· web viewi/we hereby agree to comply with all the provisions of the applicable laws of...

22
Page 1 of 2 HOTEL CORPORATION OF INDIA LIMITED. Unit: Centaur Lake View Hotel, Srinagar (J&K) Cheshmashahi, Srinagar-190001 (J&K) Ph.No.2501236-38, Fax: 0194-2501145 E-mail: [email protected] T-17/08 Dated: 13/11/2017 Due Date: 05/12/2017 upto (1500 hours) Sub: Tender inviting quotations for providing of security services/personnel at Centaur Lake View Hotel, Srinagar. Hotel Corporation of India Limited, a wholly owned subsidiary of “Air India” invites sealed quotations in two envelope system from registered State/TSARA/DGR Ex-serviceman Security Agencies for providing of security services/personnel at Centaur Lake View Hotel, Srinagar offering best possible price. Offers made should be best/lowest rate as applicable to public sector, govt. companies or institutional users. 1. Tender details : 1.1 Tender Enq. No. T-17/08 1.2 Tender date. 13/11/2017 1.3 Tender Subject Providing of security services/personnel at Centaur Lake View Hotel, Srinagar 1.4 Last date/time of submission of tender 05/12/2017 by 1500 hrs. 1.5 Date/time of opening of technical bid 05/12/2017 at 1530 hrs. 2. Details of tender documents: S.No.Particulars A Annexure 2.1 General Terms & Conditions I 2.2 Prequalification / Technical Evaluation Criteria II 2.3 Scope of Services/job and General Information. III 2.4 Certificate for unconditional acceptance of all Terms & Conditions, scope of work/job of the tender. IV 2.5 Technical Bid Form- Part A. V 2.6 Price Bid Form Part B VI

Upload: hoangkhuong

Post on 09-Mar-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Page 1 of 2

HOTEL CORPORATION OF INDIA LIMITED.Unit: Centaur Lake View Hotel, Srinagar (J&K)

Cheshmashahi, Srinagar-190001 (J&K) Ph.No.2501236-38, Fax: 0194-2501145E-mail: [email protected]

T-17/08Dated: 13/11/2017Due Date: 05/12/2017 upto (1500 hours)

Sub: Tender inviting quotations for providing of security services/personnel at Centaur Lake View Hotel, Srinagar.

Hotel Corporation of India Limited, a wholly owned subsidiary of “Air India” invites sealed quotations in two envelope system from registered State/TSARA/DGR Ex-serviceman Security Agencies for providing of security services/personnel at Centaur Lake View Hotel, Srinagar offering best possible price. Offers made should be best/lowest rate as applicable to public sector, govt. companies or institutional users.

1. Tender details:

1.1 Tender Enq. No. T-17/081.2 Tender date. 13/11/20171.3 Tender Subject Providing of security services/personnel

at Centaur Lake View Hotel, Srinagar 1.4 Last date/time of submission of tender 05/12/2017 by 1500 hrs.1.5 Date/time of opening of technical bid 05/12/2017 at 1530 hrs.

2. Details of tender documents:

S.No. Particulars A Annexure2.1 General Terms & Conditions I2.2 Prequalification / Technical Evaluation Criteria II2.3 Scope of Services/job and General

Information.III

2.4 Certificate for unconditional acceptance of all Terms & Conditions, scope of work/job of the tender.                 

IV

2.5 Technical Bid Form- Part A. V2.6 Price Bid Form Part B VI

3. ESTIMATED TENDER VALUE: Rs. 12.00 LACS (APPROX.) PER ANNUM.

4. METHOD OF SUBMISSION OF QUOTATIONS IN TWO BID SYSTEM

4.1 ENVELOPE ONE - “Technical Bid - Part A” shall contain the following:

(a) To be superscribed with: ENVELOPE ONE: – “Technical Bid- Part A” for “Tender No. T-17/08, dated: 13/11/2017, Due Date: 05/12/2017. Name of the Tenderer / Co. and address to be written at the bottom of envelope for identification.

(b) Duly filled in and completed “Technical Bid Form – Part A” (Annexure – V) together with the self attested photocopies of supporting document.

(c) EMD by way of original Demand Draft/Pay Order or by Cash receipt (Cash deposited to HCIL before submission of tender) of Rs. 6,000/- EMD paid by way of Cheque or in any other form shall not be acceptable.

Page 2: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Page 2 of 2

4.2 ENVELOPE TWO: “Price Bid Form – Part B”: shall contain the following. (a) To be superscribed with ENVELOPE TWO - “Price Bid – Part B” Tender No. Tender No. T-17/08, dated: 13/11/2017,

Due Date: 05/12/2017 and Address to be written at the bottom of envelope for identification.(b) Duly filled & completed “Price Bid Form- Part B” (Annexure VI) and keep in your Second Envelope– Price Bid. The

Price Bid must be signed by your authorized representative bearing Company Stamp.

Note : The tenderer(s) may use “HCIL” Tender Documents for applying to this tender and must put their Co’s Stamp on each page duly signed by the Authorized signatory of the Tenderer / Co. For submission of Price Bid, Tenderer can use their Company letter head for submission of Bid but in this case, it has to be typed in the manner / format shown in our “Price Bid Form- Part B”.

4.3 ENVELOPE THREE (MASTER ENVELOPE ): The above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation for Tender No. T-17/08, dated: 13/11/2017, Due Date: 05/12/2017 at 1500 hrs”. Name of the tenderer / Co. and Address to be written at the bottom of envelope for identification. The tenders should be submitted at Centaur Hotel TENDER BOX at Security Department, at Centaur Lake View Hotel Srinagar on or before 1500 hrs. No bids will be entertained after the stipulated time.

The perspective Tenderers / bidders may send their offer in sealed/closed envelope through messenger or through courier services so as to reach us at above mentioned address on or before 05/12/2017 by 1500 hrs.

The tender closes on 05/12/2017 at 1500 hrs. The closing date may be extended at the sole discretion of ‘HCIL’.

The Technical Bids shall be opened on the due date/time of the tender.

Tenderers who wish to attend tender opening may do so OR send their representative with authorization letter on their Company’s letterhead signed by their authorized signatory which should be produced at the time of opening of tender at above address/time.

‘HCIL’ reserves the right to reject any tender in part or full or annul the tender process without assigning any reason.

The Commercial Bids of only technically suitable vendors will be opened thereafter and date/time will be advised to the qualifying vendors. No enquiries/correspondence shall be entertained in this regard.

Sd/-

(Incharge Purchase) Centaur Lake View Hotel, Srinagar

Page 3: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Annexure I

HOTEL CORPORATION OF INDIA LIMITED.UNIT: CENTAUR LAKE VIEW HOTEL SRINAGAR (J&K)

General Terms and Conditions

Tender No. T-17/08, dated: 13/11/2017 Due Date: 05/12/2017

Sub: Tender inviting quotations for providing of security services/personnelat Centaur Lake View Hotel Cheshmashahi Srinagar (J&K).

1 ‘HCIL’ means Hotel Corporation Of India Ltd.

2 The “Tenderer/Bidder” and / or “Party”, as used in the Tender document, shall mean the one who has signed the tender form and submitted the quotation in response to our tender.

3 It is further clarified that individual signing the tender or other documents in connection with the tender must certify whether he signs as:(i) A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor.(ii) A partner of the firm if it is a partnership must have authority to refer to arbitration, disputes concerning the business of the partnership either by virtue of the partnership agreement or a power of attorney. In the alternative, the tender should be signed by all the Partners.(iii) Constituted attorney of the firm, if it is a Company.(iv) Authorized signatory of the firm.

4. The tenderer must study the tender documents carefully. Submission of tender shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications

5.0. The following are to be noted: 5.1 In case the price bid and the technical bid are enclosed in the same envelope instead of in two separate sealed / closed envelopes, the tender will be rejected.5.2 On the date of opening of the tender only the technical bids would be opened, and the price bids would be kept in the custody of ‘HCIL’ in the same sealed/closed condition as received from the tenderer.5.3 The price bids of only those tenderers, who qualify in the Technical Bid evaluation, would be opened, the date and time for which would be notified subsequently to the successful tenderers.5.4 The tenderer should sign on all the pages of the technical bid and the price bid. 5.5 The technical bid should not contain any indication of the price.5.6 In case, the price quoted is indicated in the technical bid, the quotation will be rejected without any reference to the tenderer. No correspondence will be entertained in this regard.5.7 The price quoted should remain valid for acceptance of ‘HCIL’ for a minimum period of 120 days from the date of opening of the Technical bid.5.8 The bids should be neatly filled / typed. Corrections, if any, should be duly authenticated with full signatures of the person signing the tender, failing which the tender is liable to be rejected.5.9 ‘HCIL’ reserves the right to accept or reject any / all offers without assigning any reasons.5.10 In the event of default, ‘HCIL’ reserves the right to cancel the order and to claim damages from the successful tenderer, and also reserves the right to award the contract to another party at the cost and risk of the successful tenderer.5.11 If you are already on rate contract for providing this service with any unit of ‘HCIL’ / any other Govt.

Department(s), the same should be clearly indicated and rates quoted by you to ‘HCIL’ should not be higher than the same.

6.0 DEPOSITS: 6.1 Tender Fee: There is no Tender Fee for this tender. Tender documents can be obtained from the office of Dy. Manager, Purchase Section, Centaur Lake View Hotel Cheshmashahi Srinagar (J&K) on Free of Charge against a written request on the Letter head of the Tenderer/ Company/Firm.

Page 4: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Annexure I

6.2 Earnest Money Deposit:(i) The Tenderer will furnish along with Technical Bid, an EMD of Rs. 6000/- in the form of DD/ Pay order only in favour of “Centaur Lake View Hotel Cheshmashahai Srinagar” payable at Srinagar Or deposit cash with Centaur Lake View Hotel Cheshmashahi Srinagar and shall enclose original Receipt issued by Centaur Lake View Hotel Cheshmashahai Srinagar with the tender. EMD in any other form shall not be acceptable. (ii) The tenderers seeking exemption of EMD has to enclose valid certificate of single point programme registration with NSIC only. Parties Registered with SSIC are not eligible for EMD exemption. (iii) "Tenders" - without EMD shall be summarily rejected. (iv) No interest will be payable on EMD. (v) The EMD of unsuccessful Tenderers will be refunded in due course. (vi) Exemption from payment of EMD and Security Deposit (SD): It may be noted that Exemption from payment of EMD and SD shall be available only to those SSI Units in India which are registered with the NSIC under its single point registration scheme up to the monetary limit as specified by the NSIC in their favour. The tenderer(s) are required to attach a self attested copy of the NSIC valid certificate granted by the NSIC in their favour wherein the specific production unit/item registered along with the monetary limit for which the SSIC unit has been covered. It may also be noted that this benefit would only be extended to those units which were registered with NSIC as on date of closing of the tender.(vii) Forfeiture of EMD: EMD will be forfeited, if the bidder withdraws their bid, within 120 days, from opening of Technical Bid of the tender.

6.3. Security Deposit for Order completion /contract performance guarantee(CPG): (i) The successful Tenderers shall furnish Security Deposit towards contract performance guarantee/job/services equal to 5% of the value of the PO within 15 days of receipt of PO / Starting of services. SD may be in the form of Bank Guarantee or Demand Draft only.(ii) In case, SD is in the form of Bank Guarantee, the BG shall be valid for contract period plus 3 more months.(iii) The cost of submission of the SD or BG would be borne by the successful bidder.(iv) SD will not carry any interest.(v) SD will be refunded only on successful completion of contract period and all contractual obligations. In case, there is any lapse or unsatisfactory performance affecting the reputation of HCIL and / or affecting the regularity and efficiency of its service, the applicable penalties shall be deducted from SD.

7. P ayment: 7.1 The normal terms of payment are 30 days credit from the date of receipt of services/ bills.7.2 Deduction of Govt. taxes at source shall be done as per Govt. rules as applicable from time to time. 7.3 No advance payment shall be made in any case. If advance payment is sought in the offer, the offer shall be loaded @12% per annum calculated on pro rata basis.

8. Base for Quoted Price & validity : 8.1 Your quotation must be valid for at least 120 days from the opening of Technical Bid for our consideration and acceptance.8.2 The agreed rates as mentioned in our PO shall remain fixed for a period of 12 months from the date of PO and no increase in price, due to whatsoever reason, will be allowed irrespective of the change in our requirement.8.3 Further, no price increase will be accepted during the term of the contract, except on account of statutory taxes, if any, that may be imposed by the govt.8.4 The successful tenderer would pass on to ‘HCIL’, the benefit of reduction in statutory taxes / levies, if any, that may arise during the term of the contract.

9. Validity of the contract/PO/Services: 9.1 The validity of the PO/ contract would be one year from the date of Purchase Order.9.2 The PO/Contract will initially be for a period of one year for services / job mentioned, and can be

extended further by one more year or for period / services / job / term as mutually agreed upon.

Page 5: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Annexure I

10. Exit Clause / Termination of Purchase Order (PO)/Contract: The Purchase Order may be terminated under the following circumstances:10.1 ‘HCIL’ reserves the right to terminate the Contract / cancel the PO by giving one month written notice but without assigning any reason.10.2 In the event of unsatisfactory performance in terms of quality/delivery of services/job etc, ’HCIL’ reserves the right to cancel the Contract / PO at a short notice and make alternative arrangement at the cost and risk of the service provider. 10.3 If there is a change in ‘HCIL’ requirement, the PO shall be terminated within one months’ advance notice but without any liability on ‘HCIL’.

11. Rejection of Tender: Bids may be rejected, based on any one of the following reasons: -11.1 Receipt of offers by fax/email.11.2 Receipt of offers in an unsealed/open envelope.11.3 Receipt of offers in an unsigned form. 11.4 Tenders received without EMD (without valid proof of exemption) and receipt of EMD in any other form

as mentioned in the tender.11.5 Receipt of offers after the due date and time of the tender.11.6 Non compliance of Technical parameters.11.7 Non acceptance of General Terms and Conditions of the tender.11.8 In case the tender offer is conditional.

14. Corrections / Over writings in bids: wherever there is any cutting or overwriting in fulfilling of the tender-specifications/rates/terms & conditions etc, the authorized signatory of the bidder signing the tender documents, must sign in full at all these places where overwriting/cutting appears. 15. Award of PO/Contract: The purchase order / contract shall be awarded to the successful Bidder who had quoted L-1 Rates.

16. Settlement of Disputes:16.1 Arbitration: - Any dispute or difference whatsoever arising between the parties out of or relating to the interpretation, application, meaning, scope, operation or effect of this contract or the validity or the breach thereof, shall be referred to “PRINCIPAL DISTRICT JUDGE SRINAGAR” Govt. of J&K for settlement and the award made in pursuance thereof shall be binding on the parties.16.2 Jurisdiction: Any dispute whatsoever shall be subject to within the jurisdiction of Srinagar (J&K) Courts only.

***********

Page 6: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

ANNEXURE – II

HOTEL CORPORATION OF INDIA LTD.

QUALIFICATION CRITERIA FOR BIDDERS

Tender No. T-17/08, dated: 13/`11/2017, Due Date: 05/12/2017

Sub: Tender inviting quotations for providing of security services/personnel, at Centaur Lake View Hotel Cheshmashahi Srinagar (J&K).

AA: PREQUALIFICATION CRITERIA FOR BIDDERS: The prospective bidders / tenderers who fulfill the following pre-qualification requirements and provide information and supporting documents shall be eligible for the above tender:

1. The tenderer must be experienced Principle / service provider/ security agency and will not sublet the contract of the services in part or whole and must have experience in providing of security services/personnel for last 2-3 years. A list of clienteles along with PO/job order copies with satisfactory performance report may be enclosed in support of experience.

2. The tenderer/agency/service provider should be registered State/TSARA/DGR Ex-Servicemen Security Agency for supply of human resource/ security services, Self Certified copy of to be enclosed.

3. The tenderer must have PAN /GIR No and GST regn., Self Certified copy of each to be enclosed.

4. The tenderer must have EPF and ESI regn.No, Self Certified copy of each to be enclosed

5. The tenderer must have an average turnover of Rs. 4.00 Lacs per year for last three (3) Financial Yrs, copy of Bank Statements/certificate or Self Certified copy of Balance Sheet, Profit and loss account duly verified by Regd. Chartered Accountant to be enclosed in support with technical bid.

6. The tenderer must furnish EMD of Rs. 6000/- by way of DD/Pay Order / Cash Receipt. DD/ Pay order has to be in favour of Centaur Lake View Hotel Chesmashahi Srinagar and Payable at Srinagar. In case, EMD is paid in cash, it must be paid to Centaur Lake View Hotel Chesmashahi Srinagar before submission of tender and original receipt to be enclosed with the tender.

7. EMD in any other form shall not be acceptable and non-compliance of this condition shall lead to rejection of tender. SSI units seeking exemption of EMD shall have to enclose valid certificate of Regn. With NSIC under their single point Regn. Program (Parties Regd. With SSIC are not eligible for EMD Rebate).

8. The tenderer must enclose self certified copies of all necessary documents with the Technical Bid Form-Part A.

9. The tenderer must also enclose signed copy of undertaking of General Terms & Conditions, work scope along with the Technical Bid Form –Part A, as proof of unconditional acceptance of job specifications, Terms and Conditions of the Tender.

10. Copy of documentary proof as required above must be furnished along with technical bid and replies such as “Applied for “or “under process” shall not be acceptable. In such cases and in case of not furnishing required information and documents with the technical bid, the tender shall be rejected.

BB: TECHNICAL EVALUATION CRITERIA: 9.1 Technical bids of the responding tenderers shall be evaluated based on the parameters mentioned in the tender and based on the information and supporting documents submitted by the tenderers.9.2 In case any of the terms have not been completed by the tenderer, their offer shall be technically rejected. CC: PRICE BID EVALUATION CRITERIA:10.1 Price Bids of only those tenderers who qualify in technical bid, shall be opened. 10.2 The price comparison shall be made in respect of technically qualified tenderers for the total cost as mentioned in financial bid form. 10.3 Based on above comparison, the lowest offer would qualify as successful bidder in this tender.10.4 Though there is not general practice of HCIL to negotiate the rates, however if so felt ,HCIL may negotiate rates

with the L1 bidder, therefore, prospective bidders are required to quote best rates in their own interests.

*******************

Page 7: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

ANNEXURE –IV

HOTEL CORPORATION OF INDIA LTD, UNIT:CENTAUR LAKE VIEW HOTEL SRINAGAR .

C E R T I F I C A T E FOR UNCONDITIONAL ACCEPTANCE OF TERMS & CONDITIONS OF THE TENDER (TO BE SUBMITTED WITH TECHNICAL BID- PART A) ON TENDERER’S LETTER HEAD)

To,The Dy.Manager – Purchase,Purchase Section,Hotel Corporation of India Ltd,Centaur Lake Hotel,Cheshmashahi-Srinagar, Dated: _____________________Sir,

Sub: C E R T I F I C A T E FOR UNCONDITIONAL ACCEPTANCE OF TERMS & CONDITIONS, SPECIFICATIONS/SCOPE OF WORK/JOB OF THE TENDER No. T-17/08, Dated: 13/11/2017, Due On: 05/12/2017 for providing of security services/personnel, at Centaur Lake Hotel, Cheshmashahi-Srinagar (J&K).

1. It is certified that we have studied and understood and hereby agree for the terms and conditions and specifications/ scope of work/job of the subject Tender issued by “HCIL” for providing of security services/personnel at Centaur Lake Hotel, Cheshmashahi-Srinagar (J&K).and hereby agree to abide by them. In token thereof I/we have signed below and at the end of schedule of quantities. I/we also understand that otherwise this Tender is liable to be rejected.

2. I/we hereby confirm that only the relevant entries asked for have been made within the Tender documents issued to us. I/we also confirm that in the event of any entry in this Tender document, other than the relevant entry, shall make this Tender invalid.

3. I/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to time. I shall remain exclusively and solely liable for all obligations under all applicable laws such as The Contract Labour (Regulation & Abolition) Act, 1970. The payment of Wages Act 1936. The Workmen’s Compensation Act 1923. The Industrial Disputes Act 1947. The Minimum Wages Act 1948. The payment of Bonus Act 1965. The Employees Provident Funds & Miscellaneous Provisions Act 1952 and The Employees State Insurance Act 1948. The Fatal Accident Act, the Srinagar Shops & Establishment Act, any other rules/by laws that are prevalent or may be promulgated in this matter. I/we shall also be responsible to comply with all provisions of any other labour laws as or may be in force and applicable in J&K.

4. I/we hereby declare that my/our firm is registered with the Sales Tax/Income Tax Departments for works/services contract under Goods & Services tax as applicable. All relevant copies of certificates are enclosed with tender technical bid.

Signature: _______________________________

Name & Designation: _____________________

Co. Name & Seal: _________________________Date: ___________________

Place: __________________

Page 8: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Page: 1 ANNEXURE- V

HOTEL CORPORATION OF INDIA LIMITEDUNIT: CENTAUR LAKE VIEW HOTEL SRINAGAR.

TECHNICAL BID FORM – PART A

TENDER NO. T-17/08 Dated: 13/11/2017 Due On: 05/12/2017

1 Name of Contract Providing of security services/personnel at Centaur Lake View Hotel Srinagar

2 Name of the Bidder / Co.

3 Complete Address of the bidder/Co.

4 Telephone No. / Mobile No. / Fax No./email ID

5 Name of Contact Person & mobile.

6Status of the bidder: Whether principal/ authorized Agency/Service provider registered with State/TSARA/DGR, Please attach valid documentary proof (Must)

7 Whether copy of latest electricity bill of bidder / Co. enclosed as proof of 3 above. (Must)

Yes / No

8 Whether EMD of Rs. 6000/- enclosed. Original DD/Cash receipt to be enclosed. (Must)

Yes/No DD/Cash Receipt No. ……Date………………….

9 Whether EMD exemption sought, if yes, attach valid certificate granted by the NSIC.

Yes / No

10 Whether Tenderer is having 2-3 yrs experience in providing of security services/personnel. (Must). Note- A list of clienteles along with PO/job order copies with satisfactory performance certificate of concerned customers to be enclosed in support of experience.

Yes / No

11 Whether having PAN/GIR regn No. A self attested copy to be enclosed. (Must)

Yes/No Regn No……,Date….

12 Whether Tenderer is having an average turnover of Rs. 4.00 Lacs per year for last 3 Fin yrs,(must) copy of Bank Account Statement/certificate or Self Certified copy of ITR , Balance Sheet, Profit and loss account duly verified by Regd. Chartered Accountant to be enclosed in support for verification.

Yes/No2014-15: Rs………….

2015-16: Rs………….

2016-17 Rs…………..13 Whether having Service Tax/ GSTIN regn.No,, self

attested copy to be enclosed. (Must)Yes/No

14 Whether having license/registration under contract labour, self attested valid copy to be enclosed. (Must)

Yes/No

15 Whether having Contract Labour, PF, ESI registration, self attested valid copies to be enclosed. (Must)

Yes/No

16 Whether Certificate for unconditional acceptance of all the terms and conditions, specifications/scope of services/ job of the tender on the Bidder’s letter head enclosed as per format (Annexure-IV). (Must)

Yes/No

Page 9: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Page: 2ANNEXURE- V

17 Whether details of all applicable Taxes/ GST & other statutory charges as per laws of land mentioned together with the rates quoted in price bid form.

Yes/No

18 Are you already doing business with HCI or any of HCI Units in your or under some other name? If so, what name?

Yes/No

19 Has your company been Black Listed by any agency of the Airport or elsewhere? If yes, please give details.

Yes / NoIf yes, details. ………………

Undertakings: To be agreed & signed by the tenderer (S)

1. It is confirmed that we have the capability & capacity to carry the job/services for which we have quoted rates in the Financial Bid Form – Part –B as per terms & conditions of the tender. 2. It is also confirmed that we have carefully gone through and have understood and hereby agree to abide by all the General Terms & Conditions and specifications / scope of services/job governing the tender. 3. It is also confirmed that I am authorized to sign the tender documents and the information given is true and correct to the best of my knowledge and belief and nothing material is concealed.4. It is also confirmed that the documents attached in support of the details filled in the Technical Bid Part – (A) above are correct.

Signature: _______________________________

Name & Designation: _____________________

Co. Name & Seal: _________________________

Date: _____________________

Place: ____________________

*************

Page 10: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Page 1ANNEXURE –III

HOTEL CORPORATION OF INDIA LIMITEDUNIT: CENTAUR LAKE VIEW HOTEL SRINAGAR.

TENDER/ENQUIRY NO.T-17/08 DATED: 13/11/2017, Due Date: 05/12/2017

JOB SPECIFICATIONS AND OTHER TERMS AND CONDITIONS GOVERNING THE SECURITY SERVICES/CONTRACT.

1) Security Guards: Required number is (14) fourteen, preferably Ex-servicemen/ Ex-policemen 10th passed or holding its equivalent educational qualification. They should be able to communicate in Hindi and English & have knowledge of Fire Fighting. Smart appearance, medically fit and minimum height 165 cms or above. Preferred Age Limits 21 years to 50 years. In case of ex-servicemen/ex-policemen age relaxation is upto 55 years. Duties are in shifts and normal hours also and switchable. However, the management reserves its right to put them in round the clock services as per security requirements.

2) Security Supervisors: Required number (03) three, preferably Ex-servicemen/ Ex-policemen Graduate or equivalent service qualification. Candidate should have sufficient knowledge about fire fighting, fire prevention, gathering intelligence, investigation of cases, preparing security reports etc. They should be smart in appearance, medically fit minimum height 165 cms, or above. Preferred age limit is 21 to 50 years in case a candidate happens to be Arts/Commerce/Science graduate apart from above mentioned qualifications. Duties are in shift and normal hours also and switch able. However, the management reserves its right to put them in round the clock services as per security requirements.

3) Lady Security Searchers (Civilian) Required number is (1) One. Duties are in shifts and normal hours and are switch able. They should be 10th Standard Pass/ preference for NCC-B- Certificate hold cleared. They should be smart in appearance, medically fit and minimum height should be 160 cms or above. Preferred age limit is above 18 year and maximum age relaxable as per rule of the Govt.

NOTE: - The above indicated numbers are indicative for all the categories and are required to provide Security Services on the following pivotal points which are subject to revision upon the actual requirement from time to time as per the requirement of our organization.

Security Services:a) Prevention of internal and external pilferages and its detection and related reporting.b) Safeguarding Corporation Property, Guest Property, Life of the Guest and Employees.c) Collection of intelligence through the network of Security Personnel deployed by the Agency.d) The agency has to shoulder responsibility of coordinating with concerned Hotel Authority and related liaison with Police, Fire

Authorities, in the event of such situation.e) The Security Personnel deployed by the Agency will, with coordination of senior level Hotel Authority, also carryout ‘Surprise

Checks’ as and when required.

They will also be required to supervise receipts of incoming company material-idea is to prevent Quantity Pilferage and preventing any unwanted material from coming in the premises and prevent theft of employee’s as well as guest’s property.

Other Terms & Conditions:1. Registration of Tenderer. HCI is a Public Sector Unit. The Agency will arrange for their necessary Registration under the

Contract Labour Act or any other Law in force. Please provide a copy of the document.2. All the registered ex-servicemen security agencies require to submit the following documents:

a) Satisfactory performance certificate from the Principal Employer during the last 2-3 years, preferably, if experienced.b) Further the following undertaking will be given an Affidavit of Rs.10/- Stamp Paper duly attested by Notary Public.i) There are no dues to be paid in respect of any of the persons employed by them during the last 2-3 years, in so far as

payments of wages, ESI and PF.ii) That there are no cases pending before any judicial/statutory authority in respect of persons employed by them during the last

2-3 years, relating to payment of wages, ESI and PF.iii) No criminal court cases are pending against any of the persons to be engaged by them and the persons deployed at our

premises should be cleared by the concerned police authorities (Police verification certificate).iv) That they will submit complete nominal/muster rolls of all their employees/persons engaged by them with their respective PF

Codes and ESI numbers within 45 days of award of contract.

Page 2ANNEXURE –III

Govt. Statutory Requirements:

Page 11: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

The Agency will bear the legal requirements as given below:a) Employees State Insurance and such Cards issued to their Personnel within reasonable time. The Agency will comply with the

provisions of ESI Act 1948 & its Amendments, if any.b) The Agency will comply with the provisions of Provident Fund as in force and keep their Personnel informed about their PF

No., Amount and such related information to the entire satisfaction of their engaged staff under prevailing provisions of law.

The Company’s Representative(s) shall have the right to inspect/examine by prior information, particularly the relevant registers/records maintained by the Agency in connection with the contract as per the provisions of Law, as applicable.

The agency shall be responsible for complying with the Acts of rules including for provisions and payment of wages not below the Minimum Wages Act etc. The office will not be liable for payment of any kind of compensation to any worker engaged by the agency under Labour Act or any other acts or laws.

That on completion of the contractual period in case contractor/agency has not discharged his all legal obligations by making payments to his employees, the Management reserves the right to deduct the said amount from final bill of the agency/contractor.

Gratuity: As far as the gratuity part is concerned, it is not payable under the Gratuity Act.

Bonus: Hotel Corporation of India is purely a commercial organization and is presently running under loss and as such is not in a position to pay the bonus to contractual staff.

Security Deposit/Contract Performance Guarantee (CPG): 1. Security Deposit equal to 5% of the value of the PO/contract within 15 days of receipt of PO / from starting of services has

to be pledged to us by the agency towards contract performance guarantee (CPG). In case the agency fail to submit the Bank guarantee within 15 days from the date of receipt of formal order, our Accounts Department shall be at Liberty to withhold that much of amount from agency’s monthly bill.

2. SD/CPG may be in the form of Bank Guarantee or Demand Draft only. In case, SD/CPG is in the form of Bank Guarantee, the BG shall be valid for contract period plus 3 more months. The cost of submission of the SD or BG would be borne by the security agency. SD will not carry any interest.

3. SD/CPG will be refunded only on successful completion of the contract period and all contractual obligations on receipt of satisfactory performance report from the indenter. In case, there is any lapse or unsatisfactory performance affecting the reputation of HCIL and / or affecting the regularity and efficiency of its service, the applicable penalties shall be deducted from SD.

Antecedents of Agency’s Personnel:a) Soon upon contract finalization, the Agency will give all antecedents of their personnel with reference to the Police Verification.b) Please note that Centaur Lake View Hotel, Srinagar unit is prestigious and also sensitive. Hence, all antecedent reports have

to come well before deployment.

Manning the Work Points (Posting/Positioning/Changing/Replacement):a) No Security Personnel of Agency will be posted unless they have been interviewed and approved by the Security Manager of

the Company on behalf of the Unit Incharge.b) No Security Personnel, once approved and posted in this premises will be withdrawn without the express sanction of Security

Manager of the Company, who works on behalf of the Unit Incharge.c) If any Security Personnel is required to be changed/replaced by the Agency, the Agency will arrange for their staff to be

withdrawn within 24/38 hours and provide a suitable replacement for the same.d) The Company is not required to give any reason when the Agency will be asked for replacement of any of their staff posted by

them and their staff will also not question the Company’s Authority. In this regard, any such Security Personnel declared unsuitable for employment will not be posted to another Unit of the Company where Security Services are provided by the Agency.

e) The Security Agency will be aware that adequate number of Security Personnel to man the security arrangement is made at all times. It is however, to be noted that in the case of Security Agency is not able to provide adequate manpower, then the Company can employ manpower from any other Security Agency at their risk and cost and in such cases, the expenditure incurred shall be debited to the Security Agency.

Page 3ANNEXURE –III

Administrative Controls:

Page 12: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

The Security Personnel posted will be under administrative, disciplinary and functional control of the Security Manager, who works on behalf of the Unit Incharge of the Company and will carry out the duties and functions assigned to them from time to time by the Security Manager or by the Duty Officer duly authorized by him.

Picture Identity Cards:The Agency will provide suitable picture Identity Cards to their Security Personnel posted in this unit. The Agency will also provide to the Security Manager/ Incharge Security, two latest photographs of each of the Security Staff- one of these will be in uniform and the other one in mufti. This is to be done immediately on getting the Security Service Contract.

Labour Law & Duty Hours & Overtime:i. As per Labour Law, Overtime will not be allowed, in order to maintain the efficiency of Security Personnel at any time of the

Contract period- the Security Agency has to keep this aspect monitored.ii. In exceptional circumstances, only two continuous duties by the contracted Security Agency Personnel will be allowed with the

prior express permission of the Security Manager only.iii. If in an exceptional situation, any of the Company’s (HCI Limited) staff is required to do over time on account of absence of the

contracted Security Agency’s staff, such overtime will be payable by the Security Agency or such amount will be recoverable from the Agency’s bill.

Right to Permanent Employment in HCI & Other Related Rights:a. The Contract is for providing of Security Services and not for engagement of any employee deployed for running the Security

Department. Such employee/personnel shall be on the duty/ pay roll of the security agency and under no circumstances shall be deemed to be on duty/pay roll of Centaur Lake View Hotel; Srinagar and shall have no relationship or nexus of any kind whatsoever with such employee deployed by the security agency. Such employee/personnel shall not be entitled to claim any right, privilege or benefit from Centaur Lake View Hotel, Srinagar and in the event of any such claim, the security agency undertakes to indemnify Centaur Lake View Hotel, Srinagar for any loss or damage financial or otherwise. The responsibility for discipline of the employees/personnel in case of any complaint by Guest shall be solely that of the Security Agency. The Security Agency shall comply with all the laws, rules, regulations applicable to him in respect of his employees/personnel and any breach thereof shall render the Contract liable for cancellation.

b. Centaur Lake View Hotel, Srinagar is neither responsible nor liable to pay any compensation for injury, death caused to agency’s employees/personnel in the event of any accident while on duty. The Security Agency will make his own arrangements to meet such event of any accident while on duty. The Security Agency will make his own arrangements to meet such eventualities as per existing Government rules/regulations.

Duty Hours, Weekly Offs, Leaves and related Replacements:1) Leaves of the Security Personnel provided by the Agency as per Law will be dealt by the Agency in consultation with the

Security Manager as a matter of Administrative co-ordination. However, leave replacement is to be given by the Agency and for such purpose, they can have a pool of approved security staff i.e. as a reserve force.

2) The manpower requirement as indicated earlier is actual at present. However, the notice will be given to the Agency by the Unit Incharge of any changes in the manpower requirement.

3) If a day, when any of the Agency’s Security Personnel is not available for duty due to any reasons, the Agency will provide suitable substitute at no extra cost to the Company, since the rates for various categories of Security Agency Personnel are inclusive of relievers, leave substitutes and all other charges.

4) The Agency if free to fix the duty hours of their personnel. A difference of one hour before or after the prevailing shift timings of HCI staff in the complex will be maintained.

5) The Agency’s Security Personnel shall report for duty only half an hour before the commencement of their duties. Transport facilities for conveyance shall not be applicable to them and the Agency shall make, if need be, arrangement of their personnel near to Centaur Lake View Hotel, Srinagar (J&K).

Stationers/Record Documents: All documents/records such as security diaries, log books, etc., which are maintainable during the duty tenure of the Agency’s Security Personnel in Centaur Lake View Hotel, Srinagar shall be property of the Company.

Page 4ANNEXURE –III

Uniform of Security Agency Personnel & Equipment:a. Two sets of Uniforms including shoes separately for summer and winter seasons suitable for all purposes as per weather

conditions will have to be provided by the agency to the manpower deployed. For this purpose the material, design, color will be decided by the Management. The agency shall also look after the washing and cleaning of the Uniforms and his staff should be in proper uniform while on duty. The uniform and other materials like buttons, whistles, badges, torches, stationery and other allied equipments for the security staff will be provided by the agency/ contractor.

Page 13: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

b. Handheld Metal Detectors, Torches, Whistles, Handheld Baton, provision is the responsibility of the Agency. Replacement of the equipment will also be the responsibility of the agency/contractor.

Mandatory Weekly Security Report:The Agency has to submit Weekly Security Report to the Unit Incharge through the Security Manager of the Company.

Meal Charges while on duty: No free food will be provided to your security personnel. However Meals will be provided by the Hotel from our Staff Cafeteria on mutually agreed rates, terms & conditions which will be recovered by Accounts Department from agency’s monthly bill.

Accommodation: Sharing accommodation can be provided in our staff housing colony located at ( Kralsangri Kralpora brein Nishat Srinagar) on mutually agreed terms and conditions

Sickness/Injury:Whilst on duty in the HCI Premises, if at any time the Company has to arrange first aid/medicines/hospitalization, ambulance etc., for any of the sick or injured security personnel of the Agency whilst they are on duty in Centaur Lake View Hotel, Srinagar, the expenditure so incurred by the Company on account of the same, will be debited to the Agency and recovered from the Agency’s bill.

Theft, Pilferage, Loss Disabilities:1 Guest, so long as they stay in Hotel have their personal belongings in the Hotel and pilferage, loss or theft of their belongings if

it happens due to negligence of the Agency’s Security Personnel, will be the responsibility of the Agency and they have to make good such losses.

2 In the case of losses to the Company’s property incurred due to negligence of the Agency’s Security Personnel deployed in Centaur Lake View Hotel, Srinagar, the same will be made good by the Agency in shortest possible time or it will be debited from the Agency’s Bill.

Rotational Deployment & Selection in deployment of Agency’s Personnel:Such matter in the case of Security Guards/Security Supervisors/Lady Security Searcher will be made by the Security Manager or his authorized official in view of administrative control.

Payment of Wages to the Agency Personnel: The disbursement of wages shall have to be paid by cheque by the security agency to the contractual staff/personnel and same will be verified by the Personnel Department.

Searching of Security Agency Personnel by their own Superior Officer of the Agency:I) The Security Agency shall invariably ensure that their deployed Security Guards, Supervisors and Lady Security Searcher are

checked by the Agency’s Field Officer ( male or female as case is ) at least once in each shift so as to ensure that the Security Personnel are in proper Uniforms along with requisite accessories and their equipment in working conditions (whistle, torches, metal detectors, lathies, batons, raincoats/overcoats, handheld loud speakers or walkie talkies) are available in their respective Security work points.

II) Security Personnel not wearing Uniform and found not having equipments, are liable to be taken off duty and further action by the Company.

Validity of PO/ duration of contract/Services: The validity of the PO/ contract would be for one year as per our Letter of Intent or Purchase Order. The PO/Contract will initially be for a period of one year for services /job mentioned and can be extended further period of another year/services/ job/ term on same mutually agreed terms and conditions.

Page 5ANNEXURE –III

Exit Clause /Termination of Purchase Order (PO)/Contract: ‘HCIL’ reserves the right to terminate the Contract /cancel the PO by giving one month’s written notice but without assigning any reason. In the event of unsatisfactory performance in terms of delivery of services/job etc, ’HCIL’ reserves the right to cancel the Contract / PO at a short notice and make alternative arrangement at the cost and risk of the security agency/service provider. If there is a change in ‘HCIL’ requirement, the PO shall be terminated within one months’ advance notice but without any liability on ‘HCIL’.

PENALTY: In case the security agency fails to carry the job as per specified laid down terms & conditions or will discontinue work/services due to any reason, penalty of Rs.7,000/- per day will be imposed on the agency/ contractor and also management will be at liberty to engage any other reputed security agency for the said services/job entirely at agency’s cost & risk.

Page 14: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

Payment: The security agency will submit monthly bill duly certified by Security Manager/ Incharge Security-CLVH along with statutory payment challans like ESI, PF and Link Insurance for verification to our Personnel Department, after verification by the Personnel Department, the bill will be forwarded to the Accounts Department for release of payment. The normal terms of payment are 30 days credit from the date of receipt of services/ bills. No advance payment shall be made in any case. Deduction of Govt. taxes at source shall be done as per Govt. rules as applicable from time to time

Disputes/Arbitration/notice: 1. Any dispute or difference whatsoever arising between the parties out of or relating to the interpretation, application, meaning, scope,

operation or effect of this contract or the validity or the breach thereof, shall be referred to “PRINCIPAL DISTRICT JUDGE SRINAGAR” Govt. of J&K for settlement and the award made in pursuance thereof shall be binding on the parties.

2. Any notice to be served, the Agency shall be deemed to be sufficiently served, if delivered at or sent by “Registered Post” addressed to the Agency at their Registered Office. Any notice to be served on the Company by the Agency shall be deemed to be sufficiently served, if delivered at or sent by “Registered Post” to the Unit Head of the Company’s registered address.

Jurisdiction: Any dispute whatsoever shall be subject to within the jurisdiction of Srinagar (J&K) Courts only.

**********************

ANNEXURE- VI

HOTEL CORPORATION OF INDIA LIMITEDUNIT: CENTAUR LAKE VIEW HOTEL SRINAGAR.

PRICE BID FORM – “PART B”

Tender No. : T-17/08, dated: 13/11/2017, Due Date: 05/12/2017

S.No Item Requirement of manpower/personnel

Rate per person per month

01 Security Supervisor (unarmed) 0302 Security Guard (unarmed) 1403 Lady Searcher 01

IMPORTANT NOTES :

Page 15: · Web viewI/we hereby agree to comply with all the provisions of the applicable laws of J&K and other enactments and amendments made thereto, from time to

1 The bidder must confirm that the rates quoted in the tender shall be inclusive of Service Tax/GST, if any applicable on these services and all other Government Taxes & levies, Capital Cost, cost of equipments, manpower, provision for Uniform including ID Cards and all statutory payments like ESI / PF etc. as well as the labour related liabilities of whatsoever nature applicable as per laws of J&K State.

2 The agency shall be responsible for complying with the Acts of rules including for provisions and payment of wages not below the Minimum Wages Act etc. Any rate quoted in violation of the minimum wages act shall not be considered. The office will not be liable for payment of any kind of compensation to any worker engaged by the agency under Labour Act or any other acts or laws.

3 The Bidder Must confirm that the above quoted rates are “Net” rates.4 THE TENDERER(S) IN HIS OWN INTEREST HAS TO ENSURE THAT THE PRICES AND OTHER DETAILS ARE

FILLED CORRECTLY AND COMPLETELY IN THE ABOVE FORMAT. SUBMISSION OF INCORRECT OR INCOMPLETE INFORMATION, AND / OR SUBMISSION OF THE ABOVE FORMAT WITH ARITHMETICAL ERRORS IN COMPILATION OF THE DATA WOULD BE AT THE TENDERER’S SOLE RISK AND THE DECISION OF HCIL IN SUCH CASES WOULD BE FINAL AND BINDING.

5 CONDITIONAL BIDS SHALL NOT BE ACCEPTABLE AND SHALL BE REJECTED OUT RIGHTLY. PLEASE DO NOT ATTACH ANY OTHER SHEET TO THE “PRICE BID- PART B”.

6 L-1 CRITERIA : L-1 BIDDER SHALL BE DECIDED BASED ON THE L-1 RATES AS QUOTED ABOVE.

7 The above indicated numbers are indicative for all the categories and are required to provide Security Services on the above mentioned pivotal points which are subject to revision upon the actual requirement from time to time as per the requirement of our organization.

Certification by the bidder:8 It is also certified that there are no hidden costs to ‘HCIL’ over and above the price as indicated above.

9 It is agreed that the benefit of reduction in statutory govt. taxes/ levies, if any, arising during the term of the contract, if awarded in our favour, would be passed on to ‘HCIL’.

Signature : _____________________

Name & Designation: ______________________

Co Name & Seal : _____________________Date : _____________________

Place : _____________________