nit no. bkj/prod/dustcleaning/18-19 · sub. : tender for dust cleaning and material handling jobs...

39
NIT No. Bkj/Prod/Dustcleaning/18-19 Date: - 03.05.2019 Tender No. : Bkj/Prod/Dustcleaning/18-19 Dated: 03.05.2019 Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as “COMMERCIAL BID & PRICE BID” in separate envelopes from experienced contractors for Dust Cleaning and Material Handling Jobs at CCI Bokajan. The value for the Tender documents is NIL. Earnest Money Deposit in the form of Debit Card/Credit Card/NET Banking NEFT/RTGS 77,500/- (Rupees Seventy Seven Thousand Five Hundred only) must be enclosed with the Commercial Bid. Opening date for download of the tender document: 03.05.2019. Closing date & time of download the tender document: 23.05.2019 at 2.00 PM. Last date of tender submission on 23.05.2019 at 3.00 PM. Tender document can be downloaded from CCI website, www.cciltd.in or website of e-procurement System, www.cci-etender.com The Techno-Commercial bid of the tenders shall be opened on 23.05.2019 at 3.00 PM. & Price Bid will be opened for those who qualify techno commercial bid. Tenders received without EMD are liable to be rejected. CCI reserves its right to reject any or all the tenders without assigning any reasons thereof. HOD (PROD) Contact Person & Address: HOD (PROD.) Cement Corporation of India Ltd. Bokajan Cement Factory, Dist. Karbi Anglong, Assam-782490 Phone No. : 03675-246339, Mobile No. : 09581195901 Fax No. : 03675-246107 E-mail: [email protected]/[email protected]

Upload: others

Post on 28-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

NIT No. Bkj/Prod/Dustcleaning/18-19

Date: - 03.05.2019

Tender No. : Bkj/Prod/Dustcleaning/18-19 Dated: 03.05.2019 Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan.

Sealed tenders are invited in two bids super-scribed as “COMMERCIAL BID & PRICE BID” in separate envelopes from experienced contractors for Dust Cleaning and Material Handling Jobs at CCI Bokajan. The value for the Tender documents is NIL. Earnest Money Deposit in the form of Debit Card/Credit Card/NET Banking NEFT/RTGS ₹ 77,500/- (Rupees Seventy Seven Thousand Five Hundred only) must be enclosed with the Commercial Bid. Opening date for download of the tender document: 03.05.2019. Closing date & time of download the tender document: 23.05.2019 at 2.00 PM.

Last date of tender submission on 23.05.2019 at 3.00 PM.

Tender document can be downloaded from CCI website, www.cciltd.in or website of e-procurement

System, www.cci-etender.com

The Techno-Commercial bid of the tenders shall be opened on 23.05.2019 at 3.00 PM. & Price Bid will be opened for those who qualify techno commercial bid. Tenders received without EMD are liable to be rejected. CCI reserves its right to reject any or all the tenders without assigning any reasons thereof.

HOD (PROD) Contact Person & Address: HOD (PROD.) Cement Corporation of India Ltd. Bokajan Cement Factory, Dist. Karbi Anglong, Assam-782490 Phone No. : 03675-246339, Mobile No. : 09581195901 Fax No. : 03675-246107 E-mail: [email protected]/[email protected]

Page 2: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

NIT No. Bkj/Prod/Dustcleaning/18-19

Date: - 03.05.2019 Tender No. : Bkj/Prod/Dustcleaning/18-19 Dated: 03.05.2019 Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan.

Sealed tenders are invited in two bids super-scribed as “COMMERCIAL BID & PRICE BID” in separate envelopes from experienced contractors for Dust Cleaning and Material Handling Jobs at CCI Bokajan. The value for the Tender documents in the form of NEFT/RTGS is NIL. Earnest Money Deposit in the form of Debit Card/Credit Card/NET Banking NEFT/RTGS ₹ 77,500/- (Rupees Seventy Seven Thousand Five Hundred only) must be enclosed with the Commercial Bid. Opening date for download of the tender document: 03.05.2019. Closing date & time of download the tender document: 23.05.2019 at 2.00 PM.

Last date of tender submission on 23.05.2019 at 3.00 PM. Tender document can be downloaded from CCI website: www.cciltd.in The Techno-Commercial bid of the tenders shall be opened on 23.05.2019 at 3.00 PM. & Price Bid will be opened for those who qualify techno commercial bid. Tenders received without EMD are liable to be rejected. CCI reserves its right to reject any or all the tenders without assigning any reasons thereof.

HOD (PROD) Contact Person & Address: HOD (PROD.) Cement Corporation of India Ltd. Bokajan Cement Factory, Dist. Karbi Anglong, Assam-782490 Phone No. : 03675-246339, Mobile No. : 09581195901 Fax No. : 03675-246107 E-mail: [email protected]/[email protected] Copy forwarded to: 1)HOD (MM) / HOD (HR) / HOD (FIN.) : For information please 2) All Notice Boards of CCI/SDO Office/Bokajan Town Committee/Bokajan Railway Station/Main Gate

Page 3: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

NIT No. Bkj/Prod/Dustcleaning/18-19

Date: - 03.05.2019 NIT NO.:- Bkj/Prod/Dustcleaning/18-19 Dated: 03.05.2019

NOTICE INVITING TENDER (NIT)

Tender No. Bkj/Prod/Dustcleaning/18-19

Mode of tender E-procurement System (Online Part-I Techno-Commercial Bid and Part-II Price Bid through www.cci- etender.com)

Date of NIT available to parties to download

03.05.2019

i. Earnest Money Deposit

ii. Tender fees

iii. Transaction fees

in the form of Debit Card/Credit Card/NET Banking NEFT/RTGS ₹ 77,500/- (Rupees Seventy Seven Thousand Five Hundred only) NA

Last date of submission of EMD, valid SSI/NSIC/MSME certificate and other documents required as per tender terms & conditions under covering letter (Annexure-I) in Hard Copy.

Three working days before the last date of closing of online bidding for the e-tender.

Date of starting of e-tender for submission of online Techno- Commercial Bid and Price Bid at www.cci-etender.com

03.05.2019

Date & time of opening of Part-I (i.e. Techno-Commercial Bid)

23.05.2019 At 3.00 PM

Date & time of opening of Part-II (i.e. Price Bid) To be communicated to tender through e-mail/Telephone to all the participants Tenderer

Validity of bids.

120 Days.

Offer is invited for dust cleaning and material handling jobs inside CCI-Bokajan, Dist: Karbi Anglong, Assam, Pin-

782490 as per details given below:

Page 4: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

NIT No. Bkj/Prod/Dustcleaning/18-19

Tender Enquiry No.

Name of the Item Total no. of Mandays per month

Bkj/Prod/Dustcleaning/18-

19

Dust Cleaning And Material Handling Jobs Inside CCI-Bokajan

850

1. Only those tenders will be considered who fulfill the Pre Qualification Conditions mentioned in the

tender documents.

2. Only those tenders shall be considered who deposit the Earnest money & tender values by due date.

3. The price-bid should be submitted only as per CCI’s Price-Bid Format otherwise the tender is liable for rejection.

Page 5: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

NIT No. Bkj/Prod/Dustcleaning/18-19

List of Annexure

Annexure- I Important Instruction for E-Procurement to Bidders

Annexure- II Covering letter which must be submitted by tenderer duly filled in

Annexure- III Part-I - Instruction to tenderers

Annexure- IV Part-II- General terms & conditions

Annexure- V Part-III- Special terms & conditions

Annexure- VI Annexure –“A”, “B”, “C” & “D”

Annexure- VII Integrity Pact (to be signed by tenderer with seal).

Annexure-VIII Price Bid Proforma (Price schedule) to be submitted duly filled in on- line as Part-B.

Page 6: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 6

Annexure-I

Important instructions for E-Procurement

This is an E-Procurement event of CEMENT CORPORATION OF INDIA. The e-procurement service provider is Antares Systems Ltd., No.24, 1st Floor, Sudha Complex, 3rd Stage, 4th Block, Basaveshwara Nagar, and Bangalore 560079. You are requested to read the terms & conditions (Annexure- II) of this tender before submitting your online tender. Tenderers who do not comply with the conditions with documentary proof (wherever required) will not qualify in the Tender for opening of price bid.

1. Process of E-tender : Registration: The process involves vendor’s registration with tender wizard e-procurement portal. Only after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Techno-Commercial Bid as well as Price Bid over the internet will be done. The Vendor should possess Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a P.C. connected with Internet. Antares systems ltd is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature). SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE SUBMITTED ON-LINE AT www.cci-etender.com 1).Vendors are required to register themselves online with www.cci-etender.com Register as Vendor Filling up details and creating own user id and password→ Submit. 2).Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form. In case of any clarification, please contact CCI/Antares Systems Ltd, (before the scheduled time of the e- tender). Contact person (Cement Corporation of India):

1. HOD (M.M.), CCI, Bokajan Cement Factory, Assam.

Contact No.: 03675-246109, +91-9401928519 E-mail : [email protected]

2. HOD(Prod.), CCI, Bokajan Cement Factory, Assam. Contact No.: 03675-246339, +91-9581195901 E-mail : [email protected]

Contact person (Antares Systems Ltd): (E-commerce)

Page 7: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 7

1. Antares Helpdesk: Ph. No.:- 08049352000/ 03346046611 B) System Requirement: Windows 8, 10 Professional Operating System, Internet Browser-9,10 &11. Signing type Class 3 digital signature Java JRE 6 and above THE VENDORS ARE ADVISED TO GO THROUGH THE Help Manual LINK AT www.cci-etender.com FOR GENERAL GUIDANCE ABOUT TENDER PROCESS.

2. (A) Part I Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT. Bidder(s) can witness electronic opening of bid. (B) Part II Price bid will be opened electronically of only those bidder(s) whose Part I Techno-Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder(s) will be intimated date of opening of Part II Price bid, through valid email confirmed by them. Note: The tenderers are advised to offer their best possible rates. There would generally be no negotiations hence please submit your most competitive prices while submitting the price bid. However in case the lowest rate appears to be reasonable taking into account the prevailing market conditions, the order may be awarded to the lowest bidder and if the rate is still considered high, action as per prevailing instruction/guideline shall be taken.

3. All entries in the tender should be entered in online Technical & Commercial Formats without any ambiguity.

4. In case of failure to access the payment towards cost of tender document & EMD for any reason, the vender, in term, will not have the access to on line e-tender and no correspondence in this respect will be entertained and CCI will not be responsible for any such lapses on this account. Bidder(s) are advised to make remittance of tender fee and EMD through Online well in advance and verify completion of transaction in respect of tender fee and EMD. Vendors are instructed to upload documents in document library. Multiple documents can be uploaded. Maximum size of single document for upload is 5 MB. Once documents are uploaded in the library, vendors can attach documents through Attach Document link against the particular tender. For further assistance please follow instructions of vendor guide..

5. All notices and correspondence to the bidder(s) shall be sent by email only during the process till finalization of tender by CCI. Hence the bidders are required to ensure that their corporate email I.D. provided is valid and updated at the stage of registration of vendor with Tenderwizard (i.e. Service Provider). Bidders are also requested to ensure validity of their DSC (Digital Signature Certificate).

6. The responsibility of downloading the related corrigenda, if any, will be that of the responsibilities of the parties.

7 E-tender cannot be accessed after the due date and time mentioned in NIT.

8.

Bidding in e-tender & Reverse auction:

Page 8: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 8

(a). Bidder(s) need to submit necessary EMD and Tender fees (If ANY) to be eligible to bid online in the e-tender. Tender fees and Transaction fees are non refundable. No interest will be paid on EMD. EMD of the unsuccessful bidder(s) will be refunded by CCI.

(b). The process involves Electronic Bidding for submission of Techno Commercial Bid as well as Price Bid is explained in Help Manual.

a. In all cases, bidder should use their own ID and Password along with Digital Signature at the time of submission of their bid.

b. During the entire e-tender process, the bidders will remain completely anonymous to one another and also to everybody else.

(c). The e-tender floor shall remain open from the pre-announced date & time and for as much duration as mentioned above.

(d). All electronic bids submitted during the e-tender process shall be legally binding on the bidder. Any bid will be considered as the valid bid offered by that bidder and acceptance of the same by the Buyer will form a binding contract between Buyer and the Bidder for execution of supply. Such successful tenderer shall be called hereafter SUPPLIER.

(e). It is mandatory that all the bids are submitted with digital signature certificate otherwise the same will not be accepted by the system.

(f). Buyer reserves the right to cancel or reject or accept or withdraw or extend the tender in full or part as the case may be without assigning any reason thereof.

(g). No deviation of the terms and conditions of the tender document is acceptable. Submission of bid in the e-tender floor by any bidder confirms his acceptance of terms & conditions for the tender.

(h). Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender floor/tender document.

09.

Any order resulting from this open e-tender shall be governed by the terms and conditions mentioned therein.

10. No deviation to the technical and commercial terms & conditions are allowed. 11. After submitting online bid, the bidder cannot access the tender, once it has been submitted

with digital signature. 12. CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s) without

assigning any reason thereof.

13. The online tender should be submitted strictly as per the terms and conditions and procedures laid down in the website www.cci-etender.com of Antares Systems Ltd.

14. The bidders must upload all the documents required as per terms of NIT. Any other document uploaded which is not required as per the terms of the NIT shall not be considered.

15. The bid will be evaluated based on the filled-in technical & commercial formats.

16. The documents uploaded by bidder(s) will be scrutinized. In case any of the information furnished by the bidder is found to be false during scrutiny, EMD of defaulting bidder(s) will be forfeited. Punitive action including suspension and banning of business can also be taken against defaulting bidders.

17. Bidders are requested to read the vendor guide and see the video in the page www.cci-etender.com to familiarize themselves with the system before bidding.

Page 9: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 9

Annexure-II

COVERING LETTER WHICH MUST BE SUBMITTED BY THE TENDERER DULY FILLED IN AND SIGNED.

Ref : ………………………………. Date: ………….. To, HOD (PROD) Cement Corporation of India Ltd. Bokajan Cement Factory Distt. : Karbi Anglong ASSAM- 782490 Sub.: Tender For Dust Cleaning And Material Handling Jobs Inside CCI-Bokajan. Ref.: Your Letter No. .:- Bkj/Prod/Dustcleaning/18-19 Dated: ………………………. Dear Sir, With reference to your tender for the above work, We/I hereby submit our / my tender in two Parts i.e.: Part–A, Techno- Commercial Bid and Part- Price Bid as per NIT and instructions in the tender documents.

Part- A: Techno – Commercial Bid:

(a). On – Line Submission (Soft Copy).

The following documents duly filled in, signed digitally and stamped are up-loaded On-Line through www.cci-etender.com of Antares Systems Ltd.,

1. Your terms and conditions in Part I, II & III duly signed digitally and stamped on each page in token of acceptance of the same & manpower to be supplied as per the T& C of the Tender documents (Annexure-A).

2. Certificate whether any officer of your Corporation is related to me/us or not (Annexure-B)

3. List of executed and unexecuted orders in hand during last 3 years as per (Annexure-C)

4. Additional information to be filled by tenderer as per (Annexure D)

5. Integrity Pact (Annexure VII)

(b). Off –Line Submission (Hard Copy).

The following documents duly signed and stamped are enclosed herewith.

1. The covering letter (Annexure-II) duly signed and stamped in original.

2. Earnest money of Rs. 77,500/- (Rupees Seventy Seven Thousand Five Hundred) in the form of

Debit Card/Credit Card/NEFT/RTGS on SBI, Bokajan dated ………….. in favour of Cement Corporation of India Ltd., payable at State Bank of Bokajan, Bokajan Branch (IFSC : SBIN002028).

Page 10: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 10

3. Tender Fees – Nil

4. A copy of our/my PAN CARD.

5. GST No. - Submit your firm GST No.

6. Partnership Deed/Memorandum of Articles of Association by partnership firms/companies duly attested. In case of partnership deed, the same is registered/not registered.

7. Balance Sheet- Submit the Copy of balance sheet of last 3 years

8. IT Clearance- Submit FORM -16 of last 3 years

9. Copies of orders / contracts under execution and executed including CCI during last three

years.

10. Integrity Pact- duly signed by Tenderer (Annexure-VII)

Part-B: Price Bid: submitted as per “PRICE BID” format We/I hereby declare that We/I have not been debarred from tendering for contracts in any of the departments of Govt. /Semi Govt. /Public Sector Undertaking and Local Bodies. We/I certify that the information given by us/me in the tender documents is correct and if at any stage the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action may be taken against us/me by the Corporation for damages. We are/I am duly authorized/empowered to sign all the tender documents.

a) Name of the Tenderer : ……………………………………………………………..

b) Full Postal Address : ………………………………………….…………………..

……………………………………………………………….

c) Telegraphic Add/Telex/Fax : ……………………………………………………………..

d) Phone: Office: …………………. Works: …..…………….. Mobile: …………………

e) E-mail ID (s) : ……………………………….……………………………………………

Yours faithfully,

(SIGNATURE OF THE TENDERER) WITNESSES: Signature with Name & Address 1. Signature : …………………………. Name & Address : ………………………………………………………………………….… 2. Signature : …………………………. Name & Address : ………………………………………………………………………….…

Page 11: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 11

Annexure-III

PART – I : INSTRUCTIONS TO TENDERER :

1.0 GENERAL:

a) The tender should be addressed to the officer who has invited the tenders.

b) Any offer made in response to this tender, when accepted by the Cement Corporation of India Ltd., will constitute a contract between the parties.

2.0 SUBMISSION OF TENDER: -

a) Two- Part bid procedure in electronic form shall be adopted for preparation, submission and evaluation of the bids. The bid submitted should be digitally singed by the bidder. Soft copy of the bids (Techno-Commercial Bid and price bid) shall be uploaded through the portal www.cci-etender.com : on or before the submission time and date as stipulated in the bidding documents. The bidder shall prepare the bid and submit the bid online on “Electronic Tendering System” in following manner.

Part – A: Techno –Commercial Bid: -

(a) On-Line submission (Soft Copy) The following documents duly filled in, signed digital and stamped to be up-loaded On-Line through www.cci-etender.com of Antares Systems Ltd.

i) The scanned copy of covering letter (Annexure- II).

ii) The tender terms and conditions Part- I, II & III duly digital and stamped on each page in taken of acceptance of the same in its entirety

iii) Certificate whether any officer of your Corporation is related to me / us to not (Annexure-

B).

iv) List of executed and unexcuted orders in hand in last 3 years as per (Annexure-C)

v) Additional information to be filled by tenderer as per (Annexure-D)

(b) Off –Line submission (Hard Copy). The following documents duly signed and stamped are to be submitted off-line.

Page 12: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 12

i) The covering letter (Annexure-II) duly signed and stamped in original.

ii) Earnest money of Rs. Rs. 77,500/- (Rupees Seventy Seven Thousand Five Hundred) in the form of Debit Card/Credit Card/NEFT/RTGS on SBI, Bokajan dated ………….. in favour of Cement Corporation of India Ltd., payable at State Bank of Bokajan, A/C No. 33067285257, Bokajan Branch (IFSC : SBIN0002028).

iii) Tender Fees – Nil.

iv) PAN No. : ………………………….. (A copy of our/my PAN Card enclosed).

v) GST No. : …………………………. (Submit your firm GST No.).

vi) Partnership Deed/Memorandum of Articles of Association by partnership firms/companies

duly attested. In case of partnership deed, the same is registered/not registered.

vii) Balance Sheet- Submit the Copy of balance sheet of last 3 years.

viii) IT Clearance- Submit FORM -16 of last 3 years

ix) Copies of orders / contracts under execution and executed including CCI during last three years.

x) Integrity Pact- duly signed by Tenderer (Annexure-VII)

Part –B: Price Bid: To be submitted on-line as per “PRICE BID” format only.

i) The tenderer has / have to declare that he / Semi Govt./Pubic Sector Undertaking and Local Bodies.

ii) The tenderer has to certify that the information given by him / them in the tender documents is correct and if any stage the same is found to be incorrect, the contract will be liable to be terminated / rescinded and action may be taken against him/them by the Corporation for damages.

iii) In the event of the tender being submitted by a firm, it must be signed separately by each

partner thereof. In the event of the absence of any partner, it must be signed on his behalf by a partner holding power of attorney authorizing to do so.

iv) In the case of a company, the tender should be signed in the manner as laid down in the

said Company’s Article of Association.

v) A true copy of the partnership deed (and Articles and Memorandum of Company) duly attested should be furnished.

vi) Tenders received after the specified time & date are liable for rejection.

vii) Tenders not submitted in the prescribed formats and not completed in all respect are

likely to be rejected.

viii) The tender documents are non-transferable. Only those firms can participate in whose name the tender has been sold.

Page 13: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 13

ix) Tenderers shall not be entitled to claim any costs, charges, expenses or incidentals for or in connection with the preparation and submission of their tenders even though the Corporation may decide to withdraw the “Invitation of Tender” or reject any/all tender(s) without assigning any reasons thereof.

x) Tenderer must submit copy of his Latest Income Tax Return and PAN CARD.

1. OPENING OF TENDER:

Part-A Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT. Bidder(s) can witness electronic opening of bid. Part-B Price bid will be opened electronically of only those bidder (s) whose Part-A, Techno-Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder (s) will be intimated date of opening of Part-B Price Bid, through valid email confirmed by them.

2. CLEAR UNDERSTANDING : When a tenderer submits his tender in response to these tender documents, he will be deemed to have understood fully about the requirement, terms and conditions. No extra payment will be made or any other claim whatsoever entertained on the pretext that the tenderer did not have a clear idea of any particular point(s).

3. VALIDITY OF OFFER: Tender shall remain open for acceptance for 120 days or as may be specified from the date of opening of commercial bid. No revision/modification in the tendered rate will be allowed during the period of original validity of tender or the extended period except for any reduction/ revision as may be asked for specifically by CCI during negotiations.

4. REFERENCE LIST: The tenderer (s) should submit along with their tender(s) the list of unexecuted orders in hand, if any, for same/similar jobs and period by which jobs are proposed to be completed (Proforma enclosed Annexure ‘C’)

5. AWARD OF CONTRACT:

The Corporation reserves the right:

(a). To accept in its sole and unfettered discretion any tender for whole or part quantities/ part work or to reject any or all tenders without assigning any reasons thereof and without entitling the tenderer to any claim whatsoever.

(b). To enter into parallel contracts simultaneously or at any time during the period of the contract with one or more tenderer(s) as the Corporation may deem fit.

(c). To place adhoc order simultaneously or at any time during the period of the contract

with one or more tenderer(s) for such quantity and for such jobs as the Corporation deem fit.

(d). Normally no price negotiation will be conducted. Tenderers are advised to quote

lowest rates on firm basis in their offers.

Page 14: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 14

(e). Firms which have failed to fulfill earlier contractual obligations may not be considered.

(f). If no separate agreement has been signed by the parties to the contract, the LOI/ Order resulting from this tender including all negotiation and detailed order to be issued subsequently, with its terms and conditions and stipulation as agreed to by the tenderer and to the extent modified during negotiations, constitutes the contract agreement relating to the work between the successful tenderer and the Corporation and the parties shall be bound by the terms and conditions and all provisions of this contract.

(g). The Corporation does not bind itself to accept the lowest or any tender to assign any

reason for non-acceptance of the same. (h). The Corporation shall mean and include the administrative and executive officers of its

Corporation Office at New Delhi as well as of factories/ projects as the case may be who are identified to deal with matter relating to this contract on its behalf.

(i). In case of the due date of sale/ submission/opening of tender falling on Government holiday(s)/ Bandh, the succeeding working day/date will be treated as due day/date automatically. However, the time will remain unchanged.

(j). The tenderer should have adequate experience in the related field and should furnish

supporting documents giving details of similar job executed during last three years.

(k). The tenederers should be capable of supplying the tenderered quantity +/- 20 % in the period of one year and should quote accordingly.

6.0 INTEGRITY PACT & IEM :

6.1 The tenderer should go through the Integrity Pact in detail and should submit the same, duly signed by Proprietor / Director / Partner. The conditions of the Integrity Pact shall be applicable, during the period of the contract or extension thereof. In case the contract is sub-let by the successful Tenderer with the permission of the Corporation, the Principal Contractor / successful Tenderer shall take responsibility for adoption of Integrity Pact by the sub-contractor.

6.2 The person signing Integrity Pact shall not approach the courts while representing the

matters to IEMs & he/she will await their decision in the matter.

6.3 To oversee the compliance under the Integrity Pact, the following Independent External Monitors (IEM) have been appointed: Mrs. Vijaya Kanth, (Former Financial Commissioner-Railway Board)

Address: Flat –F, Sterling Manor Enclave

5/6 Sterling road-3rd Cross Street, Nungambakkam, Chennai-600034

E-mail Id: [email protected] Mobile +91-9445868314

6.4 The stake holders may approach the IEMs regarding any unethical terms/practices of the organization.

6.5 The IEMs would examine all complaints received by them.

Page 15: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 15

6.6 The IEMs are supposed to resolve issues raised by an Intending bidder regarding any aspect

of the tender which allegedly restricts competition or displays bias towards some bidders.

6.7 Vendors/Bidders having any grievance/complaint relating to the tender at any stage may approach the IEMs directly, preferably by email. The IEMs will look into their grievances/complaints promptly, objectively and independently.

7.0 MSME ACT:

As per MSME Act-2012, 20% of the total tendered quantity shall be reserved for the vendors, registered with MSME, with quoted landed cost within the band L-1 + 15 %, provided they agree to supply at the landed cost of L-1. Out of the 20% of tendered quantity, 20% shall be reserved to the MSME entrepreneurs with SC/ST category. For award of this quantity, the vendor shall have to submit the valid MSME certificate (with SC/ST category, if any) along with the techno-commercial bid of the tender. This shall be possible only if the L-1 bidder is not MSME. In case of more than one such MSME, the quantity shall be shared proportionately.

8.0 START UP INDUSTRIES:

For industries who have started the business during last 3 financial years, the submission of the credential like audited balance sheets, performance certificates for materials supplied during last 3 years may not be mandatory for the purpose of meeting the eligibility criteria of the tender. They can submit the documents for the financial years during which their plant was in operation. However, the list & documents of plant and machineries etc. are required to be submitted.

*************@@@@@@@@**************

***

Page 16: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 16

Annexure-IV

PART-II : GENERAL TERMS & CONDITIONS

1. 0 EARNEST MONEY DEPOSIT: 1. 1 All tenderers including those registered with the Corporation should furnish Earnest Money

Deposit (EMD) by way of Debit Card/ Credit Card/NEFT/RTGS in favour of Cement Corporation of India Ltd., Payable at STATE BANK OF INDIA, BOKAJAN (A/C 33067285257, IFSC SBIN0002028). Tender received without the Earnest Money Deposit, as specified in the tender, will be liable for rejection. Any other money held by or pending with the Corporation against any other contract will not be adjusted/treated as EMD for this tender.

1. 2 ₹ Rs. 77,500/- (Rupees Seventy Seven Thousand Five Hundred) is to furnished through

RTGS/NEFT in favour of M/s. Cement Corporation of India Ltd., Bokajan payable at S.B.I., Bokajan (IFSC:SBIN0002028). Earnest Money will be forfeited if the rates are revised or modified upwards during the validity period or extended period. Earnest Money will also be forfeited if the Security Deposit is not furnished or work not started after acceptance of the tenderers offer by CCI.

1.3 If work is not started after acceptance of tender / offer and depositing of security deposit,

the EMD will be forfeited. 1.4 The Earnest Money Deposit will not bear any interest. For unsuccessful bidders of the tender

the EMD will be refunded immediately after finalization of the tender. 1.5 The Earnest Money Deposit of successful tenderers deposited in the form of RTGS, would be

adjusted towards the portion of the Security Deposit and that of others will be refunded, except in the cases mentioned in 1.2 above.

1.6 Public Sector Undertakings (Central/State) and SSI Units registered with NSIC are exempted

from submission of Earnest Money Deposit. The SSI Units shall furnish a documentary proof to the effect that they are registered with NSIC along with the tender document.

2.0 SECURITY DEPOSIT: 2.1(a) Successful tender(s) shall have to furnish a Performance Bank Guarantee (PFBG) or Security

Deposit (SD) equivalent to @ 5% (five percent) value of the order calculated on total value of order i.e. basic price plus taxes duties and freight by way of NEFT/RTGS/ Bank Guarantee from any nationalized bank (in CCI’s format) in terms of Clause 2 of Part-II of the tender documents towards satisfactory performance of the contract. Security Deposit is to be submitted at respective unit.

Page 17: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 17

(b) Security Deposit shall be released within six months after completion of supplies and acceptance of material by CCI Bokajan.

2.2 Failure to furnish Security Deposit in accordance with the conditions of the tender 15 days of the award of the contract or as advised alternatively will be considered to be breach of contract, which would give the Corporation the right to terminate the contract and forfeit the EMD amount for such breach of contract. The Corporation will also be entitled to take any other course of action against the successful tender as it may deem fit like stoppage of business dealings/debarring from tendering etc.

2.3 The Security Deposit may be made either by NEFT or PFBG in favour of Cement Corporation

of India Ltd., Bokajan Branch (IFSC:SBIN0002028) from a Scheduled Bank in the prescribed from valid for a period of 6 (six) months beyond the date of completion of contract. The Earnest Money Deposit in the form of NEFT/RTGS will be adjusted towards portion of Security Deposit, in the case of successful bidder.

2.4 In the event of any approved upward revisions in the value of the contract, the successful

tender will on receiving intimation shall make further deposit as specified by the Corporation towards the increased value of the contract.

2.5 The Security Deposit will not bear any interest. The Corporation reserves the right to adjust

Security Deposit towards any amount due to it from the successful tenderer and in such an event the successful tenderer on receipt of notice from the Corporation shall make, further deposit to restore the security deposit to the full amount.

2.6 The Security Deposit shall be liable to forfeited wholly or party at the sole discretion of the

Corporation, should the successful tenderer either fail to complete the jobs assigned to him/them as per agreed time schedule or to fitful his/their contractual obligations or settle in full his/their dues to the corporation.

2.7 The Corporation is empowered to deduct from the Security Deposit or from any other

outstanding amount any sum that may be fixed by the Corporation as being the amount of loss or losses or damages suffered by it due to delay in performance or non-performance of any of the conditions of the tender/contract. The Corporation will however not be bound to prove any demonstrable loss or damages suffered.

2.8 The Corporation shall have a lien over all or any money that may become due payable to the

contractor and unless the contract pays and clears the corporation immediately on demand the Corporation shall be entitled at all times to deduct the said sum due from the contractor from money /security depot which may have become payable to the contractor or may become due at any future date between the Contractor and the other of Corporation without prejudice and in addition to the other rights of the Corporation to recover the amount or any claim by other remedies legally available.

2.9 Bank Guarantee as required under this contract or agreed to against any advance made by

the Corporation/contract performance/equipment performance/guarantee etc., shall be extended by the contractor whenever so required by the corporation and without any question for covering the period of completion & finalization of work, performance etc. Failure to do so, shall entitle the Corporation to encash the BG against it towards any dues, recoveries, LD, non-performance etc.

3.0 MEMBER OF THE CORPORATION NOT INDIVIDUALLY LIABLE:

Page 18: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 18

3.1 No Director or official or employee of the Corporation shall in any way be personally bound or liable for acts or obligation of the Corporation under the contract or answerable for any default or omission in observance or performance of any the acts, matters or things which are herein contained.

4.0 CORPORATION NOT BOUND BY PERSONAL REPRESENTATION:

The contractor shall not be entitled to any increase in the rates or any other right or claim whatsoever by reason of any representation, explanation or statement or alleged representation, promise or assurance given or alleged to have been given to him by any employee of the Corporation.

5.0 NON-PERFORMANCE OF CONTRACT/CANCELLATION OR CONTRACT/ RIGHT OF THE

CORPORATION: 5.1 The Corporation reserves the right to cancel the contract if the contractor fails to carryout

the jobs assigned to him as per contract and as per instructions given by authorized representative of the Corporation. In addition, corporation may also take any other remedial measures, in such event, as described hereunder.

5.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the

tenderers, their partners agents or servants to any officer, servant or representative of the Corporation for obtaining or for execution of this or any other contract for receiving payments under the contract will subject the tenderer to cancellation of this or any other contracts and also to payment of any loss resulting from any such cancellation and the Corporation shall be entitled to deduct the amount so payable from any moneys otherwise due to the tenderer under the this or any other contract. Any question or disputed as to whether the tenderers have incurred any liability under the clause shall be settled by the Corporation in such a manner and in such evidence or information as it may deem fit and sufficient and the Corporation’s decision in this regard shall be final and conclusive.

5.3 In case of any compelling circumstance or for any other reasons and in the opinion of the

Corporation, the contract needs to be determined and terminated at any stage during the execution. The Corporation shall be entitled to do so, by giving one month’s notice in writing. In such an eventuality, no compensation whatsoever for any arrangement made by the contractor or for any liability incurred by him for any consequential loss will be payable by the Corporation except the payment for work actually done at contracted rates after marking good all dues, recoveries, L.D. if any, etc., CCI also reserves it right to suspend the contract for any compelling reasons if in the opinion of the Corporation it is so required. In such an eventuality, the time of completion will be extended to the extent of suspension period but no claim whatsoever for any damages, increase in rates, role/wages/machinery etc. will be payable to the contractor.

5.4 If the performance of the contract is not found to be satisfactory at any stage during

operation of contract including extended period. If any due to non-deployment of ad equipments in working condition or due to any other reason subject to force of majeure conditions (clause No. 9 of part-II). The corporation reserves the right to get the balance job executed engaging alternate source at the risk, responsibility and cost of the contractor.

6.0 SUB-LETTING OF CONTRACT: 6.1 The contractor shall not subject or assign this contract or any part thereof without obtaining

prior written permission of the Corporation. In the event of the contractor subletting or

Page 19: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 19

assigning the contract or any part thereof without such permission, the Corporation shall have the right to rescind the contract and the contractor shall be liable to the Corporation for any loss or damage, which the Corporation may sustain in consequences or arising out of such cancellation.

6.2 Even in case sub-letting is permitted by the Corporation, the party to whom sub-letting is

proposed will be subject to approval of the Corporation. However, the Corporation will not recognize any contractual obligations with the persons or party to whom the contract has been subject and all liabilities, damages, losses, costs, charges and expenses arising out of such sub-letting either statutory or non-statutory shall be to the account of the contractor and the contractor shall keep the corporation fully indemnified and harmless in this behalf. Further, notwithstanding the sub-letting of the contract, the contractor shall be fully responsible to the contract.

7.0 COMPLIANCE OF RULES & REGULATIONS: 7.1 The contractor shall observe all the rules/regulations of the Central and State Govt. and the

local authorities as relating to that work and shall pay all taxes (road taxes, passenger, goods tax, toll tax etc.) as levied by the authorities. If any breach of the said rules/regulations/orders is committed by him, he shall be solely responsible for the same.

7.2 All persons employed by the contractor including drivers and cleaners of the trucks, tailors,

machinery operators etc., shall be instructed by the contractor to observe strictly all the safety regulations prescribed, either generally or by CCI, whilst they are in the premises of the Factory/Mines or the colony or on road and if any person commits breach of any of the regulations, it shall be open to the Corporation to disqualify the person from entering the precincts of the factory or the colony. The contractor shall be bound to comply with such instructions forthwith.

7.3 The contractor shall abide by the contract labour (Regulation and Abolition) Act, 1970 and

shall keep the corporation indemnified and harmless against costs and consequences of his non-compliance.

7.4 If any damage is caused to any property or injury is caused to or the death occurs of any

person in the precinct of the Factory/Mines or the colony or anywhere else due to any act of any person employed by the contractor or through any machinery or active ties, the contractor will be liable for damages/ compensation in respect thereof and shall indemnify the Corporation and keep the corporation indemnified against any losses, damages, costs, charges, expenses and all liability of whatever nature and kind which the Corporation may incur, sustain suffer or be put in consequence or by any reason of such damages, injury or loss life.

7.5 If any damages are caused to any of the contractor’s vehicles /belongs/

equipments/machinery/materials/establishment etc. or any injury is caused to or death occurs of any person employed by him in connection with the performance of this contract, due to negligence of any person employed by him for otherwise, the corporation shall not be liable for damages or compensation in respect thereof under the workmen’s compensation Act or otherwise.

7.6.1 The contractor/bidder shall be liable to pay the minimum rates of wages received from time

to time as permissible by appropriate government. The bill not accompanied with the copies of the orders issue by appropriate government regarding the revised rates shall not be

entertained for payment.

Page 20: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 20

7.6.2 Copy of necessary documents/certificates with respect to the eligibility of all contract workers shall be submitted before their development.

7.6.3 The relationship between CCI and the contractor/bidder would be that of the Customer and a Service provider and none of the contract labour or agents of the contractor/bidder shall ever be treated or deemed to have been the employee of CCI. The contractor/bidder shall explain this nature of relationship to all his contract labours or agents before deploying them for services to be rendered to CCI. As a token of their agreement for such a relationship, a signed declaration by the contract labour/agent shall be obtained by the contractor/bidder from his contract labours and /or agents and be produced as and when called upon to do so by the customer/CCI, and employment card under contract labour act central rules in the

Form- XIV (under rule-76) must be given to worker and copy duly accepted by worker to be submitted to CCI, before deploying them.

7.6.4. The contractor/bidder would be liable to ensure that all the statutory payments, like ESI, PF, Bonus, Minimum wages, etc., as applicable, are paid by him, with in prescribed time as applicable to them under law. The evidence of compliance to this effect shall be submitted to CCI by the contractor/ bidder every month along with the bill, failing which payment of the bill may be withheld or stopped. CCI will, in no way be responsible for or associate itself with payment of any statutory liabilities or the salary paid or payable to the personnel engaged by the contractor/bidder.

7.6.5. The wages and other benefits shall be paid by the contractor to his workers through bank account of the workers only and the contractor/bidder shall be liable to submit along with bill the certified copies of bank passbooks reflecting therein entries of the wages paid to its contract labours in accordance with the Minimum Wages Act prescribed by appropriate government for deployed contract workers from time to time. The bill not accompanied with the copies of payment proofs shall not be entertained for payment. Non- compliance to this effect my even lead to termination of services and agreement thereof.

8.0 CHANGES IN CONSTITUTION: 8.1 Where the contractor is a partnership firm, a now partner shall not be introduced in the firm

except with the previous consent in writing of the corporation which may be granted only upon furnishing of written undertaking by the partner to perform the contract and accept all liabilities incurred by the firm under the contract period to the date of such undertaking.

8.2 On the death or retirement of any partner of the contractor, firm before complete execution

and performance of the contract, the corporation may its option, rescind the contract and in such case contractor shall no claim whatsoever to corporation of any kind, consequential loss etc. against the corporation.

8.3 Without prejudice to any of the rights or remedies under this contract, if the contractor is a proprietorship concern and the proprietor dies during the subsistence of the contract, the corporation shall have the option to terminate the contract without paying compensation of any kind, consequential loss etc. to any claimant i.e. legal heirs and successors.

9.0 FORCE MAJEURE CONDITIONS: 9.1 If at any time during the continuance of the agreement/contract, if becomes impossible by

reasons of war, or war like operations, strikes, lock-outs riots, civil commotion, epidemical sickness, pestilence, earthquake, fire, storm or floods, the contractor shall, during the continuance of such contingencies not be bound to execute the contract during this period as per agreement/contract time schedule. The work shall be resumed immediately the contingency (ies) has/have ceased or otherwise determined and contractor’s obligations shall continue to be in force for correspondingly extended period after the resumption of execution. The contractor shall, however, inform the corporation by registered post about

Page 21: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 21

such acts at the beginning and end of the above caused of delay within ten days of occurrence and cessation of such force major conditions.

9.2 In the event of delay in performance of corporation work, if arising out of causes of force

major, the Corporation reserves the right to cancel the contract without any compensation, whatsoever and/or any consequential loss etc.

9.3 Only events of ‘Force Majeure’ which affect the work at the time of its occurrence shall be

taken in to cognizance. The corporation shall not be liable to pay any extra costs or increased rates due to delay(s) under force Majeure conditions. Only appropriate extension of time will be granted.

10.0 NOTICE:

Any notice hereunder may be served on the contractor by Registered Post/Speed Post/email at his last known address. Proof of issue of any such notice at this address shall be conclusive proof of having received the notice by the contractor.

11.0 DISPUTE UNDER THIS CONTRACT & ARBITRATION: 11.1 In the event of any question/dispute, breach of or difference arising in respect of the

meaning and scope of terms & conditions herein or in connection with any matter under this agreement (except for those matter which are to be decided as per provision made in these terms & conditions), the same shall be referred to the sole arbitrator by an officer of the CCI Ltd., New Delhi appointed by its CMD. There will be no objection if the arbitrator is an employee of the corporation and he had at any time in discharge of his duties as an employee of the Corporation has expressed views on all or any of the matters in dispute or difference. In case the employee of the Corporation who has been so appointed as Arbitrator ceases to be in the employment of corporation because of his superannuation or otherwise in any manner, shall no longer remain as an Arbitrator from that day and C&MD of the Corporation shall appoint another employee of the Corporation as sole Arbitrator in his place who shall proceed in this matter from the stage where the previous arbitrator had left the proceedings. Except where the award is an arbitral award or agreed terms under Section 30 of the Arbitration and conciliation Act, 1996, the Arbitrator shall give award with reasons in respect of each claim dispute or a difference referred to him. The award of the Arbitrator shall be final and okay and binding on the parties to this contract and persons claiming under them respectively.

11.2 Subject to aforesaid, the Arbitration and conciliation Act, 1996 and the rules made there under and any statutory modifications thereof for the time being in force shall apply to the Arbitration proceedings under this clause.

11.3 The work, under the contract shall be continued uninterrupted during the pendency of the

arbitration proceedings and no payment due from one to the other parties therein shall be withheld on account of pendency of such proceedings unless such payment related to the matter under Arbitration.

11.4 The venue of the Arbitration shall be New Delhi or such other place as the arbitral tribunal at

his discretion may determine. 12.0 JURISDICTION:

Page 22: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 22

It is hereby agreed by the parties hitherto that only courts at Diphu. Karbi Anglong shall have the jurisdiction to decide or adjudicate upon nay disputes, which may arise out of or be in connection with this agreement.

13.0 LAWS GOVERNING THE CONTRACT: -

This contract shall be governed by the laws of Union of India in force. 14.0 WAIVER TO IMPAIR THE RIGHTS OF THE CORPORATION: -

Any delay in exercising or omission to exercise any right, power or remedy acquiring to the Corporation upon any delay/default under this contract shall not impair any such right, power or remedy or shall be construed to be a waiver thereof or any acquiescence in such default nor shall any action or inaction of the Corporation in respect of any such default or inaction any acquiescence by it in any defaults affect or impair any right, power or remedy of the corporation, in respect of any other default.

15.0 CONDITIONS GIVEN BY THE TENDERER: - With, the acceptance of this contract with all its terms & conditions, the contractor waives all

and of their conditions. 16.0 In the event of negotiations, only down ward revision of rates will be allowed. Any change in

techno- Commercial terms, as agreed earlier, will not be permitted at this stage. Hence, any qualifying remarks in the price bid/revised/negotiated offer will not be entertained.

17.0 GST as per clause 6.0 of Part-III.

**

Page 23: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 23

Annexure-V

PART-III : SPECIAL TERMS AND CONDITIONS

Special terms and conditions of the tender for dust cleaning & material handling jobs inside CCI- Bokajan:

The tender contains general terms, special terms and conditions. Technical Specification and price

bid. All these documents are to be submitted duly signed and stamped by the tenderers.

In addition to the General Terms and Conditions of the contract under Part- I & II, the following

Special Terms and Conditions will also apply to the above contract. These Special Terms and

Conditions, if contradictory to any conditions given in Part- I & II shall prevail upon the conditions

given therein.

1.0 SCOPE OF WORK: -

(A) Dust Handling in the plant: - (i) The scope of work includes daily cleaning / sweeping of the areas inside and outside

the buildings in kiln, Mill House as well as other areas specified below. The swept / spilt material is to be fed to the place as directed by the department so that it can be re-cycled.

(ii) Split / swept materials thrown from various floors on the roofs of the adjacent buildings is to be removed immediately.

(iii) The material is to be taken out from inside of all chimneys and shifted to the place as directed by the department as and when required.

(iv) During the rainy season the mud accumulated in air slide tunnels and bucket elevator etc. is to be removed as and when required.

(v) Feeding of raw coal to the Coal Mill belts as and when desired / required. (B) Sweeping of all plant roads and cleaning of all drains inside the plant. (C) Shifting, sorting and charging of Grinding Media in to the Coal mills, Cement mill &

Raw mills as and when required. (D) Shifting and stacking of refractory bricks as per requirement. (E) Shifting of Coal lumps from Coal gantry to Coal Mill furnace & Raw mill furnace. (F) Shifting of any other material and any other manual job as per requirement.

A(I) AREAS COVERED UNDER DUST HANDLING a. KILN SECTION: - a.1. COAL HANDLING SECTION: -

Page 24: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 24

Disposal of Boulders and scrap from the area around the Raw Coal Hopper of the crane Gantry to the place as directed. Areas around and below the Push Feeder / Crusher. Areas around the tail & head ends of the Coal belts No. 1 & 2 galleries of these belts and area below these belts on ground floor and area around the Raw Coal Hoppers of the Coal Mill Building. All the floors of the Coal Mill Building which includes Table Feeders, Coal Mills, Fans, Cyclones, Screw Conveyors, Screw Feeders, Fine Coal Hoppers etc. Areas around the Hot Air Furnace of the Coal Mill.

a.2. KILNS, COOLERS, DRAG CHAIN & CLINKER BELT SECTION: -

Burner’s platforms, control rooms, walk ways between Burner’s plate forms and pre-heater building, foundation / pedestals of supporting rollers, girth gears, guide rollers, inlet / outlet seals, kiln main drives. Areas around coolers drag chains, I.D. Fans, multi-cyclones, cooler dust belts. Clinker belt from tail end to drive end, including clinker tunnel and clinker belt gallery. The area below the clinker belt on ground floor of the old compressor house, new clinker drag chain tunnel and new clinker belt gallery.

a.3. PRE-HEATER, STORAGE & BLENDING SILOS AND KILN FEED SECTION: -

All the RCC floors of pre-heater building including RCC roof, top RCC floors of blending / storage silos, complete kiln feed section which includes Pre-heater fans, F.K. Pumps, F. K. Pumps Pits, Air Slides, Screw conveyors, Kiln feed control room, Roof between the pre-heater building and the blending & storage silos.

a.4. KILN ESP AND G.C.T SECTION: - Areas around the Kiln ESP, GCT, Screw Conveyors, Belt Conveyors, Chimneys, ESP Control Room etc.

b. MILL HOUSE: - b.1 LIMESTONE HANDLING SECTION: -

Disposal of Boulders and scrap from the area around the Raw Mill & Cement Mill Hoppers, Feed Tables of and mill inlet side of Raw Mills and Cement Mill& area between Raw Mill and Old Compressor house.

b.2 RAW MILL SECTION: -

Cleaning of all RCC floors of Raw Mill section, control rooms, bucket elevators’ pits, air slide tunnels, table feeders, air separators, F. K. Pumps, conveyor belts, dust collectors, Fans, blowers, Mills main drives, Mill bearings& areas around the Hot Air Furnaces.

b.3 RAW MILL ESP SECTION: - Cleaning of areas around the Raw Mill ESP, ESP Screw Conveyors, ESP Fan Chimney, ESP Control Room etc.

b.4 CEMENT MILL AND COMPRESSSOR SECTION: - Cleaning of all RCC floors of Cement mill section - Table feeders, Mill Main drive, Mill bearings, F.K. Pump pit, Mill control room and ESP Control panel, Compressor House-I & II and Old Compressor House.

b.5 CEMENT MILL ESP SECTION: - Cleaning of areas around the Cement Mill ESP, ESP Screw Conveyors, ESP Fan, Chimney etc.

2.0 TOOLS AND TACKLES: - The Contractor should use his own tools and tackles and equipments as and when required for carrying out the job within the scope of work.

3.0 SUPERVISOR: - The contractor should engage skilled supervisor to supervise the daily work to be executed by him.

4.0 MAINTENANCE OF LOG BOOK: -

Page 25: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 25

The contractor should maintain Log Book for the work done during the day and get it duly signed by the Section In-Charge. The contractor has to provide requisite number of man power round the clock as per requirement.

5.0 SUNDAY & HOLIDAY: - The work has to be done for all the seven days of the week. No extra claim will be entertained for Sundays and Holidays. For this purpose the contractor should keep extra manpower.

6.0. GST :

In case GST is payable on Dustcleaning & material handling jobs, the party shall record the following certificate on their bills. “It is certified that the GST on the goods on which it has been charged has actually been paid by us and is not more than that is payable under the provision of the relevant Act or the Rules made thereunder. GST gate pass should be enclosed along with the supplies and photo copy of GST gate pass should be enclosed along with the copy of invoice”. Relevant documents are to be furnished by the party to CCI on time for availing credit benefits whenever applicable. In case all the required documents for claiming credit are not submitted in time equivalent amount of credit will be deducted from supplier.

7.0 LICENCE: - After the contract is awarded, the contractor should produce the necessary Labour Licence for engaging the employees in the Factory. It should be obtained within 15 days from the date of award of the Contract / start of the work as authorized by the Corporation, which ever is earlier.

8.0 RULES AND REGULATIONS: - The contractor should follow strictly the Rules and Regulation of the Corporation as well as the regulatory/statutory, Local Authority in connection with the Contract. The Contractor will be held responsible for any violation of the rules and regulations of the Corporation and regulatory/statutory authority.

9.0 DISCIPLINE: - The contractor should see that all his workmen including supervisor and himself should behave properly in carrying out the work in orderly manner so that all kinds of indiscipline be avoided, in case of any indiscipline noticed among the workman or any damage caused to the equipments, the Corporation is bound to take any action as deemed fit by the Corporation including termination of contract along with the right to recover the damaged from the dues payable to the Contractor.

10.0 ACCIDENT: - The contractor shall be liable for compensation to his labours payable under the Workman’s Compensation Act, 1923 or any other Act in case of accident. In case he fails to pay the compensation, the Corporation reserves the right to make the payment and recover the same from any of his bills or Security Deposit. The contractor must obtain Licence from the Labour Licening Authority before starting the work / fifteen days time of receiving LOI. Labour Licence and Insurance premium will be liability of the contractor. Photo copies of the above will be submitted to the P & A Department before the start of the work.

11.0 STATUTORY WAGES: - The contractor has to pay the minimum wages as fixed by the appropriate Govt. to all employees employed by him. The wages should be paid to the employees by the contractor in presence of the authorized representative of the Personnel Department. The wages should be paid within the premises of the Factory. After making payment the necessary certificate may be obtained from authorised representative of Personnel Department.

12.0 IDENTITY CARD / TOKEN: - The contractor should issue Identity Cards to all his workman and obtain Tokens for his entire workmen employed for the above contract from Security while entering the factory.

Page 26: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 26

The workmen should show the Identity Card / Token at the Gate daily for IN & OUT for necessary Security check.

13.0 FEMALE WORKMAN: - The contractor should not engage female workman between 6.00 p.m. to 6.00 a.m. In case of any violation, the contractor will be held responsible.

14.0 DEPLOYMENT OF MANPOWER: -

The daily deployment of contract labour may vary as per requirement; however, total man days required in a month may be 850 (Eight Hundred Fifty) on an average for the entire work. The total number of labours which may be allowed for Dust-cleaning & material handling jobs is 26(Twenty Six) numbers. The contractor should, therefore, arrange the manpower as per the daily programme given by the department. On any day, deployment of female worker may be restricted to maximum 16(sixteen) in number. Contactor is responsible for getting complete job as specified in scope of work on regular basis. If deployment of manpower is not done as per requirement particularly in B & C shift on need basis, penalty or as deemed fit, may be imposed on the contractor which shall be decided by the Tender Committee/Corporation.

15.0 DURATION OF CONTRACT: - The contract will be for a period of ONE Year from the date of issue of letter of Intent / Work Order. However, the corporation reserves its right to extend the contract further for ONE more year under the same rates, terms & conditions on satisfactory performance. The Security Deposit shall be liable to forfeited wholly or party at the sole discretion of the Corporation, should the successful tenderer either fail to complete the jobs assigned to him/them as per agreed time schedule or to fitful his/their contractual obligations or settle in full his/their dues to the corporation.

16.0 RATES: - The contractor has to quote Lump Sum rate on monthly basis for entire scope of work based on existing minimum wages applicable to the un-skilled labour which will be revised from time to time as per our P&A circular. Contractor commission will be quoted separately which will remain fixed during the contract period and no escalation will be allowed on this account. GST etc. will be reimbursed and contractor has to submit original receipt of the appropriate authority to our Finance department. Payment will be released for actual deployment of manpower duly certified by Security Deptt., limited to 850 man days per month.

17.0 SUBMISSION AND PAYMENT OF BILLS: -

The contractor shall submit the Printed bills duly signed and rubber stamped on monthly basis. Payment will be made by Cheque/core banking/RTGS etc.. Paying authority is H.O.D. (Fin), CCI. Ltd, Bokajan. The settlement of bills shall be subject to deduction as may be applicable under the Rules of law in vogue.

18.0 REFUND OF SECURITY DEPOSIT: -

The Security Deposit of the contractor will be refunded within three months of the satisfactory completion of the contract.

19.0 SHORT CLOSURE OF THE CONTRACT: - CCI. Reserves the right to short close the contract at any stage without assigning any reason thereof. However, CCI shall give one month’s notice for the same. No compensation whatsoever on any account shall be paid by CCI in the event of short closure of the contract.

***

Page 27: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 27

ANNEXURE-VI(A) I declare that the following officers of the Corporation are related to me/ no officer of the Corporation is related to me:

Sl. No. Name of the Officer Post held Place of posting

Signature of Tenderer : ……………...………………………

Name of the Signatory : …………………………………….

Designation : …...…….………………………….

Name of the Party : ……..………………………………

Place : ………………

Date : ………………

Seal

Page 28: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 28

ANNEXURE–VI(B)

LIST OF UNEXECUTED / PRESENT CONTRACTS / JOBS IN HAND

Sl. No.

Name of client Nature of work Approx. value of contract (Rs. in lakhs)

Date of Start

Stipulated date of completion

Note: Please attach photo copies of Unexecuted / present contracts/ jobs in hand.

Signature of Tenderer : ……………...………………………

Name of the Signatory : …………………………………….

Designation : …...…….………………………….

Name of the Party : ……..………………………………

Place : ………………

Date : ………………

Seal

Page 29: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 29

ANNEXURE–VI(C)

DETAILS OF ORDERS EXECUTED, INCLUDING CCI DURING LAST 3 YEARS

Sl. No.

Name of client Nature of work Approx. value of contract (Rs. in lakhs)

Date of Start

Stipulated date of completion

Note: Please attach photo copies of Unexecuted / present contracts/ jobs in hand.

Signature of Tenderer : ……………...………………………

Name of the Signatory : …………………………………….

Designation : …...…….………………………….

Name of the Party : ……..………………………………

Place : ………………

Date : ………………

Seal

Page 30: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 30

ANNEXURE–VI(D)

ADDITIONAL INFORMATION TO BE FURNISHED BY TENDERERS

(REFER SPECIAL INSTRUCTIONS, PART-III SPECIAL TERMS & CONDITIONS)

1. Name of the Firm

2.(a) Postal address (Head Office)

Phone (with STD Code)

Fax (with STD Code)

Mobile

Telex/Gram

E-mail ID

(b) Postal address (Factory)

Phone (with STD Code)

Fax (with STD Code)

Mobile

Telex/Gram

E-mail ID

(c) Postal address (Branch Office) Incl. Delhi Office

Phone (with STD Code)

Fax (with STD Code)

Mobile

Telex/Gram

E-mail ID

3. Whether Public Sector/Private Sector/Joint Sector etc.

Page 31: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 31

4. Type of Organization: Proprietary / Partnership / Limited/ any other type……………………………

A. In case of Proprietors/ Partnership: i) Name of the Proprietors/ Partners 1.

2. 3. 4. 5. 6. 7.

ii) Whether business/Partnership is registered

iii) Date of commencement of business __ __/ __ __/ __ __ __ __

iv) Status of Income Tax assessment (Please attach copy of Valid Income Tax clearance certificate)

v) Name & address of the Bankers (Please attach reference letter from your banker)

B. In case of Limited Liability Company or Company Limited by Guarantees:- i) Amount of paid-up Capital ii) Name of Directors 1.

2. 3. 4. 5. 6. 7.

iii) Date of Registration of Company. __ __/ __ __/ __ __ __ __

iv) Copies of last three years audited Balance Sheets of company (including Profit & Loss Statement) to be enclosed.

v) Name & address of the Bankers (Please attach reference letter from your banker)

Date of commencement of production of item for which tender is being submitted

__ __/ __ __/ __ __ __ __

Annual turnover for last 3 years of the category/item for which tender is being submitted.

Financial Year

Amount (Rs. in lakhs)

5. Present order in hand (Details to be furnished as per Annexure-C) (Photocopies of orders/ contracts to be attached).

6. Details of Foreign collaboration, if any.

Page 32: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 32

(Please attach photocopies of collaboration agreement, if it is there).

7. Financial a) Investment on fixed assets of building, fittings & fixtures.

b) Investment on Plant & Machinery, Tools and dyes etc.

8. Are you on the approved list with any of the following supply of items quoted :

Any Public Sector Undertakings

Cement Plants

Other reputed agency (Enclose photocopies of Registration Certificates)

Page 33: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 33

9.0: List of Enclosures attached by Parties to be indicated

9.0 Particulars Enclosed Not Enclosed

a) Latest Income Tax Clearance Certificate/ Latest Income Tax Return

b) Partnership Deed, if applicable

c) Copies of last three years audited Balance sheets with Profit & Loss A/Cs

d) Photocopies of Performance Reports from the customers

e) Details of present orders in hand (as per Annexure–C)

f) Photocopy of foreign collaboration, If applicable

g) Reference from the Bankers indicating Financial status of the company

h) Copy of Service Tax Registration

i) Proof of EMD Payment

j) Copy of PAN Card

k) Copy of GST Registration

It is hereby solemnly declared that the above information and the date furnished in the enclosed Annexure are true to the best of our knowledge.

Signature of Tenderer : ……………...………………………

Name of the Signatory : …………………………………….

Designation : …...…….………………………….

Name of the Party : ……..………………………………

Place: ………………

Date: ………………

Seal

Page 34: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 34

ANNEXURE–VII

INTEGRITY PACT

Between

Cement Corporation of India Limited (CCI) 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 value full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/ or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), 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 immaterial benefit which the person is not legally entitled to.

b) The Principal will, during the tender process treat all Bidder(s) with equity and reason, The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential additional information through which the Bidder(s) 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 IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder(s)/ contractor(s) :

Page 35: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 35

(1) The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

a) The Bidder(s)/Contractor(s) 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 he/she is 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 Bidder(s)/Contractor(s) will not enter with other Bidders 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 cartelization in the bidding process

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/ Contractor(s) 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 Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any, Further details as mentioned in the "Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by the bidder(s) / Contractor(s). Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in 'Indian Rupees only.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract

(2) The Bidder(s)/Contractor(s) 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:

(1) If the Bidders(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the principal is entitled to disqualify the Bidder(s)/ Contractor(s) from the tender process or to terminate the contract, if already signed for such reason.

(2) If the Bidder/Contractor has committed a serious transgression through a violation of sector-2 such as to put his reliability or credibility into question, the principal is entitled also to exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors with the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

Page 36: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 36

(3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by

him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

(4) A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible.

Section 4 - Compensation for Damages:

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

(2) If the Principal has terminated the contract according to Section 3, or if the Principal MM entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5- Previous transgression:

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any country conforming to the anti corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If, the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process.

Section 6- Equal treatment of all Bidders/Contractors/Sub-contractors:

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors the commitment consistent with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7- Criminal charges against violating Bidder(s)/Contactor(s)/Subcontractors:

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor; or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 -Independent External Monitor/ Monitors:

(1) The Principal appoints competent and credible Independent External Monitor for this Pact. 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,

Page 37: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 37

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairman, CCI.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all tender documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, 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. However, the independent External Monitor shall give an opportunity to the Bidder/ Contractor to present its case before making its recommendations to the Principal.

(5) The Monitor will submit a written report to the Chairman, CCI Ltd. within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations.

(6) Monitor shall be entitled to compensation on the same terms as being extended to /provided to Independent Directors on the CC1 Board.

(7) If the Monitor has reported to the Chairman CCI, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman, CCI has not, within the 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.

(8) The word 'Monitor/ would include both singular and plural.

(9) Independent External Monitor shall be required to maintain confidentially of the information acquired and gathered during their tenure/role as independent Monitor. Any breach in this regard would be subject to the legal judicial system of India,

(10) Independent External Monitor(s) shall be required to furnish an Undertaking and disclose before taking any assignment that he/she has no interest in the matter or connected with the party (Bidder/ Contractor) in any manner.

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 contract and for all other bidders 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 CCI.

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. New Delhi.

Page 38: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 38

(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 or consortium members.

(4) Should one or several provisions of this agreement turnout to be invalid, the remainder of this agreement remains valid. In this ease, the parties will strive to come to an agreement to their original intentions.

………………………………… ………………………………………….. (For and on behalf of the Principal) (For and on behalf of Bidder/ Contractor) (Office Seal) (Office Seal) Place : ………………….

Date : …………………. WITNESSES: Signature with Name & Address 1. Signature : ………………………….

Name & Address : ………………………………………………………………………….… 2. Signature : ………………………….

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

Page 39: NIT No. Bkj/Prod/Dustcleaning/18-19 · Sub. : Tender for dust cleaning and material handling jobs inside CCI-Bokajan. Sealed tenders are invited in two bids super-scribed as òCOMMERCIAL

Tender No. : Bkj/Prod/Dustcleaning/18-19

Page | 39

ANNEXURE–VIII

PRICE BID (TO BE SUBMITTED IN SEPARATE SEALED COVER)

Tender No. : Bkj/Prod/Dustcleaning/18-19 Dated: ………………

PRICE BID

(TO BE SUBMITTED IN SEPARATE SEALED COVER) ITEM RATE LUMPSUM (RS.) (IN MONTHLY

BASIS) IN WORDS IN FIGURE As mentioned in detail in Part – III Special Terms & Conditions of the Tender for Dust Cleaning and Materials Handling Jobs.

Supply of 850 man-days per month (average), based on existing minimum wages which will be revised from time to time as per the applicable rule & intimation of A.L.C(C), Guwahati.

1. Contractor commission in lump sum on monthly basis.

2. GST(%) 3. Total of 1& 2.

Rs.

N.B.: -

1. In case of any differences in rates given in words and figure, the lower of the rate shall be taken.

2. GST will be reimbursed on submission of receipt.

SIGNATURE OF BIDDER: NAME: - ADDRESS:

OFFICE SEAL: PLACE: DATE: