TERMS & CONDITIONS SPECIFICATIONS OF CONTRACT FOR ...

47
1 TERMS & CONDITIONS & SPECIFICATIONS OF CONTRACT FOR HOUSEKEEPING & CLEANING SERVICES AT C-DOT CAMPUS TENDER REF. NO. CDOT/TENDER/ADMIN/HK/2019-2022/004

Transcript of TERMS & CONDITIONS SPECIFICATIONS OF CONTRACT FOR ...

1

TERMS & CONDITIONS

&

SPECIFICATIONS

OF

CONTRACT

FOR

HOUSEKEEPING & CLEANING SERVICES AT C-DOT CAMPUS

TENDER REF. NO. CDOT/TENDER/ADMIN/HK/2019-2022/004

2

TERMS & CONDITIONS TENDER REF. NO. CDOT/TENDER/ADMIN/HK/2019-2022/004

Sealed tenders are invited under Two-Bid system from reputed Professional

Housekeeping, empaneled/registered/worked under Concerned Govt. Bodies for

providing housekeeping and cleaning, manpower supply having capacity to provide the

required number of uniformed trained manpower for housekeeping and cleaning

services at Centre for Development of Telematics (C-DOT), at New Delhi for a period

of 3 years starting from 01.04.2019 to 31.03.2022 on contract basis through Open

Tender. C-DOT is a registered Scientific Society set up by the Govt. of India to carry out research and development work in Telecommunications. At Delhi, C-DOT campus has staff of about 600 members at Delhi, having its registered office at C-DOT Campus, Mehrauli, New Delhi –110 030. C-DOT Campus covers an area of 40 acres of land and includes about 65,000 sq. metres of occupied building consisting of areas like Reception, work area, Canteen, laboratories, Library etc. C-DOT generally engages contractors for services like Housekeeping and cleaning services. 1. Guidelines for submission of Quotes: 1.1. Sealed tender in duplicate should be submitted as per details given below:

1.1.1. C-DOT adopts a two-bid Tender System. Therefore, separate TECHNICAL and FINANCIAL BIDS are to be submitted as per following procedure, by the interested bidders. Envelope 'A' duly superscribed, as “Technical Bid CDOT/TENDER/ADMIN/HK/2019-2022/004 ” should consist of: Details of the Agency and other relevant details as per Annexure-I including requisite enclosures Earnest Money Deposit (EMD) The cost of the tender document, if downloaded

1.1.2. Envelope 'B' duly super scribed as “Financial Bid/ CDOT/TENDER/ADMIN/HK/2019-2022/004 ” should consist of: Commercial / Financial Bid duly filled as per Annexure-IIA, IIB, IIC, II D, II E, and II F. No other format will be acceptable.

1.1.3. Envelope 'A' and Envelope 'B' should be sealed and kept in another Main

Envelope 'C' duly super scribed CDOT/TENDER/ADMIN/HK/2019-2022/004

Technical Bids shall be opened first and on scrutiny and assessment of technical capabilities, the Financial Bid of the technically accepted Tenderers will be opened, the date of which will be notified to the technically qualified bidders only.

3

1.2. Pre - Bid Meeting : A pre - bid meeting would be conducted at C-DOT Delhi at 1430 hrs on 04.02.2019. All the queries should reach C-DOT by e-mail latest by 30.01.2019, 1700 hours to [email protected]. A maximum of 02 authorized representatives will be allowed to attend the Pre-Bid meeting.

In case no such clarification is sought, it will be deemed that the bidders have understood the parameter / requirement indicated / enunciated / described completely and are complying with the same at the time of submission of the tender. The bidders may also note that no request for clarifications will be entertained after the above date. The replies to pre-bid queries shall only be uploaded on C-DOT website.

The schedule of opening of bids is as follows and at the following venue: Date Time Date to receive pre-Bid queries 30.01.2019 1700 hrs Pre-Bid Meeting 04.02.2019 1430 hrs Last Date of Bid Submission 25.02.2019 1500 hrs Technical Bid Opening 25.02.2019 1530 hrs in the presence of intending bidders at C-DOT Delhi 1.3. Tenders shall be addressed to

Registrar Centre for Development of Telematics C-DOT Campus, Mandi Road , Mehrauli New Delhi – 110 030. Tel No. : 011-2680 2856 Email: [email protected]

1.4. Date of Technical Bid Opening :The technical/professional bid will be opened in the presence of the intending tenderers at 1530hrs on 25.02.2019at C-DOT Reception.

(In case the date of technical bid opening happens to be a holiday, the bids will be opened on the next working day at the same time).

1.5. Date of Commercial Bid Opening: The date will be intimated subsequently only to the technically qualified tenderers.

1.6. Tender bid should either be delivered in person, to be dropped in the tender box or sent only by Registered Post/Speed post/Courier. Fax/ email quotations will be summarily rejected. C-DOT will not be responsible for any delay(s) including postal and force majeure.

1.7. Tenderers are requested to study the terms and conditions of the tender carefully, and then submit their tenders accordingly. Any tender/quotation received against this tender and any contract resulting from this tender shall be governed by the terms and conditions indicated in the tender document and the tenderer quoting against this tender shall be deemed to have read, understood and accepted the same. No clarification shall be entertained after receiving the bids.

4

1.8. Bid must be submitted giving complete details as sought in the enclosed Annexures.

1.9. Each page of properly indexed bid shall bear the signature, name and title of the person signing the offer with rubber stamp of the tendering agency and date.

1.10. The total amount quoted should be written both in figures and in words and if there is any discrepancy between the two, the amount mentioned in words will be considered.

1.11. Tender document is non-transferable. 1.12. The entire schedule of the tender should be quoted for and the quote shall be

unconditional, failing which the tender bid shall be rejected. 1.13. The scope of services proposed should not be altered and if found altered, the tender

bid shall be rejected. 1.14. Each page of the bid should be properly indexed against mentioned requirements and

bear the signature, name and title of the person signing the offer with date and rubber

stamp of the tenderer. 1.15. Bids preferably should be free from erasures, alterations etc. 1.16. Bids, which do not comply with the conditions laid down in the tender

document, are liable to be rejected.

2. TERMS & CONDITIONS OF THE TENDER

2.1. The tender fee and EMD: - 2.1.1. Tenderer should submit a Demand Draft/ Pay Order of Rs. 1180/-

(Rupees one thousand one hundred eighty only) in favor of C-DOT, Delhi, towards cost of the tender including 18% GST, at the time of obtaining the same from the C-DOT Campus.

Or, 2.1.2. submit the same along with the technical bid if downloaded from the

Centre’s website. Bids submitted without having paid for the cost of the tender will be out rightly rejected.

2.1.3. Tenderers should submit EMD of 1,75,000/- (0.35% of the estimated contract value for 3 years in the form of Demand Draft/Bank Guarantee only (should be valid for six months) to be kept in the technical bid. The EMD has to be in favor of C-DOT payable by all categories of bids. Quotes without EMD shall be treated as invalid. EMD sent in the form of Fixed Deposits will not be accepted. EMD shall be exempted for Govt. bodes/PSUs and SSI organizations (who are exempted from payment of EMD) on production of relevant proof.

2.2. In the case of successful tenderers, EMD amount will be forfeited in the following cases: -

2.2.1. Any quotation received against this tender shall be governed by the terms and conditions indicated in the tender document. If, after submission of the quotation, the tenderer fails to honor the contract, if awarded, or refuses to comply with any/all of the terms and conditions of the tender, then the EMD amount shall stand forfeited to C-DOT without further intimation.

2.2.2. If the tenderer withdraws the offer during the validity period.

5

2.2.3. If the successful tenderer fails to commence the contract within the stipulated time in accordance with the terms and conditions of the contract.

2.2.4. If the successful tenderer fails to submit the Security Deposit/Bank Guarantee within the stipulated time, this will also warrant closure or termination of contract.

2.3. EMD will be returned interest free, to the unsuccessful tenderers within 6 months from the closing date of tender/award of contract, whichever is later. In case of successful tenderer(s) EMD will be returned interest free to the tenderers only after submission of Performance Bank Guarantee.

3. PRICE AND VALIDITY 3.1. The rates must be quoted as detailed in Annexure-II A, II B , II C, II D, II E, and

II F covering the entire activity as per the scope of the contract. Rates should be inclusive of all charges applicable and excluding applicable taxes like GST, etc. Service charges should be clearly specified separately.

3.2. The bill raised to C-DOT after rendering the services shall be subject to tax deduction at source.

3.3. Rates agreed upon shall remain same throughout the period of contract. However, any revision in Minimum Wages and taxes by the appropriate Government as and when notified, will be considered only on submission of documentary evidence.

3.4. Offer quoted shall be valid for a minimum period of 6 MONTHS from the date of opening of Technical Bid.

3.5. For the purpose of comparison of the rates, conditional discounts if any offered will not be taken into account. However, C-DOT reserves the right to avail of the same as part of award of the contract.

3.6. Tenderers are advised to understand the magnitude of the job involved in providing services for housekeeping and cleaning (including drainage and drainage pits surrounding C-DOT campus) before submitting their bids. They are advised to visit our Campus at Mehrauli during working hours with prior appointment. For appointment and any clarification regarding Tender, please contact at Ph. No : 2680 2856. No clarification will be entertained after receiving bids.

3.7. Financial bid from tendering agency quoting wages less than the Minimum Wages of the respective skill category as per notification from Central Government against respective categories of the required manpower shall be liable to be disqualified.

3.8. Financial bid quoting service charges as NIL shall be treated as unresponsive and shall not be considered.

3.9. Financial bid with service charges quoted less than the minimum ROI that is expected of the services to be rendered under contract shall also not be considered.

3.10. An affidavit from the tendering agency validating the service charges quoted in the financial bid shall be submitted along with financial bid. Financial bid submitted without such affidavit validating service charges shall be liable to be rejected.

4. DURATION OF THE CONTRACT

4.1. The contract shall be valid for a period of three years. However, in order to evaluate your performance and services, contract will cover a

6

probationary period of 6 months. Only after the services are found to be satisfactory during the probationary period, the contract shall be confirmed for a further period of 30 months under the same terms and conditions.

5. MINIMUM ELIGIBILITY CRITERIA 5.1. ELIGIBILITIES 5.1.1. The tendering agency shall furnish the properly indexed bid having all the

information required as per Annexure I. Incomplete bids shall be liable to be summarily rejected.

5.1.2. Tendering Agency must have PAN and GST registration. It should be a legal because

entity with valid registration.

5.1.3. The tendering agency should have minimum 3 years experience in housekeeping services as mentioned in the scope of our tender document (enclose Regn. Certificate). The Agency/Firm should be registered under

shops and establishment Act/ Companies Act/ Registrar of Firms,/proprietor as the case may be. .

5.1.4. The tendering Agency shall have executed minimum two contracts of services of

housekeeping and cleaning (including drainage pits ) in the last 3 years of 2015-16,

2016-17, and 2017-18, with companies of repute. (Enclose copy of existing

contracts. Enclose copy of the contracts executed during the past 3 years. SELF-

CERTIFICATION SHALL NOT BE ACCEPTED. Each contract executed or

running should at least be value of Rs. 1.00 crores per annum

5.1.5. The tendering agency shall have annual turnover arising out of such contracts should be Rs. 2.00 crores per annum. Please enclose copies of IT proof for the last three financial years 2015-16, 2016-17, and 2017-18, supporting the annual turnover value.

5.1.6. The tenderer agency shall have PF/ESI registrations and TIN/PAN and GST

registration number. Copies of the registration should be enclosed.

5.1.7. The tendering agency should have a minimum working strength of 100 employees.

The tendering agency personnel should be capable to provide all the functions of

housekeeping and cleaning services as mentioned in the scope of the contract. They

also must trained in using equipments and latest technologies being used in the

housekeeping and cleaning control related function in the industry including Govt

Bodies, PSUs, and reputed corporates.

5.1.8. The tendering agency shall submit an affidavit or undertaking to pledge an

amount equivalent to 2.5% of the contract value in the form of Performance

Bank Guarantee from a Nationalized/Scheduled Bank.

5.1.9. The bidder shall have his own Establishment/Training institute to provide training

aids or should have tied up with a training institute for training his housekeeping

personnel to provide best services at his own cost to ensure correct and satisfactory

performance of his liabilities and responsibilities under the contract.

5.1.10. Registration Certificates with all authorities/bodies concerned with Labour Supply,

EPF, and ESIC shall be provided. Supporting documents with respect to meeting the criteria listed in the above clauses should be enclosed along with Annexure I, which is an important requirement for evaluation. Tender document without these enclosures will be summarily rejected.

Preferably, registration under Gratuity, Workmen Benevolent Fund, and with

labour welfare schemes undertaken various Yojanas, Schemes, shall be an

advantage.

7

5.1.11. In addition to the minimum eligibility criteria as specified above being fulfilled, a bidder shall be adjudged technically qualified who secures maximum marks out of 100 distributed amongst the parameters given in the following table.

The tendering agency shall submit the Technical Evaluation Sheet for Tendering

Agency based on the facts and figures supplied in the bid document.

Technical Evaluation Sheet for Tendering Agency

Marks Obtained

Parameters/sub-parameters

Maximum

Marks

1 Experience of tendering agency in providing Housekeeping & other Cleaning Services

20

Beyond 2 years and up to 4 years 10

Beyond 4 years and up to 6 years 15

Beyond 6 years 20

2 Average Annual Turnover in excess to the mentioned in minimum required

20

Up to 5.0 Crores 10

Up to 10.0 Crores 15

Above 10 Crores 20

3 Availability of total manpower 20

Up to 500 Manpower 10

Up to 700 Manpower 15

Above 1000 Manpower 20

4 Compliance of tendering agency with 15

EPF/ESIC 5

Payment of Bonus Act (Form C may be asked evidence)

5

PMO originated Yojnas 5

5 Welfare measures adopted by the Company for its housekeeping and cleaning services personnel

9

Retaining Personnel after long leave 3

ML/CCL/Sick Leave Provision +

Medication Assistance beyond ESI +

Retained Personnel after long leave

5

Medical Assistance beyond ESI and

retaining personnel after long leave +

Insurance policy

9

6 Availability of in-house training facilities in housekeeping and cleaning services with tendering agency

8

Having hired training facilities 4

Having own in-house training facilities

8

8

C-DOT Site Strategy and Planning 8

Plan and Strategy Document on Proposed Services for C-DOT campus

4

Presentation of the Plan and Strategy Document on Proposed Services for C-DOT campus

8

Total of Technical Evaluation Score 100

5.2. Tendering agency shall have no claim of being Lowest as the marks obtained on the technical parameters in the above table shall be basis for bidder to qualify for financial bid evaluation. This is to be filled and submitted by tendering agency along with other documents required for Bid

submission. 5.3. An affidavit from the tendering agency validating the service charges

quoted in the financial bid shall be submitted along with financial bid.

Financial bid submitted without such affidavit validating service

charges shall be liable to be rejected. 5.4. Selection of L1 Bidder among technically qualified Bidders only: L1 bidder

shall be decided on the basis of total cost of manpower i.e. Annexure-II (A) + II (B). Price quoted for machinery and tools, mentioned in Annexure II C to be used in housekeeping, cleaning and maintenance work shall be owned by the tendering agency. Only depreciation cost as per GFR shall be charged to C-DOT during the contract period. Price quoted for Pest & rodent Control in Annexure II D, Dry cleaning and Glass in Annexure II E, and for spares and accessories required in maintenance of housekeeping and cleaning functions mentioned in Annexures II F are to be quoted mandatorily and shall be reimbursed on actual basis as and when serviced are rendered. However, rates have to be quoted mandatory. In case of Rodent & Pest Control, rates quoted may include engaged (tie-up) the third party, having applicable and valid licenses, specialized in rodent and pest control, in case housekeeping and cleaning agency itself is not having/claiming expertise in rodent and pest control.

6. TIMINGS 6.1. The Housekeeping services shall be carried out on all days of the month except

Sundays and National Holidays and Holidays declared at the discretion of C-DOT. The working hours are from 7.00 am to 4.00 pm with half an hour lunch time. Some of the housekeeping staff shall be asked to work from 8.00 am to 5.00pm. The timings are liable to be changed at the discretion of C-DOT.

6.2. The working hours for C-DOT staff are from 8.30 am to 5.00 pm. Hence all the basic cleaning jobs should be completed by 8.00 am.

7. SCOPE OF THE WORK UNDER CONTRACT C-DOT requires housekeeping and cleaning and dry cleaning services to be carried out at C-DOT campus at C-DOT Mehrauli, New Delhi and or any other location of C-DOT in Delhi during the pendency of the contract. The contractor agency shall be responsible to maintain the washrooms, toilets, almirahs, and office furniture including chairs, tables, discussion tables, almirahs, workstation benches, furniture in the labs. The contractor shall use the quality material of same brand or matching brand along with ISI marked spare parts.

9

7.1. Details of jobs to be carried out twice in a day are as under 7.1.1. Services required twice a day

7.1.1.1. General cleaning (sweeping, mopping, dusting and any other connected work) of the office rooms, open office halls, conference rooms (Halls), Auditorium, Library, cleaning of books, reception, corridors, stores, pantry area, stairs, space for water coolers & toilets, labs staff rooms, parking areas, service area, pavements and roads surrounding campus and all unspecified areas/location within the Campus, including Rain water & sewer drains, electrical substation, A/c plant room, DG room, UPS room, pump room, fire room and shaft & ducts, dusting of furniture, cupboards, office equipment's. Cleaning with soap-oil or liquid cleaners wherever required.

7.1.1.2. Removal of garbage from dustbins in biodegradable bags and replacing old biodegradable bags with new biodegradable bags. Garbage would be carried in trolley with high quality rubber wheels ensuring that the garbage is not spilt in loading trolley as well as in its transportation. No garbage will be left in the site overnight. The biodegradable bags for the dustbins and trollies for carrying the garbage will have to be provided by the successful tenderer. Sweeping & Mopping floors of entire C-DOT premises which includes work area on all blocks, Conference rooms, Labs, Training centre, Generator rooms, pump house AC rooms, Amenity Block, Library, Canteen, Reception area, Board Room, Director’s Complex, Auditorium, Doctor’s Room, Terrace area, passages, record rooms, lift area, railings, windows, drivers room, Parking area in basement, clearing dust bins, etc. with first quality cleaning equipments & cleaning agents twice a day as per timings specified by C-DOT Representative.

7.1.1.3. Removal of waste papers, packing material and any other garbage from the entire premises including the staircases, open area, in front of electrical shafts etc. Cleaning/removal of any type of stains of ink etc from the building and staircases.

7.1.1.4. Cleaning of workstations, table tops, chairs, and desks almirahs, frames, panels, railings, glasses and cabin partitions with approved cleaning material. Cleaning of tables in the canteen during breakfast/lunch/tea breaks.

7.1.1.5. Stain removal treatment of entire premises including stairs, area of office

cabins, halls, conference halls, Auditorium, stores, reception, toilets and lifts

etc. and stain removing of the furniture and equipment. Cleaning of

tea/coffee serving area on each floor.

7.1.1.6. Air-freshener spray in conference room (Halls), Auditorium and Staff Room

& other officer's rooms, atrium aera once in a day and also on requirement

basis. Cleaning of the hand wash area in the canteen thrice.

7.1.1.7. Cleaning and dusting of computers, keyboards, terminals, printers, Photostat

machines, filing cabinets, telephones, electric fans and any other article on

the Site. Cleaning of toilets, at all floors in all blocks in the Campus three

times a day as per timings specified by C-DOT Representative, using the required cleaning agents, refilling hand wash, tissue rolls, naphthalene balls/urinal cakes and maintain the toilets floors dry during office hours. Cleaning of windows and window sills of all toilets to be done regularly. Wash basins, urinals, WC area to be cleaned with suitable detergent. Flushing system of all toilets is to be checked at regular interval every day. At least once a day disinfectant like harpic etc should be used for cleaning the toilets.

10

7.1.1.8. Re-stocking of toiletries in toilets after intensive daily checking in the morning and at intervals of two hours thereafter, cleaning and scrubbing of toilets, WC"s, urinals wash basins, floor area of toilets and cleaning and wet dusting / wiping of mirrors, frames etc. in toilet with approved material, re-filling liquid soap dispensers (on daily basis in Public toilets and requirement basis in officers toilets), re-filling of toilet rolls / tissue papers etc. cleaning of Rain water drains and removal of sewer blockage, if any. Lifting and disposal of dead birds, animals, rats etc. if found in and around the Campus.

7.1.1.9. Cleaning and dusting of planters, paintings, posters, notice boards etc. Collection of waste paper from rooms, waste paper, baskets, floors and putting in bags at the specified location.

7.1.1.10. Removal of bird droppings and other dirt's on the inner walls or on the foot

of doors, ventilators etc. as and when required. Disposal of garbage at the

waste yard two times a week or as directed by the C-DOT Representative.

7.1.1.11. The biodegradable and non-biodegradable waste shall be segregated and

disposed of by the contracting agency on day-to-day basis and required

numbers of dustbins will have to be provided by the Agency. Shifting of

materials from one place to another as and when required.

7.1.1.12. Plumbing works pertaining to water supply, distribution and checking of

leakages and replacement of leaking taps, etc. Ensuring water supply to

toilets.

7.1.1.13. Sanitation of bathrooms and toilets including supply of necessary items like

liquid soap, napthaline balls, room freshners, etc. to maintain hygienic

atmosphere. Checking of all the taps and sanitary fittings in all the toilets and

replace/ fix new fittings when required by the Plumber.

7.1.1.14. Cleaning and maintenance of all the drains within the compound of the

Department. Carrying out all kinds of general carpentry work like

fixing/replacement of locks, repair of furniture, fixing/removal of aluminum partitions, etc.

7.1.1.15. Pest control, mosquito control including winged pests, larva control and

rodent control of the entire campus of the Department in all covered and open

area. Sweeping & Mopping of common passages, staircase twice a day.

7.1.1.16. Daily duty chart to be displayed and signed by the Supervisor and submitted to Administration by evening.

7.1.1.17. Filling of water bottles at all work stations twice a day.

7.1.1.18. The above mentioned work from (7.1.1.1) to (7.1.1.17) are to be carried out

on twice a day and also on requirement basis as directed by C-DOT

executive.

7.1.2. Details of jobs to be carried out weekly are as under

7.1.2.1. Vacuum cleaning & brushing of work areas, conference rooms, labs, training hall, all amenity blocks, Reception area, Doctors room, Security room, and all other buildings in the Campus.

7.1.2.2. Acid wash and thorough cleaning of all toilets. Removal of blockages, if any., scrubbing and cleaning of all floors and wall tiles in toilets with soap, detergents, kerosene/petrol or any other chemicals.

7.1.2.3. Cleaning of all workstations. 7.1.2.4. Cleaning of glass, novapan and aluminium channels/partitions. 7.1.2.5. Cleaning of all doors and window panes. 7.1.2.6. Cleaning & perfuming of telephones using disinfectant. 7.1.2.7. Cleaning of air conditioner grills, air curtains and drainage trays. 7.1.2.8. Removal of cobwebs.

11

7.1.2.9. Cleaning of water filters & glasses. 7.1.2.10. Cleaning of all the drainages and clearing of blockages, if any. 7.1.2.11. Repair work for damage in pipe lines of drainage and water supply. 7.1.2.12. Repair work for damage in pipe lines of drainage and water supply.

7.1.2.13. Machine and Hand scrubbing and thorough cleaning / washing of the entire

floor area by using approved cleaning material and dry/wet mopping.

7.1.2.14. Cleaning of drinking water coolers area, dust bins buckets etc. with

detergents.

7.1.2.15. Removal of poster, banner etc. from inside and outside walls of the building

7.1.2.16. Thorough cleaning of all the bookshelves of the library by removing books

from the shelves

7.1.2.17. Cleaning of terrace, rain water and sewer drains.

7.1.3. Details of jobs to be carried out monthly basis are as under

7.1.3.1. Polishing of brass plates, flower vase, potholders, etc., with brass polish. 7.1.3.2. Fixing/replacing of loosen/broken glass panes including that of aluminum

door frames.

7.1.3.3. Insect Control/Disinfestations treatment will be done by means of spraying

in kitchens, Pantries and Toilets to get rid of ticks, cockroaches, ants, beetles

etc. 7.1.4. Waste Disposal Management

7.1.4.1. The contractor shall ensure collection, mechanized screening/segregation of dry and wet garbage in the earmarked area.

7.1.4.2. The contractor shall also ensure segregation of bio degradable and non bio degradable garbage.

7.1.4.3. The contractor shall arrange for disposal of garbage at such a place as may be permissible by Municipal Corporation of Delhi.

7.1.5. MATERIALS TO BE SUPPLIED BY THE CONTRACTOR: The Housekeeping materials should be supplied after obtaining specific approval of the C-DOT. The following brand new cleaning equipments* should be procured for exclusively for C-DOT facility and maintained by the agency for carrying out the above work. The maintenance of the equipments will be the sole responsibility of the agency.

Sl. No.

Particulars of HK equipments Quantity

1 Heavy Duty Vacuum Cleaner (Tasky Brand)

02 Nos

2. Heavy Duty Auto Scrubber Drier (Tasky Brand)

04 No.

3. Cycle Rickshaw for garbage disposal 01 No. 4. Aluminum Ladder ‘A’ Type (atleast 10

feet length) 01 nos.

5. Aluminum Ladder ‘A’ Type (atleast 20 feet length)

01 nos.

* To be unpackaged in presence C-DOT authority concerned.

7.2. RODENT and PEST CONTROL SERVICES C-DOT requires pest control, strong rodent control and disinfestations services to be carried out at its premises:

7.2.1. The Scope of the contract includes carrying out the following jobs as below:

12

Sl. No.

Particulars No. of services required Per annum

1. General insect/pest control services for cockroach & mosquito extermination

Every week

2 Rodent Control Services Every Fortnight 3. Fumigating canteen stores Once every month 4. Eradication of Bats As and when required 5. Restriction of movement of snakes inside

building & catching/retrieval of Snakes As and when required

6. Beehive removal (per beehive) - Campus As and when required

7.2.2. Spray of scented mosquito and cockroach killer on all floors as and when required. Mosquito/cockroach killers shall be of ISI mark.

7.2.3. The agency should depute its professional staff for spraying the required pesticides or chemicals through a spray gun or place them if they are dry cubes or carry out such chemical treatment through insecticide sprays. Only company made chemicals and herbal powder mixed with water is to be used.

7.2.4. Services should be carried out every week on Saturdays or any other holiday with the prior permission from administration.

8. MANPOWER REQUIREMENT C-DOT manpower requirement for housekeeping services are as follows:

Post No.(s) required House Keeping Manager 01 House Keeping Supervisor 02 Housekeeping and cleaning men/women

50

Plumber skilled in all plumbing works 01 Carpenter skilled in aluminum channels work, repairing and replacing locks (in the scope of contractor) in wooden cupboards/steel almirahs

01

Note: The number of personnel in various posts may be increased or decreased as per requirement at the discretion of C-DOT.

8.1. The Housekeeping Manager shall be a graduate & must have a diploma from recognized university in housekeeping and inventory management with minimum 3 years’ experience in his area of work.

8.2. The Housekeeping Supervisors shall be graduate with minimum 2 years’ experience in their area of work.

8.3. The tenderer must employ adult labour only. Employment of child labour shall lead to the termination of contract The successful bidder shall engage only such workers, whose antecedents have been thoroughly verified, including character and police verification and other formalities.

8.4. The Tenderer shall maintain an attendance register to mark the attendance of Housekeeping staff. Housekeeping staff also may be asked to enter their attendance through biometric system provided at the specified entry point.

9. PENALTY

13

Penalty will be levied for the following, which is not exhaustive.

S.No Description Penalty

1 Damage to C-DOT assets or equipment's etc., caused by the agency staff

The cost of assets to be borne by agency

2 Absence of your personnel without prior permission from Admin Representative:

Rs.500/- per person per occasion.

3 Refusing to carry out the work as specified within the time limit set by C -DOT Representative

Rs.1000/- per occasion

4 Misbehavior like quarreling, abusing etc, between the staff employed by the agency, causing disturbance in the premises

Rs.500/- per occasion with removal of staff

5 Your staff not reporting in Uniform

Rs.200/- per person per occasion.

6 In case low quality consumables or consumable not specified by Administration is supplied

Rs. 200/-per item per occasion along with replacement by desired quality material.

7 Deductions will be made for poor services like not carrying out weekly and monthly services properly, deficiency in the quality of chemicals used etc

Penalty of Rs. 1000/- per occasion plus cost of getting the service done from external agency

8 Deductions towards poor and ineffective pest control services

Penalty of Rs. 1000/- per occasion plus cost of getting the service done from external agency

9 Your service personnel not turning up for pest control service on the appointed day at the appointed time.

Rs. 500/- per occasion

Penal deduction shall also be made for any other poor services on the basis of assessment by C-DOT representative and the defaulting staff posted by you should be replaced immediately. Repeated defaults in services can result in higher penal deduction. The decision of C-DOT will be final with regard to levying of penalty.

10. PAYMENT SCHEDULE AND TERMS 10.1. Payment will be made once a month after ascertaining the satisfactory

Performance of contractual responsibility carried out in the previous calendar month and verifying proof of EPF, ESI deductions from account of housekeeping staff deployed at C-DOT and contractor agency as contribution by deployed employees and contractor agency.

10.2. Payments shall be made based on the actual attendance certified by the contractor and verified by C-DOT.

10.3. The contractor agency shall strictly observe and follow the statutory regulations like The Contract Labour (Regulation and Abolition) Act 1970, Payment as per The Minimum Wages Act 1948, service obligations under MCD regulations, The Employees‘ Provident Funds & Miscellaneous Provisions Act 1952, Employees

14

State Insurance Scheme under ESI Act 1948 Act, The Payment of Gratuity Act 1972, The Workmen’s Compensation Act 1923, and all other relevant Statutory regulations during the period of the Contract, covering its employees with appropriate insurances, etc. The Contractor shall be solely responsible for its failure to fulfill these statutory obligations and shall indemnify C-DOT against all such liabilities, which arise or likely to arise out of the agency’s failure to fulfill such statutory obligations. The contractor agency shall inform C-DOT the names and all details of persons engaged for this work. All documents, registers pertaining to this contract shall be maintained meticulously and shall be submitted every month to C-DOT for the purpose of reimbursement.

10.4. It is contractor’s responsibility to make payments, through electronic transfer, as per the latest Minimum Wages notified by Govt. of India to individual account of his housekeeping staff deployed at C-DOT latest by 07th of every month of the English calendar.

10.5. The Contractor shall submit his claim for the services rendered showing distinctly the charges payable. These claims are to be made after paying minimum wages to the housekeeping staff deployed by 7th Day of following month. The contractor shall claim these claims only after ensuring that minimum wages have been paid to the housekeeping staff deployed at C-DOT for the month claims are being submitted. The contractor shall submit their bills along with proof of PF, ESI, Service tax and other necessary statutory remittances for the housekeeping staff deployed in C-DOT.

10.6. No advance payment claims or running bills will be entertained. 10.7. The contractor shall ensure timely payment of minimum wages to Housekeeping

staff deployed at C-DOT. Penalty on per day basis shall be levied in case contractor fails to pay minimum wages to housekeeping staff deployed at C-DOT on 7th Day of every month during contract period.

10.8. In order that the contractor agency fulfils the above obligations under the terms of the contract, the contractor agency shall provide C-DOT with the Performance Bank Guarantee (PBG) equivalent to provide 2.5% of the contract value (for 3 years) from any nationalized/scheduled Bank, in the prescribed format. The above Performance Bank Guarantee shall be submitted within 02 weeks from the date of award of contract and shall be valid for over three months after the expiry of period of the contract. C-DOT shall be free to encash this Bank Guarantee in the event of any failure on the part of the contractor to meet his obligation under the contract or in the event of any demand by the concerned Statutory Authorities for dues from the contractor at its sole discretion.

10.9. In case the contractor fails to make payment of wages to its employees deployed at C-DOT campus within the prescribed period, latest by 7th Day of the month, then, C-DOT as the principal employer may take legal action after 15 Days thereafter.

10.10. The payment shall be made on monthly basis for actual shifts manned/operated

by the personnel supplied by the contractor and based on the attendance sheets duly

verified by C-DOT and other supporting documents. No other claim on whatever

account shall be entertained by C-DOT. The Contractor will ensure that workers

engaged by him must receive their entitled wages on time. In view of this, the

following procedure will be adopted.

10.10.1. Contractor shall pay their entitled Minimum Wages latest by 7th Day of every

month. It shall not be linked to the payment of the bill.

10.10.2. Payment to such workers must be electronically transferred to respective

account of the individual personnel deployed at C-DOT. Under no

circumstances payments shall be made in cash. To ensure this, service

15

providers shall get a bank account opened at Canara Bank C-DOT branch for

each and every personnel deployed at C-DOT.

10.10.3. The contractor must ensure that entitled wages of the workers are credited to

their bank account latest by 7th Day of the month. Contractor shall not be

given any relaxation in this matter.

10.10.4. While submitting the bill for the next month, the contractor must file a

certificate certifying the following along with Form 7 of ESIC and other

supporting documents as directed by C-DOT.

10.10.4.1. Wages of workers were credited to their bank accounts on _________ (date)

10.10.4.2. ESI Contribution relating to workers amounting to Rs.______________ was

deposited on _________(date) (copy of form 7 and the challan enclosed).

10.10.4.3. EPF Contribution relating to workers amounting to Rs.______________ was

deposited on ______(date) (copy of the Challan enclosed).

10.10.4.4. We are complying with all statutory Labour Laws including Minimum

Wage Act.

10.10.5. The contractor shall submit the bill in accordance with the above time

schedule. In case, he fails to submit the bill in time, even then he has to make

the payment to the workers on the latest by 7th Day of every month.

10.10.6. The contractor shall compulsorily issue monthly salary slip to each and every

personnel deployed at C-DOT campus duly indicating the salary particulars

including deductions. C-DOT shall be entitled to verify payment of wages

against the monthly claims/bills submitted by the contractor. 10.11. Income Tax and any other statutory levies will be deducted at source as per the

rules in force from time to time. 10.12. In the event of any query, objection, delay or dispute with regard to any bill or a

part thereof, the Contractor shall not be entitled to any interest to be paid by C-DOT for late payment.

10.13. C-DOT shall at any time terminate the work order / contract by giving written notice of one month to the contractor, without any compensation to the contractor agency, in case the contractor agency becomes bankrupt or otherwise insolvent.

11. SECURITY DEPOSIT/PERFORMANCE BANK GUARANTEE 11.1. The contractor agency shall provide C-DOT Demand Draft for Performance

Bank Guarantee (PBG) equivalent to 2.5% of the contract value, i.e. Rs _____________ from any nationalized bank, in the prescribed format. The above Bank Guarantee shall be submitted within 02 weeks from the date of award of contract and should be valid for over three months after the expiry of the period of the contract. C-DOT shall be free to encash this Bank Guarantee in the event of any failure on the part of the Contractor to meet his obligations under the contract or in the event of any demand by the concerned Statutory Authorities for the dues from the Contractor at its sole discretion.

11.2. After acceptance of the contract if any/all the terms and conditions of the contract is /are violated, C-DOT reserves the right to terminate the contract. In such cases, the security deposit will be forfeited to C-DOT at its discretion.

12. INDEMNITY BOND:

Successful tenderer should indemnify the Centre against any claim by any authority. In the event the Centre has to pay any individual, statutory body or any agency for reasons directly or indirectly attributable to this contract, the contractor only should pay such claim/damages and even if the Centre is called upon to pay such damages/penalties, the Contractor will reimburse the

16

same. This is subject to the condition that the Centre complies with various requirements in respect of the laws applicable to it.

13. TERMINATION OF THE CONTRACT FOR DEFAULT 13.1. If the contractor agency fails to deliver any or all of the services within the time

period specified in the work order. 13.2. If the contractor fails to perform any other obligation(s) under the contract / work

order. 13.3. If the contractor agency, in either of the above circumstances, does not take

remedial steps within a period of 30 days after receipt of the default notice (or takes longer period in spite of what C-DOT may authorize in writing), C-DOT may terminate the contract / work order in whole or in part. In addition to above, C-DOT, may at its discretion also take the follow up actions.

13.4. The Registrar, C-DOT may transfer upon such terms and in such manner, as it deems appropriate for default of the successful bidder. Work orders for similar support service to other agency shall be issued by C-DOT and the defaulting agency shall be liable to compensate C-DOT for any extra expenditure involved towards such support service to complete the scope of work totally.

14. OTHER TERMS AND CONDITIONS

14.1. C-DOT reserves the right to reject/accept or withdraw any part or full tender(s) without assigning any reason whatsoever. The decision of C-DOT is final and unquestionable.

14.2. C-DOT will be under no obligation to accept the lowest or any tender received in response to the tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.

14.3. C-DOT reserves the right to award the contract to deserving parties either in full or in parts. The decision of C-DOT is final and no enquiry will be entertained in this regard.

14.4. The tenderers are requested to quote their most competitive rates. 14.5. Bid should be complete in all respects and incomplete bids will be summarily

rejected. No clarification will be entertained by C-DOT in this regard. 14.6. Clarifications, if any, with respect to the tender may be sought in writing

before submission of the tender, on any working day during working hours of the office. C-DOT will not be responsible for any delay in submission of the tender on the part of the tenderer, due to the above.

14.7. Canvassing in any form entails the tenderer for disqualification. If any tenderer is found influencing or intimidating other tenderer/tender process, his tender is liable for disqualification.

14.8. Please note that any falsification/suppression of information could lead to the disqualification from the tender.

14.9. The successful tenderer should commence the services within fifteen days from the receipt of the award of contract or from the date as decided by C-DOT and this will be binding on the Contractor/Agency.

14.10. In case of additional manpower/services required during the contract period, the same has to be provided at the contract rates only. Similarly C-DOT reserves the right to curtail the manpower/services on pro-rata basis, if necessary.

14.11. If any loss or damage is caused to our property by your workmen, the cost of the same will be recovered from the agency/contractor.

14.12. C-DOT reserves the right to terminate the contract if the services provided are not satisfactory. C-DOT at its sole discretion can terminate the contract without

17

assigning any reason whatsoever by giving 30 days notice to the agency/contractor.

14.13. The Contractor or his authorized representative has to attend a meeting every fortnight for discussion/and evaluation of performance with the C-DOT Representative. The C-DOT representative will intimate the date and time of the meeting.

14.14. The contractor should ensure that his personnel use proper safety MEASURES while cleaning to avoid any accidents.

14.15. The Contractor shall be entirely responsible for the materials, tools & equipments handed over by C-DOT and brought by Contractor. These should be kept in the custody of the Supervisor in the room allotted for the Contractor. C-DOT shall not be responsible for any loss / theft of the same.

14.16. The Contractor shall provide both summer and winter clothing/uniform, identity card, etc to all its staff members, in absence of which they shall not be allowed inside the C-DOT premises. The Identity card issued by you to your staff will be counter signed by Manager-Administration and should be worn by your staff during working hours.

14.17. C-DOT reserves the right to terminate the contract by giving 30 days notice and without assigning any reason whatsoever.

14.18. Dispute(s), if any arising out of the above tender/contract will be referred to Courts/Consumer Forums having jurisdiction over Delhi only.

15. STATUTORY OBLIGATIONS 15.1. The following statutory regulations/Acts should be strictly adhered to during the

period of contract. The agency shall be solely responsible for any failure to fulfill the statutory obligations mentioned below and all other necessary statutory requirements. All necessary statutory documents, records like log book, register of wages, attendance registers, ESI and EPF Registers etc., should be maintained and regularly reviewed by C-DOT.

15.1.1. The Contract Labour (Abolition & Regulations) Act 1970. 15.1.2. The Minimum Wages Act 1948. 15.1.3. The Employees‘ Provident Funds & Miscellaneous Provisions Act 1952. 15.1.4. The Employees State Insurance Scheme under ESI Act 1948. 15.1.5. The Payment of Gratuity Act 1972. 15.1.6. The Workmen’s Compensation Act 1923.

15.1.7. Other relevant Statutory Regulations liable to be applicable during the period of the Contract.

15.2. All necessary statutory documents, records like log book, wage registers, attendance registers, ESI and EPF Registers etc., should be maintained and produced on demand.

15.3. C-DOT shall not be responsible for any accident, death or injury to your employees which would arise during the course of their duty nor shall be responsible or be liable to pay damage or compensation to such persons. The agency/contractor should at all times indemnify and keep C-DOT indemnified against all claims which may be made under Workmen Compensation Act, any statutory modifications thereof or otherwise for or in respect of any damages or compensation payable in consequence of any accident or injury sustained by any workman while in our premises or during course of their duty. The agency/contractor shall be responsible for any insurance coverage of their employees.

15.4. Any payment to be made by C-DOT to any statutory authority due to non-adherence of the stipulated norms shall be borne by the contractor agency.

18

15.5. In case the Contractor’s staff suffer any injuries/damages or meet with an accident in C-DOT premises or outside C-DOT premises, during discharge of duties, the entire cost of compensation shall be borne by the Contractor.

15.6. In case of any accidents, the contractor will be solely responsible for the statutory/financial obligations. C-DOT will not enter into any litigation whatsoever under any circumstances.

15.7. The contractor shall be responsible for all claims from third parties (including the staff of C-DOT) in the event of any accident involving the liability.

19

TECHNICAL BID Annexure I

(Enclose DDs towards cost of Tender Document, if downloaded, EMD and the Company Profile )

20

C-DOT/TENDER/ADMIN/HK/2019-2022/004

TECHNICAL BID - ANNEXURE I

S No. Item Name of supporting

document

Page No.

1.0 Name/ADDRESS OF AGENCY

Tele. nos. Fax nos.

2.0 Statutory Requirements: Please state whether the agency is Registered Co./Proprietary/Society/ or Registered under Shops & Establishment Act. Please enclose copy of registration accordingly.

3.0 Number of Employees

4.0 Name of the Directors and their occupation

5.0 Experience (Years) in the field of providing housekeeping and pest control services

6.0 Nature of any other Business carried by your company

7.0 Location of the main office from where the vehicles are monitored.

8.0 EPF/ESI Registration Nos. (As per norms) (Copy of registration to be enclosed)

10.0 Are you covered by Labour Legislations such as EPF, ESI, Gratuity Acts etc.?

11.0 Have you registered under ESI Act 1948? If so, enclose copy of registration.

12.0 Enclose copy of latest remittance made by Bidder’s Agency towards ESI

13.0 Have you registered with any other Public Health Authorities State/Central? (Optional) If so, enclose copy of registration

21

14.0 Have you registered under Employees Provident Fund & Miscellaneous Provision Act 1952? If so, enclose copy of Registration.

15.0 Enclose copy of latest remittance made by Bidder’s Agency towards EPF

16.0 Are you registered under Gratuity Act 1972? (Optional)

17.0 Enclose copy of latest remittance made by Bidder Agency towards Gratuity (Optional)

18.0 Have you registered under section 69 of the Indian Finance Act 1994 & Service Tax Rules1994? If so, enclose copy of Registration

19.0 Enclose copy of latest remittance made by Bidder’s Agency under service tax rules

20.0 Specify whether there are/have been any issues/ disputes against Bidder’s Agency before Commissioner Provident Fund, Commissioner ESI, Income Tax authorities, Labour Tribunal State/Central Public Health Authorities, etc.

21.0 Satisfaction certificates from at least two (2) from past and existing clients

22.0 Has bidder company been blacklisted by any of his/her clients? If yes, document/certificates with details to be submitted

23.0 What is the time limit you require to take over the services if you are selected?

24.0 Banker's Name and Address

25.0 What is the annual Turnover of the Agency for the following years :

22

2015-2016

2016-2017

2017-2018

Enclose copies for above.

26.0 Details of any other information / document which may help C-DOT in assessing tenderer's capabilities for award of contract.

27.0 Furnish details of infrastructure maintained by your Agency/ Company for providing Housekeeping services.

28.0 Mobile phones allotted to staff working in your Office who can be contacted on emergency.

29.0 No. of Employees on rolls of your agency / company & details of welfare measures provided to the Staff?

30.0 Is any transport facility provided to your staff to reach the office in the mornings.

31.0 Do you issue Uniform to your staff totally free or subsidized or on full payment?

32.0 Do you pay Bonus? If so, what is the quantum of bonus proposed to be paid? Details about how bonus proposed to be worked.

33.0 Time duration required to start the services. Deployment plan/strategy to be submitted

34.0 Plan and Strategy Document for proposed services in C-DOT campus.

35.0 Filled Technical Evaluation Sheet for Tendering Agency as mentioned in the para 5.1.11

36.0 The undertaking for inclusion of the affidavit validating service charges in financial bid as mentioned in the para 5.3 of Minimum eligibility criteria.

23

35.0 Who are the major corporate clients of your Company / Agency to whom Housekeeping services are provided? Furnish Name & Telephone No. Of the Officer, who controls the Housekeeping services provided for? Please provide minimum three references.

Client

Names

Contact

Person

Contract

Value

I certify that all the information furnished above is true to my knowledge. I have no objection to C-DOT verifying any or all the information furnished in this document with the concerned authorities, if necessary. I also certify that I have understood all the terms and conditions indicated in the Tender document and in agreeing for the same, I am signing this document as an authorized signatory in the capacity of _________________________. Date : __________________ Signature: ___________________________ Place : _________________ Name : ___________________________ Designation : __________________________ Seal of the Company/ Agency

24

Details towards Cost of Tender Document and EMD to be mentioned below :

DEMAND DRAFT NO.

DATED BANK NAME / ADDRESS

AMOUNT (RS.)

Cost towards Tender Document

EMD

25

C-DOT/TENDER/ADMIN/HK/2019-2022/004

COMMERCIAL BID (ANNEXURE II A and II B )

and (Non-L1 Annexures II C, II D, II E and II F)

26

C-DOT/TENDER/ADMIN/HK/2019-2022/004

COMMERCIAL BID – ANNEXURE II A

I. Rates to be quoted for the following skilled/ semi –skilled , unskilled manpower

individually. The rate should be inclusive of all except services charges and taxes which may be specified separately.

S

No

.

Financial

Component

House-

keeping

Manager

(Highly

skilled)

House-

keeping

Supervisor

(skilled)

House-

keeping

Men

/Women

(semi-

skilled)

Carpent

er

skilled*

Plumber

skilled**

Remark

1. Basic Salary

2. DA/VDA

3. HRA, If any

4. Total*

5. ESI @4.75% on

Total*

6. EPF/EDLI/Adm

in Charges

(13.00% of

Basic Salary or

latest

notification)

7. Bonus @8.33%

on basic salary

8. Gratuity /

Terminal

Benefits

@4.81% on

Basic Salary

9. Total

10. Cost per head

11. Any Other

Charges

12. Service

Charges @

13. Cost of

Uniforms (two

winter + two

summer)

14. Uniform and

Washing

27

Allowance per

month

15. Total

16. GST 18%

17. Grand Total (in

Figures)

18. Grand Total (in

words)

* Carpenter skilled in aluminum channels work, repairing and replacing locks in wooden cupboards/steel almirahs. Relevant course under Skill India Mission shall be an advantage. Copy of certificate to be furnished. ** Plumber skilled in all plumbing works. Relevant course under Skill India Mission shall be an advantage. Copy of certificate to be furnished.

Note (as per paras 5.2, 5.3, 5.4 of Minimum Eligibility Criteria)

1. Financial bid from tendering agency quoting wages less than the Minimum

Wages of the respective skill category as per notification from Central

Government against respective categories of the required manpower shall

be liable to be disqualified.

2. Financial bid quoting service charges as NIL shall be treated as

unresponsive and shall not be considered.

3. Financial bid with service charges quoted less than the minimum

ROI that is expected on the amounts for three months’ bills of the

services to be rendered under contract shall also not be considered.

4. An affidavit from the tendering agency validating the service charges

quoted in the financial bid shall be submitted along with financial

bid. Financial bid submitted without such affidavit validating service

charges shall be liable to be rejected.

5. No correction / overwriting shall be made or eraser used in the financial bid.

Any Statuary taxes (please specify) :

28

C-DOT/TENDER/ADMIN/HK/2019-2022/004

COMMERCIAL BID – ANNEXURE – II B

RATE TO BE QUOTED FOR THE FOLLOWING ITEMS (for housekeeping and cleaning):

Sl.No. Description Mandatory consumption per month

Rate per Unit

Total Cost

01 Table Duster white and yellow Cloth (Best Quality)

6 dozen

02 Glass cleaner/squeezer (10 ft.) (Best Quality)

05 nos.

03 Glass cleaner/squeezer ( Refill)

10 nos.

04 White Phenyl (Germisol (chemical sanitiser) (Make:Gainda)

20 litres

05 Rubber Wiper (Best Quality)

15 Nos.

06 Soap oil for cleaning TEAPOL 35 Litre

07 Liquid Hand wash (Dettol/Lifebuoy))

40 Litre

08 Soft Broom (555 make or equivalent)

15 No.

09 Hard Broom (Best Quality)

10 No.

10 Floor Mop ( Best Quality )

15 No.

11 Floor Mop refill ( Best Quality)

15 No.

12 Dry Mop ( Best Quality)

30 No.

14 Scrubber ( Scotchbrite )

30 No.

15 Toilet Cleaner (Harpic)

40 Litre

16 Glass Cleaner (Colin )

30 Litre

17 Toilet cleaning brush

15 No.

18 Steel Wool (Best Quality)

02 Kg.

19 Naphthalene Ball ( Make:Trisul) )

10 Kg.

20 Toilet Cleaning Acid (Best Quality)

60 Litre

29

21 Brasso Polish

200 ml

22 Toilet Roll (Daffodil make or equivalent)

2400 Rolls of 350 pulls each

23

Face Tissue (Mystique/Daffodil) 1800 Boxes of 100 pulls each

24 Garbage Bag (Small)

15 Pkt. of 50 each

25 Garbage Bag (Big)

15 Pkt. of 50 each

26 Bleaching Powder (Best Quality)

02 Kg.

27 Dettol/Savlon antiseptic

05 Litre

28 Room Freshener (Odonil )

25 bottles

29 Perfumed floor cleaner ( Best Quality)

15 Litre

30 Air Freshener ( Odonil )

60 nos

31 Thinner ( Best Quality)

05 Litre

32 Spray Gun

15 No.

33 Urinal Cake

35 packet of 35 gms each

34 Hit (Mosquito)

15 Nos

35 First quality Patti Blade 10 Nos 36 High reach Cobweb Duster / Brush 10 No. 37 All out with refill 10 Nos 38 Washing Powder (Nirma/NIP) 15 Kg

39 Bottle Cleaning Brush

10 Nos

40. Big Broom 5 nos. 41. Dust pans 12 pcs. 42. Bucket 05 nos. 43. M-Fold tissues 80 cartons 44. Mug 10 nos. 45. Hand Gloves 20 nos 46. Plastic Juna 1 dozen

Tax (Specify, if any):

30

C-DOT/TENDER/ADMIN/HK/2019-2022/004

COMMERCIAL BID – ANNEXURE – II C

Best prices available for specified machines used for cleaning is to be quoted. The same machinery shall be unpacked by C-DOT authorities concerned. Depreciation of machinery shall be reimbursed by C-DOT (as per IT Act)

Sl. No.

Particulars of HK equipments

Quantity Cost

1 Heavy Duty Vacuum Cleaner (Tasky )

02 Nos

2. Heavy Duty Auto Scrubber Drier ( Tasky )

04 No.

3. Cycle Rickshaw for garbage disposal

01 No.

4. Ladder (atleast 10 feet length)

01 nos.

5. Ladder (atleast 20 feet length)

01 nos.

31

C-DOT/TENDER/ADMIN/HK/2019-2022/004

COMMERCIAL BID – ANNEXURE – II D

The rate should be quoted per item of work as indicated below:

Sl. No.

Particulars No. of services

required Per annum

Cost per service

Remark

1. Effective Rodent Control Services- Campus.

26

Use of Rodenticides

Chemical Pest Control

Rodent Traps

Glue or Sticky Board 2. Disinfestations Services –

Campus Every week

3. Fumigating canteen stores 12

4. Eradication of Bats As and when required

5. Restriction of movement of snakes inside building & catching/retrieval of Snakes

As and when required

6. Beehive removal (per beehive) – Campus

As and when required

4. TAXES, AS APPLICABLE : 5. Any Other Charges : 6. TOTAL OF (3) + (4) + (5) : Note : 1. The rates should be clear and specific for each category, and for each

seating capacity inclusive of all applicable statutory levies. 2. No hidden cost will be allowed. 3. Any other charges the tenderer expects to be paid should be clearly

indicated with the explanation.

32

C-DOT/TENDER/ADMIN/HK/2019-2022/004

ANNEXURE – II E

(Not to be part of Commercial Bid)

The rate should be quoted per item of work as indicated below:

Sl. No. Particulars Rate Remark

1. Dry cleaning of Chair/Sofa Seat Rate per chair / sofa seat

Approximately 500 chairs / sofa seat

2. Cleaning of glasses exteriors for full building Rate per sq mt

Approximately 7000 sq mt

33

C-DOT/TENDER/ADMIN/HK/2019-2022/004

Annexure II F

(This not be part of Financial Bid)

(To be filled with at three brands for billing purpose during maintenance work)

List of items/spares required for maintenance work (This is list may be indicative

and may not be exhaustive; contractor shall be responsible to make items/part

functional in order to claim maintenance of the item/service/amenity in the scope

of work, the same shall be available throughout the contract.

SNO. CATEGORY/ ITEMS Brand 1 Unit Rate Brand 2

Unit Rate Brand 3

Unit Rate

A STEEL CHAIRS

1 Replacement of new wooden seat

2

replacement of new wooden back ( duly scanned and polished )

3 replacement of new wooden arms

4 replacement of rubber shoes

5 replacement of rubber caps

6 minor repair of steel chair

7 painting of steel chair

8 P/F of steel strips for support with welding

9 P/F of nut / bolts

B STEEL TABLES (GODREJ)

1 P/F of new locking system

2 replacement of lock

3 Adjustment of drawer

34

4 Minor repair of Table

5 Providing of Key

6 opening of drawer

7 repair of lock

8 P/F complete drawer box with 3 drawers

9 P/F of new drawer

10 P/F of sun mica top

11 major repair of table including welding

12 replacement of handle

13

P/F of Pre laminated Novapan tops 18 mm thick with rubber beeding

14 P/F of new drawer channel

15 P/F of legs of 25 mm square pipe

16 P/F of rubber shoes

17 Repair of locking system

C STEEL ALMIRAH GODREJ

1 replacement of lock

2 replacement of handle

3 Repair of locking system

35

4 steel ball

5 minor repair

6 adjustment of shelves

7 Providing of Key

8 opening of almirah

9 repair of lock

10 P/F of new legs base

11 P/F of new bush

12 repairing of door

13 P/F of new shelves

14 P/G of new locking system

15 repair of lock with welding etc

16 P/F of Glass in glass almirah

D STEEL FILING CABINET GODREJ

1 replacement of lock

2 replacement of handle

3 repairing of cabinet

4 over hauling and greasing

5 steel ball

6 Repair of locking system

36

7 Providing of Key

8 opening of filing cabinet

9 repair of lock

10 adjustment of drawer

11 P/F of new channel

12 P/F of push button

E STEEL REVOLVING CHAIR -GODREJ MAKE

1 repairing of revolving chair

2 overhauling of axle

3 replacement of wheel ISI mark

4 overhauling & greasing.

5 replacement of spring

6 Providing of steel base

7 Painting of revolving chair

8 Welding per point

9 P/F castor bush + welding

10 P/F of PU plastic arms

11 repair of seat and back

12 P/F of new revolving system

13 P/F of rubber flaps

14 P/F of wheel ( Godrej type)

15 Replacement of hydaulic cylinder

F Spray painting of Steel Furniture

37

1 STEEL ALMIRAH Big size

2 Steel Almirah small size

3 STEEL TABLES(officer)

4 Steel Table ( Asstistant)

5 Steel file tray

6 steel filing cabinet

7 side rack big

8 side rack small

9 Steel book case

10 Steel chest

G Door Lock

1 replacement of lock ordinary

2 replacement of handle ordinary

3 repair of old lock

4 providing of key

5 P/F of grodrej night latch

6 replacement of door lock Godrej

7 replacement of brass handle

8 replacement of door handle godrej

9 opening of locked door

10 P/F of door stopper

11 repairing of door

12 P/F new hinges

38

13 P/F Aldrej( Sliding bolt)

14 P/F locking bolt

15 P/F of Tower bolt

H STEEL BOOK CASE

1 P/F lock.

2 P/F of Handle

3 P/F of glass panes

4 providing of key

5 opening of book case

6 repair of lock

7 repair of locking system

8 P/F glass panes

I. Door Closer

1 Repair of door closer

2 Oiling of door closer

3 Replacement of spring

4 Replacement of small rod

5 Replace of big rod

6 P/F of new door closer. ISI

7 Fixing of door closer

J

REPAIR OF WOODEN FURNITURE ( WITH SCREW & NAILS)

1 Minor repair of chairs

2 Minor repair of Tabe

3 Minor repair of screen

39

4 Minor repair of Almirah

5 P/F of ply in the table drawer

6 P/F of arm of chair

7 P/F of Leg of chairs

8 P/F Sunmica on wooden table

9 Minor repair of any other items

10 P/F of new drawer

11 Major repair of any other items

12 Major repair of Table

13 Major repair of Almirah

14 Major repair of Rack

15 Major repairf of screen

16 P/F of legs table

17 repair of wooden bench

18 P/F Ply commerical

19 P/F of lock of wooden table

20 P/F of kunda chapka

21 repair of drawer of wooden table

22 P/F wooden board 19mm commercial

23 P/F of Aluminium sheet

24 P/F of wooden bracket

25 P/F of curtain road / channel ( Aluminium)

40

26 P/F 19 mm board (teak)

27 P/F of ply teak

28

P/ F of wood pieces of suitable sizes for repair work

29 a. P/F of multipurpose lock - Godrej

b. P/F Multipurpose lock Harrison

c. P/F of Pad Lock

d. P/F of handle lock set

e. P/F of Cylindrical locks

f. P/F of vertical board lock

30 P/F of wall catcher

31 P/F of fancy knobs / handles ( Brass)

32 P/F of wooden beading / moulding

33 P/F of foot rest to table

34 P/F of piano hinges (per pair)

35 P/F of legs of sofa wooden per pair

36

P/F of 12 mm pre laminated board to wooden furniture

37

P/F of Name plates a.P/F of aluminum name plates- Bi lingual.

b.P/F of wooden name plate Bilingual

c. P/F of name plates on Sun Board (bilingual)

38 P/F of Acrylic sheet

39 P/F of rugs carpet free lance

41

40 P/F of Aluminium frame ( various types)

41

P/F of wooden wall panelling (various types )

42 P/F of wooden gypsum / Armstrong / false ceiling

43 P/F of Wooden Partition / Modular furniture

44 P/F of Wooden Computer table

45 P/F of White Magnetic Board

46 P/F of SOFT Notice Board

K P/F of Blinds

a. P/f of vertical blinds ( vista)

b. P/F of vertical blind (NOVA)

c. P/F of roller blind (vista)

d. P/F of roller blind (Nova) Blackout

L P/F. of Normal Glass

1. 6mm thick

2.8mm thick

3. 10 mm thick

4.12 mm thick

M P/F of Bevalled Glass with Brown color

1. 6mm thick

2. 8mm thick

3. 10 mm thick

4. 12mm thick

42

N

Renovation of sofa set / visitor chairs/ Ex. Revolving chairs/ computer chairs by providing all necessary material , like jute, tat, canvas, markin, foam etc. wherever necessary and change of cloth as per sample approved.

a. Sofa set

b.Visitor chairs

c. Executive Revolving chairs

d. Computer chairs

O P/F of loose rubber cushions (ISI)

a. 21"x 22" x 4"

b. 21"x22"x3"

c 18"x18"x2"

P Painting of walls / partitions

a: with OBD

b: with DUCO

Q Polishing of wooden furniture

R

Providing n fixing of wooden wall panelling frame made of 2"x1/2" thick kailwood in Sq Ft.

S

Providing n fixing of wooden flooring made of good quality teak wood finished with MRF polyurethane Melamine mat finish ( in Sq Ft)

T P/F of Sun control Film

43

U

Partition made of 12 mm thick tapered edges Gypsum Board in all complete ( per Sq Ft.)

V

a. P/F of synthetic washable carpet (per sq ft )

b. P/F of Acrylic carpet ( per sq ft)

c. P/F of jute/ coir carpet ( in sq. ft)

X

P/F of false ceiling at all height of 600mmx 600mm Armstrong orcal lay. ( per sq Ft)

Y

Repairing of Aluminium doors with hinges, angles, beeding n labour charges (Per door)

Z Repair of fully glazed door

a. Door Pivot

b. Door machine

c. Repairing and labour charges

d. H Handle

A1 Maintenance Related Items for Plumbing

Flash valve

Flesh Piston

Flesh lever

W. Sheet

W. sheet cover

Jet Spray

44

Bottle trap

Bottle trap jail

Mixcher

Tab

PVC Pipe

M-seal

Half Round

Face

Valve 1 inch

Valve 2 inch

Nipple 1 inch

Nipple 2 inch

Ext. peesh

Bibcock

Piller cock

C.P. cock

Urinal Z

Wastage jail

Angle valve

Washbasin cock

C.P. hex nipple 0.50 inch

Connection pipe 24 inch

45

PVC socket 2 inch

Brass hinz

Ball valve 1.5 inch

Phase full round

Taflon tape

WD 40

White cement

SAfeda

Kiwi dranex

A2

Maintenance Items in Carpentry work

Multi purpose lock

Glass door lock

Door closer

Handle

Fevicol

Screw 0.50 inch

Screw 1 inch

Screw 2 inch

Plane screw 1 inch

Plane screw 2 inch

Glass window Handle

Door Chatkani 8/10 inch

46

L Key

L key screw all size

Door handle screw

Neck patti

Door handle 4 inch

Screw black (Jipsom) 1.5 inch

Tax :

47

TENDER NO. C-DOT/TENDER/ADMIN/HK/2019-2022/004 FOR PROVIDING

HOUSEKEEPING, CLEANING AND MAINTENANCE SERVICES

CERTIFICATE

I/We hereby certify that I have studied all the terms and conditions of the tender document, understood the same and hereby accept the same and signing this document as an authorized signatory in the capacity of __________________________. I/We hereby confirm we will provide services as per the terms and conditions of the contract awarded, failing which C-DOT will be free to make alternate arrangements at our risk and cost. We also confirm that in case of unsatisfactory services, C-DOT has the right to take any legal course of action against us. I/We agree to provide services as per the rates quoted by us. Date : ______________ Signature _____________________ Place :______________ Name _____________________ Designation ___________________ Seal of the Company / Agency