individual items accepted by the Institute shall remain valid for the modified numbers also and no claim on account of curtailment/ additional quantum of work shall be entertained by the Institute.

V. Evaluation of price bid the rate quoted for additional manpower requirement

will not be considered.

SIGNATURE OF AUTHORIZED PERSON WITH SEAL