office of the addl. commissioner of police :traffic …

26
1 OFFICE OF THE ADDL. COMMISSIONER OF POLICE :TRAFFIC : HQ: DEV PRAKASH SHASTRI MARG NEW DELHI- 110012. TENDER INVITING NOTICE Tender No.21594/D-1/HAA Branch/Traffic Unit Percentage Rate Open tenders are invited from the reputed contractors for the empanelment of firms to carry out Minor Repair Works in order to maintain the Govt. Building i.e. Traffic HQ Todapur, Offices of Addl.CsP/DCsP/Traffic Range, ACsP/Distt., TI/Circles and Police Colony Todapur for Annual Maintenance Contract for Minor Repair Work for the period of one year extendable for a further period of two years on yearly basis on mutually agreed basis subject to satisfactory performance of services of the firm and approval of competent authority. The estimated cost of the maintenance works to be carried out during a period of one year will be approximately Rs. Two Crores. The tender would be received through e- tendering (CPP Portal) in the name of Addl. Commissioner of Police/Traffic (HQ), Dev Prakash Shastri Marg, Todapur, New Delhi-110012 upto 15.7.2021 at 12.30 Noon. The technical bid of tenders will be opened on 16.7.2021 at 12:30 PM in the office of Addl. Commissioner of Police/Traffic (HQ), Delhi. The terms and conditions and detailed specifications can be obtained either from the office of the undersigned i.e. Admn. Branch/Traffic on any working day within office hours from the date of publish of the tender or can be downloaded from Central Public Procurement Portal: http://eprocure.gov.in. No Tender form will be entertained after the expiry of stipulated period i.e. after 12:30 PM on (15.7.2021). Sd/- (S.D. Mishra) ADDL. COMMISSIONER OF POLICE TRAFFIC (HQ), DELHI.

Upload: others

Post on 18-Nov-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

1

OFFICE OF THE ADDL. COMMISSIONER OF POLICE :TRAFFIC : HQ:

DEV PRAKASH SHASTRI MARG NEW DELHI- 110012.

TENDER INVITING NOTICE

Tender No.21594/D-1/HAA Branch/Traffic Unit

Percentage Rate Open tenders are invited from the reputed contractors for the

empanelment of firms to carry out Minor Repair Works in order to maintain the Govt. Building

i.e. Traffic HQ Todapur, Offices of Addl.CsP/DCsP/Traffic Range, ACsP/Distt., TI/Circles and

Police Colony Todapur for Annual Maintenance Contract for Minor Repair Work for the period

of one year extendable for a further period of two years on yearly basis on mutually agreed

basis subject to satisfactory performance of services of the firm and approval of competent

authority. The estimated cost of the maintenance works to be carried out during a period of

one year will be approximately Rs. Two Crores. The tender would be received through e-

tendering (CPP Portal) in the name of Addl. Commissioner of Police/Traffic (HQ), Dev

Prakash Shastri Marg, Todapur, New Delhi-110012 upto 15.7.2021 at 12.30 Noon. The

technical bid of tenders will be opened on 16.7.2021 at 12:30 PM in the office of Addl.

Commissioner of Police/Traffic (HQ), Delhi. The terms and conditions and detailed

specifications can be obtained either from the office of the undersigned i.e. Admn.

Branch/Traffic on any working day within office hours from the date of publish of the tender

or can be downloaded from Central Public Procurement Portal: http://eprocure.gov.in. No

Tender form will be entertained after the expiry of stipulated period i.e. after 12:30 PM on

(15.7.2021).

Sd/-

(S.D. Mishra) ADDL. COMMISSIONER OF POLICE

TRAFFIC (HQ), DELHI.

2

OFFICE OF THE ADDL. COMMISSIONER OF POLICE :TRAFFIC : HQ:

DEV PRAKASH SHASTRI MARG NEW DELHI- 110012.

TERMS & CONDITIONS OF TENDER FOR CARRYING OUT MINOR REPAIR WORKS

Online Percentage Rate open tenders are invited in two bid systems i.e. Technical Bid

and Price Bid on behalf of Delhi Police from reputed contractors for Minor Repair Works in order to

maintain the Offices of Traffic Headquarters, Ranges, Distt. and Police Colony Todapur for award of

Annual Maintenance Contract for a period of one year from the date of signing of contract

extendable for a further period of two years on yearly basis on mutually agreed basis subject to

satisfactory performance of services and approval of the competent authority.

Instructions for submitting online e-tender are enclosed at Annexure-D”. Bidders are

advised to quote their rate/price after careful study of the Schedule of Requirement (i.e. Section-3)

as well as the following terms and conditions:-

SECTION-1 : INSTRUCTIONS TO BIDDERS:-

1 Instructions:-

i. The Tender documents can be downloaded from Central Public Procurement Portal

website http://eprocure.gov.in/eprocure/app. Bid submission will be closed on 15.7.2021 at

12.30 Noon.

ii. Online technical bids will be opened on 16.7.2021 at 1230 Hrs. in Conference Hall of

Addl.CP/Traffic Headquarters at Traffic Headquarters, Dev Prakash Shastri Marg,

New Delhi-110012. The bidders or their authorized representatives may remain present, if

so desire.

iii. The firm shall also upload/attach a legible scanned copy of documentary proof of

depositing GST latest by 31.3.2021 or thereafter for such services/trade in the concerned

department (in the language of English/Hindi).

iv. As per instructions of the Govt., the tender document has been published on the Central

Public Procurement Portal: http://eprocure.gov.in The bidders are required to submit soft

copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificate

before the stipulated date & time i.e. upto 15.7.2021 Hrs. on 12.30 Noon.

v. The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE

procurement policy and issued by Department of Micro, Small and Medium Enterprises

(MSME)/NSIC or Start ups as recognized by Department of Industrial Policy & Promotion

(DIPP) exclusively for Civil Works, shall be exempted from Application Fee. However the

bidders have to submit scanned copy of the valid Registration Certificate with the technical

bid of the tender to avail this exemption. The original document projected for application

exemption can be verified/checked.

vi. The bidders except those who registered with Micro and Small Enterprises (MSEs) as

defined in MSE procurement policy and issued by Department of Micro, Small and Medium

Enterprises (MSME)/NSIC or Start ups, in place of a Bid Security, will submit a Bid

Security Declaration accepting that if they withdraw or modify their Bids during the period

of validity, or if they are awarded the contract and they fail to sign the contract, or to submit

a performance security before the deadline defined in the request for bids document, they

will be suspended for a minimum period of 01 year from being eligible to submit Bids for

contracts with Delhi Police.

3

vii. Conditional tender will not be accepted.

viii. Submission/uploading of unwarranted/irrelevant/out of context documents online with the

bid with an intension to disturb/misuse online procurement system will be taken seriously

and stringent action against such bidders besides action for rejection of bid and blacklisting

of firm may be initiated.

ix. The legible scanned copy of properly filled “Tender Acceptance Letter” Annexure-“C” duly

signed and stamped by the bidder should be uploaded/attached with the technical bid.

x. The participating firms must upload a scanned copy of undertaking mentioning therein the

entire details (like ISI mark, technical specifications) along-with brochures of the product

which will be used/installed by the firm.

xi. Any items/articles which are not specially mentioned in the tender/specifications but are

necessary, are to be provided by the firm without any extra charge for completeness of the

work under this tender.

xii. A tender Committee will be constituted under the chairmanship of Tender Inviting Authority

to consider bids/bid documents.

xiii. Only authorized representative will be allowed to attend the meeting of the Tender

Committee. He/She should also bring authority letter on company/firm’s letter head and

any decision/negotiation taken by him/her would be accepted by company/firm.

xiv. Not more than one representative shall be allowed to attend the meeting of the Tender

Committee on behalf of one tendering company/firm. The representative, who is deputed

to attend the meeting, should be Director or Partner or Owner or an employee of the

company possessing an authority letter, whose specimen signatures should be attested by

the company/firm’s authorized signatory with seal.

xv. If a firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and

will not be considered.

xvi. The payment will be made depending upon the availability/release of funds by the Govt.

and the firms/contractors shall have no claim in case of delayed payment and no interest

will be paid for the delay.

xvii. The competent authority reserves the right to cancel the tendering process at any stage on

administrative reasons. Tender Inviting Authority with the approval of competent authority

shall have the right of reject all or any of the tenders and will not be bound to accept the

lowest of any other tender.

xviii. Bidder shall not be allowed to alter or modify their bids after expiry of the deadline or

receipt of bids.

xix. In case any clarification is required, prospective bidder may contact the tender inviting

authority or his authorized representative for clarification before the date of opening of bid

and during office hours/day.

xx. In case any work is to be executed other than mentioned in the schedule of quantities, in

case of being Schedule items (Delhi Schedule of rates items), these shall be paid as per

the schedule rate plus cost index (at the time of tender) plus/minus percentage

above/below or at par of contract amount. Payment of other than schedule items, it shall

be made as per the market rate plus/minus percentage above/below or at par with the

contract amount subject to approval of competent authority.

2. PROCEDURE FOR SUBMISSION OF BIDS:- A single bid will be submitted by every

bidder in the following manner:-

2.1 Technical Bid consisting of all technical bid documents.

2.2 Financial Bid indicating percentage below / percentage above or at par with the estimated

cost given in schedule of quantities.

4

3 DOCUMENTS COMPRISING THE BIDS:-

The participating firms/companies are requested to attach/upload self attested/scanned

legible documentary proof of the following documents with their technical bids. In the absence

of any of these documents, the bid will be disqualified/cancelled straightway without any

further clarification:-

3.1 Technical Bid:

3.1.1 Bid Security Declaration (Annexure-E).

3.1.2 Undertaking regarding Land Border Sharing (Annexure-F).

3.1.3 List of owners/partners along-with corresponding address of the bidder with telephone no and

photograph.

3.1.4 Copy of Certificate of Registration of Firm with EPFO/ESIC to establish that the firm is

registered with EPFO/ESIC.

3.1.5 Copy of certificate of Registration under GST and latest Tax Clearance Certificate/vide which

the latest tax was deposited.

3.1.6 A firm should have Average Annual Financial turnover not less than Rs.30 lakh in the last

three financial years. Further, the firm has not incurred any loss in more than 01 year in the

last 03 years ending 31st March, 2021. Certificate from Chartered Accountant/issued from

Govt. department viz. TDS Certificate, Form No. 16 shall be submitted by the bidder.

3.1.7 The bidding firm should have experience of having successfully completed similar works

costing not less than the total amount equal to Rs.40 lakhs in one of the financial year during

the last 7 years as on 31st March, 2021. A copy of work order / performance certificate from

Govt. Departments / PSUs in order to establish the credentials/experience of the firm shall be

submitted to the effect that the contractor has executed the work satisfactorily clearly

mentioning the amount of work executed against each financial year separately.

3.1.8 Undertaking that the firm as well as owner has neither been blacklisted by any Govt.

Department nor any Criminal Case is registered/pending against the firm or its

owner/partner/director anywhere in India.

3.1.9 Tendering Firm should be registered in Government Department i.e.

PWD/MCD/DDA/NDMC/CPWD etc. A copy of registration certificate should be enclosed.

3.1.10 A copy of Tender Documents and Terms & Conditions duly signed by the Bidder.

3.1.11 Tender Acceptance Letter (Annexure-“C”).

3.1.12 The tender must contain the name, office and residential address including telephone

number(s) of the firm or person with their signature.

3.1.13 The bidder shall not submit the percentage rates in the technical bid packet in any case. In

case of doing so, the bid shall be rejected straightway.

3.1.14 An undertaking under fall clause.

3.2 Financial Bid:-It shall be submitted in the prescribed format of pdf.

3.2.1 The financial bid of only those bidders will be opened who qualifies in the technical bid.

Evaluation of financial bids will be done on the basis of financial values quoted by the bidder.

3.2.2 The quoted price shall be inclusive of supply, installation/commissioning and removal of old

articles. There shall be no extra charges for the items.

4 The tender Committee so nominated, shall examine the technical/financial aspects of the

tender. The decision of the tender committee shall be final and binding. The interpretation of

Delhi Police on terms and conditions of tender shall be final and binding.

5 Non submission of any of the documents specified in clause 4 above shall be liable for

rejection of bid.

6 Conditional tender, Unsigned Tender and Late Bid shall not be accepted and shall be rejected

straightway.

7 All tender(s) in which any prescribed condition is/are found incomplete in any respect, shall

be rejected by the committee, without assigning any further reason.

5

8 Bidders would not be permitted to alter or modify their bids after expiry of the deadlines for

receipt of bids.

9 Contacting the Department:-

No Bidder, in order to influence the bid process, shall contact the Department. Any efforts by

a Bidder to influence the Department’s bid evaluation/bid comparison or contract award

decisions shall result in the rejection of the Bidder’s bid. No enquiry shall be made by

Tenderer(s) during the course of examination of the Tender, after the opening till final

decision is taken by the competent authority.

10 Period of Validity of Bids:-Bids shall remain valid for a period of 180 days from the date of

opening of technical bid.

11 Terms & Conditions of Bidder:-

In case terms and conditions of the Contract applicable to this Invitation of Bid are not

acceptable to any Bidder, he should not bid.

12 Local Conditions:- It will be incumbent upon each Bidder to fully acquaint himself/herself

with the local conditions and factors at the respective locations/sites and offices which would

have any effect on the performance of the contract and or the cost. Participation in the tender

process implies that the bidder is satisfied with the conditions.

13 Right to accept any Bid and to reject any or all bids:-

13.1 The department reserves the right to terminate the whole tendering process or any part

thereof without assigning any reason.

13.2 The Department may terminate the contract if it is found that the contractor is blacklisted on

previous occasions by any of the Departments/Institutions/Local Bodies/Municipalities/PSUs

etc.

13.3 The Department may cancel the award of contract in the event the successful bidder fails to

furnish the Performance Security or fails to execute the agreement.

14 Quoted Rates:-

14.1 The quoted price shall be inclusive of supply, installation and commissioning as well as

removal of old articles. There shall be no extra charges for these items.

14.2 The rates shall be quoted as per price bid format inclusive of all taxes and charges. Firms

offering unjustifiable rates shall be considered as unresponsive bid. In case, it is found that

the bidder is trying to sabotage the tender process, the bid of the firm will be rejected

straightway and the firm may be considered for blacklisting to participate in the tendering

process of Delhi Police.

14.3 The bidder shall indicate their rates inclusive of all taxes in clear/visible figures & words and

shall not alter/overwrite/make cutting in the quotations. If any, alteration/overwriting/cutting

etc. is noticed, the rates of the item shall not be considered and treated an unresponsive.

14.4 The price shall be quoted indicating percentage below / percentage above or at par with the

estimated cost given in schedule of quantities. The quoted percentage below / percentage

above or at par, shall be applicable on each item/work separately as per schedule of

quantities inclusive of all taxes. The price shall be quoted upto two decimal points.

14.5 The tender shall be treated as invalid if :- (a) The contractor does not quote percentage rate

either above or below or at par applicable on each item of tender. (b) The percentage rate

either above or below or at par is not quoted in figures & words, (c) The quoted percentage

rate either above or below or at par is different in figures & words.

14.6 The rates shall be quoted only on percentage rate basis and it should be one of either above

or below or at par. Any tender containing item rates is liable to be rejected. The percentage

quoted by the contractor in percentage rate tender shall be accurately filled in figures and

words so that there is no discrepancy.

6

14.7 Optional Rate shall not be considered and bid shall be rejected.

14.8 The lowest tender amount shall be decided on the basis of +/- worked out on the basis of

percentage above / below / at par which shall be beneficial to the Govt.

14.9 After the finalization of L-1, the counter offer shall be given to L-2, L-3, L-4 and L-5, to submit

their willingness to work on L-1 price. In case any of the vendor amongst L-2, L-3, L-4 and L-

5 vendor does not agree to work on L-1 rate, the offer shall be given to L-6, L-7 or so on.

14.10 Tender Inviting Authority with the approval of Competent Authority reserves the right to

increase / decrease the firms in case two or more contractor quoted the same price only if it

happens to select the last firm.

PREFERENCE TO MAKE IN INDIA

15 Preference to make in India products (for bids less than 200 Crore): preference shall be given to class 1 local

supplier as defined in public procurement (preference to make in India) order 2017 as amended from time to

time and its subsequent orders/notification issued by concerned Nodal Ministry for specific Goods/Products.

The minimum local content to qualify as a class 1 local supplier is denoted in the tender documents 50%. If the

bidder wants to avail the purchase preference, the bidder must upload a certificate from the OEM regarding

the percentage of local content and the details of locations at which the local value addition is made

alongwith their technical bid, failing which no purchase preference shall be granted. In case tender value is

more than 10 Crore, the declaration relating to percentage of local content shall be certified by a practicing

cost accountant or a charted accountant for OEMs other than companies as per the public procurement

(preference to make in India order 2017 amendment issued vide No. P-45021/2/2017-PP(BE-II) dated

04.06.2020. Only class 1 and class II local suppliers as per make in India order dated 04.06.2020 will be eligible

to bid in this tender. Non local supplier as per make in India order dated 04.06.2020 are not eligible to

participate in this tender.

15.1 The following provision under rule 144 (xi) of the GFR-2017 amendment issued by Ministry of Finance,

Department of Expenditure, Public Procurement Division vide Office Memorandum F. No. 6/18/2019-PPD

dated 23.6.2020 shall be complied:-

i. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority.

ii. “Bidder” (including the term “tenderer” means any person or firm or company, including any member of Joint venture (that is an association of firms or companies), every artificial juridical person not failing in any of the descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such person, participating in a procurement process.

iii. “Bidder from a country which shares a land border with India” for the purpose of this order means:- a. An entity incorporated, established or registered in such a country; or b. A subsidiary of an entity incorporated, established or registered in such a country; or c. An entity substantially controlled through entities incorporated, established or registered in such a country; or d. An entity whose beneficial owner is situated in such a country; or e. An Indian (or other) agent of such an entity; or f. A natural person who is a citizen of such a country; or g. A consortium or joint venture where any member of the consortium or joint venture fall under any of the

above.

iv. The beneficial owner for the purpose of (iii) above will be as under :-

1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s) who, whether acting alone or together, or through one or more juridical person, has a controlling ownership interest or who exercises control through other means.

7

Explanation________

a “Controlling ownership interest” means ownership of or entitlement to more than twenty-five percent of shares or capital or profits of the company;

b “Control shall include the right to appoint majority of the directors or to control the management or policy decisions including by virtue of their shareholding or management rights or shareholders agreements or voting agreements;

2. In case of a partnership firm, the beneficial owner is the natural persons(s) who, whether acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership;

3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals.

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant natural person who holds the position of senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership.

(v) An agent is a person employed to do any act for another, or to represent another in dealings with third person.

In view of the above, the bidder shall have to submit a certificate/undertaking (duly sealed and signed) as per

proforma mentioned at Annexure- F

16 AWARD OF CONTRACT:-

16.1 The contract shall be awarded for a period of one year extendable for a further period of two

years on yearly basis on mutually agreed basis subject to satisfactory performance and

approval of the competent authority.

16.2 The Department will communicate the successful bidder through letter that his bid has been

accepted. This letter shall consist the amount which shall be awarded to the contract.

17 The tender committee, with the approval of the competent authority, reserves the right to

relax any of the condition(s), or reject any or all tenders altogether without assigning any

reasons.

18 The unacceptable/defective articles/items shall be subject to replacement at the risk and

responsibility of the contractor without any extra cost.

******

8

OFFICE OF THE ADDL. COMMISSIONER OF POLICE :TRAFFIC : HQ:

DEV PRAKASH SHASTRI MARG NEW DELHI- 110012

SECTION-2 :GENERAL CONDITIONS OF CONTRACT

1. OVERPAYMENT/UNDERPAYMENT:

If as a result of post payment audit or otherwise, any over payment is detected in respect of

any work done or alleged to have been done to the Contractor under the contract, the

Contractor shall pay back the over payment and it shall be recovered by the Department from

him.

2. TAX OBLIGATION OF THE CONTRACTOR:-

The Contractor shall ensure full compliance with tax laws of India with regard to this contract

and shall be solely responsible for the same such as income tax, GST, ESI, EPF, Labour

taxes etc., wherever applicable and shall keep the Department fully indemnified against

liability of tax, interest, penalty etc., of the contractor in respect thereof, which may arise.

3. AWARD OF CONTRACT:-

3.1 The successful bidder will be required to execute an Agreement within a period of 15 days

from the date of issue of Letter of Offer.

3.2 The successful Bidder shall furnish Performance Guarantee (Security Money) to the

Department within 14 days of receipt of “letter of offer” issued by the Department before

signing the Contract which shall be equal to 3% of the total value of the Contract and shall be

in the form of an Account Payee Pay order/DD/Bankers Cheque/Fixed Deposit Receipt/Bank

Guarantee issued from a Nationalized/Scheduled Bank in favour of Addl. Commissioner of

Police, Traffic (HQ), Todapur, Delhi, which would be valid up to a period of sixty days beyond

the date of completion of all contractual obligations and no interest shall be payable on

performance guarantee (security money) on its release.

3.3 If the contractor fails to deposit the performance guarantee (security money) within prescribed

period, Delhi Police shall without prejudice to any other right or remedy, be at liberty to forfeit

the earnest money absolutely. Further, if the contractor fails to commence work as specified

or agreed, Delhi Police shall without prejudice to any other right or remedy available in law,

be at liberty to forfeit the said performance guarantee absolutely. The said Performance

Guarantee shall be a guarantee to execute all the works referred to in the tender documents

upon the terms and conditions contained or referred to those in excess of that limit at the

rates to be determined in accordance with the provision contained in of the tender form.

3.4 In case the contract gets extended on mutually agreed basis, the contractor shall get the

validity of Performance Guarantee extended to cover such extended period. After completion

of contract period, the performance guarantee shall be returned to the contractor, without any

interest.

3.5 Failure of the successful bidder to comply with the requirements of above clauses shall

constitute sufficient grounds for the termination of the award, forfeiture of Performance

Security and blacklisting of the firm for a period of three years.

9

4. ARBITRATION :-

Any dispute and/or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties. However, if the

disputes are not resolved by joint discussions, the same shall be settled through amicable

negotiations between a maximum of two (2) officers nominated by the competent authority of

Delhi Police and two (2) employees nominated by the contractor, failing which the dispute

shall be submitted to arbitration in accordance with the provisions of the Arbitration and

Conciliation Act, and the Arbitrators decision shall be final and binding. All disputes are

subject to the jurisdiction of the Courts in the NCT of Delhi.

5. TERM AND EXTENSION OF CONTRACT:-

5.1 At the initial stage, the contract shall be awarded for a period of one year from the date of

signing of contract. The period of contract can be extended for a further period of two years

on yearly basis in the interest of Delhi Police on mutually agreed basis subject to satisfactory

performance, on the same rates, terms and conditions.

5.2 Delhi Police reserves the right to terminate the contract at any stage, in either full or in part.

In the event the contract is terminated by the department for reasons of unsatisfactory

performance or breach of contractual conditions, the full Performance Security of the

contractor shall liable to be forfeited.

5.3 SERVICE DURING POST CONTRACT PERIOD:- It will be obligatory on the part of

contractor to continue to work on the same rates, terms and conditions prevailing on the last

date of contract even beyond contract period (inclusive of extended period, if any) till alternate

arrangements are made/new contract is finalized with the approval of the Competent

Authority.

5.4 Delhi Police reserves the right to increase/decrease the Quantity as specified in the schedule

of requirement.

6. The goods/articles should be ISI Mark (wherever applicable) and new item(s) is/are to be

used. In case any substandard/defective material is used, the same shall be replaced by the

agency at its own cost. In case of any dispute in this regard, decision of the departmental

officer shall be final.

7. If the performance of any repairs/maintenance work fails to meet the contract specification (s)

and do not fulfill the requirement(s), then the firm shall be liable to replace/re-work free of cost

within the shortest possible period. In case of any defect/fault noticed after the work is

executed, the tenderer shall attend the same immediately. If he fails to do so, the defect/fault

shall be executed from the open market and the cost thereof shall be recovered from the

payment claimed by the firm or from the performance bank guarantee deposited with the

department.

8. All procedure for the minor repairs/maintenance work laid down shall be adhered to strictly as

per CPWD Manual and the instructions on the subject.

9. The contractor will deposit the old replacement materials such as door/windows glass, grill,

panes, plumbing/sanitary materials and electric articles etc. in the General Store/Traffic

Headquarter, Todapur on their own, without charging any transportation, to/fro charges etc.

10. A departmental Officer duly authorized by Addl.CP/DCP shall monitor the performance and

conduct of every contractor and check the quality and quantity of minor work directly as well

as through monitors and submit a “Completion Certificate” to Land & Building Cell/PHQ.

The Contractor is liable to be removed from the approved list if the Contractor fails to abide by

the terms and conditions or fails to work within the specified time or make any false

declaration on any ground which in the opinion of the Addl.CP/DCP/Traffic/HQ is not in the

interest of Delhi Police.

10

11. The contractor will submit the bills in triplicate, after completion of entire work along with a

copy of work order, work completion report and photographs before & after execution of

work through concerned ACP. with each of the bills.

12. The payment shall be released, subject to allocation of budget by MHA/PHQ and availability

of sufficient funds with Delhi Traffic Police. However, no advance payment shall be given to

any agency/firm.

13. In case the successful Tenderer(s) fails to complete the works within specified time period,

payment shall not be released and action as per Terms & Conditions shall be taken. Besides

debarring/blacklisting of the firm concerned for further dealing in this Department for a period

of three years may be initiated. He will also be liable to pay 20% amount of the total work

order as Liquidated Damages Charges. The Liquidate Damage Charges would be deducted

from the pending bills or from the performance security as the case may be.

14. In case of blacklisting, the aggrieved contractor will be at liberty to file an appeal to Jt.CP

(Traffic/HQ) for relief within one month from the date of issue of the such order. Final appeal,

if required, may be filed to the competent authority of PHQ i.e. Spl.CP/GA, Spl.CP/P&I or

Jt.CP/GA, Jt.CP/P&I as the case may be.

15. The successful tenderer(s)/bidder(s) shall attend and rectify/replace/restore extremely

essential and emergent services requiring immediate attention related to plumbing and

electrical or any other urgent minor work having a definitive bearing on the quality of life of a

resident on the same day positively, failing which, action shall be initiated against the firm as

per rule.

16. Any new Government levies/taxes imposed or increase in taxes after the contract date shall

be paid as per actual against submission of documentary evidence and in case of decrease

thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax

rates are reduced after release of payment the same shall be adjusted against future bills or

from the Performance Security of the contractor.

17. The Bidder(s) will produce original documents for inspection at the time of opening of tender

and/or whenever asked.

18. In case the successful tenderer(s) is found of any breach of Terms & Condition at any stage

during the period of contract, action as per rules/laws as applicable shall be initiated against

the firm concerned, besides forfeiture of performance security & termination of contract.

19. A good quality wood be used for doors/windows and frame works.

20. The Committee reserves the right to keep a panel of qualified firms.

21. The Committee also reserves the right to relax any of the above mentioned condition(s), or

reject any or all tenders altogether without assigning any reason, with the approval of

competent authority.

22. The contractor shall provide a minimum of one year warranty for store items.

After completion of work as per work order issued the contractor will obtained the ‘END USER

CERTIFICATE’ from the allottee with full signature of the allottee along with Quarter number

& phone number duly verified from the Estate Officer Traffic HQ. In case of Non-Residential

Building(s) completion certificate will be obtained from the concerned officer duly verified by a

G.O.

23. Fall Clause: If at any time, during the period of contract, the contractor reduces the price

and/or sales/provides services to any organization under the govt./PSUs, he shall forthwith

notify such reduction to the purchaser and the price payable under the contract for that part

shall stand correspondingly reduced. An undertaking may be submitted by the bidder in this

regard.

24. The contractor shall comply with the provisions of the Apprentices Act, 1961, minimum wages

Act, 1948, Workmen’s compensation Act, 1923, Employer’s liability Act, 1938, Maternity

Benefit Act, 1961 and the Industrial disputes Act, 1947 as applicable and the rules and

11

regulations issued there under by the local Govt. / Authorities from time to time as well as

provisions of law applicable to workmen. Failure to do so shall amount to breach of the

contract and the Delhi Police may at his discretion termination the contract. The contractor

shall also be liable for any pecuniary liability arising on account of violation by him of any of

the said Acts and shall indemnify the Delhi Police on that account. Delhi Police will not be

liable for any act or omission on the part of the contractor in so far as any violation of any of

the aforementioned acts or any other acts.

25. If the contractor assigns, transfers or sublets the work in parts or in full, it shall be considered

as breach of contract and action of termination of contract and blacklisting of firm can be

taken.

26. Force Majeure : The contractor shall not be liable for forfeiture of its performance security,

termination of contract, if and to the extent that its delay in performance or other failure to

perform; obligations under the contract is the result of an event of Force Majeure. For the

purpose of this clause “Force Majeure” means an event beyond the control of the bidder and

not involving the bidder’s fault or negligence and not foreseeable. Such events may include

but are not limited to, acts of God or of public enemy, acts of Government in their sovereign

capacity, acts of war, fires, floods etc. If such situation arises, the contractor shall notify the

department within five days. Notwithstanding the above, the decision of Delhi Police shall be

final and binding on the vendor.

27. The bidders should quote the rates inclusive of all prevailing taxes of Central Govt. GNCTD.

Sd/- ADDL.COMMISSIONER OF POLICE:

TRAFFIC HQ, NEW DELHI. SIGNATURE OF TENDERER________________________ NAME IN BLOCK LETTERS_________________________ FULL ADDRESS__________________________________

12

OFFICE OF THE DEPUTY COMMISSIONER OF POLICE :TRAFFIC : HQ:

DEV PRAKASH SHASTRI MARG NEW DELHI- 110012

SECTION-3 SCHEDULE OF REQUIREMENT

LIST OF MINOR WORKS TO BE CARRIED OUT IN THE UNIT ITEMS LIST

S.N Name of Item/work DSR-2018 Code No./ Market Rate/earlier tender rates

Unit DSR-2018 Rates in Rupees

REPLACEMENT OF WINDOW PANES

1. P/F of Window glass panes, Float glass 4 mm thick 9.7.7.1 Per Sq. Ft. 166.60

2. Wooden beading if required ( with glass 4 mm)

9.7.7.1 Per Sq. Ft. 166.60

3. Putty for fixing of window glass MR Per Ft. 10.00

REPAIR OF WOODEN WORK

4. Repair of old door shutter MR Per Sq. Ft. 30.00

5. P/F of existing door ( overall 35 mm thick, ISI approved Quality)

9.21.1 Per Sq. Ft. 175.00

6. Replacement of old wooden windows, Jali door 9.1.1 Per cubic Ft. 3687.00

7. P/F Choukhat Door/Window 9.1.1 Per cubic Ft. 3687.00

8. Repairing of old window and door MR Per Sq. Ft. 25.00

9. P/F iron door frame including cutting and welding primer coat of steel primer & paint coating.

Earlier tender rate of NWD

Per R. Ft. 148.00

10. Iron Cage 25MM Angle and 6MM wiremess Earlier tender rate of NWD

Per Sq. Ft. 30.00

11. Welding by electric machine Per Centimeter

REPLACEMENT OF BROKEN SINK, DEFECTIVE WATER TAPS ETC.

12. P/F of Steel sink without drain board (1000x510mm bowl depth 225 mm) with CI angle & stainless steel.

17.10.1.2 Each 5851.00

13. Taps (C.P. brass tap of approved brand) 15 MM nominal bore.

Earlier tender rate of NWD

Each 150.000

14. Taps (C.P. brass tap of approved brand) 20 MM nominal bore.

MR Each 250.00

15. P/F of PTMT taps 15 mm. 86 mm long. Weighting not less than 88 grms. (approved quality having ISI marked)

18.55.2 Each 151.00

16. Long body CP brass bib cock weight not less than 690 grm. of 15 mm dia.

18.50.1 Each 552

17. Pillar cock ( 15 mm nominal bore ) 18.49.1 Each 419.00

18. Waste Pipe/whole 18.58.1.2 Each 51.00

19. Steel Jali Earlier tender rate

Each 5.00

20. PVC connection 12” 18.74.1 Each 94.90

21. PVC Connection 18” 18.21.2.1 Each 83.00

22. Tank Nipple MR Each 330.00

23. P/F of Wash basin Size 660x460 with pair of 15 mm CP brass pillar taps ( approved quality of branded Company )

17.7.8 Each 4052.00

13

24. Water Closet Indian style with footrest 580x440 mm 17.1.1 Each 3524.00

25. Cistern white (10 Ltrs. Capacity, white ) Plastic body with durable quality.

17.1.1 Each 1897.00

MINOR CEMENT/PLASTERING WORKS

26. Repair of ceiling plaster-12 mm. ( 01 cement : 4 fine sand ) 13.1.1 Per Sq. Ft. 25.00

27. Repair of wall plaster 20 mm plaster (1 cement : 4 fine sand ) 13.3.1 Per Sq. Ft. 34.00

28. Repair of wall plaster 15 mm plaster (1 cement : 4 fine sand ) 13.2.1 Per Sq. Ft. 29.00

29. Repair of wall plaster 10 mm plaster (1 cement : 4 fine sand ) in super structure above plinth level to level

13.19.1 Per Sq. Ft. 63.00

WHITE WASHING & PAINTING OF DOORS & WINDOWS ETC. (ISI Mark)

30. Colour wash/White wash new work 3 or more coats with a base coat of white wash with line.

13.37.1 Per Sq. Ft. 3.00

31. Snowcem (New work, 2 & more coats applied @ 3.84 Kg/10 sum).

MR Per Sq. Ft. 8.00

32. Oil bond distemper of approved brand including priming coat new work (two or more coat)

13.41.1 Per Sq. Ft. 14.00

33. Enamel paint (Synthetic) two or more coat on new surface. 13.62.1 Per Sq. Ft. 16.00

34. Primer on new wooden/Iron work (approved brand) 13.50.1 Per Sq. Ft. 5.30

35. Acrylic work ( two or more coat applied @ 1.67 Ltr/10 sum over and including base coat of water proofing cement paint applied @ 2.20 Kg./10 sum)

13.46.1 Per Sq. ft. 15.00

36. Plastic paint (two or more coat) after scrubbing & repairing of surface.

MR Per Sq. Ft. 25.00

37. Sprit Liquor Polish work on furniture after rubbing of old surface.

MR Per Sq. ft. 35.00

38. Primer & putty work on old surface after rubbing. 13.26 Per Sq. ft. 18.00

39. Plaster of Paris work. 13.26 Per Sq. ft. 18.00

40. Apex MR Per Sq. ft. 20.00

REPAIR OF DEFECTIVE SANITARY FITTINGS

41. Angle valve15 MM 18.53.1 Each 532.00

42. Angle valve20 MM MR Each 630.00

43. Stopcock 15 mm nominal bore 18.52.1 Each 606.00

44. Stopcock 20 mm nominal bore MR Each 705.00

45. P/F Ball cock of approved quality high or low pressure with plastic float (body+red+all) 15 mm nominal bore

18.62.1 Each 192.00

46. P/F Ball cock of approved quality high or low pressure with plastic float (body+red+all) 20 mm nominal bore

18.62.2 Each 253.00

47. Replacement of Plastic/Synthetic water tank branded Company with ISI marked

MR Per Liter 12.00

48. Plastic/Synthetic water tank cover. MR Each 350.00

49. P/F Union 15MM (GI) 18.46.1 Each 236.00

50. P/F Union 20MM(GI) 18.46.2 Each 261.00

51. P/F Union 25MM(GI) 18.46.3 Each 360.00

52. P/F Union 40 MM(GI) 18.46.5 Each 452.00

53. P/F T 15MM(GI) MR Each 480.00

54. P/F T 20 MM(GI) MR Each 480.00

55. P/F T 25 MM(GI) 18.13.1 Each 673.00

56. P/F T 40MM(GI) 18.13.1 Each 673.00

57. Elbow 15MM(GI)/SS 18.90.1 Each 78.00

58. Elbow 20MM(GI) /SS 18.90.2 Each 84.00

59. Elbow 25 MM(GI) /SS 18.90.3 Each 128.00

60. Elbow 40MM(GI) /SS 18.90.6 Each 155.00

61. Socket 15MM(GI) MR Each 50.00

62. Socket 20 MM(GI) MR Each 60.00

63. Socket 25MM(GI) MR Each 80.00

64. Socket 40MM(GI) MR Each 100.00

65. Nipple 15 MM (GI) x 50 MM 18.53A Per Inch 61.00

14

66. Nipple 25MM (GI) x 50 MM MR Per Inch 72.00

REPLACEMENT/REPAIR OF DEFECTIVE WATER PIPES/SEWER LINE

67. Providing & Fixing of GI /CPVC pipe including fittings & Clamps including cutting and making good the walls etc. (Internal work – Exposed on wall ) :- 15 MM dia nominal bore

18.10.1

/ 18.7. 1

Per Ft. 72.00

/ 74.00

68. Providing & Fixing of GI/CPVC pipe including fittings & clamps including cutting and making good the walls etc. (Internal work – Exposed on wall ) :- 20 MM dia nominal bore

18.10.2

/ 18.7.2

Per Ft. 106.00

/ 94.00

69. Providing & Fixing of GI /CPVC pipe including fittings & Clamps including cutting and making good the walls etc. (Internal work – Exposed on wall ) :- 25 MM dia nominal bore

18.10.3

/ 18.7.3

Per Ft. 135.00

/ 114.00

70. Providing & Fixing of GI /CPVC pipe including fittings & Clamps including cutting and making good the walls etc. (Internal work – Exposed on wall ) :- 40 MM dia nominal bore

18.10.5

/ 18.7.5

Per Ft. 197.00

/ 200.00

71. Providing & Fixing of GI pipe including fittings & Clamps including cutting and making good the walls etc. (Internal work – Exposed on wall ) :- 50 MM dia nominal bore

18.10.6

/ 18.7.6

Per Ft. 242.00

/ 278.00

72. Providing and Fixing of CI pipe :-

40 MM nominal bore

MR Per Ft.

340.00

73. Providing and Fixing of CI pipe :-

50 MM nominal bore

MR Per Ft. 390.00

74. P Trap. 17.1.1 Each 320.00

75. P/F of PVC Pipe-40MM Nominal Bore MR Rft. 280.00

76. P/F of PVC Pipe-50MM Nominal Bore MR Rft. 320.00

ANY OTHER MINOR REPAIR/MAINTENANCE WORKS OF GOVT. BUILDING

77. P/F wall tiles (Approved Quality) laid on 12mm thick cement mortar 1:3 including grouting the joints with white cements.

8.31 Per Sq. Ft. 96.00

79. P/F wall tiles (Approved Quality) laid on 25 mm thick cement mortar 1:4 including grouting the joints with white cements (12”X18”).

MR Per Sq. Ft. 135.00

80. P/F floor tiles ( Approved Qlty.) laid on 20 mm thick cement mortar 1:4 including grouting the joints with white cements. (300x300)

11.40 Per Sq. Ft. 109.00

82. P/F Ceramic floor tile with chemical 7.5 mm to 10 mm thick. Earlier tender rate

Per Sq. Ft. 190.00

83. P/F Vitrified Tiles (2’X2’) 11.41.2 Per Tile 140.00

84. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 4 Inch.

6.1.1 Per cum. Ft. 60.00

85. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 4 Inch super structure above plinth level to V level

6.4.1 Per cum. Ft. 74.00

86. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 9 Inch.

6.1.1 Per Sq. Ft. 120.00

87. Bricks work with F.P.S. bricks of class designation 75 in foundation and plinth in (Cement mortar 1 : 4 coarse sand):- 9 Inch super structure above plinth level to V level

6.4.1 Per Sq. Ft. 145.00

88. P/F Granite/white stone 18MM thick 7.38.1.1 / 7.38.1.2

Per Sq. Ft. 236.00 / 208.00

89. Rubbing & Polishing of Kota Stone & Marble MR Per Sq. Ft. 22.00

15

90. Cleaning of over-headed water tank with approved disinfections

MR Per Liter 1.20

91. Cleaning of underground water tank with approved disinfections

MR Per Liter 1.20

92. Repair of flooring floor plaster of 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size ) including finishing complete.

4.1.3 Per cum. Ft. 64.00

93. P/F CC work (1:2:4) (one cement, two red sand & four graded stone aggregate 20 MM nominal size

MR Per sq. Ft. 115.00

94. Surface dressing 2.28.1 Per Sq. Ft. 3.00

95. Earth work Excavation 2.1.1 Per Sq. Ft. 9.00

OTHER CIVIL WORKS

97. Providing & fixing wooden cupboard. MR Per Sq. Ft. 1580.00

98. Providing and fixing Aluminum sheet 3mm thick on bathroom/toilet door in lower part to a height of 1 ½.

MR Per Sq. Ft. 60.00

99. P/F grill work with 16 mm dia bar. MR Per Sq. Ft. 210.00

100. Cement Concrete work (1 Cement : 5 Fine sand : 10 Graded

stone)

4.1.10 Per cum. Ft. 52.00

101. Brick aggregate (Bets) MR Per Sq. Ft. 25.00

102. Urinal China squatting plate 17.24 Each 3207.00

103. P/F Ply work 6 mm thick with approved brand MR Per Sq. Ft. 50.00

104. Re-fixing old door and window MR Per Sq. Ft. 500.00

105. P/F Wooden window ( good quality ) applying a priming coat of approved primer with window panes/wiremess.

MR Per Sq. Ft. 325.00

106. P/F Vinyal PVC flooring (2 MM thick) Earlier tender rate of NWD

Per Sq. Ft. 40.00

107. Tar felting work on roof repair.( ISI Mark) Earlier tender rate of NWD

Per Sq. Ft. 2.00

108. Fall ceiling work with board with iron frame Earlier tender rate of NWD

Per Sq. Ft. 110.00

109. Providing and fixing AC sheet 6 mm thick Earlier tender rate of NWD

Per Sq. Ft. 90.00

110. P/F IS : 3564 marked Aluminum die cast body tubular type universal hydraulic door closer with necessary accessories and screws complete (ISI mark)

Earlier tender rate of NWD

Each 100.00

111. Removal of Malwa work. (Per Truck) MR Per Truck 1800.00

112. Removal of Malba/Garbage work. (Per Trolley) MR Per Trolley 1200.00

113. Iron Work welded in built up sections/frames work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer.

MR Per Kg 90.00

114. Red stone work exposed face fine dressed with rough backing (40 mm thick)

MR Per Sq. Ft. 105.000

115. Cleanness of Sewer line Earlier tender rate of NWD

Per R. Ft. 20.00

116. Cleanness of Septic Tank by removing of Malba (Silt) through mechanical transport

MR Per Trip (5000 Ltr.)

1200.00

117. Cleanness of Main hole Earlier tender rate of NWD

Each 200.00

118. P/F M.S. Pipe & applying a priming coat of approved steel primer 1 ½ Inch.

MR Per Ft.

75.00

119. P/F M.S. Pipe & applying a priming coat of approved steel primer 2 Inch.

MR Per Ft. 90.00

16

120. P/F M.S. Plate MR Per Sq. Ft. 50.00

121. Wire mess with Bidding Earlier tender rate of NWD

Per Sq.Ft. 30.00

122. Cleaning of roof Earlier tender rate of NWD

Per Sq. Ft. 21.00

REPAIR/REPLACEMENT OF DEFECTIVE ELECTRIC ITEMS/WIRING ETC. ( ISI Mark )

123. Rewinding of submersible motor (removal/installation including labour charges for installation) 7.5 HP

MR Each 15000.00

124. Rewinding of electric motor (removal/installation including labour charges for installation) 1 HP

MR Each 2500.00

125. Replacement of electric wiring (1mm) Earlier tender rate

Per R. Ft. 28.00

126. Replacement of electric wiring (1.5mm) Earlier tender rate

Per R. Ft. 35.00

127. Replacement of electric wiring (2.5mm) Earlier tender rate

Per R. Ft. 60.00

128. Replacement of electric wiring (4mm) Earlier tender rate

Per R. Ft. 80.00

129. Replacement of electric wiring (6mm) Earlier tender rate

Per R. Ft. 90.00

130. Tube rod (complete set ) 40 W (Phillips) Earlier tender rate

Each 150.00

131. Tube rod only. Earlier tender rate of NWD

Each 80.00

132. Tube rod T-5 Earlier tender rate of NWD

Each 200.00

133. Starter 40 W tube (Phillips) MR Each 60.00

134. Bulb 100 W and below (Phillips) Earlier tender rate of NWD

Each 10.00

135. Copper conductor wiring size 1/16 Earlier tender rate

Per R. Ft. 38.00

136. Sodium light with all fitting size (45x 45 cm) Earlier tender rate of NWD

Each 2500.00

137. Sodium light with all fitting size (30 x 30 cm) Earlier tender rate of NWD

Each 3600.00

138. P/F Electric plastic pipe-1” MR Per R. Ft. 9.00

139. P/F electric plastic pattern 2.5” MR Per R.Ft. 10.00

140. C.F.L.15 W Earlier tender rate of NWD

Each 200.00

141. C.F.L.20 W Earlier tender rate of NWD

Each 200.00

142. C.F.L. Bulb 11W Earlier tender rate of NWD

Each 200.00

143. C.F.L.Bulb Chalk Earlier tender rate of NWD

Each 200.00

144. C.F.L.2 ft. Tube light Earlier tender rate of NWD

Each 200.00

145. LED Blub 5 W Earlier tender rate

Each 95.00

146. LED Blub 10 W Earlier tender rate

Each 130.00

147. LED Blub 15 W Earlier tender rate

Each 180.00

17

REPLACEMENT OF DEFECTIVE ELECTRIC FITTING, SWITCH BOARDS, PLUG ETC. (ISI Mark)

148. Replacement of Switch ( Light) Earlier tender rate of NWD

Each 100.00

149. Replacement of Switch (Power) Earlier tender rate of NWD

Each 150.00

150. Replacement of Socket (Light) Earlier tender rate of NWD

Each 100.00

151. Replacement of Socket (Power) Earlier tender rate of NWD

Each 150.00

152. Replacement of Plug Top Earlier tender rate

Each 35.00

153. Replacement of Fan Regulator Earlier tender rate

Each 60.00

154. MCB-16 AMP Earlier tender rate

Each 80.00

155. MCB-32 AMP Earlier tender rate

Each 90.00

156. MCB-63 AMP Earlier tender rate

Each 125.00

157. MCB-100 AMP Earlier tender rate

Each 150.00

158. MCB-200 AMP Earlier tender rate

Each 200.00

159. Switch Board MR each 250.00

REPLACEMENT OF ELECTRIC FANS

160. Servicing and greasing of Ceiling fans Earlier tender rate

Each 150.00

161. Replacement of condenser Earlier tender rate

Each 50.00

162. Rewinding of motors Earlier tender rate

Each 350.00

163. Ball bearing set 48” Earlier tender rate

Each 50.00

164. Ball bearing set 56” Earlier tender rate

Each 50.00

165. Replacement of fan (Wall) MR Each 2250.00

166. Replacement of fan (Ceiling) 48” Earlier tender rate

Each 1800.00

167. Exhaust fan(12”) Earlier tender rate

Each 1500.00

FITTINGS

168. Hinges MR Each 85.00

169. Handles MR Each 90.00

172. Door stopper MR Each 120.00

OTHERS

173. P/F Bamboo Jaffri of 35x10 mm with wooden frame of teak wood.

Earlier tender rate of NWD

Per Sq. Ft. 5.00

174. P/F Tin Sheds MR Per Sq. Ft. 350.00

175. P/F Interlocking tiles Earlier tender rate of NWD

Per Sq. Ft. 90.00

176. P/F Kota Stone over 20 MM thick base laid over & joint with gray cement including rubbing & policing

11.26 Per Sq. Ft. 142.00

177. S.W. Drain Pipes 4 Inchs. Earlier tender rate of NWD

Per R. Ft. 6.00

18

178. S.W. Drain Pipes 6 Inchs. Earlier tender rate of NWD

Per R. Ft. 6.00

179. P/F Aluminum Partition with 5.50 mm thick float glass panes Earlier tender rate of NWD

Per Sq. Ft. 350.00

180. P/F Aluminum Door/Window Frame with fixed portion and aluminum Jali+

Earlier tender rate of NWD

Per R. Ft. 300.00

181. P/F Readymade Iron Door with all fittings MR Per Sq. Ft. 350.00

184. P/F Wooden Board 12 mm thick ( approved quality ISI Mark ) 9.140.1 Per Sq. Ft. 97.00

185. P/F Fiber Sheet Earlier tender rate

Per Sq. Ft. 75.00

186. P/F Cement Sheet Earlier tender rate

Per Sq. Ft. 80.00

187. P/F Plastic Sheet MR Per Sq. Ft. 65.00

188. P/F Iron Sheet Earlier tender rate

Per Sq. Ft. 70.00

189. Safaiwala MR Per Day 650.00

190. P/F Concertina Coil with iron “Y” angle MR Per R. Fit 1550.00

19

ANNEXURE-“A”

PROFORMA FOR PRICE SCHEDULE

(Attach with price bid)

S.No. Description of work One of the Percentage either above or below or at par which will be applicable in each item of works

(1) (2) (3)

1. AS given in schedule of requirement

Percentage above: (+)______%(in figures) ____________________________(in words)

OR

Percentage below: (-)______%(in figures) _____________________________(in words)

OR

At par with estimated cost given in schedule of requirement.

NOTE:- NO CONDITIONS SHOULD BE INSERTED IN THE PRICE BID AS

CLARIFIED IN THE TERMS & CONDITIONS.

It is hereby certified that we have UNDERSTOOD ALL THE TERMS

and conditions specified in the tender document and are thoroughly aware of the

nature of job required to be done and goods/items to be supplied. We agree to abide

by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the goods/items

detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard .pdf Sheet of Price Schedule format has been provided

with the tender document to be filled by all the bidders. Bidders are requested to

note that they should necessarily submit their financial bids in the format provided

and no other format is acceptable. Bidders are required to upload the duly filled .pdf

sheet in the finance bid packet only. If the Price Schedule in the .pdf format file is

found to be modified by the bidder, the bid will be rejected.

20

ANNEXURE- “B”

BID FORM (Enclose with Commercial Bid)

Date____________

To,

The Deputy Commissioner of Police, Traffic Headquarter,

Todapur New Delhi-110012 Sir,

Having examined the Bid Documents of Tender

No._________________ We, ________________________________, offer to

supply and deliver

__________________________________________________________________

in conformity with the said tender provisions for sums as may be ascertained with the

Schedule of Price provided in the Commercial Bid.

We undertake, if our bid is accepted to complete delivery, installation

and commissioning of the Systems as per the schedule specified in the Tender.

Further undertake that, if our bid is accepted, we will obtain the

guarantee of a Scheduled Bank in a sum equivalent to 5% of the Contract Price for

the due performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 180 days from the date

fixed for bid opening and it shall remain binding upon us and may be accepted at any

time before the expiration of that period. This bid together with your written

acceptance thereof and your notification of award shall constitute a binding Contract

between us.

We have noted the contents of Contract Form (Chapter 6) and agree to

abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid

you may receive. We also understand that you have the right to vary the quantities

and/or split the total order among the Bidders and/or procure the available and

compatible items/equipments under DGS&D Rate Contract.

Signature and seal of Bidder

21

Annexure “ C “

TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

(Enclose with Technical Bid) To The Deputy Commissioner of Police, Dwarka District, New Delhi-75 Sub: Acceptance of Terms & Conditions of Tender. Tender Reference No.:_______________________________ Name of Tender/Work:- Tender for empanelment of firms to carry out Minor Repair

Works in order to maintain the Govt. Building for Annual Maintenance Contract for period a period of one year.

Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned Tender/Work from the web site(s) namely: ___________________________________________________________________ __________________________________________________ as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire terms and conditions of the

tender documents from Page No.__________ to _________ (including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement and I/We shall abide hereby by the terms & conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totally/entirely.

5. In case any provisions of this tender are found violated, then your department/organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

(Signature of the Bidder, with official seal)

22

Annexure “D”

Instructions for Online Bid Submission:

As per directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal: (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app. REGISTRATION:-

i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal: https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on the CPP Portal which is free of charge.

ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

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

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

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

SEARCHING FOR TENDER DOCUMENTS:-

i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

ii) Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum issued to the tender document.

iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification/help from the Helpdesk.

23

PREPARATION OF BIDS:- i) Bidder should take into account any corrigendum/addendum published on the

tender document before submitting their bids. ii) Please go through the tender advertisement and the tender document

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

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

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

SUBMISSION OF BIDS:-

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

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

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

iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/ given in person to the Tender Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

v) A standard Price Schedule provided with tender document in .pdf format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document in .pdf file, open it and complete the respective cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the

24

bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document in .pdf file is found to be modified by the bidder, the bid will be rejected.

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

vii) All the documents being submitted by the bidders would be encrypted using PKl encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

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

ix) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. ASSISTANCE TO BIDDERS:-

i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 18002337315.

25

Annexure – E

BID SECURITY DECLARATION

(O.M. No. F.No.9/4/2020-PPD, MoF, dated 12.11.2020)

(To be given on Company Letter Head)

(Enclose with Technical Bid)

Date:_________

To,

The Deputy Commissioner of Police,

Prov. & Logistics, 5, Rajpur Road,

Delhi-110 054

Sub: Undertaking regarding Bid Security Declaration (O.M. No. F.No.9/4/2020-

PPD, GOI, Ministry of Finance, Department of Expenditure dated

12.11.2020).

Tender Reference No: ________________________

Name of Tender / Work: -

TENDER REGARDING CARRY OUT MINOR REPAIR WORKS IN ORDER TO MAINTAIN THE GOVT. BUILDING I.E. TRAFFIC HQ TODAPUR, OFFICES OF ADDL.CSP/DCSP/TRAFFIC RANGE, ACSP/DISTT., TI/CIRCLES AND POLICE COLONY TODAPUR FOR ANNUAL MAINTENANCE CONTRACT FOR MINOR REPAIR WORK FOR THE PERIOD OF ONE YEAR EXTENDABLE FOR A FURTHER PERIOD OF TWO YEARS ON YEARLY BASIS Dear Sir,

I/ We have downloaded / obtained the tender document(s) for the above mentioned

‘Tendor/Work’ from the web site(s) namely:

__________________________________________ as per your advertisement, given in the

above mentioned website(s).

I/We hereby certify that I/We have read the entire terms and conditions of the tender

documents (including all documents like annexure(s), schedule (s), etc.) which form part

of the contract agreement and I/We shall abide hereby by the terms/conditions/clauses

contained therein and hereby unconditionally accept the ender conditions of above

mentioned tender documents(s)/corrigendum(s) in its totality/entirely.

I/We hereby certify that in case I/We withdraw or modify our bids during the bid validity

period i.e. 12 Calendar months from the date of bid opening, or if the contract awarded

and I/We fail to sign the contract or submit the performance security before the deadline

as defined in request for bids documents, then your department/ organization shall

without prejudice to any other right or remedy be at liberty to suspend our firm for a

period as defined in tender terms & conditions from being eligible to submit bids for

contracts with Delhi Police.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

26

Annexure – F

UNDERTAKING

(Order no. F.No.6/18/2019-PPD, MoF, dated 23.07.2020)

(To be given on Company Letter Head)

Date:_________

To,

The Deputy Commissioner of Police,

Prov. & Logistics, 5, Rajpur Road,

Delhi-110 054

Sub: Undertaking in regards to order No. F.No.6/18/2019-PPD, Ministry of

Finance, Department of Expenditure dated 23.07.2020.

Tender Reference No: ________________________

Name of Tender / Work: -

TENDER FOR HIRING OF IP BASED MEGA PIXEL CCTV CAMERA SYSTEM TO COVER THE REPUBLIC DAY AT ________________________AND INDEPENDENCE DAY ARRANGEMENT – 2021 AT _______________________ (NAME OF THE VENUE) FOR USE IN DELHI POLICE

Dear Sir,

I/ We have downloaded / obtained, have read the order No. F.No.6/18/2019-PPD,

Ministry of Finance, Department of Expenditure dated 23.07.2020 and accordingly, we

hereby declare the following:-

“I/We have read the clause regarding restrictions on procurement from a bidder

of a country which shares a land border with India; I/We certify that our company/firm

i.e. _______________________________________________ is not from such a country and

I/We hereby certify that our company/firm i.e.

_______________________________________________ fulfills all requirements in this

regards and is eligible to be considered.

OR

“I/We have read the clause regarding restrictions on procurement from a bidder

of a country which shares a land border with India; I/We certify that our company/firm

i.e. _______________________________________________ is from ________________________

(Name of Country) and has been registered with the Competent Authority i.e. DPIIT vide

no. ________________________________ dated ______________( copies of valid registration

to be attached) and I/We hereby certify that our company/firm i.e.

_______________________________________________ fulfills all requirements in this

regards and is eligible to be considered.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)