Maharashtra Maritime Board, Home Department (Ports and ...
Transcript of Maharashtra Maritime Board, Home Department (Ports and ...
1
Maharashtra Maritime Board, Home Department
(Ports and Transport)
Government of Maharashtra
Request for Proposal
for
Selection of Contractor for Annual Maintenance Services (AMS) for Air conditioned units installed in premises of MMB Office at Fort, Ballard Estate, Mumbai, Maharashtra, India
Sep. 2019
2
Table of Contents
1. Bid Notice ..................................................................................................................................................3
2. Background ...............................................................................................................................................7
3. Scope of Work ..........................................................................................................................................8
4. Main Particulars of the AC System ........................................................................................................8
5. General terms and conditions ................................................................................................................9
6. Special terms and conditions .................................................................................................................9
7. Duties and Responsibilities of Selected Bidder ................................................................................ 10
8. Preparation and Submission of Bid .................................................................................................... 10
9. Opening of Bids ..................................................................................................................................... 12
10. Signing of Agreement ....................................................................................................................... 12
11. PERIOD OF CONTRACT: ............................................................................................................... 13
12. Payment Terms ................................................................................................................................. 13
13. Penalty Clause ................................................................................................................................... 13
14. Liability ................................................................................................................................................ 13
15. Termination ........................................................................................................................................ 13
16. Dispute Resolution ............................................................................................................................ 14
17. Applicable law .................................................................................................................................... 14
18. Miscellaneous .................................................................................................................................... 14
19. Annexure – I ....................................................................................................................................... 16
20. Annexure - II ....................................................................................................................................... 18
21. Annexure‐III ........................................................................................................................................ 20
22. Annexure-IV ....................................................................................................................................... 22
23. Annexure‐V ........................................................................................................................................ 23
24. Annexure‐VI ....................................................................................................................................... 24
3
1. Bid Notice
Online Tenders (e-Tender) for the following work are invited by the Maharashtra Maritime
Board (MMB) on the Government of Maharashtra's Tender Information System Portal
http://mahatenders. gov.in as per the Tender Schedule published on the Web portal
from suitable individual/Consortiums/companies having required experience. The
details can be viewed online and downloaded directly from Government of Maharashtra e-
Tendering portal http://mahatenders.gov.in from 09.09.2019 at 1100Hrs. (IST) onwards.
Tender Reference No. MMB/Admin/Tender/AMC/AC
Name of Work Selection of Contractor for Annual Maintenance Services (AMS) for Air conditioned units installed in premises of MMB Office at Fort, Ballard Estate, Mumbai, Maharashtra, India
Cost of blank Tender
Document and Mode
of Payment
INR. 5,000/- / (Rupees Five Thousand only) (Non-Refundable)
inclusive of GST(18%) to be paid through Net Banking, during
downloading of Tender Document
EMD Amount and
Mode of Payment
INR.25,000 / (Rupees Twenty Five Thousand only) to be
paid through Online Payment modes i.e. Net Banking, during
submission of Tender Document
Venue for opening of
Tender
Office of the Maharashtra Maritime Board at the above address.
Contact person for
information relating
to
tender
Mr. Bhangare, Port Suprintendent, MMB
Email id : [email protected]
Mr. Parab, Port Inspectore, MMB
Email id : [email protected]
e-Tendering helpline 24X7 Help Desk Number- 0120-4200462,0120-4001002
Mobile No.88262 46593, Email- [email protected]
4
1 . 1 e-Tender Schedule Sr. No. Activity Date Time (Hrs.)
1. Publishing Date 09.09.2019 1100
2. Document Download Start Date 09.09.2019 1100
3. Bid Submission Start Date 09.09.2019 1100
4. Seek Clarification Start Date 09.09.2019 1100
5. Document Download End Date 23.09.2019 1700
6. Seek Clarification End Date 23.09.2019 1700
7. Bid Submission Closing Date 23.09.2019 1700
8. Technical Bid Opening Date 25.06.2019 1100
5
NOTE:
i) All eligible/ interested Bidders are required to be enrolled on portal http://mahatenders.gov.in before downloading tender documents and participate in e-tendering.
ii) Dates mentioned here are scheduled dates for Bid Opening Activities. Any change in the date of opening of technical and financial tenders shall be notified in "Corrigendum" sect ion on eTendering Portal before opening of the same.
iii) The Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or reject any or all tenders without giving any reasons thereof.
iv) The detailed tender notice is available on our website https://mahammb.maharashtra.gov.in
Sd/-
CHIEF EX ECUTIVE OFFICER
MAHARAS HTRA MARITIME BOARD
6
INSTRUCTIONS TO BIDDERS RELATED TO E-TENDERING GENERAL INSTRUCTIONS:
The bidders are requested to familiarize themselves with the use of the e-Tendering portal of
Government of Maharashtra well in advance.
To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
subsequently purchase the Tender Document and its supporting documents, kindly visit following e-
Tendering website of Government of India: https://mahatenders.gov.in
The Contractors participating first time for e-Tenders on GoM e-tendering portal will have to
complete the Online Registration Process for the e-Tendering portal. A link for enrolment of new
bidders has been provided on
https://mahatenders.gov.in/nicgep/app?page=BiddersManualKit&service=page
All bidders interested in participating in the online e-Tendering process are required to procure
Digital e-Token having 2 certificates inside it, one for Signing/Verification purpose and another for
Encryption/Decryption purpose. The tender should be prepared & submitted online using
individual’s Digital e-Token.
e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has been provided
on e-Tendering website in order to guide them through different stages involved during e-Tendering
such as online procedure for Tender Document, Bid Preparation, Bid Submission.
(https://mahatenders.gov.in/nicgep/app?page=DSCInfo&service=page )
Similarly, Bidders will have to pay Earnest Money Deposit through online modes of payment only.
This payment will not be accepted by the department modes such as Cash, Cheque or Demand
Draft. Bidders who are using SB MOPS other banks Internet Banking are requested to make online
payment four days in advance. For online Payment related issues, Kindly send email with Bank
Reference Number to this email ID [email protected]. You may also contact 022-27560149 for
clarifications.
If any assistance is required regarding e-Tendering (registration/upload/download) please contact
GoM
e-Tendering Help Desk
For any technical related queries please call at 24 x 7 Help Desk Number
0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787.
International Bidders are requested to prefix 91 as country code. Note- Bidders are requested to
kindly mention the URL of the Portal and Tender Id in the subject while emailing any issue along
with the Contact details. For any issues/ clarifications relating to the tender(s) published kindly
contact the respective Tender Inviting Authority.
Tel : 0120-4200462, 0120-4001002, 0120-4001002, 0120-6277787
E-Mail : support-eproc {at}nic{dot}in
7
2. Background
MMB is interested to procure, Annual Maintenance Services (AMS) for Air conditioned units installed in premises of MMB Office at Fort, Ballard Estate, Mumbai, Maharashtra, from qualified Companies/ Firms/ Consortiums. The maintenance services shall comprise of Preventive corrective / remedial maintenance to keep the entire system in good working order to do so in working hours of MMB, however in case of emergency or major breakdown there is no time limit . In this regard, The Maharashtra Maritime Board (MMB) invites online offers through e-tendering
process from reputed Companies/ Firms/ Individuals with prior experience.
8
3. Scope of Work
3.1 All equipment under contact will be serviced minimum four times during the contract period and as and when required.
3.2 All breakdown calls will be attended within stipulated time during the contract period.
3.3 Cost of spare parts/consumables required shall be borne by agency as per scope. a. Risk Protection Contract (RPC): Cost of necessary spare parts and consumables to be borne by Agency. b. Compressor Excluded Contract (CEC): Cost of necessary spare parts (other than Compressor) and consumables to be borne by Agency. c. All other spares and labour contract cost will be borne by Agency.
3.4 The compressor will be checked for its proper functioning and if any defect is found, the same will be repaired/replaced.
3.5 Safety controls such as pressure cut outs will be tested for proper functioning and in case of any malfunctioning, they will be either repaired or replaced accordingly.
3.6 The PCBs of the IDU & ODU will be checked for its proper functioning and if any defect found, the same will be rectified/replaced.
3.7 Air filters will be inspected and cleaned or replaced, if necessary. Cost of filters shall be replaced by the Agency.
3.8 Cooling coil will be inspected and cleaned, if necessary.
3.9 The blower motor will be checked and any defects noticed will be attended.
3.10 Any defect in the electrical items and control wiring will be attended.
3.11 Refrigerant gas will be topped up in the system as and when necessary.
3.12 The Condenser fan motor will be attended.
3.13 The condenser coil will be inspected and cleaned.
3.14 Any repairs in the condenser coil will be attended.
3.15 Repairs to refrigerant piping due to system problems will be attended.
3.16 Over and above all other financial implications will be borne by Agency.
4. Main Particulars of the AC System
Description ODU Capacity Quantity
Blue star- Inverter IVRFB – 22TC
22 HP 4
Blue star Split ACBO- 3HW24VCU
1 TR 1
Blue star Split ACBO- 3CNHW18NAFU
1.5 TR 1
Blue star Split ACBO- 3HW12VCU
2 TR 1
The above specifications shall be in accordance with the carrying capacity of Maintenance work. (Details of the quantity of work and units should be assessed by the bidder to give the
9
competitive quote, irrespective of what is quoted above. The contractor can request the suitable site visit date for estimation of work. Under any circumstances MMB is not liable for wrong estimates of work.)
5. General terms and conditions 5.1 The application fee for the Request for Proposal (RFP) is INR 1 , 0 0 0 / (Indian Rupees
one thousand only + applicable GST) to be paid through Online Payment Modes i.e. Net
Banking/ debit card and shall be non-refundable.
5.2 The applicant shall also have to deposit Earnest Money Deposit (EMD) of INR.12,000
(Indian Rupees twelve thousand only) to be paid through. Net Banking. The EMD of the
Successful Bidder will be retained by MMB (without interest) till submission of the
performance guarantee. The EMD of unsuccessful applicants shall be returned (also without
interest) within 30 days from the issue of Letter of Award to the Successful Bidder.
6. Special terms and conditions
6.1 Evaluation Criteria: The bidder which qualifies mentioned qualification criteria and quotes the lowest fees, shall be the successful bidder.
I. Technical Qualifications :
a) The Bidder may be firms/Individuals/companies/Consortiums/ liability partnership firm
or a private company
b) The Bidders shall not be blacklisted by any Government Agency in India/ Abroad at
the time of due date of Submission of Bid.
c) The Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent
practices by the Central/ State Government, or any PSU in India.
d) In case of consortium for purpose of technical qualification, lead member should satisfy
all the above criteria individually.
e) It is mandatory for bidder to do site visit to get idea of technical specifications required
for contract.
f) The tenderer should be an Authorized service provider or Original Equipment
Manufacturers for at least one of the reputed Brands of air conditioners. However they
should have requisite expertise in servicing and maintenance of other Brands of Air
Conditioners also. A copy of Certificate/ Authorization letter issued by the company to
the tenderer for being Authorized service provider is to be submitted.
10
g) The tenderer should have been engaged in providing Annual Maintenance Contracts
for air conditioners for last 3 years.
II. Financial Qualifications:
a) The average of the annual turnover of the tenderer during the last three financial years
shall be more than Rs.10 lakhs (Ten Lakhs only). In case of consortium for purpose of
financial qualification, consortium members should jointly satisfy the above criteria.
7. Duties and Responsibilities of Selected Bidder 7.1 The Bidder shall be solely and exclusively responsible for engaging or employing persons
for the execution of work. All disputes or differences between the Bidder and his / their
employees shall be settled by the Bidder. The Bidder shall abide by prevalent Labour Laws
as applicable.
7.2 MMB will have absolutely no liability whatsoever concerning the employees of the Bidder.
The Bidder shall indemnify MMB against any loss or damage or liability arising out of or in
the course of the Bidder employing persons or in relation with the Bidder's employees.
7.3 The Bidder shall advise in writing or in such an appropriate way to all of the Bidder's
employees and any other persons engaged by him that their appointment/employment is not
by MMB but by the Bidder and that their present appointment is only in connection with the
contract with MMB and that therefore, such an employment / appointment would not enable
them or make them eligible for any employment with MMB either temporarily or/and
permanent basis.
7.4 All required licenses would be taken by the bidders and at their own cost.
8. Preparation and Submission of Bid
a) Language:
The Bid and all related correspondence and documents should be written in the
English language.
b) Format and Signing of Bid:
Each Bid shall have to be prepared and submitted in accordance with provisions of this
tender document. The Bid shall comprise of 2 (two) submissions:
• Submission 1: Technical Qualification • Submission 2: Commercial Proposal
Submission 1: Technical Qualification
a) The Earnest Money Deposit (EMD) of INR.12,000 /- (Indian Rupees Twelve Thousand only)
to be paid through Net Banking submission. Also the Tender Document fee of INR. 1,
000/- (Indian Rupees one Thousand + applicable GST ) to be paid through Net Banking
11
on downloading the tender document.
b) Technical qualification in the prescribed format along with Annexures and supporting
documents relevant to the information asked in any of the Annexures, should be uploaded
on e-Tender web portal. Following is an indicative list of documents to be uploaded;
➢ Certified true copy of the incorporation certificate of the Single Entity; In the case of
a Consortium, certified true copy of the incorporation certificate of each of the Members of the Consortium; and
➢ Certificate from a Chartered Accountant demonstrating Turnover for last five years
➢ Copy of Permanent Account Number
➢ Copy of GST Certificate, if applicable
➢ Anti-Blacklisting Certificate on Stamp paper of INR 100/- (as per format prescribed in
Annexure‐V)
➢ Undertaking (as per format prescribed in Annexure‐VI) ➢ A copy of Certificate/ Authorization letter issued by the company to the tenderer for
being Authorized service provider is to be submitted.
➢ Completion Certificate issued by the authorized officer of the client will have to be furnished along with the tender document
➢ The tenderer shall have a valid PAN number. The copy of the PAN number should be enclosed to the TENDER
➢ The tenderer should be registered for Service Tax. In case the firm is not covered under service tax an undertaking must be provided stating the clause under which service tax is not applicable to them
c) Power of Attorney for signing of Bid in the format at Annexure‐III;
Submission 2: Commercial Proposal
a) The Commercial Proposal shall be uploaded in the format specified at Annexure-IV.
b) It may be noted that Bids, which do not contain the Commercial Proposal as specified
above, would be considered as invalid and liable for rejection.
c) All Interested bidders are required to be enrolled on portal before downloading
tender documents and participate in e-tendering and familiarize themselves with the
use of the e-Tendering portal
d) All or any one of the Bids may be rejected by MMB.
e) Originals must be produced for verification, whenever required by MMB.
f) The Bidder shall not put any counter conditions. Any counter offer as well as any
alterations in the work/ scope of work, as specified in the tender, shall disqualify the
bidder forthwith.
12
g) The Bid shall be prepared, signed and submitted only by such Firm/ Company/
consortium etc. whose name the Request for Proposal (RFP) documents have been
purchased.
h) If any discrepancies are observed between figures and words in the rates quoted,
while evaluating the bid, the rates quoted in words shall supersede the rates quoted in
figures.
9. Opening of Bids
9.1 For the purpose of qualifying under Submission 1, the Bidder shall have to demonstrate the
minimum financial qualification and Technical qualification as stipulated under this Request
for proposal (tender) document.
9.2 If the Bidder does not meet the minimum financial qualification and Technical qualification
as specified then the Bidder shall be disqualified from the Bidding Process and the Bid
Security of such Bidder shall be returned and their Commercial Proposals shall not be
opened.
9.3 Incomplete Bids submitted with qualifying conditions or with conditions at variance with the
Terms and Conditions of this notice will be liable to be rejected.
9.4 In the event of a tie, the concerned bidders would be invited for negotiations and asked to
revise their rates. Post-negotiations, the Bidder who offers the lowest commercial quote to
MMB would be declared as the Successful Bidder.
9.5 The Successful Bidder shall be issued the Letter of Award within seven (7) days from the
date of acceptance of the price bid.
9.6 The Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return
the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy
of the LOA duly signed by the Selected Bidder is not received by the stipulated date, MMB
may, unless it consents to extend time for submission thereof, appropriate the Bid Security
of such Bidder as Damages on account of failure of the Selected Bidder to acknowledge the
LOA, and the next eligible Bidder may be considered.
10. Signing of Agreement
Within Thirty (30) days from the date of issuance of the Letter of Award and on compliance
of terms & conditions of the LOA, by the successful bidder, a formal agreement shall be
entered into, between MMB and the Successful Bidder. The date of commencement
of contract shall be mentioned in the Agreement.
13
11. PERIOD OF CONTRACT:
1. Mobilization Period: Immediate after receipt of Work Order/LOA.
2. Contract Period: 1 Year
12. Payment Terms Subject to any deductions / adjustments from the Contract Price as per the Contract, the Contractor shall be entitled to receive the Contract Price, from MMB, in the following manner: a) The payment shall be done on quarterly basis 90 % against running bills. 10% of the
billing values shall be retained and shall be paid after successful completion of contract. b) Payment shall be done month-wise. c) All the bills should be duly certified by person In Charge.
13. Penalty Clause The Following condition, penalty imposed. 1. Any machine breakdown more than a 24 hour @ 200/- hour. 2. Any machine breakdown more than a 48 hour @ 400/- hour. 3. Any of the machines under breakdown should be repaired and put back in service within
24 hours (where compressor repair is not involved) & 48 (Forty Eight) hours (where compressor repair is involved) from the time of reporting defect.
14. Liability
14.1 Except as otherwise expressly provided, neither MMB nor its servants, agents, nominees,
shall have any liability or responsibility whatsoever to whomsoever for loss or damage to the
equipment and/or loss or damage to the property of successful bidder and/or its sub-
contractors, irrespective of how much loss or damage is caused unless caused by willful and
gross negligence of MMB and/or its servants, agents, nominees, assignees.
14.2 The successful bidder shall protect, defend, indemnify and hold harmless MMB from and
against such loss or damage and any suit, claim or expense resulting there from.
14.3 Neither MMB nor its servants, agents, nominees, assignees, sub-contractors shall have any
liability or responsibility whatsoever for injury to, illness, or death of any employee of the
successful bidder irrespective of how such injury, illness or death is caused unless caused
by willful and gross negligence of MMB and/or its servants, agents, nominees, assignees.
The successful bidder shall protect, defend, indemnify and hold harmless MMB from and
against such loss or damage and any suit, claim or expense resulting there from.
15. Termination
15.1 MMB may terminate the contract anytime during the period of contract for any of the below-
mentioned reasons which would be recorded in the letter of termination. If the selected
bidder/consortium has:
14
a) abandoned the contract;
b) failed to maintain the performance standards set by MMB;
c) failed to rectify the defects and deficiencies pointed out by the Engineer-in-Charge
within the time limit set forth for rectifying such defects and deficiencies;
d) neglected or failed to observe and perform all or any of the terms, acts, matters or
things under this contract, to be observed and performed by the contractor;
e) acted in any manner to the detrimental interest, reputation, name or prestige of MMB;
f) become untraceable;
g) been declared insolvent/bankrupt;
h) without authority, acted in violation of the terms and conditions of this contract and
has committed breach of the terms of contract in the best judgment of MMB.
15.2 The contract shall also stand terminated, if any winding-up proceedings are initiated against
the bidder/consortium members.
15.3 When the contract is terminated by MMB for all or any of the reasons mentioned above, the
company/consortium shall not have any right to claim any compensation on account of such
termination.
16. Dispute Resolution
All disputes and differences whatsoever arising between the parties out of or relating to the
construction, meaning and operation or effect of this Tender and consequent Contract or the
breach thereof shall be mutually settled. However, in case no such mutual settlement is arrived
at, the matter shall be settled by arbitration in accordance with the provision of arbitration of the
Indian Arbitration & Conciliation Act, 1996 and any statutory modification or re-enactment thereof
and the Rules made there under and for the time being in force. The venue of arbitration shall be
at Mumbai unless otherwise agreed by Maharashtra Maritime Board.
17. Applicable law
The contract arising out of this tender shall be interpreted in accordance with the Law of India in
Mumbai Jurisdiction only.
18. Miscellaneous
MMB, in its sole discretion and without incurring any obligation or liability, reserves the right, at any
time, to:
a) Suspend and/or cancel the Selection Process and/or amend and/or supplement the
Selection Process or modify the dates or other terms and conditions relating thereto;
b) Consult with any Bidder in order to receive clarification or further information;
c) Retain any information and/or evidence submitted by, on behalf of and/or in relation to
any bidder; and/or
d) Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any bidder.
15
Note: The Contractor shall ensure that the equipment/machines are transported/ handled carefully
without any damage. In case any damage occurs due to poor handling the same has to be made
rectify by the Contractor without any extra cost to MMB failing which the same shall be carried by
MMB and cost incurred will be recovered from the Contractor’s bills.
16
19. Annexure – I
(On letter head of the Bidder)
To
Chief Executive Officer (CEO),
Maharashtra Maritime Board (MMB)
Indian Mercantile Chambers,
3rd Floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai - 400001.
Subject: Selection of bidder for A/C, AMC services
Sir,
1. Being duly authorized to represent and act for and on behalf of (herein the
Bidder), and having studied and fully understood all the information provided in this
Request for Proposal (RFP), I…………………….. the undersigned hereby apply as a
Bidder for the “Selection of bidder for A/C, AMC services” according to the terms and
conditions of the offer made by Maharashtra Maritime Board.
2. Maharashtra Maritime Board is hereby authorized to conduct any inquiries/ investigation to
verify the statements, documents and information submitted in connection with the Bid.
3. This Bid is made with full understanding that:
a) MAHARASHTRA MARITIME BOARD reserves the right to reject or accept any Bid,
modify/ cancel the bidding process, and/or reject all or any of the Bids.
b) MAHARASHTRA MARITIME BOARD shall not be liable for any of the above
actions and shall be under no obligation to inform the Bidder of the same.
c) In case our offer is accepted and if we fail to pay the amount in the manner
specified by MAHARASHTRA MARITIME BOARD, the amount of Earnest Money
and any further installments paid by us under this offer shall stand absolutely
forfeited by MAHARASHTRA MARITIME BOARD.
4. I, the undersigned do hereby declare that the statements made, and the information
provided in the duly completed Bid forms enclosed are complete, true and correct in every
aspect.
5. We have read the terms and conditions of the offer detailed in the Request for Proposal
and are willing to abide by them unconditionally.
17
6. The offer made by us is valid for 120 days from the Bid Submission Date. We understand
that MAHARASHTRA MARITIME BOARD may require us to extend the validity of the bid
for such period as may be determined by MAHARASHTRA MARITIME BOARD at its
discretion.
Name:
For and on behalf of
(Name of Bidder)
18
20. Annexure - II
(Bidder details)
1. Particulars of the Bidder
a) Name:
b) Country of Incorporat ion I Nationality (as applicable):
c) Address of the corporate headquarters and its branch office(s), if
any, in India (as applicable):
d) Date of incorporation and/or commencement of business (as applicable):
e) The following documents are to be provided:
i. Certificate of Incorporation
ii. Audited Annual reports of last 3 financial years:
iii. Tax returns of last 3 financial years
iv. Copy of Permanent Account Number:
v. Copy of VAT Registration number
vi. Copy of Service Tax Registration number
vii. Statutory auditor certificate for
turnover viii. certificates of eligible
experience
2. Details of Authorized signatory of the Bidder
a) Name:
b) Designat ion (as applicable):
c) Address:
d) Telephone No./ Fax no.:
e) Email
3. Net worth Details (as applicable)
Year annual turnover (INR )
19
4. Details of person employment dealing with such operations/service:
a) Name:
b) Designat ion (as applicable):
c) Address:
d) Telephone No./ Fax no.:
e) Email
f) Number of years with the firm
g) Total number of years of experience
h) Details of previous employment starting with current employment
Signature of the Authorized Signatory of the Bidder Full Name Designation (as applicable) Name of the Company (as applicable) Address Date
20
21. Annexure‐III
(on non‐judicial stamp paper of INR 100)
Power of Attorney for signing of Bid
Know all persons by these presents, [We …………………………………………….. (name of the
company) incorporated under the laws of India and having its registered office at [ ]
“Company”] do hereby irrevocably constitute, nominate, appoint and authorize Mr. /Ms (name),
…………………… son/daughter/wife of ……………………………… and presently residing at
…………………., who is presently employed with us and holding the position of
……………………………. , as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds, matters and things as
are necessary or required in connection with or incidental to submission of our Bid for “Selection
of bidder for A/C, AMC services” pursuant to the RFP dated [__] (“RFP”) issued by the (the
“Authority”) and for our selection as Successful Bidder including but not limited to signing and
submission of all Bids and other documents and writings, participate in pre-bid conferences and
other conferences and providing information/responses to the Authority, representing us in all
matters before the Authority, signing and execution of all contracts including the
Concession/License Agreement and undertakings consequent to acceptance of our Bid, and
generally dealing with the Authority in all matters in connection with or relating to or arising out of
our Bid for the said Project and/or upon award thereof to us and/or till the entering into of the
Concession Agreement with the Authority.
AND
we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deed, matters and
things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of
the powers conferred by this Power of Attorney and that all acts, deeds and things done by
our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us.
Capitalized terms not defined herein shall have the meaning assigned to them under the
RFP. IN WITNESS WHEREOF, ………………………….,
THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………., 2….. For ……………………….. (Signature) (Name, Title and Address)
Witnesses:
(Notarized)
Accepted
…………………………… (Signature)
(Name, Title and Address of the Attorney)
Notes:
21
1. The Power of Attorney for signing of Bid must be submitted in original
2. The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
3. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/ power of attorney in favor of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
4. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Applicants from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming Appostille certificate.
22
22. Annexure-IV Commercial Proposal
Bidding criteria
Price bid (in INR in figures) Price bid (in INR in words)
* In case of any discrepancy, the amount quoted in words will be considered as final bid amount.
WE FURTHER ACKNOW LEDGE AND AGREE THAT:
a) This offer is valid for a period of 120 days from the Bid Submission Date or such
extended date as may be determined by MAHARASHTRA MARITIME BOARD.
b) I/We have read and understood the terms and conditions of the Request for
Proposal and documents and hereby unequivocally and unconditionally accept the
same.
c) I/We understand that you are not bound to accept any proposal you receive. d) In case our offer is accepted and if we fail to fulfill our scope of work, the amount of
money retained (10% of value of the bills provided by contractor) by MMB under this
offer shall stand absolutely forfeited by MAHARASHTRA MARITIME BOARD.
e) The decision of MAHARASHTRA MARITIME BOARD concerning this transaction shall be
final and binding on us.
We hereby declare that the information stated hereinabove is complete and correct and any
error or omission therein, accidental or otherwise, will be sufficient justification for
MAHARASHTRA MARITIME BOARD to reject our Bid and/or to cancel the award.
Signature of the Authorized Signatory of the Bidder Full Name Designation (as applicable) Name of the Company (as applicable) Address Date
23
23. Annexure‐V
ANTI BLACKLISTING CERIFICATE
(on a stamp paper of INR 100/-)
I M/s. ……………… (Name of the Bidder), (the names and addresses of the registered office)
hereby certify and confirm that we or any of our promoter/s / director/s are not barred by
Government of India (GoI) / any other entity of GoI or blacklisted by any state government/
department / local government / agency in India or from abroad from participating in Project/s, as
on the (Bid Submission Date).
We further confirm that we are aware that our application for the captioned project would be liable
for rejection in case any material misrepresentation is made or discovered with regard to the
requirements of this RFP at any stage of the Bidding Process or thereafter during the agreement
period.
Dated:
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of Authorised person:
24
24. Annexure‐VI
Undertaking
It is certified that the information furnished here in and as per the document submitted is true and
correct and nothing has been concealed or tampered with. We have gone through all the
conditions of RFP and are liable to any punitive action for furnishing false information /
documents.
Dated:
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of Authorised person:
25