The Shipping Corporation of India Ltd.

59
1 The Shipping Corporation of India Ltd. E-Tender for COSMETIC MAINTENANCE AND GENERAL UP-KEEP OF BUILDINGS AT MARITIME TRAINING INSTITUTE, POWAI, MUMBAI. Tender No. : SCI/MTI/CMGU/2020 (E-Tender No. : RFx 9000026817) Due Date: 17.06.2020 : 1700 Hrs IST Pre Bid Date: 04.06.2020 (at 1500 Hrs on Webex*) Earnest Money Deposit (EMD) : Rs. 1,70,000.00 Tender Fees : Rs. 2,950.00 TOTAL NUMBER OF PAGES : 59 *Pls refer to the Pre Bid Meeting details shown below in Part-I / Section-I at Sr.No. 10 for Meeting Link / ID & Password. ATTENTION THIS IS AN ELECTRONIC TENDER For Participation in this Tender, please visit our website https://etender.sci.co.in . For Detailed Guidelines on participation in e-tender, refer “Ready Reckoner for Tenderers” link on the website. Tenderers, who wish to participate should request for User ID and password by registering on the website

Transcript of The Shipping Corporation of India Ltd.

1

The Shipping Corporation of India Ltd.

E-Tender for

COSMETIC MAINTENANCE AND GENERAL UP-KEEP OF BUILDINGS AT MARITIME TRAINING INSTITUTE, POWAI, MUMBAI.

Tender No. : SCI/MTI/CMGU/2020 (E-Tender No. : RFx 9000026817)

Due Date: 17.06.2020 : 1700 Hrs IST Pre Bid Date: 04.06.2020 (at 1500 Hrs on Webex*)

Earnest Money Deposit (EMD) : Rs. 1,70,000.00 Tender Fees : Rs. 2,950.00

TOTAL NUMBER OF PAGES : 59

*Pls refer to the Pre Bid Meeting details shown below in Part-I / Section-I at Sr.No. 10 for Meeting Link / ID & Password.

ATTENTION

THIS IS AN ELECTRONIC TENDER For Participation in this Tender, please visit our website https://etender.sci.co.in .

For Detailed Guidelines on participation in e-tender, refer “Ready Reckoner for Tenderers” link on the website.

Tenderers, who wish to participate should request for User ID and password by registering on the website

2

TABLE OF CONTENTS

SECTION DESCRIPTION PAGE NO.

Cover Page 01

Table of Contents 02

Notice Inviting Tender 03

PART-I - (TECHNICAL OFFER)

SECTION - I : GENERAL INFORMATION & INTRODUCTION TO CAMPUS 04 TO 10

SECTION – II : ESENTIAL CONDITION - ELIGIBILITY CRITERIA 11 TO 11

SECTION – III : FORM OF PARTICULARS 12 TO 14

SECTION - IV : GENERAL TERMS AND CONDITIONS 15 TO 27 (Page No. 28 – MTI MAP)

SEECTION – V : SCOPE OF SERVICE & PROCEDURE FOR SUBMISSION OF MONTHLY INVOICE FOR RELEASE OF PAYMENT .

29 TO 38

SECTION – VI : LIST OF DOCUMENTS TO BE ATTACHED TO TECHNICAL BID

39

SECTION – VII : INTEGRITY PACT AND POLICY AND GUIDELINES FOR REMOVAL / SUSPENSION / BANNING OF ENTITIES

40 TO 50

SECTION – VIII : BANK GUARANTEE FORMAT IN LIEU OF EARNEST MONEY DEPOSIT / SECURITY DEPOSIT AND PERFORMANCE BANK GUARANTEE

51

ANNEXURE –I : LIST OF PRESENT AND PAST CLIENT DURING LAST 3 YEARS 52

ANNEXURE –II : CERTIFICATE FROM CHARTERED ACCOUNTANT FOR TURNOVER

53

ANNEXURE-III : LIST OF APPROVED CLEANING MATERIAL 54 TO 55

ANNEXURE-IV : NON BLACK LISTING CERTIFICATE 56

PART-II - (PRICE OFFER)

PRICE OFFER FORMAT & INSTRUCTIONS FOR SUBMISSION OF QUOTATION IN SRM

57 TO 59 ITEMS UNDER

RFx 9000026817 PRICE BID{PART-II}

3

THE SHIPPING CORORATION OF INDIA LTD., MARITIME TRAINING INSTITUE, 52-C, A.S. MARG, RAMBAUG, CHANDIVALI, POWAI, MUMBAI-400 072.

SCI-MTI/2020-2022

NOTICE INVITING TENDER FOR PROVIDING THE SERVICES FO R COSMETIC MAINTENANCE AND GENERAL

UPKEEP OF BUILDINGS AT MARITIME TRAINING INSTITUTE ON CONTRACT BASIS FOR THE PERIOD OF TWO YEARS (IN TWO BID FORMAT)

1. E-Tenders are invited by The Shipping Corporation of India Ltd., Mumbai (hereinafter referred to as “the Corporation”) from reputed and having adequate experienced parties for providing the services for Cosmetic Maintenance & General Upkeep of Buildings at Maritime Training Institute located at Powai, Mumbai.

2. E-Tenders are invited from reputed firms having relevant minimum experience of two years in the last 5 years preceding to the due date of tender, in the service of Cosmetic Maintenance and General Upkeep of Buildings in Government/ PSU/PSB/ Reputed Large Private Corporations.

3. The detailed Tender is available only on our e-tender website/portal i.e. http://etender.sci.co.in. The encrypted tender document is published over portal for tenderers to participate in the tender. Tenderers need to register themselves to participate in e-tender (they will receive system generated user id and password for logging into the e-tender portal).

4. Tenderer will submit their response against the tender on the portal only duly digitally signed by them which gets saved in the system in encrypted format. No manual / postal / Email / Fax offers will be entertained/accepted. The Bidder / Tenderer is requested to sign all the papers comprising Technical Bid and Price Bid. The Bidders/Tenderers is requested to quote the rates in the Price Bid” keeping in view the terms and conditions of the Tender Document and tender is liable to be rejected if any change in the terms and conditions is proposed.

5. Tender quotation should be strictly in line with the Rate Clause of “General Terms & Conditions” (PART –I) and “PRICE OFFER” Format (PART –II) of the tender.

6. The tenderers are required to submit along with the tender Earnest Money Deposit of Rs. 1,70,000.00 (Rupees One Lakh Seventy Thousand Only) by Electronic remittance/bank guarantee. This amount will be refunded after finalization of the tender. No interest will be paid on EMD amount. The Tenders received without EMD will be summarily rejected. (ii) The copy of Electronic remittance/bank guarantee must be attached along with Technical Offer (Part-I).

7. Time schedule of tendering is specified below :

1 Issue of Tender Document (On SRM Portal) From 27.05.2020 to 17.06.2020 at 1700 HRS

2 Tender Document Fee (Non-Refundable) Rs. 2,950.00 (Rupees Two Thousand Nine Hundred Fifty Only)

3 Pre-Bid Meeting (* On Webex Conference) 04.06.2020 at 1500 Hrs.

4 Date and Time of Opening of Technical Bid 18.06.2020 at 1200 Hrs.

5 Date and Time of opening of Price Bid Will be intimated to Technically Qualified Bidders at a later date.

6 Earnest Money Deposit (EMD) EMD of Rs. 1,70,000.00 (Rupees One Lakh Seventy Thousand Only) required to submit along with the tender by Electronic Remittance/Bank Guarantee.

8. The period of contract arrangement shall be of two years from the date of contract commencement as decided by the Corporation. The Corporation has sole option to extend the contract twice by three months each after expiry of the two years contract period on same terms and conditions. The Corporation reserves the right to reject all or any Tender without assigning any reason, whatsoever.

PRINCIPAL

4

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

GENERAL INFORMATION AND INTRODUCTION TO CAMPUS.

1. E-Tenders are invited by The Shipping Corporation of India Ltd., Mumbai (hereinafter referred to as “the Corporation”) from reputed and experienced parties for providing the services for Cosmetic Maintenance & General Upkeep of Buildings at Maritime Training Institute located at Powai, Mumbai.

2. EXPERIENCE : E-Tenders are invited from reputed firms having relevant minimum experience of two

years in the last 5 years preceding to the due date of tender, in the service of Cosmic Maintenance and General Upkeep of Buildings in Government/ PSU/PSB/ Reputed Large Private Corporations.

2. TURNOVER: Tenderers should have an average annual turnover of minimum Rs. 45 Lakhs during last three financial years, ending 31 March of the previous financial year in providing services for cosmetic maintenance and general upkeep of buildings.

3. PERIOD OF CONTRACT: The period of contract arrangement shall be two years from the date of

contract commencement as decided by the Corporation. The Corporation has sole option to extend the contract twice by three months each after expiry of the two years contract period on same terms and conditions.

The rates for extension period shall be the existing contract rates (to be finalized through this tender) or the new contract rates (to be finalized subsequently for fresh contract), whichever is lower. The differential amount, if any, shall be settled by way of credit note.

4. This short notice Tender Notice is also available on SCI website www.shipindia.com and Govt.

website http://eprocure.gov.in/epublish/app .

5. The detailed Tender is available only on our e-tender website/portal i.e. http://etender.sci.co.in. The encrypted tender document is published over portal for tenderers to participate in the tender. Tenderers need to register themselves to participate in e-tender (they will receive system generated user id and password for logging into the e-tender portal).

6. Tenderer will submit their response against the tender on the portal only duly digitally signed by

them which gets saved in the system in encrypted format. No manual / postal / Email / Fax offers will be entertained/accepted.

7. The technical offer & price offer uploaded (submitted) on the portal by tenderers are protected and

cannot be viewed & downloaded by any of the SCI’s employees. The dealing officer can view/download the same (Technical offers & Price offers of technically qualified parties) only after opening of technical & price offers respectively by tender processing committee, which can be witnessed by the participating tenderers. All the tenderers who submit their response will get intimation of corrigendum, technical offer opening and price offer opening of the tender by system generated e-mail.

8. TENDER FEES: Non – refundable Tender fees of Rs. 2950/- (Rs. 2500/- (Cost of Tender Set) + Rs.

450/- (18% GST)) to our Bank Account (details mentioned at Clause 9 of this section should be paid

PART-I

SECTION-I

5

on or before Due Date and Time to participate in this e-tender. Scan copy of payment receipt (Bank Remittance Copy) should be uploaded along with technical offer. Tenders received without tender fee will not be accepted.

9. EARNEST MONEY DEPOSIT: (i) The tenderers are required to submit along with the tender Earnest

Money Deposit of Rs. 1,70,000.00 (Rupees One Lakh Seventy Thousand Only) by Electronic remittance/bank guarantee. This amount will be refunded after finalization of the tender. No interest will be paid on EMD amount. The Tenders received without EMD will be summarily rejected. (ii) The copy of Electronic remittance/bank guarantee must be attached along with Technical Offer (Part-I).

The bank details of the Corporation’s account for electronic remittance are as follows : Name of Account : M/s. THE SHIPPING CORPORATION OF IND LTD-MTI Bank Name : HDFC Bank, Fort Mumbai Account Number : 50200009094718. RTGS/NEFT IFSC : HDFC0000060 MICR : 400240015.

Electronics remittance for Tender Fee / Earnest Money Deposit is to be made in the account details mentioned above.

EMD may also be furnished by way of Bank guarantee (as per format give in Section – IX of this tender document) from a NATIONALISED BANK and should be valid for nine months from the due date of the tender. EMD (in the form of Bank Guarantee or Demand Draft) shall be sent by the tenderer by post or in person superscribing the envelope with Tender name, Tender number and his (tenderer’s) details addressed to Principal, SCI – Maritime Training Institute, 52-C, Adi Shankracharya Marg, Powai, Mumbai - 400072 before Due date & time. Copy of same shall be uploaded on the portal along with technical documents. FORFEITURE OF EARNEST MONEY DEPOSIT (EMD): The Earnest Money Deposit submitted with the tender shall stand forfeited in the event: 9.1 The Tenderer withdraws his offer any time before the tender is finally considered/ decided

upon. 9.2 The Tenderer increases the quoted prices during the validity of the tender /extension granted on

the validity. 9.3 The Tenderer seeks amendment of tender terms, or the price offer submitted after submission

of tender. 9.4 The Tenderer fails to accept the contract, if awarded or fails to submit Security Deposit and / or

Performance Guarantee on award of the contract. 9.5 The tenderer violates the terms of Integrity Pact. Tenders received on the portal without tender fee and EMD are liable to be rejected.

10. Pre-Bid Meeting : Due to COVID-19 lockdown & social distancing condition the physical Pre-Bid Meeting is not possible. Instead this meeting will be held on video conference mode. Please install Cisco Webex on your PC or Mobile and join our meeting at following details : Meeting ID : 912 145 976 Password : zPAh Date & Time : 04.06.2020 at 1500 Hrs.

6

In case of difficulties you may join on audio conferencing mode (Dial 022-64800114) followed by above given Meetting ID and Press #. 11. DUE DATE: The tenderers shall submit their responses on the portal latest by 1700 hrs on 17.06.2020.

Bidders are advised to submit their responses well before the due date and due time of submission and should not wait for last minutes as E-tender would close as per system time and submission of responses will not be possible in case the deadline ceases.

12. Tender quotation should be strictly in line with the Rate Clause of General Terms & Conditions and “PRICE

OFFER” Format (PART –II) of the tender. 13. BROAD INSTRUCTIONS FOR FILLING/SUBMITTING THE TENDER ON THE PORTAL: The tenderer is required to submit the Tender Form in accordance with the instructions given below :

13.1 The Tender response / bids for subject tender (RFx No.9000026817) has to be uploaded in two parts:

Part-I (Technical Offer) includes (available in Technical RFx>Folder>Public>Technical Docs):-

SECTION – I : GENERAL INFORMATION & INTRODUCTION TO CAMPUS SECTION – II : ESSENTIAL CONDITION - ELIGIBILITY CRITERIA SECTION – III : FORM OF PARTICULARS SECTION – IV : GENERAL TERMS AND CONDITIONS

SECTION – V : SCOPE OF SERVICE & PROCEDURE FOR SUBMISSION OF MONTHLY INVOICE FOR RELEASE OF PAYMENT.

SECTION - VI : LIST OF DUCUMENTS TO BE ATTACHED TO TECHNICAL BID. SECTION – VII : INTEGRITY PACT AND POLICY AND GUIDEINES FOR REMOVAL/ SUSPENSION / BANNING OF ENTITIES. SECTION – VIII : BANK GUARANTEE FORMAT IN IEU OF EARNEST MONEY DEPOSIT / SECURITY DEPOSIT AND PERFORMANCE BANK GUARANTEE. ANNEXURE-I : LIST OF PRESENT AND PAST CIENT DURING LAST 3 YEARS ANNEXURE-II : CERTIFICATE FROM CHARTERED ACCOUNTANT FOR TURNOVER ANNEXURE-III : LIST OF APPROVED CLEANING MATERIAL ANNEXURE-IV : NON BLACK LISTING CERTIFICATE

Tenderer should ensure before scanning and uploading that all the pages of the tender document and attachments are serially numbered, signed and stamped and total number of pages indicated in the covering letter. Size of documents being uploaded should not be greater than 10 MB in size.

i) Part – II (Price Offer format & instructions for submission of quotation in SRM) should be

filled in system only. The same need not be printed and should not be uploaded with Technical Offer.

13.2 Tenderers are requested to submit the tender documents as follows:

a) “Technical Offer” consisting of Part – I (Section I, II, III, IV, V, VI, VII, VIII, A-I, AII, A-III & A-IV)

are available in “Technical RFx>Folder>Public>Technical Docs” on the Portal. Tenderers are requested to download the “Technical Offer” (Part I) and save the files on their computer. Fill in all details / information required, and print them. These print outs shall then be duly filled, signed and stamped on each page. All documents, certificates, authorization letters as required in the tender shall also be scanned after affixing sign and

7

seal on each page. Size of each file being uploaded on the portal should be less than 30MB each. Thereafter, all these documents shall be digitally signed and uploaded / saved on the portal one by one after affixing digital signatures. Technical offer (Part I) along with all required documents (including all documents, illustrations, company profile, reports, certificates, authorization letters, as mentioned in the tender) shall also be signed and uploaded in “Technical RFx” folder of the tender on the Portal.

b) “Price Offer” consisting of Part – II - First the tenderers should download this price offer document uploaded by SCI-MTI.

(i) All the rates/ quotations/ bids to be filled only in Price Bid (Part – II) which is available under ‘ITEMS’ tab in the system itself. Price Bids to be filled as per item details mentioned in Part-II (Price Offer). Each tender activity is being detailed against respective SAP material Code in Part-II (Price Offer) and should be quoted accordingly.

NOTE : Rates should be filled in at “ ITEMS” tab of subject tender RFx (RFx: 9000026817) only and should not be mentioned anywhere in technical offer. Part-II (Price Offer) of tender document gives detailed service description corresponding to each SAP material code. Rates should be quoted strictly as per service details mentioned at Part-II (Price Offer).

Tenderer shall ensure that “Price Offer” (Part II) is not uploaded in “Technical RFx” folder of the tender on the portal.

c) Tender documents, downloaded from our e-tender website/portal, shall be downloaded in

toto, and no change, whatsoever shall be made. If any alteration is made in the tender document submitted by the tenderer and if found out (be it at any stage of the tender processing and even after award of the contract), it will be viewed seriously by the Corporation and the tender is liable to be rejected and the tenderer will be debarred from participating in future tenders of the Corporation.

d) For detailed guidelines, kindly refer “Ready Reckoner for Tenderers” available on e-tender

portal.

14. INTEGRITY PACT AND POLICY AND GUIDELINES FOR REMOVAL / SUSPENSION / BANNING OF ENTITIES: The

tenderer shall submit the tender along with the “Integrity Pact” and Banning Guidelines, issued along with the tender document (Part I (SECTION – VII & VIII)), duly signed on all pages and details filled in properly. All pages of the Integrity Pact (including Banning Guidelines) shall be signed by the same signatory who signs the tender document and has the authority on behalf of the C.E.O of the company he represents. The acceptance of Integrity Pact (including Banning Guidelines) shall be unconditional and the tenderer must not change any contents of the Integrity Pact (including Banning Guidelines). The signed Integrity Pact (including Banning Guidelines) should be enclosed with the Technical Offer of the tender only. Tenders received without the signed Integrity Pact (including Banning Guidelines) and/or without details filled in, shall be rejected.

Two Independent External Monitors (IEM) have been appointed to oversee the implementation of the Integrity Pact. The name and contact details of IEMs are as follows:

8

1) Dr. Sarat Kumar Acharya 2) Shri Vishnu Agarwal E-mail: [email protected] E-maiL: [email protected]

15. ASSESSMENT OF TENDER :

The tender will be assessed first on the basis of the information furnished in Part - I of the tender comprising the “Technical Offer”. On the basis of such technical information, the Corporation will assess the capability of the tenderer to undertake the contract and, if found unsuitable then Corporation shall reject their tender submission and their respective “Price – Offer” shall not be opened in such cases. Decision of the Corporation in this regard shall be final and binding.

Please note that all the information required in the “Form of Particulars” should be properly filled in and all documents of the Technical Offer - Part I, must be uploaded with the tender.

Notwithstanding the above, the assessment of the bid shall also take into account the acceptance of Corporation’s Integrity Pact (including Banning Guidelines) by the tenderer. 15.1 Once a bid is accepted on technical grounds, then selection among such technically qualified

tenderers would be on the basis of prices quoted. However, the Corporation reserves the right to reject all / any of the tenders, and the decision of the Corporation in this regard shall be final and binding.

15.2 Tenderers are requested to quote their best and final offer. No revised offer shall be

entertained. 16. Micro and Small Enterprises (MSEs) registered with bodies specified by the Ministry of Micro, Small

and Medium Enterprises shall be entitled for all the benefits and preferences as per Government of India directives.

17. VALIDITY: The rates given in tender should be valid for acceptance by the Corporation up to SIX

MONTHS from the due date. In case when processing/acceptance of the tender takes more than six months, the Tenderer who wishes to withdraw their Price Offer, shall have to write to the Corporation within a week of expiry of SIX MONTHS withdrawing their Price Offer, else the rate will hold valid till finalization of the contract.

During the validity of the quotation, in case the tenderer increases its Price Offer, the tender would be liable to be rejected.

Designation and contact details of persons for this tender are : Mr. Deepak Dehury Mr. Narayan Nachavanekar Chief Manager I/C (ADMN-MTI) Senior Manager– (ADMN-MTI) Mobile No. : 9833340434 / 7977124778 Mobile No. : 9821580453 / 9820540453 Phone No. : 022-35116027 Phone No.: 022-35116024 Extension : 6027 Extension : 6024 Email: [email protected] Email: [email protected]

9

INTRODUCTION TO MARTIME TRAINING INSTITUTE The Maritime Training Institute (MTI) located at the Southern bank of the Powai Lake in North Eastern Mumbai is a department of the “Navaratna” Central Public Sector undertaking, The Shipping Corporation of India Ltd (SCI). MTI provides Maritime Education and Training. MTI also imparts education on Maritime affairs. The various course participants comprise of ship’s officers –Senior, Middle, Junior level, cadets and crew members. Besides this, training for all personnel from the shore offices is also provided. Presently we are training more than 300 participants per day as a average. The Institute is spread over 45 acres of land with 17 buildings constructed over it. Starting from the Institute’s Main Entrance Gate and proceeding along the campus road the buildings that one passes by immediately on the right hand side about 50 yards off the road, are residential ‘D’ type quarters. Next comes close to the road on the right hand side ‘The Essential Services Block’. Next on the right side is the building comprising of the Auditorium, Planetarium and the Exhibition Hall. Thereafter, again on the right side a Data Centre is located where Officers and Staff of the IT department function. Proceeding further along the Campus road, a branch of it leads to the right to the VIP’s International Guest House. The Guest House has 2 suites and 2 rooms with 2 beds each and attached bathrooms/toilets. It has a Dining Room with seating capacity of 14 persons and an attached pantry. When VIPs are residing or when special invitees are there, meals are catered in this dining room in which case the number may be around 20 persons more or less depending upon the occasion. Meals may be on Banquet style or Buffet. The Academic Block Building, named as “SAGARGYAN”. All courses/seminars are held here. The various classrooms/faculty rooms are in this building. On the ground floor, on the rear side is a Promenade Space, which has an attached pantry. This pantry is utilized for catering to Tea/Coffee, Snack, Lunch, mid-afternoon tea in promenade space to the various course participants. However lunch / special lunch is catered to about 30-40 or more persons when we are arranging special events. Generally, lunch in the building is arranged for senior officials/officers and high team is arranged for special functions, inaugural/valedictory functions and Lunch/Dinner for International Seminars/UNCTAD Seminars. Lunch / Dinner / Tea / Snacks are on self-service basis, but the cooked dishes/snacks are laid on the tables. Further along the campus road, on the right side is the Fire Fighting Buildings and a Ship Mock-up Model. In the main building are two classrooms where Fire Fighting and Medical Courses are held. Welcome cup of tea, mid-morning tea and afternoon tea is served to the participants in the lobby of the buildings and to the office employees here. However the participants have lunch in the main dining hall in the Dining Block Building. There is no pantry in this building. On the left side is the Hostel Complex comprising of the following buildings: Hostel 1: There are 2 (two) floors having 20 rooms with attached toilets. Hostel 2: There are 3 (three) floors having 30 rooms with attached toilets. Hostel 3: There are 3 (three) floors comprising of 35 rooms in all. Hostel 4: There are 3(three) floors comprising of 30 rooms with attached toilets. In all the four hostels there is accommodation for about 240 - 250 persons as in-resident participants at any time. Dining Block: There are two floors. The ground floor has two entrance lobbies, 2 toilet/wash places and a Dining Hall with a seating capacity for about 132 persons at one sitting. There is an attached pantry and kitchen with wash place and a storeroom. All course participants have their breakfast, lunch,

10

evening tea and dinner in this dining room except for the lunch served to limited participants on occasions at the promenade space in the Sagar Gyan building. Informatively, currently 02 Housekeeping Supervisors, 01 Carpenter and 01 Plumber under Skilled Category and 19 Sweeper cum Cleaner under Unskilled Category, totaling there of 04 Skilled Labours and 19 UnSkilled Labours. The power and the nature of job is of cosmetic maintenance & general upkeep of buildings. The workers are required for six days a week. However, the working days of each worker shall not exceed 26 days in a month and shall not exceed 312 days in a year. The working hours will be from 0700 to 1600Hrs. Break Time will be - Breakfast 1000 Hrs. to 1030 Hrs., Lunch 1300 Hrs. to 1330 Hrs. and Tea 1430 Hrs. to 1500 Hrs. The Hostel House keeping ,Canteen & Guest House housekeeping are covered by other contract & this contract covers the All other buildings and connecting internal road excluding the interior of officers quarters.

--------------------------------Section I of Part I ends here ---------------------------------

11

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

ESSENTIAL CONDITIONS - ELIGIBILITY CRITERIA 1. The tenderer should have relevant minimum experience of two years in the last 5 years preceding to the due

date of tender, in the service of Cosmetic Maintenance and General Upkeep of Buildings in Government/ PSU/PSB/ Reputed Large Private Corporations.

2. The tenderer should have an operational regional office in Mumbai MMRDA area and registered with local

authorities. 3. The tenderer should be registered with statutory authorities in Mumbai viz., PF, ESIC and Dy. Labour

Commissioner’s office etc. 3. Solvency Certificate (not older than 6 months before the due date of the tender) of Rs. 20 Lakhs or above

issued by a Nationalized Bank indicating credit facility available to your company. The scan copy of Solvency Certificate with contact details of banker must be uploaded along with e-tender.

4. The tenderer should have an average annual turnover of more than Rs. 45 Lakhs for last three Financial Years

i.e. 2017-18, 2018-19 & 2019-20. The Tenderer should have positive net worth in last Financial Year (i.e. 2019-20).

5. Tenderer should have a valid Contract Labour License No. issued by Regional Labour Commissioner for such

services rendered by the bidder earlier for the similar contracts executed in other PSUs / Govt. Departments or reputed commercial organization in Private Sector

6. The Registration / License No. of firm under shops and Establishment Act issued by Municipal Corporation. GST Registration and PAN Card

6. Tenderer should submit declaration on the company letterhead – that he was never banned and/or blacklisted

and/or any punitive action taken against their firm during last five years considered from tender due date. In case, the tenderer has been banned / blacklisted / punitive action has been taken against them, the tenderer shall submit the details of the case for the consideration of the Corporation. The Tenderer shall also enclose the details of all ongoing punitive action against them on the due date of tender.

7. Acceptance of General Terms and Conditions of Contract, Integrity Pact and Policy & Guidelines for Removal /

Suspension / Banning of Entities. 8. Eligibility criteria shall be relaxed for Startups (Micro & Small Enterprises or otherwise) in accordance with the

Government Guidelines subject to their meeting of other technical specifications. IMPORTANT: IT IS MANDATORY TO FURNISH RELEVANT DOCUMENTS, PROOF FOR THE REQUIREMENTS MENTIONED ABOVE.

We agree to abide by the above referred terms and conditions. Place: Signature of the Tenderer Date: with rubber stamp of the company --------------------------------Section II of Part I ends here ---------------------------

PART-I

SECTION-II

12

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

FORM OF PARTICULARS

(Information in respect of all the items must be given clearly. In case there is no information, “NIL” remark may be mentioned. In no case items should be left blank).

1. Name of the firm. :

2. Full postal address. Regional Office Address in Mumbai.

: :

3. a) Telephone Nos. Office Mobile Residential b) E-Mail Identity (must be given) c) Regional Office Telephone No.

: : : : :

4. Status of Firm whether sole Proprietors/Partnership Limited Co. etc. Please furnish copy of declaration of Proprietary that he is the sole Proprietor of the firm /Memorandum and Articles of Association/ Partnership Deed, whichever is applicable.

:

5. Name of Proprietor in case of proprietary firm / name of Partner /Name of Directors in case of limited co. and their contact numbers

:

6. Name of Manager or Managing Partner/ Director.

:

7. a) Name of other Firms /companies in which you are connected / having interest. b)If answer is affirmative, please declare full particulars.

:

8. Year and date of Establishment. : 9. Name of important customers to whom Bidder

had supplied similar services in past (scan copies of work order to be uploaded). Substantiate with proof of experience by way of letters issued by your customers.

:

10. Please indicate Annual Turnover for past three financial years. Attach Published / Audited Balance Sheet/ Annual Report of the company / firm for the last three years.

:

11. Name of Banker and their Address (scan copy to be uploaded for Solvency Certificate from your Bankers about the financial status, credit facility and solvency available to the tenderer).

:

PART-I

SECTION-III

13

12. Goods & Service Tax Registration Particulars: PAN Number

GST No. : PAN No. :

13. Copies of Experience Certificate including at any specific time experience of handling more than 20 contract workers during the span of last 2 years.

14. Whether in past, the tenderer has ever been awarded this contract of SCI/MTI. If so, give details thereof.

15.

Total Number of Employees in the Firm

16. Contract Labour License No. issued by Regional Labour Commissioner for such services rendered by the tenderer earlier for the similar contracts executed in other PSUs / Govt. Departments or reputed commercial organization in Pvt. Sector.

:

17. Employees Provident Fund Registration No. & date of issue.

:

18. ESI Registration No. (Scan copy to be uploaded).

:

19. Registration/License No. of firm under Shops &Establishment Act issued by Municipal Corporation.

:

20. Earnest Money Deposit (EMD): Particulars of Electronic Remittance enclosed with the Technical Offer of the Tender. Or Particulars of Bank Guarantee

E-receipt/BG NO.: Date of Issue/payment: Name of Bank: Amount: Rs. 1,70,000.00(Rupees One Lakh Seventy Thousand Only)

21. Professional Tax Registration No. and Date of Issue.

:

22. (a) Whether SCI / any Shipping Company / Public Sector Company at any time has banned / disqualified your firm in past for supply of services referred in this tender. (b) If yes, state reason.

:

23. Tenderer to state whether any member of their company has any relation employed in the Corporation. If yes, give full details.

:

24 a) Whether the tenderer employs in any capacity administrative or advisory, ex-officer of the Corporation, who has retired from the corporation as DGM or higher level in preceding two years as on the bid closing date.

b) If the answer to (a) is affirmative. The name & designation of that officer in the company, his designation at the time of retirement in SCI and his date of retirement from SCI to be furnished.

14

c) Also the role and responsibilities of that officer especially with regard to this contract.

25. Whether any Govt./Govt. Dept./PSU/PSB/SCI has banned and/or blacklisted and/or taken any punitive action against your firm during last five years considered from tender due date? If yes, state details/reason.

26. Whether your firm has ever been disqualified by the SCI for any contract, if yes, state details/reasons.

Note: Particulars requested above may be furnished on separate sheets, if necessary.

I have / have not attached separate sheet respect of points where the space provided is inadequate. I hereby declare that I am duly authorized to submit this tender on behalf of my firm and have enclosed authority letter / power of attorney to same effect. I also undertake that the details furnished above are true and correct to the best of my knowledge and belief and I will inform SCI of any changes therein, immediately. In case any of the above information is found to be false or untrue or misleading or misrepresenting at any point of time, I am aware that my bid / contract shall be liable for disqualification / termination.

(Signature of Tenderer) Date: _______________

Full Name: ______________ Place: _______________

Designation: _____________

Rubber Stamp:

-------------------------------Section III of Part I ends here ---------------------------------

15

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai. GENERAL TERMS AND CONDITIONS.

1. The tender should be uploaded before submission date mentioned on the portal, i.e. not later than

1700 hours on 17.06.2020. 2. AMENDMENT TO BIDDING DOCUMENT / SUBMISSION OF MULTIPLE BIDS: The Corporation, at its

discretion, may extend the due date for submission of bids but tenderer’s first submission of tender shall be the final proposal.

Tenderer shall neither be allowed to change or modify the submitted bidding documents by any amendments nor be allowed to submit more than one tender during the validity of the tender due date including extensions period of tender due date.

3. PERIOD OF CONTRACT: The period of contract arrangement shall be two years from the date of

contract commencement as decided by the Corporation. The Corporation has sole option to extend the contract twice by three months each after expiry of the two years contract period on same terms and conditions.

The rates for extension period shall be the existing contract rates (to be finalized through this tender) or the new contract rates (to be finalized subsequently for fresh contract), whichever is lower. The differential amount, if any, shall be settled by way of credit note.

4. RATE CLAUSE :-

4.1 Quotation Comprises of :

(i) Monthly Charges – Item /area wise rate (in INR) / unit has been prescribed by the Corporation under Column “ Rate / Unit (in INR)”. The rate so prescribed has been arrived by the Corporation considering all relevant factors including those mentioned hereunder:

a. Manpower wages. b. Cost of cleaning & housekeeping materials c. Cost /rental of cleaning equipment prescribed in this tender including repair

and maintenance of such equipments d. Cost of service /duties to be performed by Contractor as specified in this tender e. Cost of disposal of wet and dry garbage as per local authority norms f. Cost of providing clothing and other personal protecting equipments to workers g. Cost of billing and other office expenses may occurred to manage this contract h. All charges such as Manpower Wages, PF, ESIC, Bonus, Workmen's

Compensation and Common Law liabilities payable by the Contractor towards injury, death etc. caused to labour, supervisory staff etc. employed by the Contractor and all other charges such as , license fee etc

i. No other extra charges whatsoever shall be payable in addition. j. No Escalations whatsoever shall either be claimed or considered except under

Clause No. 4.6 & 4.7.

PART-I

SECTION-IV

16

4.2 The Contractor shall keep proper documentary records of work carried out and the rates shall be inclusive of the cost of preparing the same, including required stationery. The Contractor shall submit necessary information/statement to SCI Officials as may be requested from time to time.

4.3 This is a non exclusive contract. The Corporation reserves the right to procure any item/s covered

under this contract from alternative sources during the currency of the contract, as and when required. The decision of the Corporation in this regard shall be final and binding on the Tenderers.

4.4 The tenderers are requested to quote their best and final offer in the Price Offer (PART-II) of the tender document. No revised offer shall be entertained. No conditional quotations will be accepted.

4.5 The tenderers are advised to exercise greatest care in entering the rates. No excuse that mistakes have been made or any request for corrections will not be entertained after the quotations are opened. Corrections if any made before submission of the tender forms should be initialled by the person signing the tender form, failing which rates for such items will not be considered.

4.6 The rate quoted will remain firm for first six months. However, if the Basic Rates and Variable Dearness Allowance (VDA) in the Minimum Wages (Central) are revised upward or down ward from time to time by the appropriate authority {Ministry of Labour & Employment Office of the Deputy Chief Labour Commissioner (Central) Mumbai}, the difference due to increase or decrease in the same and also effect of the said increase or decrease on other statutory payments like PF, ESI etc will be reimbursed or recovered from the Contractor on producing the relevant documents.

4.7 Any revision (increase/ decrease) in statutory levy (GST) after the awarding of the contract will be

entertained, whenever revised, subject to production of proper documentary evidence in that respect. The revision shall be granted from the date of applicability of said revision in statutory levy.

4.8 NOTE: Rates should be filled in at “ITEMS” tab of subject tender RFx (RFx: 90000xxxxx) only and

should not be mentioned anywhere in technical offer. Part-II - Price Offer of tender document gives detailed service description corresponding to each SAP material code. Rates should be quoted strictly as per service details mentioned at Part-II – Price Offer.

5. SECURITY DEPOSIT AND PERFORMANCE GUARANTEE :-

a) The successful bidder will have to pay Security Deposit which will be equivalent to 5% of the annual value of the contract or Rs.10 Lakhs whichever is less in the form of Bank Guarantee (Nationalized Bank) which should be valid for 30 months from date of commencement of contract, towards satisfactory performance of the contract. Alternately, a Bank Demand Draft may be submitted in favour of “The Shipping Corporation of India Ltd.”, payable at Mumbai. If demand draft is submitted towards EMD along with the tender, the same will be converted and adjusted as part of security deposit.

a) Performance Guarantee of equal amount as of Security Deposit is to be paid by the successful bidder (s) with whom the Corporation has not dealt with earlier or whose performance was found to be unsatisfactory in the past.

b) Additional Performance Guarantee of equal amount as Security Deposit is to be paid by successful bidder in case of having negative net-worth for one year during last three years.

c) In case of termination of the contract for any reason as per Clause No. 38 the Security Deposit and/or Performance Guarantee shall stand forfeited, either wholly or partly and the contractor shall have no claim whatsoever against the Corporation in consequence of such termination of the contract.

d) In the event the contractor(s) gives up the work before expiry of the contract including extension periods, if opted by the Corporation, or is unable to service the contract for whatever reason, the Security Deposit and /or Performance Guarantee shall stand forfeited/invoked.

17

e) No interest shall be payable on the Security Deposit and Performance Guarantee. f) The Corporation shall also be entitled to make recoveries from the contractor’s bills, Security Deposit and

Performance Guarantee or from any other amount due to him, against any over payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

g) The Security Deposit and / or Performance Guarantee paid by the Contractor towards satisfactory performance of the contract shall, subject to necessary deductions, if any, be returned to him after three months on expiry of the contract.

h) If the Corporation has terminated the contract (or) if the Corporation is entitled to terminate the contract, the Corporation shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value (or) the amount equivalent to Security Deposit / Performance Bank Guarantee, whichever is higher.

6. PRICE PREFERENCE POLICY:-

Price Preference Policy for products and services of SSI units registered with NSIC shall be applicable as per directive issued by Government of India.

7. EARNEST MONEY DEPOSIT:-

No tender would be considered unless accompanied by a Bank Guarantee in the prescribed format or A/c Payee Demand Draft only (Cheques are not acceptable) in favour of “The Shipping Corporation of India Ltd.” for Rs. 1,70,000.00 (Rupees One Lakh Seventy Thousand only) as Earnest Money Deposit. This amount will be refunded to all unsuccessful bidders as soon as a decision is taken on the tender or soon after the expiry of the validity period whichever is earlier. No interest is payable on EMD.

The Earnest Money is liable to be forfeited if:-

the bidder withdraws his offer after submission and during the course of tender processing.

a) the bidder seeks amendment of tender terms, which are not acceptable to the MTI, or the price offer submitted. b) the bidder fails to submit Security Deposit and / or Performance Guarantee on award of the contract.

The decision of the Corporation on this issue will be final and binding on the bidder.

8. The rates quoted shall also cover all taxes as applicable by the state/central Government. The rates shall not be

subject to any escalation due to increase in Dearness Allowance in minimum wages. No additional charges will be payable by the Corporation for any extra materials, bringing, transportation of equipments and tools, and for the facilities such as sanitation, drinking water and any other contingencies arranged by the contractor for his workmen. All payments to the contractor will be effected after deducting TDS (Income Tax), absenteeism and other statutory deductions. The TDS Certificate will be issued separately. Omission / non performance will be deducted as per quoted rates in the price Bid.

9. This is a non exclusive service contract. The corporation reserves the right to procure and/or avail any item and/or

services covered under this contract from alternative sources during the currency of the contract, as and when required. The decision of the Corporation in this regard shall be final and binding on the bidders.

10. The contractor shall ensure total industrial peace during the tenure of providing Cosmetic Maintenance & General Up

keeping of buildings shall be entirely responsible to solve any labour problems directly and to see that during the housekeeping period smooth and efficient services are rendered to the Corporation. No complaint/favour/compensation/grievances, whatsoever, shall be entertained by the Corporation in this respect.

11. The contractor will have to take out the following insurance policies to cover all risks for the labour employed by the

contractor and keep them valid throughout the contract period. i) Workmen’s Compensation. ii) Third Party risks / liability.

18

12. Photocopies of the relevant documents relating to insurance policies in respect of the workmen’s compensation and Third Party risks / liability, should be deposited by the contractor with the Corporation within one month from the signing of the contract, failing which the Corporation will reserve the right to take suitable action as deemed fit in the respect of settlement of the contractors bills.

13. The successful bidder will have to indemnify the Shipping Corporation of India Ltd., (MTI) in the event of SCI

being made liable to pay compensation for any third party claim or injury to any of the Contractor’s labourers.

14. First payment to the Contractor will be done only after above policies/police verification report, identity card

photocopies are deposited in this office.

15. The Contractor shall also comply with all statutory requirements in respect of payment of wages, bonus, PF, ESI and other benefits.

16. The contractor shall make payment to his worker as per the provision of labour act in presence of officer

nominated by Principal. It is the responsibility of the contractor to maintain the register of payment and attendance of workers etc. The Contractor will engage his workers at not less than the minimum wages as applicable by the Central Government for different categories.

17. The Contractor shall register himself with the Labour Commissioner and obtain license from him; and shall

pay necessary fees and comply with all the conditions to keep the license valid till the expiry of the contract. The contractor will also obtain all necessary registration /license for all applicable acts as per law. If within one month this license is not obtained, then contractors’ service charges / bill will be withheld till such time the license is obtained.

18. Corporation shall be within its right to terminate the contract forthwith in case any prohibitory/attachment

order from any Court or Sheriff’s Office in Mumbai, is served upon the Corporation restraining them to make any payment to the Contractor due to reasons such as default in payment by the Contractor to any of his creditors, statutory levies or any other course of action.

19. Should the contractor die or become insolvent or bankrupt or commit any breach of contract the Corporation

shall be entitled forthwith by notice in writing to contractor or his legal representative to decide whether to continue the contract, in such time and manner and by such person as the Corporation shall think fit as the risk, cost and liability of the contactor.

20. Contractor shall ensure that none of his staff or any of the contract workers stay in office premises after

completion of their work and when not on duty.

21. The contractor will ensure that all his employees working on the Corporation’s premises are provided with a decent uniform at all times and display on their person an identity badge. The contractor shall provide safety shoes, dusters for protection during application of cleaning agent etc. to the labourers. List of items to be issued to contract workers within the price quoted by the contractor.

SR. NO. DESCRIPTION OF ITEMS. QUANTITY.

FREQUENCY.

R E M A R K S.

1

Uniforms- Shirts for gents

2 Nos

Once a year

To be issued within one month of starting of the contract Supervisor uniforms- white shirt

19

2 Uniforms – Pants for gents

2 Nos

Once a year To be issued within one month of starting of the contract Supervisor uniforms- black pant

3 Sari with blouse for ladies

2 nos. Once a year To be issued within one month of starting of the contract

4 Safety-Shoes

One pair

Once a year

To be issued within one month of starting of the contract ( black colour)

5 Socks

Two pairs Once a year

To be issued within one month of starting of the contract (black/blue)

6 Gumboots One pair Once a year

To be issued within one month of starting of the contract

7 Umbrella / Rain coat One Once a year To be issued before monsoon

22. All the persons employed, engaged or deployed by the contractor for fulfilling his contract and obligations shall be

the employees of the contractor for all purposes and not those of the Corporation. As such, the Corporation will not be responsible for any injury or loss of life of the persons deployed on duty by the contractor. The contractor shall ensure that his supervisors/ contract workers at all time follow rules of safety while working.

23. Working Hours, place of duty for cosmetic maintenance and up keeping of Buildings.

a) The contractor shall carry out duties, except otherwise permitted with previous sanction writing on all days with one day off in a week in only one shift as General 0700 hrs to Evening 1600 hrs. Additional holidays, other than Sundays, may be declared by the Corporation. (Break Timing : Breakfast - 1000 Hrs. to 1030 Hrs., Lunch - 1300 Hrs. to 1330 Hrs. & Tea 1430 Hrs to 1500 Hrs)

b) It is the responsibility of the contractor to make payment to his worker for carrying out below mentioned duties whenever work exigencies require any worker or supervisor to attend additional duty for pending work would be considered as normal duties done without any extra payment entitlement.

c) As regards place of duty, it shall be the sole discretion of the contractor to rotate the supervisors / workers in MTI campus. Contractor will also ensure that his workers display Photo identity cards issued by the contractor while on duty on the premises of the MTI Powai.

24. Contract workers /supervisors shall ensure satisfactory completion of the daily work as per requirements / frequency

chart. 25. MODE OF WORK:- It s expressly understood that the contractor has inspected the premises where the work under

the contract is to be carried out before offering the tender and has obtained for himself at his own responsibilities and cost all the information which may be necessary for the successful execution of the contract and made himself conversant with all the local conditions.

26. FACILITIES:- The facilities at the premises may be used by the contractor only to the extent available and convenient

to the Corporation. However contractor shall ensure at his own cost security arrangement for his material stored in the premises.

27. NO RIGHT:- It must be explicitly understood that none of the contractor’s workers shall have any right against the Corporation either during or after expiry of the contract, since it is the fundamental basis of the contract that the workers are contractor’s personnel and do not belong to the Corporation. Corporation only demands services from the contractor through this contract.

20

28. DISCIPLINE:- All the personnel of the contractor whilst providing the services in our premises in disciplined manner and remain of good conduct at all times for smooth and efficient services. In case of any misbehavior / misconduct on the part of any staff of the contractor, the contractor shall take necessary action against such contract worker forthwith when asked by the corporation to do so.

29. WATER: The Corporation shall undertake to provide water supply to the contractor for the purpose of carrying out the works and for purposes of drinking by the contractor’s workers.

30. POWER:- The contractor shall be provided by the Corporation sufficient electrical lighting.

31. BILLING :-

a) The Contractor shall submit their original invoice, complete in all respect (in original) to the Principal Secretariat at MTI Powai, Mumbai or address as directed in future.

b) All bills under the subject contract should be submitted in original with delivery challan / receipts for the collected /delivered issued by concerned department / officers, within 10 days of the completion of the relevant month / period for settlement.

c) Copy of the SAP Purchase Order from the concerned department of the Corporation. d) Contractor will submit proof of payment to his workers including PF, ESIC, BONUS etc. e) Contractor will submit material delivery challan, uniform/cloth delivery challan etc duly

certified/acknowledged by MTI Official. f) Contractor will submit its invoices, prepared in accordance with GST rules, containing the service provider’s IT

PAN Number, GST Registration Number, description and classification of taxable service. g) Bill if found not complete in all respect will not be accepted. h) Payment of bills will be made after due scrutiny and checking by the Department within 120 days from the

date of submission of bills, complete in all respects. i) The payment of bills will be made through NEFT/RTGS or any other electronic mode of payment. Corporation

will make the best efforts to pay within 120 days from date of submission of bills (if found error-free) in respective Dept., unless otherwise provided for in this contract.

j) Any dispute regarding payment must be raised within 90 days from the date of settlement of relevant bills failing which the same will not be entertained.

k) Details of the Corporation for the purpose of Tax Invoice is as follows: Name: THE SHIPPING CORPORATION OF INDIA LIMITED Address: SHIPPING HOUSE, 245, MADAME CAMA ROAD, NARIMAN POINT, MUMBAI – 400021 GST Enrollment Provisional ID: 27AAACT1524F1ZQ GST ARN No. allotted at the time of submission: AA271216000423S PAN No. : AAACT1524F

l) Tax charged in respect of supply shall be reimbursed only if it has been actually paid to the Government by the Contractor and same should reflect in GSTR of the Contractor.

m) Bills for non-contract items should be submitted separately duly supported by copy of the Corporation’s approval for such items, quantity and rates.

32. GST TAX CLAUSE :

CONTRACTOR, unless specified otherwise in the CONTRACT, shall bear all tax liabilities, duties, Govt. levies etc. including Goods and service tax, VAT, Customs duty, Corporate and personnel taxes levied or imposed on the CONTRACTOR on account of payments received by it from the CORPORATION for the work done under this CONTRACT. It shall be the responsibility of the CONTRACTOR to submit to the concerned Indian authorities, the returns and all other concerned

documents required for this purpose and to comply in all respects with the requirements of

the laws in this regard, in time.

21

CONTRACTOR shall provide all the necessary certificates / documents for enabling CORPORATION to avail Input tax credit including CENVAT credit benefits in respect of the payments of VAT, GST etc. which are payable against the CONTRACT. The CONTRACTOR should provide tax invoice issued under respective State VAT Act for VAT separately for the indigenous goods and tax invoice as per tax invoice, credit and debit notes rules under Goods and Service Tax regime. Payment towards the components ofVAT, GSTetc shall be released by CORPORATION only against appropriate documents i.e. tax invoice/Bill of entry for availing input tax credit including CENVAT credit (as applicable).

The tax invoices as required by above provisions/rules should invariably contain the requisite particulars including:-

(i) Name, Address and the Registration Number (under the relevant Tax Laws & Tax Rules) of the supplier (Contractor) (ii) Name, Address and the Registration Number (under the relevant Tax laws & Tax Rules) of the CORPORATION. (iii) Description, Classification and Value of taxable service / goods and the amount of applicable tax (i.e. GST/VAT – separately indicating any Cess, wherever applicable) (iv) Description of HSN (Harmonized System of Nomenclature)/SAC(Service Account Code) for Goods/Services under applicable tax laws. (v) Invoice to be submitted within 5 working days by the contractor to enable SCI to settle in time and avail the input tax credits. Contractors also are required to file the details of invoices raised in the GSTN Network as per the time prescribed by GST Law.

Any loss or non-availability of input tax credit by the CORPORATION due to non-e of applicable tax laws including but not limited to GST laws in force or otherwise, on the part of CONTRACTOR, an amount equivalent to the liability accruing to the CORPORATION to the extent of such loss or non-availability of credit forming part of liability accrued shall either stand cancelled or deducted from payment due to the CONTRACTOR or shall be reimbursed from the CONTRACTOR till such default is either rectified or made good by the CONTRACTOR and the CORPORATION is satisfied that it is in a position to claim valid input tax credit within the time-lines as per applicable laws. Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the CORPORATION at any point of time on account of non-compliance of applicable tax laws or rules or regulations thereof or otherwise due to default on the part of CONTRACTOR shall be borne by the CONTRACTOR. An amount equivalent to such cost, liability, dues, penalty, fees and interest as the case may be shall be reimbursed by the CONTRACTOR within 5 days from the date of such payment by CORPORATION. Any GST as may be applicable on such recovery of amount shall also be borne by CONTRACTOR and same shall be collected by the CORPORATION. In the event of introduction of any new legislation or any change or amendment or enforcement of any act or law, rules or regulations of Government of India or state Government(s) or Public Body which becomes effective after the date of submission of price bid or revised price bid, if any, for this CONTRACT and which results in increased cost of the goods/services under the CONTRACT through increased liability of taxes, (other than personnel and Corporate taxes), duties, the CONTRACTOR(“Vendor of SCI”) shall be indemnified for any such increased cost by the CORPORATION(“SCI”) subject to the production of documentary proof to the satisfaction of the CORPORATION to the extent which directly is attributable to such introduction of new legislation or change or amendment as mentioned above and adjudication.

22

Similarly, in the event of introduction of new legislation or any change or amendment or nt of any Act or Law, rules or regulations of Government of India or State Government(s) or Public Body which becomes effective after the date of submission of price bid or revised price bid, if any, for this CONTRACT and which results in any decrease in the cost of the goods/services through reduced liability of taxes, (other than personnel and Corporate taxes) duties or increase in eligibility of input tax credit, the CONTRACTOR shall pass on the benefits of such reduced cost, taxes or duties to the CORPORATION, to the extent which is directly attributable to such introduction of new legislation or change or amendment as mentioned above. In order to ascertain the net impact of the revisions / enactment of various provisions of taxes/ duties, the CONTRACTOR is liable to provide details of each of the input/input services used in relation to providing goods/services to the CORPORATION including estimated monthly value of input/ input service and tax amount as applicable.

33. The Shipping Corporation of India Ltd., reserves the right to reject any or all tenders without assigning any reason thereof and is not bound to accept the lowest.

34. If there is a change in the bidder's firm arising out of:

i) merging with some other company or ii) collaboration with some other company or

iii) for any other reason or, if any change takes place in the proprietorship or partnership of the bidder's firm, the Corporation should be intimated immediately of such changes, failing which all payments will be withheld and the Corporation may terminate the contract as may be deemed necessary in view of the changed/altered scenario. Whatever be the reason of changes, the subject contract would be served by the new company at the same rates, terms and conditions laid down herein. The change will be subject to MTI Management approval, after examining the legal/contractual aspects and all papers/documents that the bidder may be required to produce in that connection.

35. RISK PURCHASE CLAUSE: If at any time during the currency of the contract it is observed by the MTI that (a) supplies/services are not provided in time or short supplies have been effected,

and/or (b) the bidder’s services are found unsatisfactory,

and/or (c) supplies do not conform to the quality/specifications indicated in the contract,

and/or (d) the quality / utility of the items supplied is found to deteriorate abnormally, Then in that event MTI will be at liberty to obtain the services/material covered under this contract from alternative source(s) at Bidder’s risk and cost including invoking/resorting to apply any other clause of this tender document 36. Banning Policy & Guidelines:- The Bidder shall submit the tender along with the ‘Policy and Guidelines for Removal/ Suspension/Banning of Entities’issued along with the tender document, duly signed on all the pages. The signed Banning Policy & Guidelines should be enclosed with the Technical offer only. Bids received without the signed Banning Policy and Guidelines, shall be rejected. 37. Penalty Clause: The MTI has the right to take the following action against the contractor, without prejudice to

any of its rights, including the right to claim damages, if incase:- a) Involved in wrongful billing:-

23

i) To issue a warning letter for first contravention and recover the excess amount billed. ii) On second contravention, to recover the excess amount billed and impose additional penalty of sum of

money to the extent of wrongful billed amount. ii) On the next occasion of such wrongful billing, may terminate the contract forthwith and forfeit the Security

Deposit and/or Performance Guarantee Amount. Further, the MTI reserves the right to initiate action against the contractor as per banning Policy & Guidelines of MTI.

b) Not supplying services/goods as per the provisions of the contract:-

i) For the First Contravention, depending on the gravity of the contravention/offence, a warning letter will be issued.

ii) For the Second Contravention, a monetary penalty will be imposed equal to 1% of annual contract value. This is to be paid by way of bank demand draft for the said amount, drawn in favour of “the Shipping Corporation of India Ltd.”, payable at “Mumbai”. Alternatively, this amount will be deducted from bills payable to the contractor / Security Deposit / Performance Guarantee submitted by him.

iii) For the Third Contravention, the contract would be terminated and the Security Deposit and/or Performance guarantee would be forfeited. Further, MTI reserves the right to initiate action against the contractor as per banning Guidelines of the MTI.

38. The Contractor shall not assign the contract to any other persons nor shall they sub-contract the same. The

MTI shall have the right to recover damages or losses incurred on account of such assignment or sub- contracting, in addition to the right of terminating the contract without notice.

39. Termination Clause: The MTI reserves its right to terminate the contract for any reason at its absolute discretion

including but not limited to the following: a) If the contractor is adjudicated insolvent by a competent court or files for insolvency or the contractor’s

company is ordered to be wound up by a Competent court. b) Contractor commits any material breach of the terms of this contract or any other contract with the corporation. c) If any charge sheet is filed by a competent authority of the Government against the contractor or company or

the contractor is convicted by a criminal court on grounds of moral turpitude. d) If the contractor is found involved in wrongful billing. In addition, wrongful billing shall also result in the

contractor being debarred from participating in any SCI tender for next three years. e) In the event of unsatisfactory service or failure on the part of contractor(s) at any time, to carry out the terms and

conditions of the contract to the satisfaction of the corporation, of which the corporation shall be the sole judge, the Corporation has the right to forthwith terminate the contract.

40. It is clearly understood by the contractor that if any charge-sheet is filed by a competent authority of the

Government against the contractor, the contractor is obliged to notify the Corporation within fifteen days of filing of the charge-sheet. Failure to do so shall result in forfeiture of all payments due to him for supplies made after the date of the filing of the charge-sheet.

41. DISPUTE RESOLUTION :- If any dispute, difference, question or disagreement arises between the parties hereto or

their respective representatives or assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties are unable to settle mutually, the same may first be referred to conciliation through Outside Expert Committee (“OEC”) to be constituted by CMD, SCI as provided hereunder: a) The party desirous of resorting to conciliation shall send a notice of 30 (thirty) days to the other party of its

intention of referring the dispute for resolution through OEC. The notice invoking conciliation shall specify all the points of disputes with details of the amount claimed to be referred to OEC and the party concerned shall not raise any new issue thereafter.

24

b) CMD, SCI shall nominate three outside experts, one each from Financial/Commercial, Technical and Legal fields from the Panel of Outside Experts maintained by SCI who shall together be referred to as OEC (Outside Experts Committee).

c) Parties shall not claim any interest on claims/counterclaims from the date of notice invoking conciliation till execution of settlement agreement, if so arrived at. In case, parties are unable to reach a settlement, no interest shall be claimed by either party for the period from the date of notice invoking conciliation till the date of OEC recommendations in any further proceeding.

d) The Proceedings of the OEC shall be broadly governed by Part III of the Arbitration and Conciliation Act, 1996 including any modifications thereof.

e) OEC shall hear both the parties and recommend possible terms of settlement between the parties. The recommendations of OEC shall be non-binding and the parties may decide to accept or not to accept the same. Parties shall be at liberty to accept the OEC recommendation with any modification they may deem fit.

f) Where recommendations are acceptable to both the parties, a settlement agreement will be drawn up in terms of the OEC recommendations or with such modifications as may be agreed upon by the parties. The settlement agreement shall be signed by both the parties and authenticated by all the OEC members either in person or through circulation. This settlement agreement shall have the same legal status and effect as that of an arbitration award on agreed terms on the substance of the dispute rendered by an arbitral tribunal under Section 30 of the Arbitration and Conciliation Act, 1996.

g) The parties shall keep confidential all matters relating to the conciliation proceedings. Confidentiality shall extend also to the settlement agreement, except where its disclosure is necessary for purposes of implementation and enforcement.

h) The parties shall not rely upon or introduce as evidence in any further arbitral or judicial proceedings, whether or not such proceedings relate to the dispute that is the subject of the conciliation proceedings, i) Views expressed or suggestions made by the other party in respect of a possible settlement of the dispute; ii) Admissions made by the other party in the course of the OEC proceedings; iii) Proposals made by the OEC; vi) The fact that the other party had indicated his willingness to accept a proposal for settlement made by the

OEC.

i) The parties shall present their case before OEC only through their in-house executives. Neither party shall be represented by a lawyer unless OEC specifically desires that some issue of legal nature is in dispute that needs to be clarified / interpreted by a lawyer.

j) OEC members shall be entitled to benefits in respect of travelling, lodging etc. as per the existing policy of SCI.

k) All the expenditure incurred in the OEC proceedings shall be shared by the parties in equal proportion. The parties shall maintain account of expenditure and present to the other for the purpose of sharing on conclusion of the OEC proceedings.

l) If the parties are not able to resolve the dispute through OEC or do not opt for conciliation through OEC, the party may invoke arbitration clause as provided in the contract.

42. EXIT CLAUSE: The Corporation at its sole discretion can terminate the contract without assigning any reason whatsoever by giving 30 days notice to the contractor.

43. JURISDICTION: The agreement including all matters connected with this contract shall be governed by the Indian law both substantive and procedural, for the time being in force and shall be subject to the exclusive jurisdiction of Indian Court at Mumbai.

44. ACCEPTANCE: With regard to various terms and conditions of the contract incorporated herein, the contractor solemnly affirms acceptance of these terms and conditions having gone through these carefully and fully understanding the meaning and implications thereof.

25

45. EMPLOYMENT OF WORKERS: It has to be clearly understood by the Bidder/s that the award of contract, if any, against this tender shall be for a limited period as would be specified in the contract letter. The workers employed by the Bidder/s to perform the contract if awarded, shall be the employees of the Bidder/s and the Bidder/s alone shall be liable to pay the wages and all other payments as may be due to the workers and the Corporation shall in no way be liable for the same. The Bidder/s shall also comply with all the provisions under the laws of the land pertaining to his/ their workers and their employment for the purpose of performing the contract if so awarded against this tender and the Bidder/s shall also indemnify the Corporation for any claims whatsoever made by such workers against the Corporation in that behalf.

46. WAIVER: It shall always be open to the Corporation by written communication to the Contractor to waive in whole

or part any right or the enforcement of any right or remedy which the Corporation may have against the Contractor or of any obligations which the Contractor may have hereunder, provided always that: i) No waiver shall be presumed or inferred unless made in a written communication addressed by the Corporation

to the Contractor and specifically communicated as a Waiver; ii) No waiver of any right or part of any right on one occasion shall be deemed to be a waiver or abandonment of

that right for all occasions with the intent that a waiver once given shall be limited to the specific waiver and shall be without prejudice to the right of the to insist upon the strict adherence of the attendant obligations of the Contractor and/or the future enforcement of the right by the Corporation in respect of the same and/or any other dependent obligation.

47. INDEMNITY: The Contractor shall defend, indemnify and hold the Corporation harmless from any liability or

penalty, which may be imposed by the Central, State or Local Authorities by reason of any violation by the Contractor /his employees of such Laws, regulations or requirements, and also from all claims, suits arising out of or by reason of the work provided by this contract, including any liability that may arise out of accident, whether by the employees of the Contractor or by third party. The Contractor shall also indemnify the Corporation and every member, officer and employee of the Corporation against all actions, proceedings, claims, costs and expenses whatsoever in respect of or arising out of any failure by the Contractor in the performance of his obligations under this contract.

48. FORCE MAJEURE : In the event of either party being rendered unable by Force Majeure to perform any obligation

required to be performed by them under this Agreement, the relative obligation of the party affected by such Force Majeure shall, upon notification to the other party be suspended for the period during which such cause lasts. The term “Force Majeure” as employed herein shall mean Act of God, Pandemic , floods, tempest, war, civil riot, fire and Acts, Rules and Regulations of respective government of the two parties namely Corporation and the Contractor, directly effecting the performance of the Contract. Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing within seventy-two hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim. The Contractor shall not be entitled to claim compensation for any loss or damage sustained by the Contractor by virtue of any suspension as aforesaid notwithstanding that consequent upon such suspension the machinery, equipment and/or labour of the Contractor.

Time for performance of the relative obligation suspended by the Force Majeure, shall then stand extended by the period for which such cause lasts. If deliveries are suspended by force-majeure conditions lasting for more than 60 days, the purchaser (Corporation) shall have the option of cancelling the contract in whole or part, without financial consequences to or entitlement in either party resultant upon such cancellation, which will operate as a discharge of all future obligations under the contract, but without any rights or obligations arising out of any antecedent breach.

26

49. VALIDITY:

a) The rates given in tender should be valid for acceptance by the Corporation up to SIX MONTHS from the due date. In case processing / acceptance of the tender takes more than six months, the Bidder who wishes to withdraw his Price Offer, shall have to write to the Corporation within a week of expiry of SIX MONTHS withdrawing his Price Offer, else the rate will hold valid till the tender finalization.

b) In case the Bidder increases its Price Offer during the validity of the quotation, the tender would be liable to be rejected.

50. DISQUALIFICATION: The tender is liable to be disqualified if:

(a) Not submitted in accordance with terms and conditions of the Tender. (b) Not fulfilling the essential / eligibility criteria mentioned at Part I , Section II. (c) During validity of the quotation period or its extended period, if any, the tenderer increases

his quoted prices. (d) Not accompanied by Tender Fee and / or Earnest Money Deposit. (e) The tenderer qualifies the Tender with his own conditions. (f) Received in incomplete form including Part II - Price Offer. (g) Received after due date and time. (h) Information submitted in Technical Offer is found to be incorrect or false or inconsistent at

any time during the processing of the tender (no matter at what stage) or during the tenure of the contract including the extension period, if any.

(i) Successful tenderer qualifies the letter of acceptance of the contract with his conditions. (j) The tenderer is found to be in arrears or default with regard to payment of dues to other

concerned local Government agencies. (k) Multiple tenders being submitted by one tenderer or if common interests are found in two or

more tenderers, all the tenderers are liable to be disqualified. (l) While processing the tender documents, if it comes to the knowledge of the Corporation that

some of the tenderers have formed a cartel resulting in delay / holding up the processing of tender, the tenderers involved in cartel are liable to be disqualified for this

contract as well as for a further period of two years. (m) The tenderer submits an incomplete Integrity Pact Document (including Banning Guidelines) or

the Integrity Pact document (including Banning Guidelines) is not signed at all or is not signed by a signatory authorized to sign on behalf of the Chief Executive Officer of the Company.

(n) The tenderer is found to be financially unsound i.e. not having positive net worth on the basis of the audited Balance Sheet / P&L A/C for FY 2019-20 submitted with the tender.

(o) Canvassing in any form shall lead to disqualification.

51. LOCAL ENACTMENTS : The bidder shall carry out and complete the works in conformity with the laws, regulations, rules, stipulations or requisitions of any local authorities concerned such as Municipal Authority, the Collector, the Government of Maharashtra, Central Labour Commissioner, Fire Brigade etc. The contractor shall indemnify the Corporation in respect of due fulfilment of such enactments concerning the execution of works as applicable from time to time and shall undertake to pay all losses, fines, fees etc., if any, occasioned due to infringement of the rules.

52. The Principal (Maritime Training Institute) or his representative shall have the right to deduct from the money due

to the Contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-payment of the aforesaid fair wages except on account of any deductions that may be permissible under any law for the time being in force.

53. The bidder shall be responsible for implementation of all Acts / Regulations enacted by the State / Central

Government / any other appropriate authorities.

27

54. If at any time it is observed that specified number of workers are not present in a particular month or the output /maintenance performance of the workers is not satisfactory, the payment will be deducted pro-rata from the monthly bills of the contractor, at the discretion of the Principal (Maritime Training Institute).

55. The bidder has to separately submit the list of tools and equipments that the contractor proposes to use for the

various types of work/works required to be carried out and get approved from the Corporation before using them. The Corporation may, if thought fit, instructs the contractor to obtain at his own cost, for the purpose of carrying out Maintenance Work, any tools and equipments which the Corporation may deem fit as required and the bidder will then have to procure the same and get approval from the Corporation, before using the same.

56. No staff of the contractor would be allotted any residential accommodation by the contractor or by the Corporation,

under any circumstances within the SCI-MTI premises. 57. The Bidder shall not assign the contract to any other persons nor shall they sub-contract the same. The SCI-MTI

shall have the right to recover damages or losses incurred on account of such assignment or sub-contracting, in addition to the right of terminating the contract without notice.

Place: Name & Signature of the Bidder Date: With Rubber stamp of the firm .

--------------------------------Section IV of Part I ends here ---------------------------------

28

29

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai. SCOPE OF SERVICE & PROCEDURE FOR SUBMISSION OF MONTHLY INVOICE FOR RELEASE OF PAYMENT.

1 SCOPE OF SERVICE : -

a) The Contractor shall maintain punctuality of workers so as to ensure timely completion of

cleaning / housekeeping job daily and shall be responsible for maintaining cleanliness in all

the office premises mentioned in the Tender Document.

b) The works shall be carried out as per the instructions of authorized officials of SCI-MTI and

the standards/benchmark of conditions and specifications of housekeeping service industry

shall be maintained

c) The Contractor should keep the usage of the water and electricity to a reasonable level. If it

is found that water and electricity are not used properly and involves a lot of wastage, the

SCI-MTI reserves the right/option to levy charges/penalty on the Contractor.

d) Cleanliness is the essence of this contract. The Contractor has to ensure cleanliness at

all times and as per Schedule and time limits finalized by SCI-MTI and/or given in this

Agreement.

e) All the cleaning material e.g. brooms, detergents, dusters, Acid, Detergent Powder, Phenyl,

Colin, Harpic, Acid, Polish, towels etc. for providing and cleaning, sweeping, Scrubbing,

washing etc. will be arranged and provided by the Contractor as per the Schedule/frequency

mentioned in the tender document. The approved list of material is attached as Annexure-

III.

f) It will be the responsibility of the Contractor to switch on and off lights, fans, AC, TV

etc. as may be prescribed and as required for SCI-MTI functioning.

g) The Contractor will have to work in co-ordination with the Security Guards deputed by the

SCI-MTI with respect to locking and un-locking of rooms.

h) It will be the responsibility of the Contractor to store the materials for housekeeping properly

in the space provided by the SCI-MTI. The security of such material will be the sole

responsibility of the Contractors. The Contractor will maintain record of usage of all the

material on daily basis and get it verified from the SCI-MTI’s employee deputed/authorized

by SCI-MTI on daily basis.

PART-I

SECTION-V

30

i) Contractor workers shall be shift furniture items as and when required.

j) The contractor shall ensure that Garbage / Waste collected in garbage bags / bins from

various floors in the building are disposed off with the BMC.

k) In addition to the routine work, contractor have to clean overhead water storage tanks at

terrace of the buildings/ underground tanks as per the work frequency chart. Also cleaning

work of Life Boat’s exterior part ,davit and embarkation platform near the Sagar Gyan Lake .

If additional manpower required same shall be provided by contractor as and when required.

l) On termination of the contract, the Contractor shall hand over peaceful possession of

the SCI-MTI premises together with fixtures and articles therein in good condition.

m) All the equipments/tools/machines for polishing/scrubbing/cleaning of floors, dry- cleaning of chairs/carpets/sofa sets etc. and tools/ equipment’s required for carrying

out the housekeeping and sanitary maintenance works shall be supplied and maintained

by Contractors at site and the cost of which to be included in monthly charge as per rate

clause 4.0. It should include the cost of supply and maintenance of equipments /

machines for housekeeping and cleaning jobs.

n) The Contractor has to ensure proper cleanliness of all bath-rooms, proper functioning of

sanitary fittings and cleanliness of all waste/sewage pipe-lines and ensure that there is no

blockage.

o) To maintain the Complaint, register for any problem reported by employees/officers/visitor

and ensure that the complaint is attended immediately.

p) Preparation of Check-list of all the work to be done under the Contract on daily basis, get it

verified/checked from the authorized employee/officer deputed by SCI-MTI (twice daily–

Morning Session and After Lunch Session) and to submit report to the designated

officer for information on daily basis by 10.30 AM and 2.30 PM while maintaining a copy

with themselves for record and verification.

q) Contractor shall provide the services as per below schedule:-

i) Area details of buildings where housekeeping service shall be provided:-

SR.NO. B U I L D I N G S. APPROXIMATE BUILT

UP AREA IN SQ.FT.

A Gate and Pump House – Ground floor. 2500

B Sagar Gyan – Ground + 1st floor + 2nd floor. 69375.00

C Fire Fighting Complex – Ground + 1st floor. 10354.32

D Essential Block – Ground Floor. 2966.88

e * Residential Quarters Type “D1” – Ground + 1st floor. 7629.52

31

f * Residential Quarters Type “D2” – Ground + 1st floor. 7629.52

g *

Residential Quarters Type “A” – Ground + 1st floor +

2nd floor. 1568.74

h * Residential Quarters Type “B” – Ground + 1st floor. 5942.08

I Auditorium & Planetarium – Ground floor 7192.50

J Data Centre – Ground + 1st floor. 9263.61

K Electric Sub-station -Ground floor. 2723.16

L MTI roads running length in Kms are approximately 3.25 M

NOTE :- * House keeping service at Sr. No. e, f, g & h are only at corridors, stair case, parking, terrace area , plinth area 3 mts. around the building & inspection chambers / manhole etc.

ii) FREQUENCY CHART FOR COSMETIC MAINTENANCE AND GENERAL UPKEEP.

SR.NO. FREQUENCY. A C T I V I T Y.

1 Daily a)Upkeeping of the classrooms, workshop, lobbies, offices, lounges, stores,

spaces, ash trays, all courtyards including those of residential quarters and

disposing non degradable material from MTI premises to BMC garbage bins and

plants material in compost pits. Cosmetic Maintenance of

cemented/uncemented areas up to 3 meters all around each building.

b) Upkeeping of corridors, ramps on sides, floor areas of each buildings and

disposing of garbage.

c) Upkeeping of entire floor area of lobbies, entrance/exits including steps,

staircase, flooring, prominent, reception lobby including porch, store spaces,

balconies. Terraces are to be broomed / washed, plant growth on buildings to be

removed, walls to be cleaned.

d) Upkeeping of sanitary fittings and fixtures such as geysers, hand dryers,

exhaust fans, workshop machines (external portion only) wash basins, W.Cs,

Urinals, marble partition, W.C seats, taps, cisterns, mirrors, soap containers,

toilet paper stands, towel rods, pipelines, bottle traps, toilet requisite

racks/cupboards in the toilets etc. Thorough washing up keeping wiping dry of

glazed tiles in wash places/toilets, on floors area and wall sides, plastic buckets

and mugs etc.

e) Upkeeping /cleaning of Black/ white Boards and its stands, dais and all tables

and chairs, ship models and other models/equipments. Also adjusting/shifting/

rearranging classrooms tables and chairs as required.

f)Upkeeping of doormats/changing door mats and washing of carpets and floor

mating.

g)Adjusting/draping of curtains. All curtains to be constantly attended and

draped neatly and hanging properly from their hooks.

h) Up keeping of water dispenser, removing empty bottle loading bottle /

coolers and their trays and glasses.

32

i) Replenishment of toilet paper rolls as required. To ensure that besides one roll in

use, one spare roll is kept in each toilet as a standby.

j) Handling of SCI stores will be done by the contractors men, receiving, storing

and to and fro movements as directed by the Housekeeping Officer.

k) Upkeeping of walk way around Sagar Gyan lake. chequered approach

passageway around lake, tiled entrance area, exits of Auditorium and area of passage

way around lake.

l) Upkeeping by brooming roads, car parks, cemented approach to electrical

substation. Keep such areas free of accumulation of water.

2 Weekly a. Upkeeping of terraces roofs and keep roof drains free of debris etc.

b. Upkeeping and Polishing of bathroom fittings, soap containers, towel rods, taps,

pipes etc., aluminum doors and windows with frames, door handles, door closures,

latches hooks, with approved solution., exhaust fans, AC units ducting, piping and

clearing cobwebs from ceilings on each floor, lamp shades, fan body and blades.

c. Upkeeping of storm water drains / gratings by flushing with water/chemicals and

removing the waste matter in MTI Campus and to ensure no plant growth rising on

concrete.

d. Upkeeping of balconies, cemented areas around the buildings and mopping of

workshop at Sagar Gyan. The Boat Jetty including the embarkation platform, exterior

of Boat and Davit.

e. Upkeeping auditorium , planetarium and exhibition hall from inside including

wooden stage, audience chairs, carpets, marble flooring, carpet etc.

3 Monthly a). Ship models, sofa, curtains, area under the dice to be cleaned by vacuum cleaner.

b). Upkeep of Agra red stone/chequered tiles at Sagar Gyan, Promenade, lake round

passageway, outside steps leading to promenade from campus road, auditorium/

administrative block, decorative pebble stones, chajjas, terraces with high pressure

soap water solution by using high pressure jet machine.

c) Upkeeping of walls, doors, windows, columns, pillars, including grills, louvers,

ventilators (internally and externally).

. d) Upkeeping of all glass panes with cleansing agent both from inside and outside.

e) Upkeeping of class room, office, corridor, bathroom floor including tiles area by

polishing machine by cleaning Agents.

4 Quarterly 1.Removing and fitting back of curtains of all classrooms and offices after laundering

in all buildings etc.

2. Sofas to be cleaned with dry / wet vacuum cleaner and soap water .

3.Thorough internal and external up keeping of overhead (terrace) water storage

tanks of buildings, making them free of moss and sludge.

4.Upkeeping cemented walkway and storm water drains along the boundary walls

and keeping them free of any plant growth.

33

NOTE : (1) In addition to the above jobs, the SCI-MTI may assign any work with relation to

housekeeping of the office premises not mentioned specifically in the above table.

Particularly during monsoon and VIP visits.

Frequency and timing of the work can be altered at the discretion of the SCI-MTI looking into

the needs and quantity of work.

2. General Instructions:-

a) Shifting of potted plants in and outside the buildings as required from time to time.

b) Upkeeping/Arranging store rooms (Besides up keeping store rooms) as and when required.

In case of breakdown of Vacuum cleaners or Floor Polishing Machines, up keeping work shall be carried

out manually by contractor’s workers without any extra cost.

The above works are only for guidance. However, the bidders may inspect the premises of MTI before

submission of their bid for assessing the scope of work. Any other works not specified above, which are

required to be carried out as per good up keeping norms would be undertaken by the contractor without

any extra cost.

In order to achieve a high standard of cleaning & housekeeping, if required, more number of personnel than the minimum number of personnel can be deployed with the permission of officer in charge. . The minimum number of personnel required to be deployed (i.e. housekeeper ) have to be physically deployed on every day basis and therefore any personnel required to be deployed for taking care of Leave Reserve & Rest givers etc. have to be additionally provided by the Service Provider as per the Statutory norms or rules etc. as applicable. Supervisor shall be deployed exclusively for overall monitoring and improvement of the entire job, to take instructions from Officer in Charge. The service provider shall arrange for necessary documentation of record & billing etc. on its own cost. The personnel should be smartly dressed in neat and clean uniforms having Corporation’s logo. The uniforms and Personal Protective Equipment (e.g. Shoes, helmet, gloves, goggles etc.) should be provided by the Service Provider. The color of uniforms shall be finalized with the approval of the Admin I/C MTI. As per requirement of the job, the Housekeeping personnel if necessary may have to stay beyond normal duty hours or may have to be deployed on holidays or weekly off. Service Provider shall pay the overtime and claim reimbursement from the monthly bill. Whenever meetings in the Conference rooms or any event take place, the Service Provider has to ensure that the services are provided till the meeting/event is over. Other Deep cleanings shall be done on Saturdays . The Service Provider will arrange all machineries / equipment etc. of approved quality / branded required for rendering these services at his own cost and retract the same on the expiry of the contract.

34

Service provider shall provide mobile phone number of Supervisor for necessary communication and shall ensure that number are always active & available during the contract period. Service provider shall take insurance policy equivalent to compensation admissible under Employees Compensation Act 1923 (in addition to ESIC) for its personnel for any accident arising out of or in connection with discharge of their duties. Break-Up of Wages as applicable to Workmen :

BASIC PAY as per Notifications of Govt. of India (CLC) PROVIDENT FUND (13 %) of Basic Pay ESIC (3.25%) {Basic Pay + Bonus * 3.25 / 100}} BONUS (8.33%) as per Payment of Bonus Act, 1965 of Rs. 7,000/- or the minimum wage for the

scheduled employment, as fixed by the appropriate Government, whichever is higher or as applicable from time-to-time

GROSS LEAVE SALARY MONTHLY WAGES (Basic Pay, PF, ESIC, Bonus & Leave Salary)

01. Workmen shall be entitled to increase in minimum wage rates by Labour Department,

02. Office if the Chief Labour commissioner (C) recommendations on six monthly basis and increase in minimum wages along with other statutory payments shall be reimbursed by the Company to Agency.

03. The wages as stated above has to be paid by the Service Provider to their employees engaged for providing the services.

04. The Service Provider shall arrange to recover PF/ ESIC from their employees on applicable.

05. Rates and deposit to Government/appropriate authorities.

06. Contractor shall provide 21+4 leaves per annum to each workmen and leave salary shall be calculated as (Basic Pay X 2.5 / 26).

07. Leave/Leave salary shall be permissible to the workmen as and when applied by.

08. Workmen with the basic pay applicable on date of application.

3. AREAS FOR COSMETIC MAINTENANCE AND GENERAL UPKEEPING

a) Main Gate and Pump House:- Terrace, glass panes, toilet and plinth area 3 meters around the

building & inspection chambers/ manhole etc.

b) Staff Quarters A, B, D1 & D2 Block: - Terrace, overhead water tanks from inside and outside,

toilets, unoccupied flats, staircases, stilt, plinth area 3 mts. Around the building & inspection

chambers// manhole etc.

c) Essential Block Building : -Terrace, overhead water tanks, toilets (3 blocks), rooms, stores, internal

courtyard including cement gutter and plinth area 3 mts., around the building.

d) Auditorium & Planetarium : Terrace, overhead water tanks, toilets, wooden stage, audience

chairs, carpets, marble flooring, checked tiles at entrance, parking area plinth area 3 mts., around

the building.

35

e) Data Center : Terrace, including overhead water tanks, staircases, toilets, rooms, office furniture

/ fixtures, passage, internal courtyard including cemented gutter around, chequered tiled

approach to the building, car parking area, plinth area 3 mts., around the building & inspection

chambers/ manhole etc.

f) Worker's Toilet and Common Wash Place : - Cleaning of Roof, walls, toilets near data centre &

common wash place, inspection chambers/ manhole etc.

g) Sagar Gyan : Ground Floor, 1st Floor, 2nd Floor, Terrace including overhead water tanks, staircases,

toilets, water coolers, game room, classrooms including black boards, platforms, tables and chairs,

offices including all furniture and fixtures in them, workshop including its walls and ceiling and

models in it, promenade spaces, Agra stone steps leading to lake, pathway all around the lake,

store rooms, steps leading to road from promenade, approach roads to porch, chequered tiles in

porch, decorative pebbles, pots of potted plants, two internal courtyards including cemented

gutter around pillars, car parking area. Area 3 mtr around the building & inspection chambers/grit

chambers

h) Electric Sub-station : Terrace, cable drains, car parking area, plinth area 3 mts., around the

building & inspection chambers/manhole etc.

i) Fire Fighting Complex : Terrace, overhead water tank, staircases, passages, toilets, blowers,

lounges, gymnasium, change rooms, store rooms, offices, including furniture and fixtures,

classrooms including black boards, platforms, tables and chairs, water cooler, approach roads to

FFC buildings, plinth area 3 mts. around buildings & inspection chambers/manhole etc.

j) Roads in the MTI Campus : Roads joining Adi Shankaracharya Marg and Main Gate of MTI, all

roads in the MTI campus, approach roads to all buildings in the MTI Campus, footpaths, walkways

and a distance up to 3 mts. On either side of the road including regular cleaning of gutters and

storm drains. Even if there is no concrete road or pathway then passage about one meter is to be

kept clear at all times. Upkeeping of a distance up to 3 mts., mentioned as above includes

removal of grass and wild plant growth, if any.

k) All workshops in Sagar Gyan : Water coolers, physics laboratory, nautical lab (carpentry,

plumbing, work place) chemistry laboratory platforms, electronics & electrical lab tables and

chairs, offices including all furniture and fixtures in the workshop, classrooms including black

boards, including its walls and ceiling including wash basins & inspection chambers/manhole etc.

l) Miscellaneous Maintenance / repairs Jobs of carpentry and plumbing in nature at offices,

classrooms, hostels and other buildings within MTI Campus:-

At least one Carpenter and one Plumber shall be available during working hours with adequate

helpers in order to provide carpentry and plumbing services. Jobs are of nature like fixing of

classroom tables, chair and various minor repairs in the buildings and sanitary fittings up keeping

and routine checkup work, laying pipe line, fixing faulty tap etc., which will be monitored by

Contractors representative on instruction of SCI-MTI officer.

36

All material supplied by contractor to be of approved brands and quantity has to be reimbursed as per

Rate Clause No. 4.0 of Part-I / Section IV on monthly basis.

It is also necessary to supply machines and keep all machines in working condition, if it is out of order then

same shall be replaced within 48 hrs.

COSMETIC MAINTENANCE CLEANING MATERIAL - TABLE NO. 1

SR.

NO. MATERIAL NAME.

ESTIMATED QUANTITY

REQUIRED PER MONTH. UNIT.

1 Liquid Soap (For hand wash) concentrated (Taski) 30 Lit.

2 Acid (Dilute) 10 Lit

3 Phenyl 50 Lit

4 Metal polish, 250 Grm

5 Wooden polish 250 Grm

6 Bleaching Powder 10 Kg

7 Polishing wax 250 Grm

8 Rubbing compound (brush) 20 Nos.

9 Dusting Clothes 36 Nos.

10 Glass Cloth 24 Nos.

11 Swaps 36 Nos.

12 Liquid sprays & long handle brooms 12 Nos.

13 Urinal Screen 50 Nos

14 Brushes (nylon with wooden handle) 20 Nos.

15 Broom( soft) 20 Nos.

16 Broom( hard) 20 Nos.

17 Toilet Brush 25 Nos.

18 Wiper with Handle (Commercial) 24 Nos.

19 Dust pans 24 Nos

20 Polythene Bag Small 60 Nos

21 Polythene Bag Big 60 Nos

22 Brush with Long Handle 24 Nos.

23 Squeezes 5 Nos.

24 Mops 12 Nos

25 Naphthalene balls 4 Kgs.

26 Odonil 36 Pkts

27 Room Air Fresher 12 Nos.

37

28 Toilet Paper Rolls 60 Nos.

ESTIMATED QUANTITY

REQUIRED QUARTERLY

29 Polishing wax to be used for general up keeping

etc. 10 Lot

30 Dust Bin ( 100 Ltr for collecting Dry Garbage) 12 Nos.

31 Dust Bin (6 to 10 Ltr) 24 Nos.

32 Bucket 36 Nos.

33 Mug 36 Nos.

ESTIMATED QUANTITY

REQUIRED HALF YEARLY.

34 Hose pipe 3/4" Dia 200 Rft. 1 No.

35 Toilet Door Mats 24 Nos.

36 Door Mats 36 Nos.

E Q U I P M E N T - T A B L E N O. 2

SR.

NO.

MATERIAL NAME. ESTIMATED QUANTITY

REQUIRED.

UNIT.

1 Sickle 10 (Half Yearly)) Nos.

2 Scrappers 5 (During the contract period) Nos.

3 Vacuum Cleaner wet & dry machine

(electrically operated) 1 (During the contract period) No.

4 Floor polishing machine –single disc (electrically

operated) 2 (During the contract period) Nos.

5 High pressure jet machine (electrically operated) 1 (During the contract period) No

6 Safety Belt 6 (During the contract period) Nos.

7 Tool box & tools for carpenter 1 (During the contract period) Set

8 Tool box & tools for plumber 1 (During the contract period) Set

9 Heavy duty vibrating drill machine 1 (During the contract period) No

10 Electric screw driver 1 (During the contract period) No

4. Duties of contractor are as below:-

i) Contractor shall employ and keep employed sufficient number of trustworthy experienced workers, in

order to provide uninterrupted requisite services as per the contract.

ii) Attending to welfare activities of these contract workers.

iii) Payment and liaison work with Regional Employees Provident Fund Commissioner.

iv) Payment and liaison work with Regional Employees Professional Tax Commissioner.

v) Payment and liaison work with State Welfare Fund Commissioner.

vi) Payment and liaison work with ESIC policies of contract workers.

vii) Payment of monthly wages to contract workers on or before 7th day of each month for the preceding

month as per minimum wages act & maintain a register as required by RLC

viii) Providing uniforms to the contract workers within the price quoted. (as per time schedule)

ix) Management of all services related to contract workers like attendance record, leave records, record

38

of medical facilities. Also records of various statutory benefits applicable to the contract workers which

includes, PF, bonus etc., as per central Government guide lines.

x) Maintenance of all records, registers etc. required for inspection of SCI & Govt. authorities, including

monthly attendance and leave records of the workers.

xi) In case of damage done by any worker to the property, the expenditure on repair/replacement of

property will be recovered from the Contractor.

Contractor shall quote a lump sum monthly charge for the conduct of subject jobs. Quoted lump sum

monthly work done charges shall include :-

a) Materials, overheads, cost of uniforms and shoes, and profits, etc. required for General Upkeep &

Cosmetic Maintenance at the aforementioned premises of MTI Powai. Contractor will provide stitched

uniforms, Shoes & Socks, Umbrella, etc. to all the workers / supervisors as per the directions of

Principal Employer. The Schedule for issue of these items is attached.

b) Evaluation will be based on all inclusive lump sum amount quoted for monthly service including all

duties/levies/taxes etc. (except for service tax which should be indicated separately).

2.It must be clearly understood between MTI and the contractor that the contract workers shall remain

contractor’s employees and also liability/responsibility of the contractor at all times during the period of

validity of contract and never that of the Corporation and this is the fundamental basis of this contract.

3.It is the responsibility of the contractor to make payment to his workers for carrying out duties, over

time etc. All allowances as applicable shall be paid by the contractor under Minimum Wage Act &

Payment of Wages Act as per the Central Government Rules & Regulations from time to time, including

increase in Dearness Allowance in the minimum wages of workers during the Contract period.

It would be Corporation’s sole discretion whether to consider such bidders for award of the contract. NOTE : For details, please refer to Checklist for submission of all Essential documents.

Name & Signature of the Bidder With Rubber stamp of the firm

Place : Date :

--------------------------------Section V of Part I ends here ---------------------------------

39

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai. LIST OF DOCUMENTS TO BE ATTACHED TO TECHNICAL BID.

SR.NO. DOCUMENTS TO BE ENCLOSED PLEASE TICK YES OR NO

1) COPY OF ELECTRONIC REMITTANCE Or DEMAND DRAFT OF Rs. 2,950/- (Rupees Two Thousand Nine Hundred Fifty Ony) FOR TENDER FEES

YES / NO

2) EMD RS. 1,70,000 /- ( Rupees One Lakh Seventy Thousand Only) (ELECTRONIC TRANSFER / BANK GUARANTEE / DEMAND DRAFT ATTACHED) FOR DOMESTIC SECTOR

YES / NO

3) EMD RS. 1,70,000 /- ( Rupees One Lakh Seventy Thousand Only) (ELECTRONIC TRANSFER / BANK GUARANTEE / DEMAND DRAFT ATTACHED) FOR INTERNATIONAL SECTOR

YES / NO

4) COPY OF AUDITED ANNUAL REPORTS & GENERAL ACCOUNTS, P&L ACCOUNT, BALANCE SHEET FOR THE LAST THREE YEARS ATTACHED. TURN-OVER CERTIFICATE FOR THE LAST THREE YEARS ENCLOSED. ( 2017-18, 2018-19 & 2019-20)

YES / NO

5) COPY OF PARTNERSHIP DEED OR ARTICLE & MEMORANDUM OF ASSOCIATION.

YES / NO

6) NAME AND ADDRESS PROOF OF THE AGENCY OFFICE (SELF ATTESTED) ENCLOSED.

YES / NO

7) ORGANIZATION CHART YES / NO

8) COPY OF REGISTRATION CERTIFICATE UNDER BOMBAY SHOP & ESTABLISHMENT ACT

YES / NO

9) COPY OF GST REGISTRATION CERTIFICATE ENCLOSED YES / NO

10) ORIGINAL BANKER’S CERTIFICATE YES / NO

11) COPY OF PAN CARD YES / NO

12) COPY OF CERTIFICATE FOR ESIS A/c YES / NO

13) COPY OF CERTIFICATE FOR P.F. A/c YES / NO

14) COPY OF M.S.M.E CERTIFICATE WITH UAN NO. YES / NO

15) DETAILS OF CLIENT ENCLOSED YES / NO

16) DETAILS OF PUBLIC SECTOR / GOVERNMENT ORGANIZATION / SHIPPING COMPANIES HELD AS CLIENTS. CERTIFICATE OF SATISFACTORY COMPLETION OF WORK ORDER ISSUED BY PRINCIPALS AND ATLEAST ONE COMPLETION CERTIFICATE ISSUED BY PRINCIPALS ENCLOSED.

YES / NO

17) INTEGRITY PACT SIGNED BY SAME SIGNATORY WHO SIGNS THE BID DOCUMENT.

YES / NO

18) POLICY AND GUIDELINES FOR REMOVAL/ SUSPENSION/ BANNING OF ENTITIES SIGNED BY THE SAME SIGNATORY WHO SIGNS THE BID DOCUMENT

YES / NO

N O T E : 1. Any other certificate besides the above mentioned if deemed necessary can also be enclosed. 2. All the documents should be attached on the order mentioned above. 3. All documents to be serially numbered and total number of pages indicated on Covering Letter.

-------------------------------Section VI of Part I ends here ---------------------------------

PART-I

SECTION-VI

40

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

INTEGRITY PACT AND POLICY AND GUIDELINES FOR REMOVAL / SUSPENSION / BANNING OF ENTITIES.

INTEGRITY PACT DOCUMENT.

Between The Shipping Corporation of India Limited (SCI)

hereinafter referred to as “The Principal”, and

________________________________ hereinafter referred to as “The Bidder/Contractor”.

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for _____________________________________. The Principal values full compliance with all relevant laws of the land, rules, regulations, the principles of economical use of resources, and of fairness and transparency in its relations with its Tenderer(s) and Contractor(s). In order to achieve these goals, the Principal cooperates with renowned international Non-Governmental Organization “Transparency International” (TI). The Principal will appoint Independent External Monitors (IEMs) who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: a. No employee of the Principal, personally or through family members, will in connection with the

tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person,

any material or non-material benefit which the person is not legally entitled to.

b. The Principal will, during the tender process treat all Tenderer(s) with equity and reason. The

Principal will in particular, before and during the tender process, provide to all Tenderer(s) the same

information and will not provide to any Tenderer confidential/additional information through which the

Tenderer could obtain an advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Chief Vigilance Officer and in addition can initiate disciplinary actions.

PART-I

SECTION-VII

41

Section 2 – Commitments of the Tenderer/Contractor (1) The Tenderer/Contractor commits itself to take all measures necessary to prevent corruption. The Tenderer/Contractor commits itself to observe the following principles during its participation in the tender process and during the contract execution. a. The Tenderer / Contractor will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which they are not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. b. The Tenderer / Contractor will not enter with other Tenderer(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. c. The Tenderer / Contractor will not commit any offence under the relevant Anti-Corruption Laws of India; further the Tenderer / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d. The Tenderer / Contractor will, when presenting its bid, disclose any and all payments made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. e. Tenderer / Contractor who has signed the Integrity Pact shall not approach the Courts while representing the matter to IEMs and shall wait for their decision in the matter. (2) The Tenderer / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Tenderer/Contractor, before contract award or during execution has committed a serious transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Tenderer into question, the Principal is entitled to disqualify the Tenderer/Contractor from the tender process or take action as per the procedure mentioned in the “Policy and Guidelines for Removal / Suspension / Banning of Entities”. Copy of the “Policy and Guidelines for Removal /Suspension / Banning of Entities” is placed at Page No. 43 to 48. Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Tenderer from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Tenderer damages equivalent to Earnest Money Deposit / Bid Security.

42

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to Security Deposit and / or Performance Bank Guarantee. (3) The Tenderer agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Tenderer / Contractor can prove and establish that the exclusion of the Tenderer from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of damages claimed by the Principal, the Tenderer / Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 – Previous Transgression (1) The Tenderer declares that no previous transgressions occurred in the last three years with any other Company in any country conforming to the anti-corruption approach or with any Public Sector Enterprise in India that could justify its exclusion from the tender process. (2) If the Tenderer makes incorrect statement on this subject, the tenderer can be disqualified from the tender process and/or action can be taken as per the procedure mentioned in “Policy and Guidelines for Removal / Suspension / Banning of Entities”. Section 6 – Equal treatment of all Tenderers / Contractors (1) In case of sub-contracting, the Principal Contractor shall take the responsibility of the adoption

of Integrity Pact by the sub-contractor.

(2) The Principal will enter into agreements with identical conditions as this one with all Tenderers

and Contractors.

(3) The Principal will disqualify from the tender process all Tenderers who do not sign this Pact or

violate its provisions.

Section 7 – Criminal charges against violating Tenderers / Contractors If the Principal obtains knowledge of conduct of a Tenderer, Contractor or of an employee or a representative or an associate of a Tenderer, Contractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer. Section 8 – External Independent Monitor/ Monitors (1) The Principal appoints competent and credible Independent External Monitor(s) for this Pact

after approval by the Central Vigilance Commission. The task of the Monitor is to review independently

and objectively, whether and to what extent the parties comply with the obligations under this

agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs

his/her functions neutrally and independently. The Monitor would have access to all Contract

documents, whenever required. It will be obligatory for him/her to treat the information and documents

of the Tenderers/Contractors as confidential. He/she reports to the Chairman, SCI.

43

(3) The Tenderer/Contractor accepts that the Monitor has the right to access without restriction to

all Project documentation of the Principal including that provided by the Contractor. The Contractor will

also grant the Monitor, upon his/her request and demonstration of a valid interest, unrestricted and

unconditional access to its project documentation. The same is applicable to Subcontractors.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual relations

between the Principal and the Contractor. The parties offer to the Monitor the option to participate in

such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she will

so inform the Management of the Principal and request the Management to discontinue or heal the

violation, or to take other relevant action. The monitor can in this regard submit non-binding

recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a

specific manner, refrain from action or tolerate action.

(6) The Monitor will submit a written report to the Chairman, SCI, within 8 to 10 weeks from the

date of reference or intimation to him/her by the “Principal” and, should the occasion arise, submit

proposals for correcting problematic situations.

(7) If the Monitor has reported to the Chairman, SCI, a substantiated suspicion of an offence under

relevant Anti-Corruption Laws of India, and the Chairman has not, within reasonable time, taken visible

action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also

transmit this information directly to the Central Vigilance Commissioner, Government of India.

(8) The word “Monitor” would include both singular and plural.

Section 9 – Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Tenderers 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairman of the Principal. Section 10 – Other provisions (1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered

office of the Principal, i.e. Mumbai.

(2) Changes and supplements as well as termination notices need to be made in writing. Side

agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners

44

or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this

agreement remains valid. In this case, the parties will strive to come to an agreement to their original

intentions.

(5) Issues like Warranty / Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the Clause in the

Integrity Pact will prevail.

……………………… ........................................ For the Principal For the Tenderer / Contractor (Official Seal) (Official Seal) Place: ............................. Witness 1: …………...............………………. (Signature and Name & Address) Date: .............................. Witness 2: …………………………………….. (Signature and Name & Address)

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

45

BANNING GUIDELINES DOCUMENT

POLICY AND GUIDELINES FOR REMOVAL / SUSPENSION / BANNING OF ENTITIES.

1.0 Introduction. The Shipping Corporation of India Ltd. (SCI), a premier commercial organisation, is committed to maintaining ethics of the highest standard and adopt best industry practices in all its activities. During the course of business, SCI transacts with various firms and companies in their capacity as tenderers / vendors / contractors / agents, hereinafter, referred to as the ‘Entity’. SCI considers all its business dealings as a relationship and no relationship can be built on deceit or unethical conduct. SCI in all its business dealings endeavours to maintain fairness, transparency and it is expected that the other party to the deal will also uphold similar code of conduct. This guideline on banning unscrupulous elements / parties is being adopted to weed out corrupt practices and their recurrence from the system. Since banning of business dealings involves civil consequences for an Entity concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case. Accordingly, during the proceedings as laid down in this document, the party / parties would be provided with ample opportunity to tender their explanations along with documentary evidence to present their case which would be duly considered based on the principles of natural justice. The banning guidelines are not applicable for poor performance or any inadvertent or unintentional lapse on part of the party. The decision of banning any business dealings would be taken only after it is established beyond doubt that the party has committed an act of deception, fraud or other misconduct in the tendering process or in the execution of contracts awarded / orders issued to them. 2.0 Scope: 2.1 SCI reserves its rights to remove an entity from its list of approved suppliers / contractors or to ban business dealings and also to suspend business dealings pending investigation if that entity has been found to have committed misconduct. 2.2 The guiding principles and processes for (i) Removal of an Entity from the list of approved suppliers / contractors (ii) Suspension and (iii) Banning of an entity from doing business with the Corporation, for a specified period, are laid down herein. 2.3 These guidelines apply to all firms / tenderers / vendors / contractors / agents, etc. including those on approved panels, who have or are expected to have business dealings with SCI, and shall extend to all units, offices, establishments, subsidiaries and vessels of the SCI including those which get set up in future. 2.4 It is clarified that any decision of the Management to not entertain any particular entity due to its poor / inadequate performance or for any other reason is outside the purview of these guidelines.

46

2.5 Without prejudice to the claims and rights of SCI in relation to subsisting arrangements, action under these guidelines would take effect prospectively. 3.0 Definitions: In these Guidelines, unless the context otherwise requires:- i. The Expression ‘Party / Contractor / Supplier / Purchaser / Customer / Tenderer / Vendor / Entity’ includes a company incorporated in law, a firm (whether registered or not), an individual, HUF, a co-operative society or an association or a group of persons engaged in or expected to be engaged in business dealings with SCI. ii. ‘Inter-connected Entity’ shall mean two or more companies having any of the following features:- a. If any or all of the Partner(s) / Functional Director(s) are common, b. If the Management is common, c. If the entity is controlled or is otherwise subservient to an entity against which action under these guidelines is taken or contemplated. iii. ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a. For banning any Entity, Indian or foreign, the “Competent Authority” would be a “Committee of Directors” comprising of the Director of the Division awarding the contract, Director (Finance) and the Director/s of the concerned Operations Divisions. b. The Chairman & Managing Director, SCI, shall be the ‘Appellate Authority’ in respect of such cases. In case the original contract has been approved by the Chairman, then, for banning of the party, the competent authority would include the Chairman & Managing Director, Director (Finance) and Directors of the concerned operating divisions. In such a case an Appellate Authority would be the SCI Board of Directors or a committee formed by the Board for the purpose. For contracts where Board approval is mandatory for award, the Board or nominees of the Board would constitute the competent authority. In such cases any appeal would also lie with the Board. Banning proposals initiated by the SCI branch offices would be heard by the same authorities as mentioned at 3.0 iii (a) and 3.0 iii (b) above, and would have a company-wide effect, unless otherwise specified by the Competent Authority. iv. ‘Investigating Department’ shall mean any department / division / office of SCI investigating into the conduct of the Entity and shall include the Vigilance Department, “Central Bureau of Investigation, the State Police or any other authority or entity set up by the Central or State Government having powers to investigate”. v. List of ‘Approved Entities’ – shall mean and include list of approved Parties / Contractors / Suppliers / Purchases / Customers / Tenderer / Vendor / Agents’, if registered / contracted with SCI. 4.0 Grounds for initiation of Banning Business Dealings:

47

4.1 If considerations of security, sovereignty or friendly relations of the state with other countries or reasons of trade or commercial confidence of SCI so warrant.

4.2 If any persons by whatever designation / name holding control of the entity or having substantial influence in the affairs of the entity is convicted by a Court of Law for offences involving moral turpitude, during the last five years.

4.3 If there is strong reason to believe that the Directors, Proprietors, Partners, Managers of the Entity have been guilty of malpractices such as bribery, corruption, fraud, misrepresentation of facts, interpolations or other unfair / unethical practices.

4.4 If the Entity continuously refuses to return / refund the dues of SCI without showing adequate reason and this is not due to any reasonable dispute which would attract proceedings in arbitration or Court of Law;

4.5 If business dealings with the Entity have been banned by the Govt. or any other Central Public sector enterprise, then, such banning can also be extended for the same period as banned by the concerned Govt. / CPSE.

4.6 If any recommendation is received from Vigilance Division to ban business dealings with the Entity.

4.7 If the Entity has resorted to corrupt, fraudulent practices, coercion, undue influence and other violations including misrepresentation of facts and / or fudging / forging / tampering of documents.

4.8 If the Entity uses intimidation / threats or brings undue outside pressure on the Corporation (SCI) or its officials in acceptance / performance of the job under the contract.

4.9 If the Entity indulges in repeated and / or deliberate use of delay tactics in complying with contractual stipulations;

4.10 Established litigant nature of the Entity to derive undue benefit; 4.11 If the Entity misuses the premises or facilities of the Corporation (SCI), forcefully occupies

tampers or damages the Corporation’s properties including land, water resources, forests / trees, etc.

4.12 If the Entity employs a dismissed / removed public servant or employs a person convicted for an offence involving corruption or abetment of such offence.

4.13 Wilful indulgence by the Entity in supplying substandard material irrespective of whether inspection was carried out by the company, its agents or its representatives.

4.14 Based on the findings of the investigation report of CBI / Police against the Entity for malafide/unlawful acts or improper conduct on the Entity’s part in matters relating to SCI or even otherwise.

4.15 Continued poor performance of the Agency in several contracts.

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealings for any good and sufficient reason).

5.0 Initiation of Banning / Suspension: The contracting Department on receiving request to ban the Entity on any of the above grounds (as listed under clause 4) will initiate the banning process by forming a Committee comprising of Representatives from concerned User Division, Contracting Division, Finance Division. The User / Reporting Division to provide all relevant facts / material to the contract initiating Department / Division which will present it to the aforementioned Committee. The Committee so formed will study the case and then submit its recommendations to the Competent Authority to decide on banning the Entity from all dealings with SCI. The Competent Authority would comprise of Director of the Division awarding the contract, Director (Finance) and Director of the concerned Operating Division. C&MD would be the Appellate Authority.

48

6.0 Suspension of Business Dealings during Investigation period:

6.1 If the conduct of any Entity dealing with SCI is under investigation, the Investigating Department will inform the concerned Divisional Director, who in turn will convene a meeting of the Competent Authority. The Vigilance Department will be informed as well, and the Chief Vigilance Officer can send his recommendations to the Competent Authority based on the same.

6.2 The Competent Authority may consider whether the allegations (under investigation) are

of a serious nature and whether, pending investigation, it would be advisable to continue business dealings with the Entity. If the Competent Authority, after consideration of the matter, including the recommendations of the Investigating Department (if any), decides that it would not be in the interests of the Corporation to continue business dealings pending investigation, it may decide in favour of suspending business dealings with the Entity. The report of the Competent Authority must be submitted to the CMD, SCI, within 21 days from the receipt of the reference by the concerned Divisional Director and within the effective date of suspension.

6.3 The order of suspension will be passed by the concerned Divisional Director and would

operate for a period of not more than six months from the date of issuance of such order, and may be communicated to the Entity as also to the Investigating Department.

6.4 The Investigating Department must ensure that their investigation is completed and the

whole process of final order is over within such period. However, if investigations are not completed in six months’ time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6.5 The order of suspension shall be communicated to all Departments / Divisions / branch

offices of SCI. During the period of suspension, no business dealing may be held with the Entity.

6.6 As far as possible, other existing contract(s) with the Entity may continue, unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 6.7 If the Entity concerned asks for detailed reasons of suspension, the Entity may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Entity at this stage.

6.8 It is not necessary to give any show-cause notice or personal hearing to the Entity before

issuing the order of suspension. 7.0 Banning of Business Dealings:

7.1 A decision to ban business dealings with any Entity shall normally apply throughout SCI, unless otherwise specified by the Competent Authority. The Competent Authority may restrict the ban to a Division/s or branch Office/s if in the particular case, banning of business dealings by the respective Unit will serve the purpose and achieve its objective and banning throughout the Corporation is not required in view of the local conditions and limited impact of the misconduct / default.

49

7.2 There will be an Investigating Committee in each Division / branch office, to be appointed by the Divisional Director, for processing cases of “Banning of Business Dealings”. The committee shall consist of officers from the Indenting Division, the concerned DFO and the Contract Officer responsible for invitation of bids. The functions of the committee shall, inter-alia include:

(i) To examine and report material and other circumstances to determine whether or not

if a prima-facie case for banning exists. (ii) To recommend for issue of show-cause notice to the Entity by the concerned

department as per clause 9.1. (iii) To examine the reply to show-cause notice and call the Entity for personal hearing, if

required. (iv) To submit recommendations to the Competent Authority for banning or otherwise.

7.3 If the Competent Authority is prima-facie of the view that action for banning business dealings with the Entity is called for, a show-cause notice may be issued to the Entity as per paragraph 9.1 and an enquiry held accordingly. 8.0 Removal from List of Approved Entities - Suppliers/Contractors, etc.:

8.1 If the Competent Authority decides that the charge against the Entity is of a minor nature, it may consider removing the name of the Entity from the list of approved Entities – Suppliers / Contractors, etc. – without recourse to an outright ban.

8.2 The effect of such an order would be that the Entity would not be disqualified from

competing in Open Tender Enquiries, but would not be considered for limited tender enquiries.

8.3 Past performance of the Entity may be taken into account while processing for approval of

the Competent Authority for awarding the contract. 9.0 Show-cause Notice:

9.1 In case where the Competent Authority decides that action against an Entity is called for, a show-cause notice has to be issued to the Entity. A statement containing the imputation of misconduct or misbehaviour may be appended to the show-cause notice and the Entity should be asked to submit within 15 days a written statement in its defence.

9.2 On request from the Entity, necessary facility will be provided for inspection of relevant

document/s in possession of SCI that establishes the grounds for banning (under clause 4). 9.3 The Competent Authority may consider and pass an appropriate order: a. For exonerating the Entity, if the charges are not established or b. For removing the Entity from the list of approved Suppliers / Contactors, etc. or c. For banning business dealings with the Entity. 9.4 The period for which the ban would be operative may be mentioned in the order. It should

also state explicitly that the ban would extend to the Inter-connected Entities. 10.0 Appeals against the Decision of the Competent Authority:

50

10.1 The Entity may file an appeal against the order of the Competent Authority banning business

dealing etc. The appeal shall be filed to the Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

10.2 The Appellate Authority would consider the appeal and pass appropriate orders which shall

be communicated to the Entity as well as the Competent Authority. 11.0 Review of the Decision by the Competent Authority Any petition / application filed by the Entity concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts / circumstances or subsequent development necessitating such review. The Competent Authority may refer the same petition to the Standing Committee for examination and recommendation. 12.0 Circulation of the names of Entities with whom Business Dealings have been banned:

12.1 The banning order will be issued to the Entity by the concerned contracting Divisional Director. It will also be circulated to all the Divisions and branch offices of the Corporation and the names of the banned entities will be posted on the SCI website.

12.2 Depending upon the gravity of misconduct established, the Competent Authority of the

Corporate Office may circulate the names of the Entity with whom business dealings have been banned, to Government Departments, other Central Public Sector Enterprises, etc. for such action as they deem appropriate.

12.3 If a Government Department or a Central Public Sector Enterprise requests for more

information about the Entity with whom business dealings have been banned, a copy of the report of Investigating Department together with a copy of the order of the Competent Authority/Appellate Authority may be furnished.

12.4 If business dealings with any Entity have been banned by the Central or State Government or

any other Central Public Sector Enterprise, SCI may, without any further enquiry or investigation, issue an order banning business dealing with the Entity and its inter-connected Entities.

13.0 These guidelines will form part of the Tender document.

-------------------------------Section VII of Part I ends here ---------------------------------

PART-I

SECTION-VIII

51

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

ON A NON-JUDICIAL Rs.500/- STAMP PAPER

BANK GUARANTEE FORMAT IN LIEU OF EARNEST MONEY DEPOSIT / SECURITY DEPOSIT AND PERFORMANCE BANK GUARANTEE.

To, Sir, WHEREAS _________________________ a company within the meaning of the Companies Act, 1956/ a Partnership firm having its registered office at ______________ (hereinafter called “the Tenderer”) have in response to your Tender Notice dated _____________ offered execute the work as contained in Tenderer’s letter No._____________ dated _______________. AND WHEREAS the Tenderer is required to furnish to you, Shipping corporation of India Ltd, (SCI) a Bank Guarantee for the sum of Rs.________________________ as Earnest Money against the Tenderer’s offer as aforesaid; AND WHEREAS We ____________________(BANK)_ have, at the request of the Tenderer, agreed to give you this guarantee as hereinabove contained; NOW THEREFORE in consideration of the premises, We, the undersigned, hereby covenant that the aforesaid tender of the Tenderer shall remain open for acceptance by you (SCI)during the period of validity as mentioned in the tender or any extension thereof and if the Tenderer shall for any reason shall fail to perform or withdraw his offer, whether expressly or impliedly, from the said tender during the period of its validity or any extension thereof, We hereby guarantee to you the payment of the sum of Rs. ______________ on demand, notwithstanding the existence of any dispute between SCI and the tenderer in this regard AND WE hereby further agree as follows: a. That you may without affecting this guarantee grant time or other indulgence to or negotiate further with Tenderer in regard to the conditions contained in the said tender and thereby modify these conditions or add thereto any further conditions as may be mutually agreed upon between you and the Tenderer. b. That the guarantee hereinabove contained shall not be affected by any change in the constitution of our Bank or in the constitution of the Tenderer. c. That any sums of money settled between SCI and the Tenderer shall be conclusive evidence of the amount due hereunder and shall not be questioned by us. d. That this guarantee commences from the date hereof and shall remain in force till the Tenderer, if his tender is accepted by you, furnishes the security as required under the said specifications and executes a formal agreement as therein provided or till four months after the period of validity, as the case may be, of the tender, whichever of these is earlier. e. That the expressions “the Tenderer” and “the Bank” herein used shall, unless such an interpretation

is repugnant to the subject or context, include their respective successors and assigns. Yours faithfully,

-------------------------------Section VIII of Part I ends here --------

52

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

LIST OF PRESENT AND PAST CLIENT DURING THE LAST 3 YEARS.

SR.NO. NAME OF THE FIRM. PROPRIETOR SHIP OR

PARTNER SHIP.

NAME OF THE PERSON.

CONTACT NO.

PART-I

ANNEXURE-I

53

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

CERTIFICATE FROM CHARTERED ACCOUNTANT FOR TURNOVER.

ANNUAL TURNOVER CERTIFICATE FOR THE LAST THREE FINANCIAL YEARS CERTIFIED BY CHARTERED ACCOUNTANT.

SR. NO.

Y E A R. ANNUAL TURN OVER ( RS. IN LACS )

1

2017 - 2018

2

2018 - 2019

3

2019 - 2020

For ----------------------------------- Authorised Signatory

Date:

PART-I

ANNEXURE-II

54

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

LIST OF APPROVED CLEANING MATERIAL.

Sr. No

DESCRIPTION OF MATERIAL SPECIFICATION / BRAND NAME

1

AIR FRESHNER

ODONIL– Taski R5

2

NAPATHELENE BALLS

TRISHUL/HOMACOL

3

URINAL CUBES

TRISHUL/HOMACOL

4

FLUSH / TOILET CLEANER

HARPIC – OR Taski R6

5

PHYNLE FOR FLOOR / SURFACE

TRISHUL / CLENZO

6

STAIN / GLASS CLEANER

COLLIN /Taski R3

7

TOILET PAPER ROLLER

SANDAL, AMWAY, SOFTOUCH/WINTEX

8

LIQUID SOAP OR HAND WASH

HOMACOL /Forbes Pro Handwash/ Softcare Star

9

FLOOR / SURFACE CLEANER

VIM / NIRMA / NIP –

10

BROOM HARD

STANDARD

11

BROOM SOFT

STANDARD

12

BRUSH COBWEB WITH TELESCOPIC ROD

STANDARD

13

FLOOR DUSTER (Standard)

SIZE – 30 X 30

14

WHITE DUSTER FOR FURNITURE CLEANING (Standard)

SIZE 20 X 20

15

YELLOW DUSTER FOR GLASS CLEANING

SIZE – 30 X 30

PART-I

ANNEXURE-III

55

18

BLACK POLYTHENE GARBAGE BAG (25 KG CAPACITY)

SIZE – 20 X 20

19

BLACK POLYTHENE GARBAGE BAG (2 KG CAPACITY) FOR DUSTBIN

SIZE – 43 CM X51 CM

20

ROOM FRESHNER – 200 ML.

ODONIL

21

PAPER NAPKIN FOR TOILETS

MEDIUM SIZE – 100 NOS. PACKING

22

PLASTIC MUG – ONE LITER

STANDARD MAKE

23

HIT

200 ML.

24

TOILET BRUSH

STANDARD SIZE

25

ACID

5 LITER

26

PLASTIC JUNA

STANDARD SIZE

27

STEEL WOOL

STANDARD SIZE

28

DUSTBIN

20 LITERS

16

WIPER COMMERCIAL SIZE

REX / LX

17

MOP WET WITH ROD

KENTUCKY

56

Cosmetic Maintenance & General Up keep of Buildings at MTI Powai, Mumbai.

NON BLACK LISTING CERTIFICATE.

UNDERTAKING REGARDING NON- BLACKLISTING / NON – DEBARMENT

To, The Shipping Corporation of India Ltd., Maritime Training Institute, 52-C, Adi Shankaracharya Road, Powai, Mumbai-400 072.

We hereby confirm and declare that we, M/s --------------------------------------------, is not blacklisted/ De-registered/ debarred by any Government department/ Public Sector Undertaking/ Private Sector/ or any other agency for which we have Executed/ Under taken the works/ Services during the last 3 years.

For ----------------------------------- Authorised Signatory

Date:

PART-I

ANNEXURE-IV

57

Cosmetic Maintenance & General Up keeping of Buildings at MTI Powai, Mumbai.

SR.NO. SAP Code DESCRIPTION Unit Quantity (A) Base Amount per

month (INR) (B)

Total Amount for 24 Months (INR) (C=AXB)

1 110000000000005860

Cosmetic Maintenance & General Up keeping of Guest House and Pump House. Appr. Area-2500 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

2 110000000000005861

Cosmetic Maintenance & General Up keeping of Quarters D2. Appr. Area-7629.52 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

3 110000000000005862

Cosmetic Maintenance & General Up keeping of Quarters D1. Appr. Area-7629.52 Sq.ft

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

4 110000000000005863

Cosmetic Maintenance & General Up keeping of Essential Block Building including Toilets (2 blocks) Appr. Area 2966.88 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

5 110000000000005864

Cosmetic Maintenance & General Up keeping of Auditorium & Planetarium. Appr. Area 7192.50 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

6 110000000000005865

Cosmetic Maintenance & General Up keeping of Quarters B Type. Appr. Area 5942.08 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

PART-II

PRICE OFFER

58

7 110000000000005866

Cosmetic Maintenance & General Up keeping of Quarters A Type. Appr. Area 1568.74 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

8 110000000000005867

Cosmetic Maintenance & General Up keeping of Data centre. Appr. Area 9263.61 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

9 110000000000005868

Cosmetic Maintenance & General Up keeping of Worker's Toilet and Common Wash Place. Appr. Area 1000 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

10 110000000000005869

Cosmetic Maintenance & General Up keeping of SagarGyan( Ground Floor + First Floor + Second Floor Area ). Appr. Area 69375.00 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

11 110000000000005870

Cosmetic Maintenance & General Up keeping of Fire Fighting Complex. Appr. Area 10354.32 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

12 110000000000005871

Cosmetic Maintenance & General Up keeping of Electric Sub-station. Appr. Area 2000 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

13 110000000000005872

Cosmetic Maintenance & General Up keeping of Roads in the MTI Campus. Appr. 3.25 KM

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

14 110000000000005873

Cosmetic Maintenance & General Up keeping of SagarGyan Workshop. Appr. Area 6187 Sq.ft.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

59

15 110000000000005874

Miscellaneous jobs (Furniture / Fittings Up-Keeping) with in Campus.

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

16 110000000000005875

Cost of Cosmetic Maintenance Cleaning Material – Table No. 1 (including Taxes) as per Part-I / Section- V of Technical Offer (Page No. 36 & 37)

Month 24

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

T O T A L :

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

DO NOT QUOTE HERE –THIS IS FOR REFERENCE ONLY – MUST QUOTE IN SRM

GST @ 18%

DO NOT QUOTE HERE – THIS IS FOR REFERENCE ONLY - MUST QUOTE IN SRM

DO NOT QUOTE HERE – THIS IS FOR REFERENCE ONLY - MUST QUOTE IN SRM

GRAND -TOTAL :

DO NOT QUOTE HERE – THIS IS FOR REFERENCE ONLY - MUST QUOTE IN SRM

DO NOT QUOTE HERE – THIS IS FOR REFERENCE ONLY - MUST QUOTE IN SRM

The Bidder should quote for all the items. No item should be left blank.

Signature of the Bidder with official stamp

Place: Date: