college of technology and engineering · 2014-07-31 · 2.3.3 यद आवयक हो तो,...

25
COLLEGE OF TECHNOLOGY AND ENGINEERING Maharana Pratap University of Agriculture & Technology, Udaipur – 313 001 Phone: 0294-2470837, 0294-2471056 (Fax), Email: [email protected] Bidding Document (Services) Single Stage - Two Envelopes Bid

Upload: others

Post on 27-Dec-2019

0 views

Category:

Documents


0 download

TRANSCRIPT

  • COLLEGE OF TECHNOLOGY AND ENGINEERING

    Maharana Pratap University of Agriculture & Technology, Udaipur – 313 001

    Phone: 0294-2470837, 0294-2471056 (Fax), Email: [email protected]

    Bidding Document (Services)

    Single Stage - Two Envelopes Bid

  • (Format of NIB for Publication on Website of Procurement Entity/ State Public Procurement Portal)

    COLLEGE OF TECHNOLOGY AND ENGINEERING (Adjudged Best Institute in the Northern Region by NITTR, Chandigarh)

    Celebrating Golden Jubilee Year - 2014 Maharana Pratap University of Agriculture & Technology, Udaipur – 313 001

    Phone: 0294-2470837, 0294-2471056 (Fax), Email: [email protected] CTAE/Acctts./2014/Open Tender/4621 Dated: 29.07.2014

    NOTICE INVITING BIDS

    NIB No. CTAE/2014-15/03 Date 29.07.2014

    1. Sealed Single Stage Two-envelopes unconditional Bids are invited on behalf of the Dean, College of Technology and Engineering, Maharana Pratap Univeristy of Agriculture and technology, Udaipur (Raj.) for providing the Services on Job Basis from Service Providers having requisite experience, capabilities and governmental licenses, as may be required, upto 3.00 PM of 13.08.2014.

    Name of Article/ goods/services Total Estimated Cost (Rs., Lakhs)

    Amount of Bid Security (Rs.)

    महा�व�यालय म� �व�भ�न काय� को जॉब-बे�सस पर संपा�दत

    करना:

    1. महा�व�यालय क� �व�भ�न लैब/शॉप/इकाईय� म�

    �योगशाला सहायक�य सेवाएँ �दान करना

    18.48

    36960

    2. महा�वदयालय क� �व�भ�न लैब/शॉप म� तक�नक�

    सहायक�य सेवाएँ �दान करना

    31.20

    62400

    2. Bidding Document including the conditions of Contract, Schedule of Services required, Bidding forms, etc. can be seen at or obtained from the office of the Dean, College of Technology and Engineering, Maharana Pratap Univeristy of Agriculture and Technology, Udaipur (Raj.) during office hours in working days up to one day before the date of opening of Bids, by paying a non-refundable price of Rs. 500/- (Rs. 600/- by post) in the form of cash or banker's cheque/Demand Draft of a Scheduled Bank in India drawn in favour of Dean, College of Technology and Engineering, Udaipur payable at Udaipur. Alternatively, these may be seen and downloaded from the official web site, www.ctae.ac.in, www.mpuat.ac.in, or the website of State Public Procurement Portal, www.sppp.nic.in and the price of Bidding Document may be paid along with user charges/ processing fee, if any, at the time of submission of the Bid.

    3. Bids, duly signed on all pages and serially numbered, properly bound, accompanied with the Bid Security, (except concessional amount or Bid Securing Declaration, where applicable) in the form of cash, deposit through Demand Draft/ Banker’s cheque/ Bank Guarantee, in the specified format, from a Scheduled Bank in India, shall be submitted personally or by post in sealed envelopes upto 03.00 PM of 13.08.2014, to Dean, College of Technology and Engineering, Udaipur – 313001 (Raj.) bearing the reference to NIB (with Category, if any) and warning as:

    “BID FOR NIB No.......... for………………………………, NOT TO BE OPENED BEFORE … …… ……. [Date] at……………..AM/PM”, by post or by hand or dropped in the Bid Box at the office of the Procuring Entity.

    4. In case Bids have been invited electronically, the procedure for submission of Bids including payment of price of Bidding document, user charges/ processing fee, Bid Security, etc. shall be as provided on the State Public Procurement Portal.

    5. Bids received after the specified time and date shall not be accepted and returned unopened.

    6. The Technical Bids shall be opened at 11.00 AM and immediately after it Financial Bid shall be

    http://www.ctae.ac.in/http://www.mpuat.ac.in/http://www.sppp.nic.in/

  • opened for successful bidders at 3.00 PM on 14 Aug 2014 in the presence of the Bidders or their representatives who wish to be present.

    7. The procuring Entity is not bound to accept the lowest Bid and may reject any or all Bids without assigning any reason thereof.

    8. The Bidders shall have to submit a valid 'VAT' clearance certificate from the concerned Commercial Taxes Officer and the ‘PAN’ issued by Income Tax Department.

    DEAN

    College of Technology and Engineering, Udaipur – 313 001 (Raj.)

  • (Abridged Form of NIB for Publication in the Newspapers)

    COLLEGE OF TECHNOLOGY AND ENGINEERING (Adjudged Best Institute in the Northern Region by NITTR, Chandigarh)

    Celebrating Golden Jubilee Year - 2014 Maharana Pratap University of Agriculture & Technology, Udaipur – 313 001

    Phone: 0294-2470837, 0294-2471056 (Fax), Email: [email protected] Sealed Bids are invited upto 03.00 PM of 13 Aug 2014 for procurement of Services for different works in CTAE on Job Basis: Details may be seen in the Bidding Document at our office or on our website www.ctae.ac.in, www.mpuat.ac.in or on State Public Procurement Portal website www.sppp.nic.in and may be downloaded/obtained on payment of Rs. 500/- (Rs. 600/- by post) payable through bank challan/ banker’s cheque/ demand draft.

    DEAN College of Technology and Engineering, Udaipur – 313 001 (Raj.)

    http://www.ctae.ac.in/http://www.sppp.nic.in/

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.1

    Section-1: Bid Data Sheet भाग-1 : �बड डाटा शीट

    ====================

    1. Subject Matter of

    Procurement To provide different Services in CTAE on Job Basis

    2. The number of the Invitation to Bid

    NCB/2014-15/03 dated 29 Aug 2014

    3. Procuring Entity College of Technology and Engineering, Maharana Pratap University of Agriculture and Technology, Udaipur – 313 001 (Raj.)

    4. Price of the Bidding Document

    Rs. 500/- (Rs. 600/- by post)

    5. Procuring Entity’s address for clarification purposes

    Dean College of Technology and Engineering Administrative Block Udaipur - 313 001 Telephone No.: 0294-2470837 Fax:0294-2471056 Email: [email protected]

    6. Language of the Bid English/Hindi

    7. Bid Type Single Stage Two Envelope (एकल ��म दो �लफ़ाफ़ा)

    8.

    9. Procuring Entity's address for Bid submission purposes

    (a) For Bid submission purposes only, the Procuring Entity's address is: Dean, College of Technology and Engineering Administrative Block Udaipur - 313 001

    Telephone No.: 0294-2470837; Fax No.:0294-2471056, Email: [email protected] (b) Where electronic submission of Bids is mandatory, the address of the web portal is: NA

    10. Deadline for Bid submission

    Date : 13 Aug 2014 Time: 03.00 PM

    11. Bid opening Details Technical Bid Financial Bid

    Address of Office:

    Dean, College of Technology and Engineering Administrative Block Udaipur - 313 001

    Dean, College of Technology and Engineering Administrative Block Udaipur - 313 001

    Date : 14 Aug 2014 14 Aug 2014

    Time: 11.00 AM 3.00 PM

    12. Bid Security Amount

    2% of the Estimated Cost (as specified in the NIB)

    13. Bid Validity 60 Days from the Last date of submission of Bids

    14. Period of Contract 1 Year#

    15. Performance Security

    5% of Estimated Cost

    16. Award of Contract The contract agreement is to be executed and performance Security is to be submitted is 15 days.

    #Can be extended for further one year at the discretion of the procurement entity subject to satisfactory performance.

    mailto:[email protected]

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.2

    Section-2: Instructions to Bidders (ITB) भाग-2 : �न�वदादाताओं के �लए अनुदेश

    ================================

    Important Instruction:- The Law relating to procurement “The Rajasthan Transparency in Public Procurement Act, 2012” [hereinafter called the Act] and the “Rajasthan Public Procurement Rules, 2013” [hereinafter called the Rules] under the said Act have come into force which are available on the website of State Public Procurement Portal http://sppp.raj.nic.in . Therefore, the Bidders are advised to acquaint themselves with the provisions of the Act and the Rules before participating in the Bidding process. If there is any discrepancy between the provisions of the Act and the Rules and this Bidding Document, the provisions of the Act and the Rules shall prevail.

    1. �न�वदा द�तावेज

    1.1 �न�वदा द�तावेज म� �न�न�ल�खत भाग (से�शन) ह� तथा य�द कोई जार� ��सोधान� के साथ पढ़ा जाना चा�हये:

    1. �बड डाटा शीट (BDS) 2. �न�वदादाताओं के �लए अनुदेश (ITB)

    3. अनुबंध क� सामा�य शत� (GCC)

    4. सेवा-शे�यूल 5. अनुबंध क� �वशेष शत� (SCC)

    6. �न�वदा �प�

    �न�वदा आमं�ण नो�टस (NIB) भी �न�वदा द�तावेज का �ह�सा होगा.

    2. �न�वदा को तैयार, सीलबंद व �चि�हत करना

    2.1.1 �न�वदा म� दो �लफ़ाफे तैयार �कये जाने ह�. एक �लफ़ाफे म� तकनीक� �न�वदा तथा दसुरे �लफ़ाफे म� �व�ीय �न�वदा

    होगी तथा दोन� को एक बड़ ेबाहर� �लफ़ाफे म� रख कर एक साथ जमा �कये जाने ह�.

    2.1.2 �न�वदाकता� को तकनीक� �न�वदा तथा �व�ीय �न�वदा दतावेज भाग 6 म� �दए गए उ�चत �प�� म� जमा करना है. ये

    �प� उनके फाम�ट म� �बना कोई प�रवत�न �कये पूण� �कये जाने चा�हय�, कोई बदलाव �वीकार नह� ं होगा. सार�

    ��वि�थयाँ �याह� से भर� जानी चा�हए अथवा टाइप क� होनी चा�हय�.

    2.1.3 �न�वदा क� मूल ��त (तथा अ�य ��त�ल�पयाँ, य�द मांगी गयी ह�) अ�छ� तरह से बाधँी जानी चा�हए. सभी ��ठ पर

    �म स ेन�बर लगे ह� तथा सभी ��ठ� पर �न�वदादात या �न�वदादाता स ेअ�धकृत �यि�त के ह�ता�र होन ेचा�हय�.

    यह ऑथोराइजेशन, �न�वदा द�तावेज म� वा�ण�त एक �ल�खत ऑथोराइजेशन होना चा�हए तथा �न�वदा के साथ सलंगन

    �कया जाना चा�हए.

    2.1.4 �न�वदा म� �कसी भी तरह क� कांट-छांट, अ�र� का �मटाना, ऊपर �लखना (overwriting), इ�या�द तभी मा�य होगी

    जब उस पर �न�वदा को ह�ता�र करने वाले �यि�त के ह�ता�र ह�गे.

    2.2 तकनीक� �न�वदा (Technical Bid)

    2.2.1 तकनीक� �न�वदा म� �न�न�ल�खत स�म�लत ह�गे:

    i. �न�वदा द�तावेज का शु�क, �ोसे�सगं शु�क/ यजूर चाज�, जहाँ लागु ह�, तथा अमानत रा�श (Bid

    Security/Earnest Money) के भुगतान के सा�य;

    ii. भरा हुआ तकनीक� �न�वदा �प� (फाम� TB);

    iii. �न�वदादाता क� पा�ता के �लए द�तावेज GCC 6.4 के अनुसार तथा फाम�-DB म� घोषणा;

    iv. तकनीक� �न�वदा म� वा�ण�त अह�ता संबंधी व अ�य द�तावेज;

    v. �न�वदा क� सभी शत� को पढन� तथा समझ लेने के शा�य के �प म� �न�वदादाताओ ं के �लए अनुदेश (ITB),

    अनुबंध क� सामा�य शत� (GCC), सेवा-शे�यूल व अनुबंध क� �वशषे शत� (SCC) �न�वदादाता के ह�ता�र स�हत

    2.2.2 उपरो�त सभी द�तावेज एक �लफ़ाफे म� रख कर सीलबंद कर� तथा �लफ़ाफे पर “तकनीक� �न�वदा” (“TECHNICAL

    BID”.) अं�कत कर�.

    2.3 �व�ीय �न�वदा (Financial Bid)

    2.3.1 ��येक व�तु/सेवा क� क�मत एक �थक �लफ़ाफे म� �न�वदा दतावजे भाग 7 म� �दए गए उपयु�त �प� (फाम�-FB) म�

    भर कर सीलबंद क� जानी चा�हए. रा�श को अकं� व श�द� दोन� म� �लखा जाना चा�हए. ��येक �लफ़ाफे पर “�व�ीय

    �न�वदा” (“Financial Bid”) तथा व�तु/सेवा का नाम अं�कत कर�.

    2.3.2 �व�ीय �न�वदा �लफ़ाफे म� मा� �व�ीय �न�वदा फाम� तथा �व�ीय �न�वदा फाम� म� मांग ेगए द�तावजे ह� रख�.

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.3

    2.3.3 य�द आव�यक हो तो, �न�वदादाता �वारा उ�धत सभी आइटम के �व�ीय �लफ़ाफे एक बड़ े�लफ़ाफे म� रख कर उस पर

    “�व�ीय �न�वदा” (“Financial Bid”) तथा व�तु/सेवा का नाम अं�कत कर�.

    2.4 बाहर� �लफ़ाफ़ा

    2.4.1 तकनीक� �न�वदा तथा �व�ीय �न�वदा के �लफ़ाफ़े एक बाहर� �लफ़ाफ़े म� रख कर भल�भां�त सीलबंद �कये जाने चा�हए.

    2.4.2 इसके अ�त�र�त बाहर� तथा ��येक अंद�नी �लफाफ� पर आव�यक �प स े�न�न�ल�खत बात� अं�कत कर�:

    (i) �न�वदादाता का नाम, पूण� पता, टे�लफ़ोन/मोबाइल नं.;

    (ii) उपापन सं�था का पूरा पता मय टे�लफ़ोन न.ं स�हत;

    (iii) बोल� (bidding) ���या क� �व�श�ठ पहचान सं. (NIB No. or Tender No.) तथा �न�वदा जमा करने क� �दनांक

    तथा समय। य�द बोल� आमं�ण क� सूचना म� कई �ेणीया ंह� तो उस �व�श�ठ �ेणी, िजसके �लए �न�वदा/बोल�

    ��तुत क� जा रह� है, को भी अं�कत कर�;

    (iv) बाहर� �लफ़ाफ़े तथा तकनीक� �न�वदा के अ�द�ुनी �लफ़ाफ़े पर �लफ़ाफ़े को �न�वदा द�तावेज म� वा�ण�त तकनीक�

    �न�वदा खोलन ेक� �दनाकं व समय से पुव� न खोले जान ेक� चेतावनी;

    (v) �व�ीय �न�वदा के अ�द�ुनी �लफ़ाफ़े पर उपापन सं�था �वारा �नद��शत करन ेसे पुव� न खोले जान ेक� चतेावनी।

    2.4.3 य�द सम�त �लफ़ाफ़े �नद�शानसुार सीलबंद तथा अं�कत (marked) नह�ं �कये गए ह� तो उपापन स�ंथा इसके प�रणाम�,

    गलत जगह पर रखे जान ेअथवा समयपूव� खोले जाने स�हत, के �लए उ�रदायी नह�ं होगी.

    (�न�वदादाता अ�य अनुदेश व शत� के �लए �न�वदा द�तावेज का भल�भां�त अनुसरण कर�)

    ह�ता�र �न�वदादाता मय मोहर

    नाम:

    �दनांक:

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.4

    Section 3: General Conditions of Contract (GCC)

    भाग 3 : अनुबंध क� सामा�य शत�

    ================================================== 1. INTRODUCTION

    1.1 Definitions

    1.1.1 The following words and expressions shall have the meanings hereby assigned to them:

    (i) “Act” Means the Rajasthan Transparency in Public Procurement Act, 2012

    (ii) “Rules” means the Rajasthan Transparency in Public Procurement Rules, 2013

    (iii) “Procuring Entity” means the Entity purchasing the Services, as specified in the BDS.

    (iv) “GCC” mean the General Conditions of Contract.

    (v) “SCC” means the Special Conditions of Contract.

    (vi) “Services” or “work” means the services to be rendered for performance of certain tasks or jobs by providing appropriate manpower and required tools, materials, etc.

    (vii) “Contractor” or “Supplier” means the bidder whose bid to perform the Contract has been accepted by the Procuring Entity and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier.

    (viii) “Subcontractor” means any natural person, private or government Entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

    (ix) “Contract” means the Agreement entered into between the Procuring Entity and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, specifications and codes and all documents incorporated by reference therein.

    (x) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.

    (xi) “Contract Price” means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.

    (xii) “Delivery” means the transfer of the Goods from the Supplier to the Procuring Entity in accordance with the terms and conditions set forth in the Contract.

    (xiii) “Completion” means the fulfilment of the Services and all obligations by the Supplier in accordance with the terms and conditions set forth in the Contract.

    (xiv) “Day” means calendar day.

    (xv) “The Site” where applicable, means the place or area as named in the Bid Document where the required task and services have to be rendered.

    (xvi) “in writing” means communicated in written form through letter, fax, e-mail etc. with proof of receipt.

    (xvii) if the context so requires, singular means plural and vice versa.

    2. ELIGIBLE BIDDERS

    2.1 A Bidder may be a natural person, firm, registered company, private Entity, government-owned Entity or, if permitted in the Bidding documents, any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture [JV], Consortium or Association.

    2.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of India.

    2.3 A Bidder should not have a conflict of interest in the procurement in question as stated in the Rule 81 and this Bidding document.

    2.4 A Bidder debarred under section 46 of the Act shall not be eligible to participate in any procurement process undertaken by (a) any Procuring Entity, if debarred by the State Government; and (b) a Procuring Entity if debarred by such procuring Entity.

    2.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the Procuring Entity, should the Procuring Entity request.

    2.6 In case a prequalification, empanelment or registration process has been conducted prior to the Bidding process, this Bidding will be open only to the pre-qualified, empanelled or registered Bidders.

    2.7 Each Bidder shall submit only one Bid except in case of alternative bids, if permitted.

    2.8 No Bidder who is not registered under the Sales Tax Act prevalent in the State where his business is

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.5

    located shall Bid. The Sales Tax Registration Number should be quoted and a VAT/ Sales Tax Clearance certificate from the Commercial Taxes Officer of the Circle concerned shall be submitted without which the Bid is liable to be rejected.

    3. BIDDING DOCUMENT

    3.1 The Bidding Document consists of all the Sections indicated in the Instructions to bidders (ITB).

    3.2 (i) The sale of Bidding Document shall be commenced from the date of publication of Notice Inviting Bids and shall be stopped one day prior to the date of opening of Bids. The prospective Bidders may also download the Bidding Document from the website of the procurement entity/ State Public Procurement Portal and pay its price while submitting the filled-up Bidding Document to the Procuring Entity, or e-procurement gateway, if the facility is available.

    (ii) Bidding Document purchased by Principal of any concern may be used by its authorised sole selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers or vice versa.

    3.3 The Procuring Entity is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the Procuring Entity or not downloaded correctly from the Procuring Entity’s website/ State Public Procurement Portal.

    3.4 The Bidder is expected to examine all instructions, forms, terms & conditions, specifications, etc. in the Bidding Document. Failure to furnish all information or authentic documentation required by the Bidding Document may result in the rejection of the Bid.

    4. CLARIFICATION OF BIDDING DOCUMENT AND PRE-BID CONFERENCE

    4.1 A Bidder requiring any clarification of the Bidding Document shall contact the Procuring Entity in writing at the Procuring Entity’s address indicated in the BDS. The Procuring Entity will respond in writing to any request for clarification expeditiously provided that such request is received no later than seven (7) days prior to the deadline for submission of Bids as specified in the BDS.

    4.2 The Bidder or his authorised representative is invited to attend the Pre-Bid Conference, if provided for in the BDS. The purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on any matter related to this procurement that may be raised at that stage.

    4.3 The Bidder is requested, to submit questions in writing, to reach the Procuring Entity not later than one week before the Pre-Bid Conference.

    4.4 Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.

    5. AMENDMENT OF BIDDING DOCUMENT

    5.1 Any addendum issued shall be part of the Bidding Document and shall be published only on the website of the procurement entity and State Public Procurement Portal. Such amendments shall be communicated in writing to only those bidders who have obtained the Bidding Document directly from the Procuring Entity.

    5.2 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Procuring Entity may, at its discretion, extend the deadline for the submission of the Bids, under due intimation to the Bidders who have procured the Bidding Document directly from the Procuring Entity and also by uploading it on the websites of Procuring Entity/ State Public Procurement Portal.

    6. PREPARATION OF BIDS

    6.1 Cost of Bidding

    6.1.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Procuring Entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

    6.2 Bid Prices And Discounts

    6.2.1 All items in the Schedule of Supply must be specified/ listed and priced separately in the Financial Schedules. If a Financial Schedule shows items specified / listed but not priced, these may be marked as Not Quoted.

    6.2.2 The price to be quoted in the Bid Submission Sheet shall be the total price of the Bid excluding any discounts offered. Discounts, if permitted, shall be shown separately.

    6.2.3 The Bidder shall quote any unconditional discounts, if permitted, and the methodology for their application in the Financial Bid Submission Sheet.

    6.2.4 Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.6

    6.3 Currencies of Bid

    6.3.1 The unit rates and the prices shall be quoted by the Bidder entirely in Indian Rupees unless otherwise specified in BDS in case of International Competitive Bidding (ICB). All payments shall be made in Indian Rupees only, unless otherwise specified in the BDS.

    6.4 Documents Establishing the Eligibility of the Bidder

    6.4.1 To establish their eligibility, Bidders shall compulsorily attach any one of the following, as appropriate:

    (a) In case of sole Proprietorship: Address of residence and office, telephone numbers e-mail address, if any.

    (b) In case of Partnership Firms: Partnership Deed and valid registration certificate with the Registrar of Firms and Power of Attorney in favour of the partner signing/submitting the Bid, authorizing him to represent all partners of the firm.

    (c) In case of registered Company or statutory/ registered body: Registration certificate and Memorandum of Association issued by Registrar of Companies in case of a registered company and in case of another statutory or registered body, certificate of incorporation or registration issued by concerned authority and Power of attorney in favour of the person signing the Bid.

    (d) Where permitted to bid as existing or intended Joint Venture, Consortium or Association: copy of the Agreement, or a letter of intent to enter into such Agreement. The respective document shall be signed by all legally authorised signatories of all the parties to the existing or intended JV, Consortium or Association as appropriate; and the existing or intended JV shall authorise an individual/partner in one of the firm of the JV to act and commit all the partners of JV for the Bid.

    Besides the bidder has to attach Declaration Form (Form-BD) included with Bidding Forms

    6.5 Documents Establishing the Qualifications of the Bidder

    6.5.1 To establish its qualifications to perform the Contract, the Bidder shall submit as part of its Technical Proposal the documentary evidence indicated for each qualification criteria specified in bidding documents.

    6.6 Period of Validity of Bids

    6.6.1 Bids shall remain valid for the period specified in the Bidding documents after the Bid submission deadline date as specified by the Procuring Entity. A Bid valid for a shorter period shall be rejected by the Procuring Entity as non-responsive.

    6.6.2 In exceptional circumstances, prior to the expiration of the Bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a Bid Security is requested it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid.

    7. BID SECURITY

    7.1 Unless otherwise specified in the BDS, the Bidder shall necessarily furnish as part of its Bid, a Bid Security in original form and in the amount and currency specified in the Bidding documents. Any Bid not accompanied by Bid Security or Bid Securing Declaration, if not exempted, shall be liable to be rejected.

    7.2 Bid Security shall ordinarily be 2% of the estimated value of subject matter of procurement put to bid or as specified by the State Government. Concessional Bid security shall be applicable in certain cases as per the provisions of the Act and Rules.

    7.3 The Bid Security may be given in the form of cash, a banker’s cheque or bank demand draft or bank guarantee, in specified format, of a Scheduled Bank in India. The bid security instrument (BC/DD) must be in the name of “Dean, College of Technology and Engineering, MPUAT, Udaipur” payable at Udaipur. The Bid Security must be valid for 3 months from the last date of submission of Bids.

    7.4 In lieu of Bid Security, a Bid Securing Declaration shall be taken from Government departments/bodies as per the provisions of the Act and Rules.

    7.5 The Bid security shall be refunded after the bid process is over. No interest shall be payable on the bid security.

    7.6 The Bid Security taken from a Bidder shall be forfeited in the following cases, namely:- i. when the Bidder withdraws or modifies his Bid after opening of Bids; or ii. when the Bidder does not execute the agreement within the specified time after issue of letter of

    acceptance/ placement of supply order; or iii. when the Bidder fails to commence the supply of the Goods or Related Services as per supply

    order within the time specified; or iv. when the Bidder does not deposit the Performance Security in the specified time period after the

    supply / work order is placed; v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders specified in

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.7

    the Act, Chapter VI of the Rules and bidding document; or vi. if the Bidder does not accept the correction of its Bid.

    8. SUBMISSION AND OPENING OF BIDS

    8.1 Submission of Bids

    8.1.1 Bidders may submit their Bids by post or by hand or directly dropped in the Bid Box (where provided) upto the time and date specified in the Notice Inviting Bids or an extension issued thereof. But if so specified in the Bidding Documents, Bidders shall submit their Bids electronically only. Bidders submitting their Bids electronically shall follow the electronic Bid submission procedure as specified on the State Public Procurement Portal.

    8.2 Late Bids

    8.2.1 The Procuring Entity shall not consider any Bid that arrives after the deadline for submission of Bids for whatsoever reason, including postal delay. Such Bids shall be declared late, rejected, and returned unopened to the Bidder.

    8.3 Bid Opening

    8.3.1 First only the Technical Bids shall be opened on the date, time and place specified in the BDS by the Bids opening committee in the presence of the Bidders or their authorised representatives who choose to be present. The bidder or his authorized representative, if asked, should come prepared for technical presentation and demonstration on the date of opening of the bid and may be required to stay next day also.

    8.3.2 The Procuring Entity shall conduct the opening of Financial Bids of all Bidders who submitted substantially responsive Technical Bids and have qualified in evaluation of Technical Bids, in the presence of Bidders or their representatives who choose to be present at the address, date and time specified by the Procuring Entity.

    8.3.3 If the date of opening of financial bids needs to be extended to enable a large number of technical bids received, the changed date and time shall be communicated through the website of the procurement entity. It shall also be communicate telephonically only to the bidders who attended the technical bid.

    9. EVALUATION AND COMPARISON OF BIDS

    9.1 Confidentiality

    9.1.2 Any attempt by a Bidder to influence the Procuring Entity in the examination, evaluation, comparison, and post qualification of the Bids or Contract award decisions may result in the rejection of its Bid, in addition to the legal action which may be taken by the Procuring Entity under the Act and the Rules.

    9.1.3 Notwithstanding the above clause, from the time of opening the Bid to the time of Contract award, if any Bidder wishes to contact the Procuring Entity on any matter related to the Bidding process, it should do so in writing.

    9.2 CLARIFICATION OF TECHNICAL OR FINANCIAL BIDS

    9.2.1 To assist in the examination, evaluation, comparison and qualification of the Technical or Financial Bids, the Bid evaluation committee may, at its discretion, ask any Bidder for a clarification regarding its Bid. The committee’s request for clarification and the response of the Bidder shall be in writing.

    9.2.2 Any clarification submitted by a Bidder with regard to his Bid that is not in response to a request by the Bid evaluation committee shall not be considered.

    9.3 CORRECTION OF ARITHMETICAL ERRORS IN FINANCIAL BID

    9.3.1 Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct arithmetical errors during evaluation of Financial Bids on the following basis: i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying

    the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

    ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

    iii. if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (i) and (ii) above.

    9.3.2 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed.

    10. PRICE AND/ OR PURCHASE PREFERENCE

    10.1 Price and/ or Purchase Preference, if applicable, shall be given in accordance with the policy of State

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.8

    Government notified / prevalent at the time of issue of NIB/NIT.

    11. POST QUALIFICATION OF THE BIDDER

    11.1 The Procuring Entity shall determine to its satisfaction that the Bidder that is selected as the lowest Bidder is qualified to perform the Contract satisfactorily.

    12. PROCURING ENTITY’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS

    12.1 The Procuring Entity reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time prior to Contract award without assigning any reasons thereof and without thereby incurring any liability to the Bidders.

    13. ACCEPTANCE OF THE SUCCESSFUL BID AND AWARD OF CONTRACT

    13.1 The Procuring Entity after considering the recommendations of the Bid Evaluation Committee and the conditions of Bid, if any, financial implications, samples, test reports, etc., shall accept or reject the successful Bid.

    13.2 Prior to the expiration of the period of validity of Bid, the Procuring Entity shall inform the successful Bidder in writing, by registered post or email, that its Bid has been accepted.

    13.3 If the issuance of formal letter of acceptance (LOA) is likely to take time, in the meanwhile a Letter of Intent (LOI) may be sent to the successful Bidder. The acceptance of an offer is complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the successful Bidder given in its Bid.

    14. SIGNING OF CONTRACT

    14.1 In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall also be asked to execute an agreement in the format given in the Bidding Document on a non -judicial stamp of requisite value at his cost and deposit the amount of Performance Security or a Performance Security Declaration, as applicable, within a period specified in the BDS or where the period is not specified in the BDS, then within fifteen days from the date on which the LOA or LOI is dispatched to the Bidder. Until a formal contract is executed, LOA or LOI shall constitute a binding contract.

    14.2 If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract or fails to furnish the required Performance Security or Performance Security Declaration, as the case may be, as the case may be, within the specified time period, the Procuring Entity shall take action against the successful Bidder as per the provisions of the Act and the Rules. The Procuring Entity may, in such case, cancel the procurement process or if it deems fit, offer for acceptance on the rates of lowest Bidder to the next lowest responsive Bidder.

    15. PROCURING ENTITY’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD

    15.1 At the time of award of contract, the quantity of Goods, works or services originally specified in the Bidding Documents may be increased or decreased. It shall be without any change in the unit prices or other terms and conditions of the Bid and the conditions of contract.

    15.2 If the Procuring Entity does not procure any subject matter of procurement or procures less than the quantity specified in the Bidding Document due to change in circumstances, the Bidder shall not be entitled for any claim or compensation except otherwise provided in the Conditions of Contract.

    16. DIVIDING QUANTITIES AMONG MORE THAN ONE BIDDER AT THE TIME OF AWARD

    16.1 As a general rule all the quantities of the subject matter of procurement shall be procured from the Bidder, whose Bid is accepted. However, when it is considered that the quantity of the subject matter of procurement to be procured is very large and it may not be in the capacity of the Bidder, whose Bid is accepted, to deliver the entire quantity or when it is considered that the subject matter of procurement to be procured is of critical and vital nature, in such cases, the quantity may be divided between the Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidders in that order, in a fair, transparent and equitable manner at the rates of the Bidder, whose Bid is accepted.

    17. PERFORMANCE SECURITY

    17.1 The Supplier shall, within fifteen (15) days or a different period, if specified in SCC, of the Notification of Award, sign the Contract Agreement and provide a Performance Security or, where applicable, a Performance Security Declaration for the due performance of the Contract. Performance Security Declaration shall be taken from Department of the State Government and undertakings, corporations, autonomous bodies, registered societies, co- operative societies which are owned, controlled or managed by the State Government and undertakings of Central Government. The State Government may relax the provision of Performance Security in particular procurement.

    17.2 The amount of Performance Security shall be five percent, or as specified in the BDS, of the amount of the supply order. In case of Small Scale Industries of Rajasthan it shall be one percent of the amount of quantity ordered for supply of Goods and in case of sick industries, other than Small Scale Industries, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be two percent of the amount of supply order. The currency of Performance Security shall be Indian Rupees, if otherwise not specified in BDS.

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.9

    17.3 Performance Security shall remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the Bidder, including warranty obligations and operation and/ or maintenance and defect liability period, if any.

    No interest shall be payable on the Performance security.

    17.4 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract within the specified time period shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Procuring Entity may award the Contract to the next lowest evaluated Bidder at the rates of the lowest bidder whose offer is substantially responsive and is determined by the Procuring Entity to be qualified to perform the Contract satisfactorily.

    17.5 The Performance Security shall be denominated in the currency of the Contract and shall be in one of the following forms:

    (i) Bank Draft or Banker's Cheque of a Scheduled Bank in India; or

    (ii) National Savings Certificates and any other script/ instrument under National Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of Bid and formally transferred in the name of the Procuring Entity with the approval of Head Post Master; or

    (iii) Bank guarantee. It shall be of a scheduled Bank in India in prescribed or other acceptable format or from other Issuer acceptable to the Procuring Entity. The bank guarantee shall be got verified from the issuing bank and confirmer, if any; or

    (iv) Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Procuring Entity on account of Bidder and discharged by the Bidder in advance. The Procuring Entity shall ensure before accepting the Fixed Deposit Receipt that the Bidder furnishes an undertaking from the bank to make payment/ premature payment of the Fixed Deposit Receipt on demand to the Procuring Entity without requirement of consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

    Provided further that the procurement entity may instead deduct the performance security amount from the payment of the supplier to be returned after completion of all contractual obligations of the supplier.

    17.6 The proceeds of the Performance Security shall be forfeited and shall be payable as compensation to the Procuring Entity on happening of any of the events mentioned below:

    (i) when the Supplier does not sign the Agreement in accordance with conditions of the contract within the specified time; after issue of letter of acceptance/ placement of supply order within the specified period; or

    (ii) when the Supplier fails to commence the supply of the Goods or Related Services as per supply order within the time specified; or

    (iii) when Supplier fails to make complete supply of the Goods or Related Services satisfactorily within the time specified; or

    (iv) When any terms and conditions of the Contract is breached; or

    (v) if the Supplier breaches any provision of the Code of Integrity prescribed for Bidders in the Act and Chapter VI of the Rules and as specified in the bidding document.

    Notice of reasonable time will be given in case of forfeiture of Performance Security. The decision of the Procuring Entity in this regard shall be final.

    18. PENALTY FOR DELAYED START OF WORK/SERVICES AND/ OR DEFICIENT/ UNSATISFACTORY SERVICES

    18.1 In case the contractor fails to commence the work of providing services within one week from the date of issuance of LOA/LOI, the procurement entity shall recover a pre-determined and agreed compensation @1% (one percent) of the total value on weekly basis from the contractor if the delay is on account of contractor. In the event of the delay exceed 2 weeks, then the other provisions including termination of contract, forfeiture of bid security/performance security, and withdrawal of LOA/Contract shall apply at the sole discretion of the procurement entity.

    18.2 In case it is found that the contractor has not deployed sufficient number of personnel at any day, a proportionate payment based on number of man days available shall be made and in addition to it a penalty amount equal to 150% of such deduction shall be recovered from the contractor.

    18.3 For any complaint, non-adherence of terms & conditions as specified in the tender document, indiscipline and unsatisfactory operation of services a penalty of Rs. 2,000/- per instance shall be imposed and the same shall be deducted from the monthly bill/performance security.

    19. ASSIGNMENT

    19.1 Neither the Procuring Entity nor the Supplier shall assign, in whole or in part, their obligations under

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.10

    this Contract, except with prior written consent of the other party with recorded reasons. Such assignment shall not relieve the Supplier or the Procurement Entity of their respective obligations under the Contract.

    20. CHANGE IN LEGAL STATUS OF THE CONTRACTOR

    20.1 The structure/composition or the constitution of the Supplier as a firm, joint Venture, Consortium, or Association shall not be altered without the prior consent of the Procuring Entity.

    Any change in the structure/ constitution of the firm, etc., shall be notified forthwith by the Bidder in writing to the Procuring Entity and such change shall not relive any former member of the firm, etc., from any liability under the contract.

    The status of the lead partner/ representative of the Joint Venture, Consortium or Association as a major stake holder shall not change without the consent of the Procuring Entity. Any new major stake holder must agree to abide by all terms and conditions of the contract.

    No new partner/partners shall be accepted in the firm by the Bidder in respect of the contract unless he/they agree to abide by all its terms, conditions and deposit with the Procuring Entity a written agreement to this effect. The Bidder’s receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the purpose of the Contract.

    21. SUBCONTRACTING

    21.1 The Contractor shall not sublet or assign the Contract or its any part to anyone without the prior written approval of the Procuring Entity. The Contractor shall notify the Procuring Entity in writing of all subcontracts to be awarded under the Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Contractor from any of its obligations, duties, responsibilities, or liability under the Contract. The capability details of such subcontractors shall be provided to the Procuring Entity who shall evaluate and take a decision as to whether approve it or not, it if not initially approved during the evaluation of the bid.

    21.2 Subcontractors, if permitted, shall also comply with all the conditions of contract.

    22. SCOPE OF SUPPLY

    22.1 The Services to be supplied shall be as specified in Section 4, Schedule of Services.

    22.2 Unless otherwise stipulated in the Contract, the Scope of Supply shall include, at the supplier’s cost, all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract.

    23. CONTRACT PRICE AND PAYMENTS

    23.1 Contract Price

    23.1.1 The Contract Price shall be as specified in the Agreement or Approval subject to any additions and adjustments thereto, or deductions therefore, as may be made pursuant to the Contract.

    23.1.2 Prices charged by the Supplier for the Services performed under the Contract shall not vary from the prices quoted by the Supplier in its Bid, with the exception of any price adjustments, if approved.

    23.2 Terms of Payment

    23.2.1 The terms of payment of the Contract Price shall be as specified in the Approval orders/ Agreement.

    23.2.2 The currency in which payments shall be made to the Supplier under this Contract shall be Indian Rupees unless otherwise specified in the SCC.

    23.2.3 In case of disputed items, 10 to 25% of the amount of the price of such items may be withheld and will be paid on settlement of the dispute.

    24. CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCT

    24.1 The contractor shall have the sole and exclusive responsibility for execution & supervision of the Services by sufficient and qualified staff with his/their best skill, attention and supervision to the satisfaction of the Officer-in-Charge in such a manner as will ensure Service of the best quality and expeditious working. Whenever in the opinion of the Officer-in-Charge additional and sufficiently qualified staff is considered necessary, they shall be employed by the Contractor without additional charge on account thereof.

    24.2 Whenever any of the Contractor’s agents, sub-agents or other employees shall in the opinion of the Officer-in-Charge be found to be guilty of any misconduct or be incompetent or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the University and/or the Officer-in-Charge, it is undesirable for administrative or any other reason for such person or persons to be assigned for providing the services, the Contractor, if so directed by the Officer-in-Charge, shall at once remove such person or persons from duty. Any person or persons so removed shall be immediately replaced at the expenses of the Contractor by a qualified and competent substitute.

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.11

    Should the Contractor be requested to repatriate any person removed from the assignment of providing the services, he shall do so and shall bear all costs/compensation in connection therewith.

    24.3 The Contractor shall be responsible for the proper conduct and behaviour of all the staff and shall exercise a proper degree of control over them and in particular and without prejudice to the aforesaid generally the Contractor shall be bound to prohibit and prevent any of its employees from acting in any way detrimental or prejudicial to the interest of the University or Staff or students community or trespassing the rooms or offices of the students or its employees, except when it is required for their discharge of duties, and in the event of such employee so trespassing, the Contractor shall be responsible thereof and relive the University of all consequent claims or actions for damages or injury or any other grounds, whatsoever.

    25. DAMAGE TO PROPERTY

    25.1 The Contractor including his sub-contractor(s), if any, shall be responsible for making good at his cost to the satisfaction of the University any loss or any damage to buildings, structures, equipment, installations, properties, etc. belonging to the University/College or its employees and Students, if such losses or damages is due to fault and/or negligence or wilful acts, omission, and/or any other reason whatsoever of the Contractor and/or his sub-contractor/s, their employees, agents, representative etc.

    26. NO CLAIM IF SERVICES ARE WITHDRAWN OR TERMINATED OR POSTPONED

    26.1 The Contractor have no claim, whatsoever against the University if the Services or any part thereof covered by the contract is postponed to any later date and/or withdrawn in part in the overall interest of the University or for security or for any other reason(s). The University’s decision in this regard shall be final and binding on the Contractor.

    27. CONTRACTOR TO BE LIABLE FOR ALL PAYMENT TO HIS EMPLOYEES

    27.1 All persons engaged or deployed by the Contractor in connection with the providing of services under the contract shall be deemed as his employees for purposes of payment/remuneration to them and no claim shall lie against the University in respect of delay, deduction and non-payment of wages and/or remuneration/ compensation by the Contractor to them.

    27.2 The contractor shall be liable for payment of all wages and other benefits, such as leave with wages, contributory provident fund etc., to the persons engaged by him for rendering the services as per the statutory requirements as in force or as may be applicable from time to time during the currency of the contract.

    27.3 The contractor shall be liable for payment of the minimum wages rates as per the notification issued from time to time by the Office of Chief Labour commissioner (C), Ministry of Labour & Employment, Govt. of India, New Delhi

    27.4 The contractor shall bear all liabilities for employee and labour employed or retained by him as regards to their employment, litigation and any other action arising out of operation of this contract or at the termination/completion of this contract.

    27.5 The Procurement Entity shall not pay any additional amount on any such account. The only remuneration payable to the contractor by the Procurement Entity will be on the basis of accepted rates and services/work executed thereof.

    26. PROVIDENT FUND

    26.1 The contractor shall be wholly responsible for complying with the fulfilment of the provisions of the Employees Provident Fund and Miscellaneous provisions Act, 1952 including subsequent amendments & notifications as applicable, in respect of the employees engaged by him for the services.

    26.2 The Contractor shall have to get himself registered (if not already registered) with the Regional Provident Fund Commissioner (RPFC) under the Employees Provident Fund and Miscellaneous Provisions Act, 1952. Tenderer is required to submit the copy of the PF Registration Number received from RPFC office before starting the work, failing which the contract is liable to be terminated.

    26.3 Each bill must be submitted along with the name of the labour/employee deployed for the Services, wages / salaries paid to them, amount of PF deducted from salaries of the labour/employees and employer’s contribution, amount deposited in RPFC office/Trust against each employee’s name and copy of the challan for the amount deposited in RPFC office/Trust till previous month, failing which the payment for bill submitted by the contractor may be withheld.

    27. STATUTORY OBLIGATIONS AND COMPLIANCE IN RESPECT OF VARIOUS ACTS

    27.1 The Contractor shall be responsible for the payment of any and all contributions, duties, levies and taxes including service tax, payable at present to the Central or State Government authorities, for providing the services under the contract.

    The Contractor, at his own cost, shall be responsible for full compliance with all obligations and

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.12

    restrictions imposed by all applicable rules, laws, bye-laws, regulations and requirements of Central, State, Municipal and local authorities concerning employer-employee relationships of his employees. The Contractor further agrees to comply and to secure the compliance of the same by all his sub-contractor/s, if any.

    27.2 It will be the sole responsibility of the Contractor to ensure all sorts of payments to his workers and maintain, at his own cost, such registers and documents, and submit such return as are required under the various rules, laws, regulations, statutes, etc. of any government authority for production of the same before the College/University and/or other Statutory Authorities prescribed in this behalf, as and when required. Any default by the Contractor in this respect will render the Contractor liable to payment of necessary compensation/penalty, as deemed fit by the University. In case of any penalty on the University on these grounds, the University reserves the right to deduct necessary amount from the Contractor’s bills towards such payments without prejudice to the rights & remedies of the University.

    27.3 The Contractor should obtain all requisite licenses from various government departments/agencies, as may be required, as early as possible on award of contract and preferably prior to commencement of contract so to avoid any breach of law.

    28. INDEMNITY

    28.1 The Contractor shall at all times, indemnify and keep indemnified the University, including its employees, authorised agents and the Officer-in-Charge and its successors from any and all liability or damages arising out of or in any way connected with the Services covered by the contract and he shall make good all losses and damages arising there from. In case the University shall incur any cost or expenses or suffer any loss on account of any claim demand or course of action brought against them and arising out of the operations covered by the contract, the University shall have the power (without being bound to do so) to defend, contest or compromise any such claim, demand or cause of action. Any amount that may become payable by the University and any cost, expense, etc. that may be incurred by the University in this behalf, shall also be recoverable from the Contractor.

    28.2 Contractor further agrees at his cost to defend, indemnify and hold University harmless and indemnified from all or any liability or penalty which may be imposed by the Central, State or Local authorities, etc. or any other civil or criminal court, tribunals by reason of any violation by contractor or his sub-contractor/s of such laws, regulations or requirements and also from all claims, suits, or proceedings that may be brought against the University arising under or out of or by reasons whatsoever services/work provided for by this contract, by third parties, or by Central or State Govt. authorities or any administrative or quasi-judicial tribunal.

    28.3 All sums payable by way of compensations under any of these conditions shall be considered as reasonable compensation to be applied to the use of the University without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained.

    29. WAIVER AND LIABILITY TO PAY COMPENSATION

    29.1 In any case in which any of the powers conferred upon the University shall have become exercisable and the same have not been exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall be exercisable in the event of any further case of default by the Contractor, the contractor shall be liable to pay compensation amount to the extent of the whole of his Security Deposit and the liability of the Contractor for past and future compensation shall remain unaffected.

    30. COMPENSATION AND LIABILITY

    30.1 The University shall not be liable for or in respect of any damages or compensation payable as per any Act or Law in respect of or in consequence of any death or injury resulting naturally or by accident to any person in the employment of the contractor or any of his subcontractor or third party etc. and the Contractor shall indemnify and keep indemnified the University against all such damages and compensation and against all claims, demands, proceedings, costs, charges and expenses, whatsoever in respect of or in relation thereto.

    31. TAXES & DUTIES

    31.1 The rates quoted shall be on ‘firm price’ basis during the pendency of the contract period and the contractor shall not be eligible for any escalation (except as approved) in the rates on what so ever ground. The contractor should clearly indicate all taxes, duties, levies including service tax as applicable on this contract (up to the last date of submission of bids), failing which these shall be assumed zero.

    31.2 Service tax is the liability of the contractor and therefore the rate offered for the services as required in tender document will be inclusive of service tax. However any increase/decrease in the rate of service tax as compare to present rate will be reimbursed/ recovered to/from the contractor.

    32. LIMITATION OF LIABILITY OF SUPPLIER

  • Bidding Document – Services (SS2E Bid) CTAE, MPUAT, Udaipur

    1.13

    32.1 The aggregate liability of the Supplier to the Procuring Entity, whether under the Contract, in tort, or otherwise, shall not be less than the amount of the Contract Price but not exceed the amount (if specified) in the SCC, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the Supplier to indemnify the Procuring Entity with respect to patent infringement.

    33. TERMINATION AND DISPUTES

    33.1 Termination for Default

    33.1.1 The Procuring Entity, without prejudice to any other remedy under the provisions of the Act, the Rules or the Contract for breach of Contract, by Notice of default of seven (7) days sent to the Supplier, may terminate the Contract in whole or in part: if the Supplier fails to deliver any or all of the Goods/Services/Works and/or Related Services within the period specified in the Contract, or within any extension thereof granted by the Procuring Entity; or If the Supplier fails to perform any other obligation under the Contract; or if in the judgment of the Procurement Entity the Contractor is rendering very poor and unsatisfactory services that are detrimental to the proper functioning of the College and it is in the interest of the College to terminate the Contract; or if the Supplier, in the judgment of the Procuring Entity has breached the Code of Integrity, as defined in the Act and Rules, in competing for or in executing the Contract.

    33.1.2 In the event the Procuring Entity terminates the Contract in whole or in part, pursuant to above clause, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods/Services/Works and/or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Procuring Entity for any additional costs for such similar Goods/Services/Works and/or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

    33.2 Termination for Insolvency

    33.2.1 The Procuring Entity may at any time terminate the Contract by giving Notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Procuring Entity.

    33.3 Termination for Convenience

    33.3.1 The Procuring Entity, by Notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience.

    34. FORCE MAJEURE

    34.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that delays in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

    34.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

    34.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause and effects thereof.

    Unless otherwise directed by the Procuring Entity in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means at his cost for performance not prevented by the Force Majeure event.

    35. DISPUTE RESOLUTION

    35.1 Any disputes arising out of this Bid shall be referred to the Dispute Resolution Committee to be constituted for the purpose.

    35.2 Arbitration may be applicable in case of disputes which remain unresolved through the Dispute Resolution Committee.

    35.3 Any dispute arising out of this contract shall be subject to the courts having jurisdiction at Udaipur only.

    Signature of Bidder

    (with date and stamp)

  • 2.1

    Section 4: Schedule of Services (SS) (Scope of Services to be provided on Job Basis)

    भाग 4 : सेवा-शे�यूल

    (जॉब आधार पर सेवाएं �दान करने का �व�तार)

    ==================================== NIB No.: CTAE/2014-15/03

    A. सेवा �दान काय� का �ववरण तथा श�ै�णक व अनभुव सबंधंी यो�यताए ं

    सारणी-1 : सेवाओ ंका �ववरण एव ंश�ै�णक व अनभुव सबंधंी यो�यताए ं

    �.सं. सेवा काय� का नाम सेवा �दान करने हेतु उपल�ध कराये जाने वाले सेवा-

    कता�ओं क� शै��णक व अनुभव संबंधी यो�यताएं

    1. महा�व�यालय क� �व�भ�न लैब/शॉप/इकाईय� म�

    (सारणी-2 के अनुसार) �योगशाला-सहायक�य

    सेवाएँ �दान करना

    आठवीं पास तथा अं�ेजी का सामा�य अ�र �ान

    2. महा�व�यालय क� �व�भ�न लैब/शॉप म� (सारणी-

    2 के अनुसार) तक�नक�-सहायक�य सेवाएँ �दान

    करना

    लैब/शॉप/इकाई के काय� के अनु�प संबं�धत �ेड/�वषय म�

    �ड�लोमा या उ�चतर �श�ा (प�ुतकालय के �लए

    पु�तकालय �व�ान म� �नातक) साथ ह� संबं�धत

    �ेड/�वषय का �यावाहा�रक �ान।

    सारणी-2: �योगशाला-सहायक�य व तक�नक�-सहायक�य सेवाएँ �दान करने हेतु लैब/शॉप/इकाईय� के �लाक

    �वभाग लैब/शॉप/इकाईय� के �लाक जहा ंसेवाएँ �दान करनी है

    तक�नक� सहायक�य �योगशाला सहायक�य सेवाए ँ

    1. क�पुटर

    �वभाग

    (1) एडवां�ड कं�यू�टगं लैब, माइ�ो�ोससेर लैब;

    (2) नेटव�क� ग लैब, �ो�ा�मगं लैब; (3) पीजी लैब,

    सव�र क�; (4) �लाइंट-सव�र लैब; (5)

    �डि���यूटेड �स�टम लैब

    (1) माइ�ो�ोसेसर लैब, नेटव�क� ग लैब, �ो�ा�मगं लैब,

    सव�र क�; (2) पीजी लैब, �लाइंट-सव�र लैब,

    �डि���यूटेड �स�टम लैब

    2. आईट�

    �वभाग

    (1) आईट� �ो�ा�मगं लैब; (2) आईट� डाटा

    मोड�लगं लैब; (3) आईट� म�ट��म�डया लैब,

    �ोजे�ट लैब; (4) डाटा ��कचर लबै, पीएचडी लैब

    (1) आईट� �ो�ा�मगं लैब, आईट� डाटा मोड�लगं लैब,

    पीएचडी लैब; (2) आईट� म�ट��म�डया लैब, �ोज�ेट

    लैब, डाटा ��कचर लैब

    3. इले��ॉ�न�स

    �वभाग

    (1) इले��ॉ�न�स शॉप; (2) संचार इंजी�नय�रगं

    लैब; (3) माइ�ोवेव व एंट�ना लैब; (4) �डिजटल

    इले��ॉ�न�स व माइ�ो�ोसेसर लैब; (5) �थम वष�

    लैब

    (1) इले��ॉ�न�स शॉप; (2) संचार इंजी�नय�रगं लैब; (3)

    माइ�ोवेव व एंट�ना लैब; (4) �डिजटल इले��ॉ�न�स व

    माइ�ो�ोसेसर लैब; (5) �थम वष� लैब

    4. इले���कल

    �वभाग

    (1) मशीन लैब; (2) क��ोल लैब; (3)

    इं��म�टेशन लैब; (4) पावर इले��ॉ�न�स लैब;

    (5) स�क� ट लैब

    (1) मशीन लैब; (2) क��ोल लैब; (3) इं��म�टेशन

    लैब; (4) पावर इले��ॉ�न�स लैब; (5) स�क� ट लैब

    5. �स�वल

    �वभाग

    (1) ए�लाइड मैके�न�स लैब, एनडीट� और

    �था�य�व लैब; (2) पीएचई लैब, मॉडल लैब; (3)

    क��यूटेशनल लैब

    (1) ए�लाइड मैके�न�स लैब, एनडीट� और �था�य�व

    लैब; (2) पीएचई लैब, मॉडल लबै; (3) क��यूटेशनल

    लैब; (4) लैब, पीजी लैब

    6. माइ�नगं

    �वभाग

    रॉक मकेै�न�स लैब xxx

    7. मैके�नकल

    �वभाग

    (1) ऊ�मा इंजन लैब; (2) डायना�म�स लैब, कैम

    लैब; (3) कैड लैब;

    (1) रे��जरेशन और एयर कं�डश�नगं लैब, ऊ�मा

    अंतरण लैब; (2) ह�ट इंजन लैब; (3) लुहार� शॉप; (4)

    शीट मेटल शॉप; (5) डायना�म�स लैब, कैड लैब,

    कैम लैब;

  • 2.2

    �वभाग लैब/शॉप/इकाईय� के �लाक जहा ंसेवाएँ �दान करनी है

    तक�नक� सहायक�य �योगशाला सहायक�य सेवाए ँ

    8. बे�सक

    साइंस

    �वभाग

    xxx ल��वेज लैब

    9. लाइ� े पु�तकालय (1) पु�तक ब�क; (2) पु�तकालय रैक हॉल; (3) जन�ल

    से�शन; (4) वाचनालय, अ�नग�म से�शन, इ�यु

    से�शन

    B. �योगशाला-सहायक�य सवेाओ ंका �व�तार (Scope of Services) तथा �यटू� का �ववरण

    �न�वदादाता को संबं�धत लैब/शॉप/इकाईय� के �लॉ�स म� �न�न (लैब/शॉप/इकाई क� �कृ�त अनसुार यथो�चत) काय�/�यटू� के

    संतोष�द संपादन हेत ुपया��त मानव संसाधन �दान करने ह�ग:े

    1. लैब/शॉप को ��त�दन �नयत समय पर खोलना/बंद करना।

    2. लैब/शॉप क� टेबल/�टूल/फन�चर आ�द क� ��त�दन सफाई करना।

    3. मशीन�, उपकरण�, अलमा�रय�, पु�तक� आ�द क� ��त�दन सफाई करना तथा इंचाज� के �नद�शानुसार

    मशीन�/उपकरण� आ�द का दै�नक रख-रखाव करना।

    4. जहाँ आव�यक हो, �ायो�गक क�ा के पुव� लोहे क� छड़�, लकड़ी, इ�या�द से छा�� के �लए �नि�चत नाप के

    जॉब-�ल�क तैयार करना।

    5. �दश�न व �ायो�गक क�ाओ ंके समय उपकरण�, औजार�, पु�तक� इ�या�द को आव�यकता अनुसार अपने �थान

    से �ायो�गक/ �दश�न �थल/टेबल तक ले जाना व क�ा समाि�त के उपरांत पुनः �न�द��ठ �थान पर साफ़-सफाई

    कर �यवि�तथ �प से रखना।

    6. �ायो�गक क�ाओं के दौरान छा�� व उपकरण� आ�द क� सुर�ा हेतु �नगरानी रखना।

    7. संबं�धत इंचाज� �वारा बताये गए अ�य काय�।

    C. तक�नक�-सहायक�य सेवाओ ंका �व�तार (Scope of Services) तथा �यटू� का �ववरण

    �न�वदादाता को संबं�धत लैब/शॉप/इकाईय� के �लॉ�स म� �न�न (लैब/शॉप/इकाई क� �कृ�त अनसुार यथो�चत) काय�/�यटू� के

    संतोष�द संपादन हेत ुपया��त मानव संसाधन �दान करने ह�ग:े

    1. लैब/शॉप म� �ायो�गक क�ाओं के दौरान उपकरण�, मशीन� आ�द के चलाने हेतु तक�नक� सहायता �दान करना।

    2. �ायो�गक क�ाओं के दौरान उपकरण�, मशीन� आ�द को चलाने के सह� तर�के क� �व�ततृ जानकार� छा�� को

    समझाना व छा�� व उपकरण� क� सुर�ा सु�नि�चत करना।

    3. क�ा म� कराये जा रहे �योग के तक�नक� पहलुओं के बारे म� छा�� क� शंकाओं व ��न� का उ�र देना।

    4. इंचाज� के �नद�शानुसार मशीन�/उपकरण� आ�द का सामा�य रख-रखाव व मर�मत करना।

    5. अ�यापक को छा�� के लैब काय� के मु�यांकन म� सहायता करना।

    6. पु�तक� का वग�करण करना तथा प�र�हण रिज�टर म� इ��ाज करना।

    7. वै�ा�नक प��काओं के �लये प� �यवहार करना तथा उनका इ��ाज करना।

    8. वै�ा�नक प��काओं क� बाइं�डगं हेतु सेट तैयार करना आ�द।

    9. लैब/इकाई का �रकॉड� रखने म� सहायता करना।

    10. संबं�धत इंचाज� �वारा बताये गए अ�य काय�।

  • 2.3

    Section 5: Special Conditions of Contract (SCC)

    भाग 5 : अनबुंध क� �वशषे शत� (SCC)

    ===================================== �न�न�ल�खत ठेके क� �वशेष शत� (SCC) ठेके क� सामा�य शत� (GCC) क� परूक ह�. �वरोधाभास क� ि�तथी म�

    यहाँ द� गयी शत� ठेके क� सामा�य शत� (GCC) के ऊपर अ�भभावी ह�गी.

    1. यो�यता और मू�यांकन मापदंड:

    तकनीक� �न�वदा: �न�वदादाता के पास सभी तरह के �व�ध �वारा सामा�यतया आव�यक �व�भ�न सरकार�

    �वभाग� से अनुम�त, रिज��ेसन, इ�या�द के अ�त�र�त �न�न यो�यताएं होने चा�हए:

    (i) �न�वदादाता के पास रा�य सरकार के �म �वभाग से राज�थान दकुान एवं वा�ण�य सं�थान अ�ध�नयम

    1958 के �नयम-4 (�प�-3) का वैध पंजीकरण होना चा�हए।

    (ii) �न�वदादाता के पास सेवा कर (Service Tax) का वैध रिज��ेशन होना चा�हए।

    (iii) �न�वदादाता के पास ESI, EPF व अ�य वैधा�नक रिज��ेशन, जेसा लागु हो (as applicable) होना चा�हए।

    �व�ीय �न�वदा: �व�ीय �न�वदा �वीकृत करने का आधार, तकनीक� मू�यांकन म� अह�ता �ा�त बो�लय� म�,

    काय� के अनु�प पया��त �म-संशाधन उपल�ध करन,े �युनतम मजदरू� दर� का अनुपालन होने का आंकलन

    व �युनतम बोल� होगा।

    2. �न�वदाकता� को �न�वदा भरने से पूव� सभी संबं�धत �वभाग� क� लैब/शॉप का �नर��ण कर काय� के �व�तार

    क� जानकार� �ा�त कर काय� को संतोष�द ढंग से संप�न करने म� लगने वाले मानव संसाधन क� सं�या का

    सह�-सह� अनुमान लगा लेना चा�हए। जहाँ आव�यक हो वहां एक से अ�धक �यि�त लगाये जाय�गे पर�तु �कसी

    भी ि�थ�त म� एक �यि�त के िज�मे एक से अ�धक लैब/शॉप/इकाई �लाक का काय� नह�ं �दया जायेगा।

    3. अनुब�धकता� के �वारा लगाये जाने वाले सम�त �यि�तय� क� शै��णक यो�यताएं व अ�य अहता�एं, इ�या�द

    मय द�तावेज संबं�धत �वभागा�य� अथवा अ�ध�ठाता से �वीकृत करवानी होगी।

    4. य�य�प अनुबंधकता� �वारा सेवाएं �दान करने हेतु रखे हुए �यि�त (सेवाकता�) अनुबंधकता� के ह� कम�चार� मान े

    जाय�गे, पर�तु �कसी भी तरह के �ववाद क� ि�त�थ से बचने, सेवाएं �दान करने हेतु रखे हुए �यि�तय� के

    शोषण को रोकने तथा �युनतम मजदरु� व �म कानून� क� पालना सु�नि�चत करने हेतु अनुबंधकता� को काय�

    पर रखे �यि�त को �वगत माह �कये गए भुगतान का �ववरण शा�य स�हत देना होगा। �युनतम मजदरु�,

    �म व अ�य कानून� के उ�लंघन क� �शकायत �मलाने पर संबं�धत �वभाग को तुरंत काय�वाह� हेतु सू�चत कर

    �दया जायेगा।

    5. माह के अंत म� �बल के साथ सभी संबं�धत �वभागा�य��/इ�चाज� से संतोष�द सेवाएं देने का �माण प�

    ��तुत करना होगा।

    6. सेवाकता�ओं को बार-बार प�रव�त�त नह�ं �कया जायेगा। अप�रहाय� प�रि�तथी म� �कसी �यि�त को प�रव�त�त

    करना आव�यक होने पर संबं�धत �वभागा�य� अथवा अ�ध�ठाता से �वीकृत लेनी होगी।

    7. सेवाकता�ओं को ��त�दन काया�लय समय के अनुसार ��येक काय��दवस पर काय��थल पर उपि�तथ होना होगा।

    इनका समय आव�यकतानुसार �नयत �कया जा सकेगा।

    8. अवकाश आ�द के दौरान भी य�द आव�यक हुआ तो �यि�तय� को �यूट� पर तैनात करना होगा। सेवाकता�

    कभी भी पुवा�नुम�त के �यूट� से अनुपि�तथ नह�ं ह�गे। माह म� एक �दन से अ�धक अनुपि�तथ रहने पर

    भुगतान अनुपा�तक आधार पर �कया जायेगा।

    9. काय� पर लगाये जाने वाले �यि�तय� क� आयु 21 वष� से कम नह�ं होगी।

    10. सेवाकता� �वारा चोर� अथवा लापरवाह� के कारण होन ेवाले नुकसान का हजा�ना �न�वदादाता को देना होगा।

    इस हेतु चोर� गई व�तु का बाजार मु�य चुकाना होगा अथवा उस व�तु को पुनः �था�पत करना होगा।

  • 2.4

    11. यह अनुब�ध एक वष� के �लए ह� �कया जायेगा। अनुब�ध क� शत� के अनुसार संतोष�द सेवाएं देन े पर

    �नयमानुसार अव�ध का एक और वष� के �लए नवीनीकरण �कया जा सकेगा, जो �न�वदादाता को �वीकाय�

    होगा।

    12. य�द सफल �न�वदादाता �न�वदा शत� के अनुसार समय पर व संतोष�द काय� नह� कर पाता है तो अ�ध�ठाता

    को प�रि�थ�त अनुसार एक स�ताह का नो�टस देकर अनुब�ध समा�त करन ेका पूण� अ�धकार होगा। ऐसी

    अव�था मे अमानत/घरोहर रा�श ज�त क� जा सकेगी एंव अ�य द�ड रा�श देय �बल मे से काट ल� जायेगी।

    13. आयकर अ�ध�नयम के अनुसार �न�वदादाता को देय भुगतान म� से आयकर ��ोत पर ह� काटकर आयकर

    �वभाग को जमा करा �दया जायेगा।

    14. �न�वदादाता का रा�य सरकार के �म �वभाग से पंिजकृत होना आव�यक होगा। सेवा काय� म� �द� �यि�तय�

    पर �म कानून� क� अ�रसः पालना अनुब�धकता� को करनी होगी। पंजीकरण �माण-प� क� �मा�णत ��त�ल�प

    ��तुत करनी होगी।

    15. अनुब�धकता� को के��/रा�य सरकार के �म �नयोजन के �नयम� �वारा अ�धकृत होन ेपर ह� अनुब�ध मा�य

    होगा। �म �वभाग �वार�