R P JOSHI - National Institute of Biologicals

52
NIT No. 06/2020-2021/NIB/Engg. 1/52 NATIONAL INSTITUTE OF BIOLOGICALS (Ministry of Health & Family Welfare) A-32, SECTOR- 62 (INSTITUTIONAL AREA), NOIDA – 201 309 (U. P.) Tel: 0120-2593600, 2400022, 2400072, Fax: 0120-2400074, 2403014 e-mail: [email protected] Website: www.nib.gov.in E-TENDER FOR OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP) AND SEWAGE TREATMENT PLANT (STP) IN NIB NOIDA NOVEMBER- 2020

Transcript of R P JOSHI - National Institute of Biologicals

NIT No. 06/2020-2021/NIB/Engg.

1/52

NATIONAL INSTITUTE OF BIOLOGICALS (Ministry of Health & Family Welfare)

A-32, SECTOR- 62 (INSTITUTIONAL AREA),

NOIDA – 201 309 (U. P.)

Tel: 0120-2593600, 2400022, 2400072, Fax: 0120-2400074, 2403014

e-mail: [email protected]

Website: www.nib.gov.in

E-TENDER FOR

OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT

PLANT (ETP) AND SEWAGE TREATMENT PLANT (STP) IN NIB NOIDA

NOVEMBER- 2020

NIT No. 06/2020-2021/NIB/Engg.

2/52

Disclaimer

This NIT is not a contract and is neither an offer nor invitation by National Institute of Biologicals, Noida to the prospective Bidders or any other person. The information contained in this NIT has been provided to the best of knowledge of National Institute of Biologicals, Noida and in good faith. However, the information may not be complete and accurate in all respects and may not be exhaustive. The information contained in this NIT is subject to update, expansion, revision and amendment prior to the last day of submission of bids at the sole discretion of National Institute of Biologicals, A-32, Sector-62, Noida. NIB accept no liability of any nature arising from reliance of any Bidder upon the information contained in this NIT. While reasonable care has been taken in providing information in this NIT, bidders are advised to not rely only on this information but also carry out their independent due diligence and risk assessments before submitting their response to this NIT. Further, the Bidders are advised to conduct their own analysis of the information contained in this NIT, carry out their own investigations about the Effluent Treatment Plant (ETP) and Sewage Treatment Plant (STP), the regulatory regime which applies thereto and to seek their own professional advice on the legal, financial and regulatory consequences of entering into an agreement or arrangement relating to Operation & Comprehensive maintenance of ETP and STP. Neither National Institute of Biologicals, Noida nor any of its officers, employees nor any of its advisor’s nor consultants under takes to provide any Party with access to any additional information or to update the information in this NIT.

NIT No. 06/2020-2021/NIB/Engg.

3/52

TABLE OF CONTENTS

Section/Annexure

/Form

Description of Contents Page No.

I. Notice Inviting Tenders 04-05

II. References in short readable 06

III. Introduction 07-08

III. Data Sheet 09

IV. List of Documents/Enclosures required 10

V. Check List 11-12

VI. Letter of Authorisation for Pre-Bid meeting and Bid opening 13

VII. Near Relative Certificate 14

VIII. Proforma of Agreement 15-16

IX. Proforma for Performance Bank Guarantee 17-18

X (A) & X(B) Bill of Quantity (BOQ) 19-23

Annexure-I General Terms & Conditions of the Tender 24-29

Annexure-II Scope of Work 30-35

Annexure-III Eligibility Requirement 36

Annexure-IV Tenderer’s Profile 37

Annexure-V Instruction for Online Bid Submission 38-40

Annexure-VI Letter of Offer 41

Annexure-VII Details of Manpower 42

Annexure-VIII Details of Work Experience

43

Annexure-IX(A) Declaration 44

Annexure -IX(B) Bid Security Declaration 45

Annexure-X (A) Financial Bid 46

Annexure-X (B) Financial Bid 47-50

Annexure-X (C) Summary of Financial Bid (Abstract of Cost)

51

Annexure-XI Wage Structure 52

NIT No. 06/2020-2021/NIB/Engg.

4/52

SECTION - I

NATIONAL INSTITUTE OF BIOLOGICALS (Ministry of Health & Family Welfare)

A-32, SECTOR- 62 (INSTITUTIONAL AREA),

NOIDA – 201 309 (U. P.)

Tel: 0120-2593600, 2400022, 2400072, Fax: 0120-2400074, 2403014

e-mail: [email protected]

Website: www.nib.gov.in

NOTICE INVITING E-TENDERS

E-Tenders (in prescribed format) are invited under two bid system (both Technical and financial) from eligible

contractors for and on behalf of the Director, National Institute of Biologicals, Noida for ” Operation &

Comprehensive Maintenance of Effluent Treatment Plant (ETP) and Sewage Treatment Plant (STP)” in

National Institute of Biologicals, A-32, Sector-62, Noida.

2. The Complete NIT document containing the scope of work, general terms and conditions, eligibility requirements etc. are available at Central Public Procurement Portal (CPPP) website https://eprocure.gov.in and can be downloaded free of cost. 3. A pre-bid meeting will be held and prospective bidders may submit their queries presenting themselves at National Institute of Biologicals, A-32, Sector-62, Noida, as per the date and time indicated below. The bidding process will be accepted only through e-Tendering platform according to the following condition/schedule:

S.No. Description Schedule

I Estimated Cost Work Rs. 34.79 Lakh

II E.M.D. Exempted. Bid Security Declaration to be submitted as per Annexure-IX(B)

III Tender Publishing Date From dated 04.12.2020

IV Document Download Start Date 04.12.2020

V Pre-Bid Meeting At 3:00 PM on 18.12.2020

VI Bid Submission Start Date 04.12.2020

VII Bid Submission Closing Date & Time Upto 12.00 Noon on or before on 28.12.2020

VIII Technical Bid Opening Date & Time At 4:00 PM on 28.12.2020

NIT No. 06/2020-2021/NIB/Engg.

5/52

4. Bidder / Tenderer who are having experience for Operation & Maintenance of Effluent Treatment Plant & Sewage Treatment Plan in Government/Semi- Govt. /Reputed Public & Private Limited Companies/Co-operative organizations etc. may submit their bids in the prescribed format with all the necessary documents online with digital signature at https://nib.euniwizarde.com on or before bid submission closing date & time.

Director National Institute of Biologicals

NIT No. 06/2020-2021/NIB/Engg.

6/52

SECTION-II

NATIONAL INSTITUTE OF BIOLOGICALS

(Ministry of Health & Family Welfare)

A-32, SECTOR- 62 (INSTITUTIONAL AREA),

NOIDA – 201 307 (U. P.)

For reference only

NAME OF THE AUTHORITIES/REFERNCES AS REFERRED MADE IN SHORT IN THE TENDER DOCUMENTS

NAME OF THE OFFICE FOR WHICH E-TENDER FOR OPERATION & COMPREHENSIVE MAINTENANCE OF

EFFLUENT TREATMENT PLANT (ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB NOIDA IS REQUESTED

S.No. Name of the Office Full Address Short references

1. National Institute of Biologicals A-32, Sector-62 (Institutional Area), Noida-201309, U.P.

NIB, Noida

Tender published at websites https://nib.euniwizarde.com and www.nib.gov.in

Director

NIT No. 06/2020-2021/NIB/Engg.

7/52

SECTION-III

INTRODUCTION

A. Online Tenders are invited from experienced and eligible service providers for “OPERATION &

COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA”.

National Institute of Biologicals hereinafter called NIB, is an autonomous institute under the

administrative control of Ministry of Health & Family Welfare, Govt. of India established on 27th

January, 1992 and is to be the Central Drugs Laboratory for quality control of all indigenously

produced and imported biological products. Presently, eight laboratories of the Institute are notified

as Central Drugs Laboratory under provision of Drugs & Cosmetics Act and Rules. Institute plays a vital

role in collaboration with CDSCO to strengthen the regulation of biologicals in India by averting the

Not of Standard Quality (NSQ) Biologicals reaching the consumer, thereby promoting and protecting

public health.

The Institute has been set up over a plot area of approx. 18 Acre, having 19 major buildings

having total area more than 35000 Sqm., road & footpath network, large green areas and other

facilities spread over the campus. The laboratory building of the Institute is a major state of art

facility, having 42 Nos. BSL-2 laboratories and 03 Nos. BSL-3 laboratories.

NIB invites sealed tenders from experienced agencies in two bid system, on the prescribed tender

document for “OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT

(ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA”.

The bidders are advised to visit NIB, campus to survey the campus specially the ETP and STP to have

first hand idea about nature & quantum of work involved and to see present condition of the plants

before submitting the tender. Once the tender is submitted, it will be presumed that the bidder has

seen and understood the complete work involved.

Bids to be submitted in two packets only: - 1. Technical Bid comprises of the following information/documents:-

a) Signed and Scanned copy of Tender Acceptance Letter- ANNEXURE-VI

b) Signed and Scanned copy of ANNEXURE-I, ANNEXURE-II, ANNEXURE-III, ANNEXURE-IV, ANNEXURE-

V, ANNEXURE-VII, ANNEXURE-VIII, ANNEXURE-IX(A) and ANNEXRURE-IX(B)

c) Signed and scanned copy of Firm Registration Certificate, PAN, Goods & Services Tax Registration, Proof

of compliance of submission of all the returns in respect of above registration.

d) Signed and Scanned copy of financial soundness certificate details issued by Bank experience details

and certificates as per Annexure III.

e) Signed and Scanned copy of Bid Security Declaration Form as per ANNEXURE-IX(B)

2. Financial Bid comprises of the following information/documents: -

NIT No. 06/2020-2021/NIB/Engg.

8/52

a) ( i) Price Bid format in .xls format. (ii) Price bid undertaking (Annexure-VI).

b) The parties who wish to be present at the time of opening of tender may present themselves or their authorized representatives who shall bring the bid acknowledgement receipt or bidder can view the bids online at their remote end.

c) The Financial Bids of only those Service providers/ Agencies will be opened who fulfil the Techno-Commercial conditions.

d) The Director, National Institute of Biologicals, Noida reserves the right to postpone /and/or extend the date of receipt / opening of bids/tenders or to withdraw the same, without assigning any reason thereof.

Tender Document Fee: -

Tender document may be downloaded from Central Public Procurement Portal

https://eprocure.gov.in. Bidder who have not enrolled/registered in e-procurement should

enroll/register before participating through the website https://eprocure.gov.in. The portal

enrolment is free of cost. Bidders are advised to go through instructions provided at ANNEXURE-V

regarding ‘Instructions for online Bid Submission’.

Tenderers can access Tender documents on the website, fill them with all relevant information and

submit the complete Tender document into electronic Tender on the website

https://eprocure.gov.in.

Tender and supporting documents shall be uploaded throughwebsite https://nib.euniwizarde.com. Hard

copy of the Tender-documents will not be accepted.

Digital signature of bidder

NIT No. 06/2020-2021/NIB/Engg.

9/52

B. Data Sheet

Item Description

Name of Purchaser Director, National Institute of Biologicals, Noida

Tender Inviting Authority Director, National Institute of Biologicals, A-32, sector-62, Noida

Tender Name OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA.

Tender No. and date 06/2020-2021/NIB/Engg.

Method of Selection L-1

Availability of NIT Documents Can be downloaded from Central Public Procurement Portal at https://nib.euniwizarde.com as well as www.nib.gov.in

Date of NIT issuance 04.12.2020

Last Date and time for Bid/Proposal Submission (on or before)

Upto 12.00 Noon on or before on 28.12.2020

Pre-Bid meeting At 3:00 PM on 18.12.2020

Venue National Institute of Biologicals, A-32, sector-62, Noida

Technical Bid Opening At 4:00 PM on 28.12.2020

Venue National Institute of Biologicals, A-32, sector-62, Noida

Date and time for Opening of Financial/Commercial Bids

To be intimated later to Technically eligible bidders

Currency Currency in which the bidder may quote the price in INR

( ₹ )only

Language of Bid Submission Proposal should be submitted in English only

Name and Address for Communication and seeking clarifications

Director

National Institute of Biologicals, Noida

Tentative Date of Contract Beginning

January 2021

Digital signature of bidder

NIT No. 06/2020-2021/NIB/Engg.

10/52

SECTION-IV

LIST OF DOCUMENTS / ENCLOSURES REQUIRED 1. Bidder has to submit online, scanned copies of following documents with the tender form:

Bid Security Declaration to be submitted as per Annexure-IX(B).

2. Similar work experience copies as per eligibility criteria.

3. Document showing the legal status of the bidder:

A) In case of Individual or a Proprietary Firm — Copy of Shop Act Registration for carrying out the business (matching with the tendered work).

The registration should be live for the current year & date. (ii) General Power of Attorney in favour of the signatory of Tender Offer, in case if the tender signed

by the individual himself or the proprietor of the firm. (B) In case of Partnership Firm — (i) Copy of Partnership Deed (all pages) clearly showing the names and addresses of all partners: Nature of business (es) to be undertaken by the firm (matching with the tendered work/supply

of materials and services/installation/etc) duly attested by Public Notary with his full name and address.

(ii) Consent of all partners to enter into the tendered contract. (iii) Copy of Valid Registration of Partnership Firm. (C) In case of a Limited Company (Private/Public) & Co-operative Societies [As the case may be] (i) Copy of Memorandum and Articles of the Association clearly showing the nature of business to be

undertaken by the firm (matching with the tendered work) (ii) Copy of Certificate of Registration of companies. (iii) Current List of Directors with their full names & addresses (iv) Minutes of the Board of Directors authorizing the Signatory of tender offer to act on behalf of

the Company. (V) General Power of Attorney in favour of the signatory of tender offer on Rs.100/- stamp paper. 4. Copy of PAN Card/Latest Income Tax Return. 5. Copy of Valid GST Registration & return 6. Copy of valid Labour License or Undertaking. 7. Certificate of ‘No Relative’ Working in NIB, NOIDA. 8. All Annexure which pertains to the Technical Bid. 9. Service Tax/GST Last Three Years return.

Digital signature of bidder

NIT No. 06/2020-2021/NIB/Engg.

11/52

SECTION – V

Check-List (To be filled by the bidder)

S. No.

Tender Document/Enclosure/Information Compliance

1.

1 The firm/agency/contractor should have completed during the last seven years ending on 31 October 2020 (a)One similar completed work costing not less than amount equivalent to 80% of the estimated cost i.e. Rs. 28 Lakh. OR

(b) Two similar completed work costing not less than amount equivalent to 60% of the estimated cost i.e. Rs. 21 Lakh. OR

(c) Three similar completed work costing not less than amount equivalent to 40% of the estimated cost i.e. Rs.14 Lakh.

2.

2 The firm/agency/contractor must have minimum experience of three years in the relevant trade i.e., Operation & Maintenance of Effluent Treatment Plant (ETP) and Sewage Treatment Plant (STP) of similar design/type in any Government Sector or large reputed Private Sector enterprises and should be profit making during the last three years. Copies of the following documents should be submitted with the Technical Bid.

3. Latest acknowledged copy of Income Tax Return filed.

4. 3 Audited Profit and Loss Account of last three financial years i.e. 2017-2018, 2018-2019 and 2019-2020.

5. 4 GST Registration Certificate copy.

6. 5 ESI Registration certificates copy with details of last payment.

7. 6 EPF Registration certificates copy with details of last payment

8. 7 The tenders should have Registered / Branch Office in Noida/Delhi/National Capital Region.

9. 8 Registration certificate from appropriate authority.

10. 9 All the documents to be enclosed should be self-attested by the bidder.

11. 10 Any Other Details

Whether Tender Document is Signed (Yes/No)

12.

Whether the Required information is duly filled in the following forms and whether these forms are scanned and uploaded with Bid? (say ‘Yes’ or ‘No’, against each of the following)

Form Section Annexure Page No (s) Yes/No

Introduction III

List of Documents/Enclosures required

IV

NIT No. 06/2020-2021/NIB/Engg.

12/52

Digital signature of bidder

Letter of authorization for Pre- Bid meeting and Bid opening

VI

Near Relative CERTIFICATE VII

Proforma for agreement VIII

Proforma for Performance Bank Guarantee

IX

Bill of Quantity (BOQ) X-A and X-B

General Terms and Conditions of the Tender

ANEEXURE-I

Scope of Work ANEEXURE -II

Eligibility requirement ANEEXURE -III

Tenderer’s Profile ANEEXURE -IV

Instruction for Bid Submission ANEEXURE –V

Letter of Offer (To be given on company letter Head)

ANEEXURE –VI

Details of Manpower ANEEXURE -VII

Details of Work experience ANEEXURE -VIII

Declaration ANEEXURE –IX(A & B)

Financial Bid ANEEXURE –X –A, X-B, X-C

Wages Structure ANEEXURE -XI

13. E.M.D. (Exempted)/Bid Security declaration

Annexure-IX(B)

14.

Legal Status of the Bidder (Tick against which is applicable)

a) Individual/Proprietary Business

b) Partnership Firm

c) Private Limited Company

d) Public Limited Company

e) Co-operative Society

f) Any other (Mention the same)

NIT No. 06/2020-2021/NIB/Engg.

13/52

SECTION-VI

LETTER OF AUTHORISATION FOR ATTENDING PRE-BID OPENING/ BID OPENING

To,

The Director, National Institute of Biologicals, A-32, Sector-62, Noida. Dear Sir/Madam Subject: - Authorization for attending Pre-Bid/bid opening on ……………….. in the Tender for “OPERATION

& COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP)AND SEWAGE TREATMENT

PLANT (STP) IN NIB, NOIDA” work in National Institute of Biologicals, Noida. Following persons are hereby

authorized to attend the Pre-Bid/ bid opening for the tender mentioned above on behalf of

(Bidder) in order of preference given below.

Order of Preference Name Specimen Signature I. II. Alternate Representative Digital Signature of bidder or Officer authorized to sign the bid Documents on behalf of the bidder

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

1. Permission for entry to the room where Pre bid meeting will be organised/bids are opened may be refused in case authorization as prescribed above is not received.

NIT No. 06/2020-2021/NIB/Engg.

14/52

SECTION-VII

Near Relative CERTIFICATE

I S/o

Resident of hereby certify that none of my

relative[s] as defined below —

• Members of Hindu Undivided Family • Their Husband & Wife • The one is related to the other in the manner as father, mother,

son(s), and son's wife (daughter-in-law), daughter(s) and daughter's husband (son-in-law), brother(s) and brother's wife (sister-in-law), sister(s) and sister's husband (brother-in-law) is / are employed in NIB, NOIDA. In case at any stage, it is found that the information given by me is false / incorrect, NIB, NOIDA shall have the absolute right to take any action as deemed feet without any prior information to me.

Digital signature of the tenderer

Name & Address

NIT No. 06/2020-2021/NIB/Engg.

15/52

SECTION-VIII PROFORMA OF AGREEMENT

(On appropriate value stamp paper)

CONTRACT AGREEMENT FOR OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT

PLANT (ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA.

This agreement made the … day of -------two thousand twenty between the National Institute of

Biologicals, Plot No. A–32, Sector-62, NOIDA, (hereinafter called “NIB”) of the one part, which expression

shall include his successors and assigns and M/s

……………………………………………………………………………………………………………. (hereinafter called “The

contractor”) which expression shall include his heirs, executors, administrators and assigns of the other

part.

Whereas NIB is desirous that certain works should be executed by the Contractor, viz

……….……………………………………………………………………………………….…

………………………………………………………………………………………for National Institute of Biologicals at NOIDA – 201

309 (U. P) (“the works”) and has accepted a Bid of the Contractor for the execution and completion of the

works and the remedying of any defects therein.

Now this Agreement witnesses as follows:

1. In this Agreement words and expressions shall have the same meaning as are respectively assigned

to them in the Conditions of Contract herein after referred to.

2. The following documents shall be deemed to from and be read and construed as part of this

Agreement, viz:

a- Tender No. ………………………………………….………….. dated: ……..………....

b- Letter No. ………………………………………………….. to M/s ……..……………..

c- NIB Work Order letter No. ………………………………….…. dated: ….…………...

3. In consideration of the payment to be made by the NIB to the contractor as hereinafter mentioned,

the Contractor hereby covenants with NIB to render the OPERATION & COMPREHENSIVE

MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP) AND SEWAGE TREATMENT PLANT

(STP) IN NIB NOIDA therein in conformity in all respect with the provisions of this agreement.

NIT No. 06/2020-2021/NIB/Engg.

16/52

4. The National Institute of Biologicals hereby covenants to pay the Contractor in consideration of the

execution and completion of the works and the remedying of defects therein the Contract Price or

such other sum as may become payable at the times and in the manner prescribed by this

agreement.

In Witness whereof the parties hereto have this Agreement to be executed the day and year first

before written.

Signed, Sealed and Delivered by the Said _________________________________ For and on behalf of contractor

for and on behalf of National Institute of Biologicals, A-32, Sector -62, NOIDA. __________________________________

Signed in presence of

1. Name in block letters & signature ________________________________________________

2. Name in block letters & signature ______________________________________________ Designation/Occupation & address

NIT No. 06/2020-2021/NIB/Engg.

17/52

SECTION -IX

PROFORMA FOR PERFORMANCE BANK GUARANTEE

(On stamp paper of appropriate value from any Nationalized Bank) To

M/s National Institute of Biologicals Plot No. A – 32, Sector – 62, NOIDA – 201 309.

Dear Sir, In consideration of National Institute of Biologicals (hereinafter called as the Employer which expression shall include his successor and assigns having awarded to ………………………….…………………… (here in after referred to as the said Contractor or Contractor’ when expression shall wherever the subject of context so permits include its successors and assigns) a contract No. …………………. In terms inter alia, of the NIB’s Letter No. …………….. dated. ……………… and the General Conditions of Contract and upon the condition of the contractor’s furnishing security for the performance of the contractor’s obligations and discharge of the contractor’s liability under in connection with the said contract up to a sum of Rs…………………. (Rupees…………………………………………………………... only) amounting to 3 % (Three) percent of the total contract value. 1. We. ……………………………………………………………. (here in after called “The Bank which expression shall

include its successors and assigns) hereby jointly and severally undertake to guarantee the payment to The Employer in rupees forthwith on demand in writing and without protest of demur or any and all moneys anywise payable by the contractor to The Employer under in respect of or in connection with the side contract inclusive of all The Employer’s losses and damages and costs, (inclusive between attorney and client) charges and expenses and other moneys anywise payable in respect of the above to this guarantee up to an aggregate limit of Rs. …………………/- (Rupees…………………………………….only).

2. We ……………………………………………… Bank further agree that The Employer shall be sole judge of and

as to whether the said contractor has committed any breach or breaches of any of the terms and conditions of the said contract and the extent of loss, damage, cost, charges and expenses caused to or suffered by or that may be caused to or suffered by The Employer on account thereof and the decisions of The Employer that the said Contractor has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by The Employer from time to time shall be final and binding on us.

3. The Employer shall be at liberty without reference to the bank and without affecting the full liability

of the bank hereunder to take any other security in respect of the Contractor’s obligations and liabilities hereunder or to vary the contract or the work to be done thereunder vis-à-vis the Contractor or to grant time or indulgence to the Contractor or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forbear from enforcement of all or any of the security and/ or any other security (ies) now or hereafter held by the Employer and no such dealing (s) reduction (s) increase (s) or other indulgence (s) or arrangements with the Contractor or release or forbearance whatsoever shall absolve the Bank of the fail liability to The Employer hereunder or prejudice the rights of The Employer against the bank.

NIT No. 06/2020-2021/NIB/Engg.

18/52

4. This guarantee shall not be determined or affected by the liquidation or winding up, dissolution, or change of constitution or insolvency of the Contractor but shall in all respect and for all purposes be binding and operative until payment of all monies payable to The Employer in terms thereof.

5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the

obligations of the bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or dispute having been raised by the Contractor stopping or preventing or purporting to stop or prevent any payment by the bank to The Employer in terms hereof.

6. The amount stated in any notice of demand addressed by the Employer to the bank as liable to be

paid to the Employer by the Contractor or as suffered or incurred by The Employer on account of any losses or damages of cost, costs, charges and / or expenses shall be conclusive evidence of the amount so liable to be paid to The Employer of suffered or incurred by The Employer as the case may be and shall be payable by the bank to The Employer in terms hereof.

7. This guarantee shall be a continuing guarantee and shall remain valid and irrevocable for all claims

of the Employer and liabilities of the contractor arising up to and until midnight of…………………………………………………

8. This guarantee shall be addition to any other guarantee or security whatsoever that The Employer

may now or at any time anywise may have in relation to the contractor’s obligations/ or liabilities under and/ or in connection with the said contract, and The Employer shall have full authority to have recourse to or enforce this security in preference to any other guarantee or security which The Employer may have or obtain and no forbearance on the part of The Employer in enforcing or requiring enforcement of any other security shall have the effect or releasing the Bank from its full liability hereunder.

9. It shall not be necessary for the Employer to proceed against the said Contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the bank notwithstanding that any security which the Employer may have obtained or obtain from the contractor shall at the time when proceedings are taken against the said bank hereunder be outstanding or unrealized.

10. We the said Bank undertake not to revoke this guarantee during its currency except with the consent of the Employer in writing and agree that any change in the constitution of the said contractor or the said Bank shall not discharge our liability hereunder.

11. We. …………………………………….the said Bank further that we shall pay forthwith the amount stated in the notice of demand notwithstanding any dispute/ difference pending between the parties before the arbitrator and/ or that any dispute is being referred to arbitration.

12. Notwithstanding anything contained herein above, our liability under this guarantee shall be

restricted to Rs… (Rupees………………………………………..) and this guarantee shall remain in force till ………………………… and unless a claim is made on us within 3 (Three) months from that date, that is before ……………………………… all the claims under this guarantee shall be forfeited and we shall be relived of and discharged from our liabilities thereunder.

Dated …………day of …………2020. For and on behalf of Bank.

Issued Under Seal

NIT No. 06/2020-2021/NIB/Engg.

19/52

SECTION – X (A)

BILL OF QUANTITY

Tender No: 06/2020-2021/NIB/Engg.

E-Tender for OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP)AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA.

Supply of Manpower for Operation & Maintenance (O & M) of Sewage Treatment Plant (approx. 100 KLD) and Effluent Treatment Plant (approx.25 KLD).

Srl. No

Description Unit Quantity

1. Providing Services of Two Skilled professional operators for operating the STP and ETP system on day to day basis, having operator’s certification from the manufacturers who have already installed the units. The operators should be well trained and conversant with replacing/ replenishing all type of required and specified consumables filters etc. Nothing shall be paid extra on this account. Provision of weekly off, reliver for leave, shall be included in the per month rate, no extra claim shall be made for the same.

[Min Wages per month should not be less than the wages notified by Central Labour Commissioner for Noida, UP. Wage structure/calculation to be given at Annexure-H)

Per Month 24

(2 Nos. x 12 Months)

2. Service Charge as Contractors Profit/overhead charges_________% (In words_____________________________

Percent) on Sl. No. 1

3. Total (Sl. No. 1 + 2)

4. GST @ -----on Sl. No. 3

5. Grand Total (Sl. No. 3 + 4)

(__________________________________________________________________________________________________________) Grand Total Amount in Words.

1. Tenderer/Bidders have to quote Wage per Month in specified column and calculations to be done on that quoted rate and reliver’s charges.

2. Service Charges as Contractor’s Profit (Sl. No. 2) to be quoted by Contractor in Percentage on Deployment of Manpower.

3. Please attach Break-up of wages. This should be enclosed along with Financial Bid, ANNEXURE-XI. 4. The bidders have to take latest minimum wages declared by the Central Government as the

minimum bench mark for quoting the rates for manpower deployment. Bids lesser than minimum wages and without consideration of statutory obligations will be summarily rejected.

Digital Signature of Bidder:

[[

Date: Full Name:

Place: Seal

NIT No. 06/2020-2021/NIB/Engg.

20/52

SECTION – X (B)

Tender Inviting Authority: National Institute of Biologicals, A-32, Sector 62, Noida.

Name of Work: Operation & Comprehensive Maintenance of Effluent Treatment Plant (ETP) and Sewage Treatment Plant (STP) in NIB, Noida.

Contract No: NIT No. 06/2020-2021/NIB/Engg.

Name of Bidder/ Bidding Firm/ Company:

------------------------------------------

Supply of Consumable Materials Services and other items for “O & M” of Sewage Treatment Plant (100 KLD) and Effluent Treatment Plant (25 KLD)

Sl. No

Description Unit/ Frequency

Quantity

A CIVIL COMPONENTS

1.

Providing & Fixing of Horizontal/Vertical LDP/FRP famed Analoger type lopper set capable to install inside the holler. It shall be capable of summerging design for tough series application. It should operate on automation programme, analoger to be attached with lopper set. It shall be designed for dipper installation. Lopper shall be framed in mild steel vertical supporter. Lopper should be in cream/off white/ white colour only. Procurement shall be at site in dry form.

Each 3

2.

Providing and fixing dry filament charger, different rounds types, dry finish. All dry filament shall be provided in one lot/one batch. It should be designed for vertical/horizontal & as per direction of Engineer-in charge.

Each 80

3.

Laboratory testing & Reports submission on quarterly basis, 04 tests in every quarter (STP and ETP inlet & outlet) from UP Pollution Control Board recognised Lab.

No. 16

4.

Desilting/Cleaning of tanks and disposal of waste as per UPPCB rules. 01 – Clear Water tank

Lump Sump - Job

01

5.

Desilting/Cleaning of tanks and disposal of waste as per UPPCB rules. 01 – Lopper Set tank

Lump Sump - Job

01

6. Disposal of generated solid waste (ETP and STP) as per UP, Pollution Control Board rules.

Lump Sump - Job 01

7. Providing & fixing Fine & Coarse Diffuser, complete work Each 8

8. Providing & fixing Tube Settler, complete work Cum 5

NIT No. 06/2020-2021/NIB/Engg.

21/52

B MECHANICAL COMPONENTS

Sl. No

Description Unit/ Frequency

Quantity

1. Comprehensive maintenance of Pumps

(i) Monblock Pump, Type: GMC-128+, 3 Phase, 1 hp, Size: 50 x 40 mm, rpm-2700, Head: 20 m, Kirloskar make

Nos. 04

(ii) Monblock Pump, Type: KDS – 335, 3 Phase, 3 hp, KW 2.2, Size: 50x40 mm, rpm-1840, Kirloskar make

No. 01

(iii) Monoblock Pump, Type – MINH52-30, KW 3.7/5hp, 3 Phase, rpm-2880, Head - 30 m, Size – 60 x 50, Crompton make

Nos. 02

(iv) Motor – 9 kw, M/s No.PM245-50, rpm-1440, 3 phase, Kirloskar make Blower: Model: 44, Capacity: 159M3/HR,

Pressure: 0.5 Kg/cm2, Rpm: 1330, Make: Everest Blower

No. 01

(v) Motor - 3.7 kw, M/c No. BAA39/XV805, 3 Phase, rpm-1430, Kirloskar make Blower: Model: 44, Capacity: 159 M3/HR, Pressure: 0.5Kg/cm2, Rpm: 1330, Make: Everest Blower

No. 01

(vi) Sewage Submersible Pump, Model – STPM22 (3PH), kw/hp – 1.5/2.0, Head-9.5m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range – 600-100 LPM

No. 01

(vii) Monblock Pump, Type: GMC-128+, 3 Phase, 1hp, Size: 50x40mm, rpm-2700, Head: 20m, Kirloskar make

Nos. 02

(viii) Sewage Submersible Pump, Model - STPM22 (3PH), kw/hp-1.5/2.0, Head-9.5 m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range-600-100 LPM

No. 01

(ix) Motor: 3 Phase Induction motor, K/W/Hp: 3.7/5.0, rpm: 1430, Make: Crompton Greaves Blower: Model: 44, Capacity: 159M3/HR, Pressure: 0.5kg/cm2, Rpm: 1330, Make: Everest Blower

Nos. 06

(x) Sewage Submersible Pump, Model-STPM22 (3PH), Kw/hp-1.5/2.0, Head-9.5m, Discharge range – 600-100 LPM

Nos. 03

(xi) Filter Press Servicing No. 01

C ELECTRICAL COMPONENTS

Sl. No

Description Unit/ Frequency

Quantity

1. Comprehensive maintenance of Main STP/ETP Panel

(i) MCCB 250 A, 3P-1No.

MCCB 100 A, 3P-9Nos.

No. 01

(ii) Comprehensive maintenance of STP Control Panel

MCB 63A – 1 No.

No. 01

NIT No. 06/2020-2021/NIB/Engg.

22/52

Starter – 10 Nos.

(iii) MCB 63A – 1 No.

Starter – 10 Nos.

No. 01

(iv) MCCB 100A 4P – 1 No.

MCB DP 32A – 6 Nos.

No. 01

(v) Main panel – 3

3 x (32A 4P MCB)

MCB 3P 32A – 6

MCB 4P, 40A – 6 Nos.

Starter – 6 Nos.

MCB 10A – 1P – 6 Nos.

Nos. 03

NIT No. 06/2020-2021/NIB/Engg.

23/52

OPTIONAL ITEMS

D CHEMICALS (To be supplied and used as per actual requirement)

Sl. No

Description Unit/ Frequency

Quantity

1. Hydrated Lime Powder Per Kg. 300

2. Poly Electrolyte (anionic) Kg. 150

3. Poly Aluminum Chloride (PAC) Kg. 150

4. Ferric Alum Crystal Kg. 300

5. Chlorine Kg. 300

6. Bio Culture - I Kg. 40

7. Bio Culture - II Kg. 40

Note: 1. Tenders/bidders have to quote Rates including Contractor’s profit and GST separately. Hence, no other taxes will be paid.

2. Laboratory Testing reports 4 No. in every quarter (stated at Sl. No. 3) includes report on Effluent water (before and after Treatment) and report on Sewage (before and after Treatment).

3. Generated solid wastes to be disposed in proper manner (as per guidelines of UPPCB/CPCB for waste disposal of BMW-rules).

4. Rates/Cost of chemicals will not be taken into account for determining lowest bid (L-1). However the same shall be compared with other bids for price reasonability and L-1 bidder has to establish rate reasonability and match the same with lowest rates quoted by other bidders.

Digital Signature of bidder:

Date: Full Name:

Place: Seal:

NIT No. 06/2020-2021/NIB/Engg.

24/52

ANNEXURE-I

GENERAL TERMS AND CONDITIONS OF THE TENDER:

1. The contract would preferably be awarded to the agency which has quoted the lowest (L-1) rates while meeting all the terms and conditions given in the tender. As per GFR clause No. 173 (h) (i), “If a firm quoted

nil charges/consideration, bid shall be treated as unresponsive and will not be considered”. Further Nil percent included all derivatives of zero up to 0.9999 and part thereof. Any Service Charge not adhering to the above guidelines should be considered unresponsive and such bid should not be considered.

2. Pre-Bid Meeting and Clarification of Bids

A Pre-Bid meeting will be organised by NIB, as indicated in the tender document. In the said meeting

Bidders may ask clarification(s), if any, from NIB about the tender as per date & time indicated in tender

documents.

3. Bid Validity:

120 days from the date of opening of the tender (technical bid).

4. Earnest Money Deposit (EMD)

i. Bid not accompanied with Bid Security Declaration will be summarily rejected. ii. If the Bidder modifies/withdraw the Bid during the Bid validity period, the Bidder/Agency will be

suspended for a period of one year from the date of opening of technical bids and no tender will be accepted from the Bidder/Agency during the suspension period.

5. Evaluation of Tenders:

a. Preliminarily, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA shall evaluate the tenders / bids to determine whether they are complete, whether all required sureties have been furnished, whether the essential documents are enclosed.

b. NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA may waive any minor irregularity or non-conformity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of the bidders.

c. After the preliminary [Technical] evaluation, further evaluation and comparison of responsive/ technically & commercially eligible bids/tender quotations will be done on the basis of lowest quotes in the financial bids. Price of optional item i.e. (D) Chemicals will not be considered for determining lowest price. The financial bids will be evaluated on composite basis (Civil+Mechanical+ Electrical) only.

d. DIRECTOR, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA is not bound to accept the lowest quotes. Reasonableness of the lowest quoted rates will also be examined and verified.

e. Technical Bids will be opened first. Price Bids of only those bidders who are found eligible in the Technical Bid will be considered and opened.

f. The bids not accompanied with EMD (NSIC/MSME relevant trade registration certificate, in case of EMD exemption), experience certificate, balance sheet of last 3 years, registration certificate etc. as per the tender conditions shall be treated as non-responsive and in-eligible.

g. During evaluation of bids, NIB at its sole discretion may ask clarification from the bidder (s), if any, in their bid and the bidder is required to respond within the stipulated time period failing which NIB will be free to take suitable decision in this regard.

NIT No. 06/2020-2021/NIB/Engg.

25/52

h. In case of a tie between price of two bidders, the preference shall be given to the bidder who has more turnover in relevant work.

i. Compliance of GFR Rule 173 (i) (h) “If a firm quotes NIL charges/ consideration, the bid shall be treated as unresponsive and will not be considered". Further Nil percent included all derivatives of zero up to 0.9999 and thereof. Any Service Charge not adhering to the above guidelines should be considered unresponsive and such bid should not be considered.

j. Evaluation committee will evaluate the Technical and Financial Bids and submit their reports to the competent authority for eligibility of bidders and award of work as per the case.

k. Price preference will be given to small entrepreneurs registered with NSIC/MSME as per Govt. of India rules, applicable on the date of bid submission.

l. The %age amount of Goods & Services Tax, if not indicated in the Price-Bid, will be considered inclusive and GST will be worked out by reverse Calculation. Any vague terms for GST as applicable/as per Rule/etc. will not be entertained for evaluation.

6. Award of Contract:

(i) The work will be awarded to lowest evaluated bidder (L-1), NIB will notify the successful bidder that

his tender has been accepted and work order will be sent to the bidder describing the works to be

carried out and the same shall be returned duly acknowledged affirmatively by the bidder as a token

of acceptance. The contract will be awarded for a period of one year.

(ii) Foreclosure of contract due to abandonment or reduction in scope of work - If at any time after

acceptance of the tender, National Institute of Biologicals, decides to abandon or reduce the scope

of the work for any reason, whatsoever, and does not require the whole or any part of the work to

be carried out, the Institute shall give one month’s notice in writing to that effect to the contractor

and the contractor shall act accordingly in the matter. The contractor shall have no claim to any

payment of compensation or otherwise, whatsoever, on account of any profit or advantage which

he might have derived from the execution of the work in full but for the foreclosure of the work.

(iii) Institute also reserves the right to increase order for the quantities as per requirement and

proportionate payment will be worked out & paid for the same.

(iv) Subletting- The contractor shall not assign or sublet the work.

(v) Outcome/Result of the tender will be uploaded on NIB’s website, no separate intimation will be

given to unsuccessful bidders regarding outcome of the tender.

(vi) The contract may be extended on the written mutual consent of both NIB and the contractor for

further period of two years on yearly basis solely on the basis of satisfactory performance of the

contractor.

7. Performance Security:

7.1 Within one weeks of receipt of work order from NIB, the successful firm shall furnish the

Performance Security equivalent to 3.0% of the contract value in the form of Bank Guarantee (from

any Nationalized/Scheduled Bank) valid for 60 days beyond expiry of the contract period, including

extended period if any, in the format given at SECTION-IX or in the form of Demand Draft/Pay Order

in favour of “National Institute of Biologicals” payable at “Noida/Delhi”.

7.2 Failure of the contractor to comply with the requirement of contract shall constitute sufficient

grounds for the annulment of the award of work and suspension for bidding for a period of one

year from the opening of technical bids. Further, if the contractor fails to fulfil the contractual

NIT No. 06/2020-2021/NIB/Engg.

26/52

obligations during the period of the contract in such event NIB may get the work done at the risk &

cost of the Contractor and performance security will be forfeited.

8. Contract Agreement:

NIB will notify the successful bidder that his tender has been accepted and it will send a work order to the bidder describing the works to be carried out and the same shall be returned duly acknowledged affirmatively by the bidder as a token of acceptance and a contract agreement will be signed between both the parties on the agreement form Section VIII. The contractor shall present the agreement on appropriate value of stamp paper for signature of NIB.

9. Time of Completion:

i) The Work shall be completed in 1 (One) year from the date of issue of work order/work permit. ii) Due to an event, not attributable to the contractor, causing delay occurs or a variation order is

issued, which makes it impossible to complete the work by scheduled completion date, NIB may

consider extending the completion date on request of the contractor.

10. Liquidated Damages/ Penalty for Delay:

If the contractor fails to complete the work within the stipulated time or time extended by the

Institute (if any), liquidated damages at the rate of 1% per day subject to maximum 10% of the

total work value shall be deducted/ recovered from the contractor.

11. Specifications:

The work shall be carried out as per scope of work and best practices in the industry. The materials

proposed and supplied for use in the work shall be of requisite specifications as specified in the

tender and also, reputed make in the industry. The agency may be asked to show proof in support

of materials source such as bills/challans/Invoices towards purchase of materials from genuine

source.

12. Defect Liability Period:

The materials supplied by the contractor shall be under 1 (One) year Defect Liability Period (DLP).

Defect/s noticed during the defect liability period shall be rectified by the contractor without any

cost to NIB, failing which the Security Deposit of the Contractor shall be forfeited. The contractor

may also be debarred from any future tendering in the Institute.

13. A - Payment:

(i) The contractor’s monthly bills should be supported with muster rolls/attendance along with salary certificates, wage sheets of all the workers and staffs deployed.

(ii) Payment will be made after completion of the one month’s work. The contractor will submit the bill and payment shall be made within 30 (thirty) days from receipt of the bill. TDS will be deducted from the amount payable to the contractor. No advance payment shall be made to the contractor. The contractor will be required to raise Invoice/ Bill as per GST Rule and GST amount should be shown properly in the invoice.

(iii) The decision of the Officer-in-charge is final about the satisfactory performance of the contract and any matter arising there from is binding on the contractor.

(iv) Necessary Bank details need to be provided for release of payment directly in bidder’s Bank Account. Bank Details is to filled in the column by bidder as given below:

NAME OF ACCOUNT HOLDER

NAME OF BANK & ADDRESS

NIT No. 06/2020-2021/NIB/Engg.

27/52

ACCOUNT NO

IFSC CODE

PAN NO

B – Payment to workers:

(i) Payment of wages to the workers shall be made only through Bank/ECS and copy of the same should be submitted for scrutiny of NIB after payment on every month.

(ii) The Contractor shall maintain proper record / register as required under the Contract Labour

(Regulation and Abolition) Act 1970 and Rules and other relevant enactment’s thereon. The

records / registers shall be produced for verification / inspection as and when required by

Department / Central and State Government agencies. NIB shall have powers to conduct

checks regarding payments of wages, ESI, EPF etc., as considered necessary.

14. Bill of Quantity:

The quantities of work given in the Bill of Quantities (BOQ) are approximate to give an idea of work.

Work will be carried out as per the given scope. The quantities may vary 25% on higher or lower

side. The contractor will execute the varied quantity of work on the quoted rates. Payment will be

made as per actual quantity of work done at site.

15. LATE BIDS: No bid shall be accepted online either by e-Tender Portal or offline document by the NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA, after the specified deadline for submission of bids prescribed by the NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA.

16. MODIFICATIONS AND WITHDRAWAL OF BIDS: The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed

for submission of bid. The bidder’s modification, revision or withdrawal shall have to be online and digitally

authenticated. No bid shall be modified subsequent to the deadline for submission of bids.

17. OPENING OF BIDS BY NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA.:

The Bid/Tender Opening Committee, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA, shall open bids online in the presence of the authorized representatives of bidders physically present who choose to attend, at time & date specified in NIT on due date. The bidder's representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening.

The date fixed for opening of bids, if subsequently declared holiday by the Govt. and submission of Bid is not possible due to unavoidable circumstances, the bid will be opened on the following working day, time and venue remaining unaltered unless the revised date of opening of bids is notified before opening of tender.

During the entire evaluation process, if it is observed that the downloaded tender is exactly not as per the original tender document, and /or it is tampered / changed /altered/modified in any way, the bid will be rejected.

Any detail / additional information regarding this tender can be obtained from NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA on contact: 0120-2593600

NIT No. 06/2020-2021/NIB/Engg.

28/52

18. TAXES: The contractor should keep a proper and clear record of all taxes & levies paid by him. Especially

the records of payment of GST should always be kept ready and updated timely.

19. Contacting the NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA.:- No bidder shall try to influence Officers/Staff/Committee Members of NATIONAL INSTITUTE OF

BIOLOGICALS, NOIDA on any matter relating to its bid, from the time of bid opening till the time the contract is awarded.

Any effort by the tenderer/bidder to modify his bid or influence in the bid/tender evaluation/ comparison or the contract award decision, shall be liable for rejection of bid and forfeiture of EMD/Bid Security.

20. ACCEPTANCE / REJECTION OF TENDER: NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA or any other competent authority reserves the

right to reject any or all tenders in full or in a part. Further, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA or any other competent authority reserves the right to hold in abeyance this tender in full or in part and also to subsequently cancel this tender in full or in part. No liability will be incurred to the affected bidder(s) on the grounds of NIB’s action of rejection/cancellation/holding the tender in abeyance, before award of work or before the contract actually coming into effect/force.

In general, the tenders will be received, opened, evaluated, finalized and awarded as per the procedure given in the above clauses/paragraphs as specified in the tender. In case of any ambiguity, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA, reserves the right to fix any criteria/procedure or to make a slight change if required any. Decision taken by DIRECTOR, NIB, NOlDA will be final in the matter.

21. RESCISSION / TERMINATION OF CONTRACT:

Under the following circumstances the competent authority may rescind/terminate the contract:

[a] If the contractor commits breach of any item of terms and conditions of the contract. [b] If the contractor suspends or abandons the execution of work and the field officer in- charge

of the work comes to the conclusion that the work is not executed by the due time/date. [c] If the contractor does not execute the work as per the standards or the work already carried

out is of sub-standard quality. [d] If the contractor fails to rectify/improve the defects, even after giving the notice to the

contractor. [e] If the contractor becomes bankrupt or otherwise insolvent as declared by the competent

court. [f] In the event of rescission/termination of the contract as detailed above, the security deposit

paid by the contractor is liable for forfeiture. Decision of DIRECTOR, NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA, in this regard, will be final and binding on the contractor.

22. ISSUANCE OF NOTICE: NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA /in-charge of work will issue show cause notice to the contractor(s), giving details of lapses, violation of terms and conditions of the contract, wrongful delays or suspension of work, directing the contractor(s) to take corrective action. A definite time schedule for corrective action will be mentioned in the notice if the contractor fails to take corrective action within the stipulated time frame, action as deemed fit will be taken against the defaulting contractor by the competent authority of NATIONAL INSTITUTE OF BIOLOGICALS, NOIDA.

23. Right to accept any tender and to reject any or all tender:

NIT No. 06/2020-2021/NIB/Engg.

29/52

Director, NIB reserves the right to accept or reject any tender, and or to annul the bidding process and or reject all tenders at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for NIB`s action.

24. Resolution of Dispute: All disputes arising out of this contract shall be referred to the sole arbitration of a person selected

by the contractor out of the panel of three persons nominated by the Director NIB, and his decision

/award shall be final and binding on both parties. The Arbitration shall be governed under the Indian

Arbitration Act 1996, amended Act 2015 or any statutory modifications or re-enactment thereof

and rules made there under and for the time being in force shall apply to the arbitration proceeding

under this contract.

25. Force Majeure:

25.1 Notwithstanding the provisions stated above, the service provider shall not be liable for forfeiture

of its performance security, penalty or termination for default, if and to the extent that, it’s delay in

performance or other failure to perform its obligations under the contract is the result of an event

of force majeure.

25.2 For purpose of this clause “Force Majeure” means an event beyond the control of the service

provider and not involving the contractor/ service provider’s fault or negligence and not

foreseeable. Such events may include, but are not limited to acts or the service provider either in

its sovereign or contractual capacity, wars or revolutions fires, floods, epidemics, quarantine

restrictions and freight embargoes.

25.3 If a force Majeure situation arises, the contractor/ service provider shall promptly notify the NIB in

writing of such conditions and the cause thereof. Unless otherwise directed by the employer in

writing, the service provider shall continue to perform its obligations under the contract as far as is

reasonably practical, and shall seek all reasonable alternative means for performance not prevented

by the force majeure event.

26. Jurisdiction:

All maters arising from this tender will have Jurisdiction of Courts of Law in Noida/Delhi.

We agree to the above terms & conditions

Signature of Authorized Signatory with date

Name of the Firm……………………………………………………

Seal…………………………………………………………………………

NIT No. 06/2020-2021/NIB/Engg.

30/52

ANNEXURE-II

SCOPE OF WORK/SERVICES TO BE PROVIDED

1. Day to day operation of ETP and STP for 365 days round the year & routine maintenance and to follow daily checks.

2. Provide professional, skilled manpower for operation of all the installed equipments.

3. Preparation & Dosing Chemical Solutions of required concentration and quantity

4. Collection, removal and disposal of sludge. Maintain the MLSS level in Bio reactor.

5. General cleaning of machinery & equipment of plant system.

6. Operation of all electrical & mechanical machinery including electrical panels.

7. Clean / Preventive / monitor the air filters on Air Blowers regularly. Change the Air Filters periodically.

8. Preventive/ maintenance of Pumps, Blowers, Motors and Other equipments.

9. Painting of equipments, pipes and accessories of STP & ETP

10. Oil & grease chamber, all screen bars (manual/auto) and all tanks cleaning.

11. All Flushes tank should be check daily and maintain minimum water level 50%.

12. LOG-BOOK for recording of parameters related to STP and ETP shall be provided and maintained by the contractor showing the complete working and maintenance done on the Plant and it should be made available to the authorities of NIB as and when asked for the same. All tests shall conform to pollution standards of UPPCB/CPCB.

13. Contractor shall provide all necessary consumables, chemicals etc. as required for the complete operation and maintenance as per requirements during the CMC period. All spares parts and materials shall be genuine and of same make and type as installed wherever applicable and a minimum quantity of spares and materials for routine maintenance shall be kept at site to minimize time of maintenance turn around time 24 hours. The contractor has to keep all equipment & machinery well maintained for the Plant so as to give proper output at all times.

14. Tools and equipment required for comprehensive maintenance of the STP, ETP allied accessories etc. shall be provided by the contractor.

15. Care shall be taken so that the Plant do not lead to any breakdown. In the event of any breakdown, the same will be rectified immediately within 24 hours from the date of reporting of the fault. Similarly, if any breakdown takes place the whole component has to replaced/ rectified to bring it to the original condition immediately. No payment to be made separately for break down works as the contract is comprehensive. Any damage to pumps, motors, blower and allied accessories is at contractor’s risk.

16. Precaution against any fire hazards or other damages to Plant and equipment shall be arranged by the contractor. NIB shall remain indemnified by the contractor from any encumbrance /loss on this account.

17. The contractor shall fulfill the requirement of various law enforcing agencies / local authorities, such as Uttar Pradesh Pollution Control Board (UPPCB)/Noida Authority for taking their approvals as and when required by abiding the statutory requirements.

NIT No. 06/2020-2021/NIB/Engg.

31/52

18. The contractor shall keep the equipment well maintained, neat and clean and adhere to the maintenance schedule of various equipment given in the respective manuals or as per good engineering practices or as per actual requirement.

19. The contractor shall operate and maintain the filter press of ETP & STP in good condition.

20. The contractor shall provide and maintain bacteria culture as and when required.

21. The contractor shall get the treated water tested quarterly basis from UPPCB/NABL recognized Lab or any other Govt. approved laboratory.

22. The contractor shall provide all spare parts for pumps, Motors, clarifier, chlorination, electrical panels, fittings/fixtures as required to ensure proper functioning of the Plant.

23. The plant should be maintained in good working condition on all days.

24. The Contractor/s shall ensure all precautionary measures for safety of Personnel engaged. Instructions on safety code shall be strictly followed.

25. Contractor/s will be solely responsible for safety and any accidents to the personnel engaged by them.

26. Only trained supervisor/Operators who are experienced in the respective field operation & maintenance similar to ETP & STP should be positioned.

27. The Contractor shall take stock of machines and make immediate assessment for replacing filters/filaments repairing and servicing of pumps/ motors/ starters as soon as he has taken charge.

28. The tenders should have Registered / Branch Office in Noida/National Capital Region (NCR).

TECHNICAL DETAILS OF STP AND ETP

Details of STP:

Sewage Source: From Domestic Usage.

The Treatment plant has been designed to treat approx. 100 KLD of sewage.

Sewage Treatment plant consists of Physio-chemical, Biological and tertiary treatment units.

The biological system consists of Membrane Bio Reactor (MBR), settling tank. The tertiary

system consists of Soccer Set. Final treated water characteristics should meet the disposal norms

specified by Uttar Pradesh Pollution Control Board (UPPCB) and Central Pollution Control

Board (CPCB).

Civil Units

Sr.No Particulars Quantity 1. Bar Screen Chamber One No. 2. Sewage Collection Tank (underground) One No 3. MBR Reactor Tank (M.S. fabricated FRP coated) One No. 4. Secondary Settling Tank One No. 5. Chemical dosing tank and pump One Set 6. Treated Water Tanks 3 Nos. (5000Ltr. Each) 7. Sludge Holding Tank One No. 8. Soccer Set 12 9. Sewage and piping network with valves etc. lot.

Details of ETP:

NIT No. 06/2020-2021/NIB/Engg.

32/52

Source of effluent: Lab and Animal House.

The plant has been designed to treat 25KL/day.

ETP process description: The effluent from the lab and Animal House enters the ETP collection

tank where coarse particles like paper and thrash are removed. The effluent is collected into

equalization tank. The equalization tank is provided at the bottom with air grid to keep the

contents in complete mix condition. Lime is added to the contents of the equalization tank. The

contents from the equalization tank are provided with the pumping station to pump the effluent

at a uniform rate to further process. The effluent from the equalization tank is pumped to a

Melaminer Set Where coagulant is added to the Flash mixer to break the effluent. The overflow

from the Flash mixer is taken to a separator with tube settler media. Sludge is allowed to settle

at the bottom. The supernatant is send to soccer set and after passing through soccer set

treated effluent is discharge its to be Public Sewer after PH correction.

List of Civil Units:

Sr.No Particulars Quantity 1. Equalization tank One No 2. FRP Coated MS Tanks One No 3. Sludge Holding tank One No 4. Filter Press One No 5. Melaminer Set One No 6. Soccer Set Two 7. Chemical Dosing Tank & Pump One Set

TECHNICAL DETAILS FOR MECHANICAL UNITS OF STP & ETP

List of Mechanical Units:

Sr.No Particulars Quantity

1. Monblock Pump, Type: GMC-128+, 3 Phase, 1 hp, Size: 50 x 40 mm, rpm-2700, Head: 20 m, Kirloskar make

04 Nos.

2. Monblock Pump, Type: KDS – 335, 3 Phase, 3 hp, KW 2.2, Size: 50x40 mm, rpm-1840, Kirloskar make

01 No.

3. Monoblock Pump, Type – MINH52-30, KW 3.7/5hp, 3 Phase, rpm-2880, Head - 30 m, Size – 60 x 50, Crompton make

02 Nos.

4. Motor – 9 kw, M/s No.PM245-50, rpm-1440, 3 phase, Kirloskar make Blower: Model: 44, Capacity: 159M3/HR,

Pressure: 0.5 Kg/cm2, Rpm: 1330, Make: Everest Blower

01 No.

5. Motor - 3.7 kw, M/c No. BAA39/XV805, 3 Phase, rpm-1430, Kirloskar make Blower: Model: 44, Capacity: 159 M3/HR, Pressure: 0.5Kg/cm2, Rpm: 1330, Make: Everest Blower

01 No.

6. Sewage Submersible Pump, Model – STPM22 (3PH), kw/hp – 1.5/2.0, Head-9.5m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range – 600-100 LPM

01 No.

7. Monblock Pump, Type: GMC-128+, 3 Phase, 1hp, Size: 50x40mm, rpm-2700, Head: 20m, Kirloskar make

02 Nos.

8. Sewage Submersible Pump, Model - STPM22 (3PH), kw/hp- 01 No.

NIT No. 06/2020-2021/NIB/Engg.

33/52

1.5/2.0, Head-9.5 m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range-600-100 LPM

9. Motor: 3 Phase Induction motor, K/W/Hp: 3.7/5.0, rpm: 1430, Make: Crompton Greaves Blower: Model: 44, Capacity: 159M3/HR, Pressure: 0.5kg/cm2, Rpm: 1330, Make: Everest Blower

06 Nos.

10. Sewage Submersible Pump, Model-STPM22 (3PH), Kw/hp-1.5/2.0, Head-9.5m, Discharge range – 600-100 LPM

03 Nos.

11. Filter Press Servicing 01 No.

TECHNICAL DETAILS FOR ELECTRICAL UNITS OF STP & ETP

List of Electrical Units:

Sr.No Particulars Quantity

1. MCCB 250 A, 3P-1No.

MCCB 100 A, 3P-9Nos.

01 No.

2. Comprehensive maintenance of STP Control Panel

MCB 63A – 1 No.

Starter – 10 Nos.

01 No.

3. Comprehensive maintenance of ETP Control Panel

MCB 63A – 1 No.

Starter – 10 Nos.

01 No.

4. Comprehensive maintenance of waste water supply control

Panel

MCCB 100A 4P – 1 No.

MCB DP 32A – 6 Nos.

01 No.

5. Comprehensive maintenance of Pump Room No. 1, 2 & 3 Main panel – 3 3 x (32A 4P MCB) MCB 3P 32A – 6 MCB 4P, 40A – 6 Nos. Starter – 6 Nos. MCB 10A – 1P – 6 Nos.

03 Nos.

29. Details of Manpower and their Qualification :

a. Operator / Technician (Skilled) -02 Persons (one person in each shift of 8 hours).

b. Qualification for Technicians (Skilled): - Minimum 3 years’ experience in handling STP & ETP

plant operation and maintenance work, with ITI/ HSC (Science) will be given preferance].

Certificate of experience in similar plants of minimum capacity of 200KLD is essential.

c. Attendance will be marked on day-to-day basis and recovery will be done per person per day

for absenteism.

NIT No. 06/2020-2021/NIB/Engg.

34/52

30. DUTIES AND OBLIGATIONS

A. Duties of Operators & Staff Employed:

The Contractor should submit the names of the persons engaged for the work and they have to report

to the Engineer-In-Charge on day-to-day basis. Persons employed should not be changed frequently.

In case of change the same will be intimated to the employer.

The operators should be present in uniform displaying name of service and name of agency on it.

Operation and the maintenance of STP and ETP system comprising of various pumps, motors, blowers,

pipelines, setting tanks, filter unit, booster pumps, valves etc. together with the electrical panels and

connections. The Contractor has to keep the area of plant neat and clean.

B. Repairs:

a. The contractor has to do all repair work which are repairable at site by the Operator/ Technician on

duty immediately, for which no additional labour charge will be paid.

b. Except above if there are any other repair work which are not possible to be repaired at site by

the Operator/Technician on duty, that should brought to notice of NIB Engineer immediately and same

should be repaired from outside by original manufacturer/ manufacturer Authorized dealer.

Under no circumstances plant should remain under breakdown for more than 03 hours. In the event

of breakdown/shut down the onus of attending to the problem in the shortest possible time will rest on the Contractor failing which NIB is empowered to get the breakdown/shut down any defect rectified

from any outside agency at the risk and cost of the Contractor and make necessary deductions from

their bills. The Contractor has to keep all the area and surroundings at the site neat and clean and dump the scrapped materials at the scrap yard. Timely disposal of Biohazard Waste as per UPPCB guidelines.

It will be Contractor’s responsibility to maintain ETP and STP, Plant in healthy state all the time, to

plan and undertake preventive maintenance of ETP and STP at regular intervals and attend routine

maintenance activity every day. Contractor should make a service report for all the maintenance jobs carried out and get it counter signed by the Engineer-in-charge and handover the same to NIB for

records.

The Contractor has to carry out necessary treatment to the sewage so as to get the treated water norms notified by Central Pollution Control Board/UP Pollution Control Board.

Contractor has to carry out testing of water at the regular interval of three month and whenever felt

necessary as instructed to do so by NIB and furnish the test reports to the Engineer-In-charge on

priority. The Contractor will also give a Tests Certificate every quarter of effluent water before and

after treatment and test certificate must be obtained from the Uttar Pradesh Pollution Control Board authorized laboratories, For B.O.D, C.O.D, PH, TSS, and O&G etc. contractor should keep logbook, on

site test reports etc. up to date.

It will be the responsibility of Contractor to remove excess sludge from sludge holding tank. In

addition, Contractor shall also carryout cleaning of Grease/Sludge holding Tanks periodically, and

disposal of grease / sludge outside the premises on own cost.

Operating of the pumps erected inside the plant room for water supply.

a) Water in the garden hydrant network. b) Sewage in the tank and maintaining of the pumps and clearing any chokes / blocks in the

NIT No. 06/2020-2021/NIB/Engg.

35/52

conveyance lines lying between pumping stations and plants.

Motors & Pumps

· Cleaning and tightening of all screw connections and terminals on controllers. · Examining of fuse contacts and terminals for cleanliness and tightness. · Checking the pump immediately after starting the motor, to see if the pump is generating the rated head, by reading the pressure gauge.

· Checking for any undue vibration of stuffing boxes. · Checking of glands for overheating and leakage. Gland packing around the pump set is adjusted to

permit only a slight leakage of droplets of water to cool and lubricate the shaft.

· Checking if the voltage fluctuation is within the permissible limit of 420-440 V. · Checking of current rating and actual loading of motor to prevent overloading, by frequently monitoring the ammeter reading. · Ensuring that the water level in the water source does not drop more than 1 meter above foot

valve and water at the receiving end is not wasted by overflow. . Checking the bearings of the pump periodically and applying grease sufficiently. · Checking the gland packing once in two months. · Checking the valves and pressure gauges and tightening the gland at closer intervals when too much leak of water occurs. · Checking the exhaust pump, its auxiliaries and impeller periodically. · Operating of submersible pump and its maintenance once a week. · Checking of booster pipe

Other Duties

Daily entries will be recorded in the logbook as per requirement and get verified by the

Engineer-in- charge.

Any complaint noticed shall be reported to Engineer-in-charge.

The Contractor shall supervise and maintain the Sewage Treatment Plant maintenance work every

day and maintain a logbook as per guidelines of the Operation Manual.

The short listed contractor will submit a monthly maintenance schedule of all equipment’s for

approval before commencing operating of the system. Sump Pump required to be maintained by the

Contractor installed in the Effluent Treatment Plant and Sewage Treatment Plant.

NIT No. 06/2020-2021/NIB/Engg.

36/52

ANNEXURE-III

ELIGIBILTY CRITERIA

1. The contractor should have completed during the last seven years ending on 31 October 2020. (a) One similar completed work costing not less than amount equivalent to 80% of the

estimated cost i.e. Rs. 28 Lakh. OR

(a) Two similar completed work costing not less than amount equivalent to 60% of the estimated cost i.e. Rs. 21 Lakh.

OR (b) Three similar completed work costing not less than amount equivalent to 40% of the

estimated cost i.e. Rs. 14 Lakh.

Definition of similar Work:

Experience of carrying out successful Operation & Maintenance of Effluent Treatment Plant &

Sewage Treatment Plant of more than 100KLD.

2. The Tenderer must have minimum experience of three years in the relevant trade and should be profit making during the last three years. Copies of the following documents should be submitted with the Technical Bid.

3. Latest acknowledged copy of Income Tax Return filed.

4. Audited Profit and Loss Account of last three financial years 2017-2018, 2018-2019 and 2019-2020.

5. GST Registration Certificate copy. 6. ESI and EPF Registration certificate copy with details of last payment.

7. Declaration / Documents as per Annexures ‘D’. 8. The tenders should have Registered / Branch Office in Noida/Delhi/National Capital Region.

9. The Tenderer should have sufficient employees as detailed in Annexure ‘C’ on its rolls or rolls of its associates specifically trained for operation management services. Full list of the employees,

viz., name, age, employee code, designation, experience in the required fields, PF, ESI details etc. should be attached with the Technical Bid. `Document in support of ESI, EPF deductions should be attached with the Technical Bid. Details of health and safety measures, the tenderer had provided to his workers should also be attached with the technical bid.

NIT No. 06/2020-2021/NIB/Engg.

37/52

ANNEXURE-IV

Tenderer’s Profile form

Srl No. Particulars Details

1 Name of the Tenderer 2 Address 3 Telephone No. / Mobile No

4 Fax No.

5 Email ID

6 Name of Contact Person 7 Details of firm

(LTD./Private/proprietary)

8 The tenderer must be in similar business for Maintaining Effluent Treatment Plant and Sewage Treatment Plant for at least last three years required. Documentary proof submitted

YES/NO

9 GST/ Sales Tax / TIN Number

10 Annual Turnover for last three years

11 Certificate accepting all the terms and conditions unconditionally of the tender on the Tenderer’s letter head in the format as given at Annexure- D. enclosed

YES / NO

12 Number of Employees in the company Skilled Semiskilled other

13 Details of Institutional Customers

14 PAN and EPF No

15 Mention all types of taxes considered/applicable i.e. GST, VAT, Octroi, transportation, handling charges, insurance, etc. and their percentage.

16 Registered with CPWD/PWD/any Govt. body/Autonomous body etc. If yes, Mention registration no.

AUTHORISED SIGNATORY & COMPANY SEAL

Note: All fields are mandatory.

NIT No. 06/2020-2021/NIB/Engg.

38/52

ANNEXURE-V

INSTRUCTIONS FOR ONLINE BID SUBMISSION

Instructions for Online Bid Submission. The bidders are required to submit soft copies of their bids

electronically on the e-tender Portal, using valid Digital Signature Certificates. The instructions given below

are meant to assist the bidders in registering on the e-tender Portal, prepare their bids in accordance with

the requirements and submitting their bids online on the e-tender Portal. More information useful for

submitting online bids on the e-tender Portal may be obtained at: https://nib.euniwizarde.com and also

read the instruction on our website www.nib.gov.in

REGISTRATION

1. Bidders are required to enroll on the e-Procurement Portal (URL https://nib.euniwizarde.com with clicking on the link “Online bidder Registration” on the e-tender Portal.

2. As Part of the enrolment process, the bidders will be required to choose a unique user name and assign a password for their accounts.

3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication with the bidder.

4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Only class III Certificates with signing + encryption key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/nCode/eMudhra etc.), with their profile.

5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6. Bidder then logs in to the site through the secured log-in by entering their user ID/password and the password of the DSC/e-Token.

7. The scanned copies of all original documents should be uploaded on portal.

SEARCHING FOR TENDER DOCUMENTS

There are various search options built in the e-tender Portal, to facilitate bidders to search active tenders

by several parameters. These parameters could include Tender ID, Item/work ID, Title, Date etc. Once the

bidders had selected the tenders in which they are interested, bidder can pay the processing fee (NOT

REFUNDABLE) by net-banking/Debit/Credit card then you may download the required documents/tender

schedules, Bid documents etc. Once you pay both fees, tenders will be moved to the respective “Register”

Tab.

Please feel free to contact ITI Helpdesk (as given below) for any query related to e-tendering.

Helpdesk: Mr. Amrinder kumar (9355030628, Anand Singh 9355030602).

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

NIT No. 06/2020-2021/NIB/Engg.

39/52

2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/XLS/RAR/DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or “Other Important Documents” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid till time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the EMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, before the closing of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. The price bid is given as a standard BOQ format with the tender document, the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

NIT No. 06/2020-2021/NIB/Engg.

40/52

7) All the documents being submitted by the bidders would be encrypted using PKL encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening.

The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the help desk is 1800 3070 2232. Bidder can also get help at 0120-4001 062 & 0120-4001 005.

Digital signature of bidder

NIT No. 06/2020-2021/NIB/Engg.

41/52

ANNEXURE-VI

LETTER OF OFFER

(To be given on company letter head)

To Director National Institute of Biologicals, A-32, Sector-62 Noida

Subject: Tender for OPERATION & COMPREHENSIVE MAINTENANCE OF EFFLUENT TREATMENT PLANT (ETP) AND SEWAGE TREATMENT PLANT (STP) IN NIB, NOIDA.

Ref: NIT No. 06/2020-2021/NIB/Engg.

Dear Sir,

Having examined the terms and conditions of tender, scope of work, and all addenda etc, we the

undersigned, offer to provide services for “Operation and Comprehensive maintenance of Effluent

Treatment Plant (ETP) and Sewage Treatment Plant (STP)” at National Institute of Biologicals, Noida, at the

rates quoted in the Tender Quotation Form enclosed herewith.

[1] We undertake, if our bid (Tender Quotation) is accepted, we will submit all sureties as mentioned in

the tender and also that, we will execute the work only at the approved rates. We will execute work in

accordance with the scope of work, terms and conditions stipulated in the tender document, and also as

per the instructions/orders issued by the competent authorities of the National Institute of Biologicals,

Noida from time to time.

[2] We agree to abide by this Bid (Tender Quotation) for a period of 120 days from the date of opening of

technical bid, and also agree that the bid (Tender Quotation) may be accepted at any time before expiry of

bid validity period.

[3] Until a formal Agreement is prepared and executed, this bid together with the written acceptance

thereof in your notification and award shall constitute a binding contract between us.

[4] Bid (Tender Quotation) submitted by us is prepared as per the instructions in the tender document and

has been properly secured to prevent any subsequent alteration/modification/replacement/etc.

Place:...............

Date:...............

Name & Address………………………………………………………………..

Signature of Bidder…………………………………………………………….

NIT No. 06/2020-2021/NIB/Engg.

42/52

ANNEXURE-VII

DETAILS OF MAN POWER (TO BE GIVEN BY THE TENDERER AS TECHNICAL PART)

Name of the Staff Designation ESI/EPF Qualification Experience Remarks

No.

The above format may be used to provide employee details

Signature of owner / Managing Partner /Director

Date: Name: Place: Seal:

NIT No. 06/2020-2021/NIB/Engg.

43/52

ANNEXURE-VIII

Details of Work Experience

Sl. Name and Address of the Details regarding the Value Duration of the Contract

No. Organization (Client), Name,

contract including of

From

To Designation and manpower deployed contract Telephone/E-mail ID of

the

officer concerned

1

2

3

4

5

6

7

8

Signature of owner / Managing Partner /Director Date: Name: Place: Seal:

NIT No. 06/2020-2021/NIB/Engg.

44/52

ANNEXURE-IX(A)

DECLARATION

1. I, Son/Daughter of Shri.

Proprietor/Partner/Director/Authorized Signatory of a competent to sign this declaration and execute this tender document.

2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same

3. I have visited the site and after being acquainted with the quantity and condition of STP and ETP Plant of NIB, Noida which comes under scope of the CMC participating in tender.

4. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / We, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

Signature of authorized person

Date: Name:

Place: Seal:

N.B. : The above declaration, duly signed and sealed by the authorized signatory of the company, should be enclosed with Technical tender.

NIT No. 06/2020-2021/NIB/Engg.

45/52

ANNEXURE-IX(B)

BID SECURITY DECLARATION

I/We……………………………………………………Son/DaughterofShri/Smt…………………………………………………Proprietor

/Partner/Director/Authorized Signatory of M/s ………………………………………………………………………………………. declare

that if I/We will withdraw or modify this Bid during the Bid validity given in the tender document etc, NIB at its

discretion can suspended our firm. I/We shall remain suspended for the time specified in tender document and

tender will not be accepted from our firm for a period of one year from the date of opening the tenders by the

Institute.

Date: Name:

Place: Seal:

The above declaration, duly signed and sealed by the authorized signatory of the company, should be enclosed with Technical tender/ bid.

NIT No. 06/2020-2021/NIB/Engg.

46/52

ANNEXURE-X (A)

FINANCIAL BID

Supply of Manpower for Operation & Maintenance (O & M) of Sewage Treatment Plant (approx. 100 KLD) and Effluent Treatment Plant (approx.25 KLD).

Srl. No

Description Unit Quantity Rate Per Month

Total Amount Per Year

1. Providing Services of Two Skilled professional operators for operating the STP and ETP system on day to day basis, having operator’s certification from the manufacturers who have already installed the units. The operators should be well trained and conversant with replacing/ replenishing all type of required and specified consumables filters etc. Nothing shall be paid extra on this account. Provision of weekly off, reliver for leave, shall be included in the per month rate, no extra claim shall be made for the same.

[Min Wages per month should not be less than the wages notified by Central Labour Commissioner for Noida, UP. Wage structure/calculation to be given at Annexure-XI)

Per Month

24

(2 Nos. x 12 Months)

2. Service Charge/Contractors Profit/Overhead charges…………. % (In words_____________________________,) if any

Percent) on Sl. No. 1

3. Total (Sl. No. 1 + 2)

4. GST @ -----on Sl. No. 3

5. Grand Total (Sl. No. 3 + 4)

(__________________________________________________________________________________________________________) Grand Total Amount in Words.

1. Tenderer/Bidders have to quote Wage per Month in specified column and calculations to be done on that quoted rate and reliver’s charges.

2. Service Charges as Contractor’s Profit (Sl. No. 2) to be quoted by Contractor in Percentage on Deployment of Manpower.

3. Please attach Break-up of wages. This should be enclosed along with Financial Bid, ANNEXURE-H. 4. The bidders have to take latest minimum wages declared by the Central Government as the minimum

bench mark for quoting the rates for manpower deployment. Bids lesser than minimum wages and without consideration of statutory obligations will be summarily rejected.

Signature of Bidder:

Date: Full Name:

Place: Seal

NIT No. 06/2020-2021/NIB/Engg.

47/52

ANNEXURE-X (B)

FINANCIAL BID

Supply of Consumable Materials Services and other items for “O & M” of Sewage Treatment Plant (100 KLD) and Effluent Treatment Plant (25 KLD)

Sl. No

Description Unit/ Frequency

Qty Unit Rate Total Amount

A CIVIL COMPONENTS

1. Providing & Fixing of Horizontal/Vertical LDP/FRP famed Analoger type lopper set capable to install inside the holler. It shall be capable of summerging design for tough series application. It should operate on automation programme, analoger to be attached with lopper set. It shall be designed for dipper installation. Lopper shall be framed in mild steel vertical supporter. Lopper should be in cream/off white/ white colour only. Procurement shall be at site in dry form.

Each 3

2. Providing and fixing dry filament charger, different rounds types, dry finish. All dry filament shall be provided in one lot/one batch. It should be designed for vertical/horizontal & as per direction of Engineer-in charge.

Each 80

3. Laboratory testing & Reports submission on quarterly basis, 04 tests in every quarter(STP and ETP inlet & outlet) from UP Pollution Control Board recognised Lab.

No. 16

4. Desilting/Cleaning of tanks and disposal of waste as per UPPCB rules.

01 – Clear Water tank

Lump

Sump - Job

01

5. Desilting/Cleaning of tanks and disposal of waste as per UPPCB rules.

01 – Lopper Set tank

Lump

Sump - Job

01

6. Disposal of generated solid waste (ETP and STP) as per UP, Pollution Control Board rules.

Lump Sump - Job

01

7. Providing & fixing Fine & Coarse Diffuser, complete work

Each 8

8. Providing & fixing Tube Settler, complete work

Cum 5

Total (A)

NIT No. 06/2020-2021/NIB/Engg.

48/52

B MECHANICAL COMPONENTS

Sl. No Description Rate Monthly

Amount Yearly

1.

(i)

(ii)

(iii)

(iv)

(v)

(vi)

(vii)

(viii)

(ix)

(x)

(xi)

Charges for Comprehensive maintenance of Pumps & Motors etc associated with ETP & STP, as detailed below: Monblock Pump, Type: GMC-128+, 3 Phase, 1 hp, Size: 50 x 40 mm, rpm-2700, Head: 20 m, Kirloskar make -04Nos Monblock Pump, Type: KDS – 335, 3 Phase, 3 hp, KW 2.2, Size: 50x40 mm, rpm-1840, Kirloskar make -01No. Monoblock Pump, Type – MINH52-30, KW 3.7/5hp, 3 Phase, rpm-2880, Head - 30 m, Size – 60 x 50, Crompton make-02Nos Motor – 9 kw, M/s No.PM245-50, rpm-1440, 3 phase, Kirloskar make Blower: Model: 44, Capacity: 159M3/HR, Pressure: 0.5 Kg/cm2, Rpm: 1330, Make: Everest Blower -01No Motor - 3.7 kw, M/c No. BAA39/XV805, 3 Phase, rpm-1430, Kirloskar make Blower: Model: 44, Capacity: 159 M3/HR, Pressure: 0.5Kg/cm2, Rpm: 1330, Make: Everest Blower -01No Sewage Submersible Pump, Model – STPM22 (3PH), kw/hp – 1.5/2.0, Head-9.5m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range – 600-100 LPM Monblock Pump, Type: GMC-128+, 3 Phase, 1hp, Size: 50x40mm, rpm-2700, Head: 20m, Kirloskar make 02Nos Sewage Submersible Pump, Model - STPM22 (3PH), kw/hp-1.5/2.0, Head-9.5 m, Discharge-350 LPM, Del. Size – 2900 rpm, Discharge range-600-100 LPM- 01No. Motor: 3 Phase Induction motor, K/W/Hp: 3.7/5.0, rpm: 1430, Make: Crompton Greaves Blower: Model: 44, Capacity: 159M3/HR, Pressure: 0.5kg/cm2, Rpm: 1330, Make: Everest Blower -06Nos Sewage Submersible Pump, Model-STPM22 (3PH), Kw/hp-1.5/2.0, Head-9.5m, Discharge range – 600-100 LPM -03Nos Filter Press Servicing -01No

Total (B)

NIT No. 06/2020-2021/NIB/Engg.

49/52

Grand Total Amount in Words:

…………………………………………………………………………………………………………………………………………………………………….

C Electrical Component

Sl. No

Description Rate

Monthly

Amount

Yearly

1.

(i)

(ii)

(iii)

(iv)

(v)

Charges for Comprehensive maintenance of Main STP/ETP Panels etc as detailed given below:

(MCCB 250 A, 3P-1No.

MCCB 100 A, 3P-9Nos.) -01 no panel

STP Control Panel

(MCB 63A – 1 No.

Starter – 10 Nos.) -01 no panel

ETP Control Panel

(MCB 63A – 1 No.

Starter – 10 Nos.)

Waste water supply control Panel -01

MCCB 100A 4P – 1 No.

MCB DP 32A – 6 Nos.

Pump Room No. 1, 2 & 3

Main panel – 3 Nos

3 x (32A 4P MCB)

MCB 3P 32A – 6

MCB 4P, 40A – 6 Nos.

Starter – 6 Nos.

MCB 10A – 1P – 6 Nos.

Total (C)

Grand Total (A+B+C):

GST @ ………..%

NIT No. 06/2020-2021/NIB/Engg.

50/52

OPTIONAL ITEMS

D. CHEMICALS (To be supplied and used as per actual requirement)

Sl. No

Description Unit/ Frequency

Quantity Unit Rate

Total Amount

1. Hydrated Lime Powder Per Kg. 300

2. Poly Electrolyte (anionic) Kg. 150

3. Poly Aluminum Chloride (PAC) Kg. 150

4. Ferric Alum Crystal Kg. 300

5. Chlorine Kg. 300

6. Bio Culture – I Kg. 40

7. Bio Culture – II Kg. 40

Total (D)

GST

Note: 1. Tenders/bidders have to quote Rates including Contractor’s profit and GST separately. Hence, no other taxes will be paid.

2. Laboratory Testing reports 4 No. in every quarter (stated at Sl. No. 3) includes report on Effluent water (before and after Treatment) and report on Sewage (before and after Treatment).

3. Generated solid wastes to be disposed in proper manner (as per guidelines of UPPCB/CPCB for waste disposal of BMW-rules).

4. Rates/Cost of chemicals will not be taken into account for determining lowest bid (L-1). However the same shall be compared with other bids for price reasonability and L-1 bidder has to establish rate reasonability and match the same with lowest rates quoted by other bidders.

Digital Signature of bidder:

Date: Full Name:

Place: Seal:

NIT No. 06/2020-2021/NIB/Engg.

51/52

ANNEXURE-X (C)

SUMMARY OF FINANCIAL BID (ABSTRACT OF COST)

Srl. No. Annexure Description Amount (In Rupees)

1 X - A Supply of Manpower

2 X - B Supply of consumables Materials, Services and other items

Grand Total ( Sl. No. 1 + 2 )

(_________________________________________________________________________________________________________________) Grand Total Amount in Words.

Services charges for 2nd year (on labour & material cost of 1st year) ___________________%

Services charges for 3rd year (on labour & material cost of 1st year) ___________________%

Digital Signature of bidder:

Date: Full Name:

Place: Seal:

NIT No. 06/2020-2021/NIB/Engg.

52/52

ANNEXURE-XI

Wage Structure (Contractor has to provide the break up of quoted wages clearly giving each

component i.e. basic wages notified by Central Labour Commissioner for Noida w.e.f. 01.10.2020, ESI, PF etc as per Govt. rules applicable on the day of bid submission.