section /annexure description no. part i · details of work experience shall be supported by...

41
Reserve Bank of India, Patna Human Resource Management Department Annual Service Contract for Providing Fire Fighting Staff (Fire Supervisor and Fireman) at Main Office Building, RBI Patna Table of Contents Section /Annexure Description Page No. PART I E- Tender Notice 1 Techno – Commercial Bid Document 3 General Instructions to Contractors and Special Condition 4 Section-I Important Instruction for E- Tender 8 Section-II Instructions to Tenderers 11 Check List of Documents to be Submitted with the Tender 16 Section-III General Instructions to Tenderers and Special Conditions 18 Section-IV Commercial Conditions 33 PART II Section -V Proforma of Financial Bid (Format II) 35 Annex - I Proforma of Bank Guarantee for Security Deposit 36

Upload: others

Post on 10-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Reserve Bank of India, Patna

Human Resource Management Department Annual Service Contract for Providing Fire Fighting Staff (Fire Supervisor and Fireman)

at Main Office Building, RBI Patna

Table of Contents

Section /Annexure Description Page

No. PART I

E- Tender Notice 1

Techno – Commercial Bid Document 3

General Instructions to Contractors and Special Condition 4

Section-I Important Instruction for E- Tender 8

Section-II Instructions to Tenderers 11

Check List of Documents to be Submitted with the Tender 16

Section-III General Instructions to Tenderers and Special Conditions 18 Section-IV Commercial Conditions 33

PART II Section -V Proforma of Financial Bid (Format II) 35 Annex - I Proforma of Bank Guarantee for Security Deposit 36

Page 2: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Tender invited for providing Fire Fighting Staff (Fire Supervisor and Firemen) at Main Office Building, RBI Patna

Reserve Bank of India invites E-Tender of engaging Agency for providing Fire Fighting Staff (Fire Supervisor and Firemen) at Main Office Building, RBI Patna.

The tendering would be done through the e-Tendering portal of MSTC Ltd (http://mstcecommerce.com/eprochome/rbi). All interested companies/agencies/firms must register themselves with MSTC Ltd through the above-mentioned website to participate in the tendering process. The Schedule of e-Tender is as follows:

a. E-Tender No RBI/Patna/HRMD/81/19-20/ET/536 b. Mode of Tender e-Procurement System (Online Part I - Techno-

Commercial Bid & Part II - Price Bid through www.mstcecommerce.com/eprochome/rbi

c. Date of NIT available to parties to download 12:00 Hrs. of 10.07.2020 onwards d. Pre-Bid meeting Offline 11:00 Hrs. on 22.07.2020. Venue:

Reserve Bank of India, 2nd Floor, South Gandhi Maidan, Patna.

e. i) Earnest Money Deposit Rs. 78,000/- by NEFT paid through NEFT/ Net banking only to in our A/c No. 186003001, IFSC RBIS0PTPA01 to Reserve Bank of India, Patna. Please mention UTR transaction details while applying.

ii) Tender Fees NIL f. Last date of submission of EMD Up to 17:00 Hrs. of 15.08.2020 g. Date of Starting of E-Tender for submission of on line Techno-Commercial Bid and price Bid at RBI Patna www.mstcecommerce.com/eprochome/rbi

12:00 Hrs. of 10.07.2020

h. Date of closing of online e-tender for submission of Techno-Commercial Bid & Price Bid.

Up to 17:00 Hrs. of 16.08.2020

i. Date & time of opening of Part-I (i.e. Techno- Commercial Bid) Part-II Price Bid: Date of opening of Part II i.e. price bid shall be informed separately

11:00 Hrs. of 17.08.2020

j. Transaction Fee (To be submitted separately by the vendors to MSTC vide MSTC E-Payment Gateway for participating in the E-Tender)

Payment of Transaction fee as mentioned in the MSTC portal through MSTC payment gateway/NEFT/RTGS in favour of MSTC Limited

Applicants intending to apply will have to satisfy the Bank by furnishing documentary evidence in support of their possessing required eligibility and in the event of their failure to do so, the Bank reserves the right to reject their bids. Tenders without EMD will not be accepted under any circumstances. The Bank is not bound to accept the lowest tender and reserves the right to accept either in full or in part any tender. The Bank also reserves the right to reject all the tenders without assigning any reason thereof. Any amendments/corrigendum to the tender, if any, issued in future will only be notified on the RBI Website and MSTC Website as given above and will not be published in the newspaper.

Regional Director Reserve Bank of India, Patna

Page 3: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

1

RESERVE BANKOF INDIA PATNA

E-TENDER NOTICE - ENGAGEMENT OF FIRE FIGHTING PERSONNEL AGENCY IN THE

OFFICE BUILDING PREMISES OF RESERVE BANK OF INDIA AT SOUTH GANDHI MAIDAN, PATNA

Reserve Bank of India invites E-Tender from established & reputed entities having 5 years of experience in the same field for providing firefighting services in the office building premises of Reserve Bank of India at South Gandhi Maidan, Patna for an initial period of six months as per laid down contractual obligations. However, the contract can be extended further for a period as may be decided by bank, subjected to satisfactory performance of the services and adherence to contractual obligations by the concerned entity but in no case this extension can be beyond two years. The tendering would be done through the e-Tendering portal of MSTC Ltd (www.mstcecommerce.com/eprochome/rbi). All interested companies/agencies/firms must register themselves with MSTC Ltd through the above mentioned website to participate in the tendering process. The Schedule of e-Tender is as follows:

a. E-Tender No RBI/Patna/HRMD/81/19-20/ET/536 b. Estimated cost 39 Lacs

c. Mode of Tender e-tender System (Online Part I - Techno- Commercial Bid and Part II - Price Bid through www.mstcecommerce.com/eprochome/rbi

d. Date of NIT available to parties to download

12:00 Hrs. of 10.07.2020 onwards

e. Pre-Bid meeting Offline 11:00 Hrs. on 22.07.2020 Venue: Reserve Bank of India, 2nd Floor, South Gandhi Maidan, Patna.

f. i) EMD through DD/Bank Guarantee/NEFT and intimate/forward the transaction details (UTR number OR scanned copies (in PDF) of DD / Bank Guarantee) to [email protected] and upload www.mstcecommerce.com/eprochome/rbi

78,000/- by NEFT paid through NEFT/ Net banking only to in our A/c No. 186003001, IFSC RBIS0PTPA01 to Reserve Bank of India, Patna. Please mention UTR transaction details while applying in the given.

ii) Tender Fees NIL

g. Last date of submission of EMD. Up to 17:00 Hrs. of 15.08.2020 h. Date of Starting of e-Tender for submission of on line Techno- Commercial Bid and price Bid at RBI Patna www.mstcecommerce.com/eprochome/rbi

12:00 Hrs. of 10.07.2020

Page 4: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

2

i. Date of closing of online e-tender for submission of Techno-Commercial Bid & Price Bid.

Up to 17:00 Hrs. of 16.08.2020

j. Date & time of opening of Part-I (i.e. Techno-Commercial Bid) Part-II Price Bid: Date of opening of Part II i.e. price bid shall be informed separately

11:00 Hrs. of 17.08.2020

k. Transaction Fee (To be submitted separately by the vendors to MSTC vide MSTC E-Payment Gateway for participating in the E-Tender)

Payment of Transaction fee through MSTC payment gateway /NEFT/RTGS in favour of MSTC LIMITED

Intending tenderers shall pay as earnest money a sum of Rs.78,000/- by way of NEFT to Reserve Bank of India, Patna.

Applicants intending to apply will have to satisfy the Bank by furnishing documentary evidence in support of their possessing required eligibility and in the event of their failure to do so, the Bank reserves the right to reject their bids. Tenders without EMD will not be accepted under any circumstances.

The Bank is not bound to accept the lowest tender and reserves the right to accept either in full or in part any tender. The Bank also reserves the right to reject all the tenders without assigning any reason thereof.

Any amendments / corrigendum to the tender, if any, issued in future will only be notified on the RBI Website and MSTC Website as given above and will not be published in the newspaper.

Regional Director, Reserve Bank of India, Patna

Page 5: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

3

भारतीय �रजवर् ब�क RESERVE BANKOF INDIA

E-Tender for providing firefighting services in the office building premises of Reserve

Bank of India at South Gandhi Maidan, Patna

RBI/Patna/HRMD/81/19-20/ET/536

RESERVE BANKOF INDIA Human Resource

Management Department Patna

Part I/Techno- commercial bid Document

Page 6: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

4

RESERVE BANKOF INDIA HUMAN RESOURCE

MANAGEMENT DEPARTMENT SOUTH GANDHI MAIDAN

PATNA-800001

E-Tender for providing Fire-fighting personnel services in the office building premises of Reserve Bank of India at South Gandhi Maidan, Patna

GENERAL INSTRUCTIONS TO CONTRACTORS & SPECIAL CONDITIONS Reserve Bank of India invites E-Tender from established & reputed entities having 5 years of experience in the same field for providing firefighting personnel services in the office building premises of Reserve Bank of India at South Gandhi Maidan, Patna for an initial period of six months as per laid down contractual obligations. However, the contract can be extended further for a period as may be decided by bank, subjected to satisfactory performance of the services and adherence to contractual obligations by the concerned entity. The tendering would be done through the e-Tendering portal of MSTC Ltd (http://mstcecommerce.com/eprochome/rbi). All interested companies/agencies/firms must register themselves with MSTC Ltd through the above mentioned website to participate in the tendering process.

2. The Bank reserves the right to increase or decrease the number of persons to be deployed by firm/ company before awarding the work or any time during the currency of contract, if required. The Bank also reserves the right to award work to any firm/company. 3. The tenderers should satisfy the following conditions and shall enclose the following documents in Part I for examining their credentials. Opening of Part II (Price Bid) will be subject to satisfying the prescribed eligibility criteria:

Eligibility Criteria: (a) Composition of the

firm Full particulars of the composition of the tenderer (whether the tenderer is an individual or a partnership firm or a company etc.) in detail should be submitted along with the name(s) and address(es) of the individuals/ prospectors/ directors/ partners as the case may be. A copy of the Articles of association/power of Attorney/ board resolutions (authorizing the person to sign and submit the tender on behalf of the tenderer) along with any other relevant document.

(b) Location of Office The tenderer should have an office at Patna. Full address along with the details of a contact person should be given.

(c) Registrations Copy of various registrations such as PAN, GST, Employee State Insurance Act, PF registration, registration under labor laws must be submitted as documentary evidence.

(d) Qualification of The supervisor/leading Fireman and the fireman must

Page 7: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

5

Personnel have undergone a basic course in firefighting from a Government recognized institution. Copy of the certificate as mentioned above should be submitted. Age of supervisor/firemen should preferably below 35 years and in no case less than 18 years.

(e) Rotation of Staff Firemen deployed by the tenderer should NOT be rotated/shifted within one year of deployment until he is found wanting in performance as per RBI’s expectation or he ceases to be in the employment of the tenderer.

(f) Should have experience of five years in the field as on 31 March, 2020. The Agency/tenderer must have experience of successfully completing similar works (firefighting) during last 5 years ending 31 March, 2020.

Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of execution of work(s) awarded, Date of Start and Finish of the work(s) of executed work(s),names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished. Applicant should furnish their client reports showing the details of work carried out during the last 5 years. In respect of Departments other than Government Department/Public sector Undertakings apart from the experience certificate above the TDS certificates matching with the payments related to the work executed shall also be enclosed. The details along with documentary evidence of previous experience if any, of carrying out works for the Reserve Bank of India at any center should also be given.

(g) Experience of similar works

The estimated cost of the contract is around 39 Lacs. The agency is required to submit experience of having successfully completed similar works (providing Firemen) during last five years ending May 31, 2020 as under (submit copies of work orders):

(i) Three similar works (providing firemen) each

costing not less than Rs.15,60,000/- or (ii) Two similar works (providing firemen) each

costing not less than Rs.19,50,000/- or (iii) One similar work (providing firemen

guards) costing not less than Rs.31,20,000/-

(h) Name(s) and address (es) of the Bankers and their present contact executives.

Written information about the names and address of their bankers along with full details like names, postal addresses, e-mail IDs, Telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their bankers by the Bank, in case it is so needed) should be furnished.

(i) Details of Bank accounts & undertaking for receiving payments through NEFT

Full particulars of their Bank accounts, like Account No., type, when opened, IFSC Code etc. should be given. Tendering firms/companies should have current account in scheduled banks and should give an undertaking that they are ready to receive the payments through National Electronic Funds Transfer (NEFT).

Page 8: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

6

(j) Name(s) and address (es) of the Clients and the contact particulars of their present executives.

Written information about the names and address of their clients along with full details like names, postal addresses, e-mail IDs, Telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their clients by the Bank, in case it is so needed) should be furnished.

(vii) After scrutiny, if any of the contractors are not found to possess the required eligibility,

their tenders will not be accepted by the Bank for further processing. (viii) The Bank may obtain reports on the past performance of the tenderer from their clients.

The Bank shall evaluate the said reports before opening of the Part-II of the tenders. If any tenderer is not found to possess the required eligibility for participating in the tendering process at any point of time and/or his performance reports received from his clients report are found unsatisfactory, the Bank reserves the right to reject his offer even after opening of Part-I of the tender and his sealed cover containing Part-II of the tender shall be returned back to him as it is. The Bank is not bound to assign any reason for doing so.

(ix) The Bank is not bound to accept the lowest tender and reserves the right to accept either in full or in part any tender. The Bank also reserves the right to reject all the tenders without assigning any reason therefore.

Only those tenderers who qualify as above will be eligible to tender for the work. A Tender submitted by a firm which is found to be not satisfying any of the above criteria will be liable for rejection.

Important Information

a Estimate cost of the work Rs 39 Lakh

b

EMD through DD/Bank Guarantee/NEFT and intimate/forward the transaction details (UTR number OR scanned copies (in PDF) of DD/Bank Guarantee) to [email protected]; and upload www.mstcecommerce.com/eprochome/rbi

78,000/- by NEFT paid through NEFT/ Net banking only to in our A/c No. 186003001, IFSC RBIS0PTPA01 to Reserve Bank of India Patna. Please mention UTR transaction details while applying in the given format.

c Performance Bank Guarantee: Performance Bank Guarantee for an amount equal to 5% of the contract value for the entire period of the contract for due fulfillment of the contractual obligations by the contractor.

d Tender documents can be downloaded

From www.mstcecommerce.com/eprochome/rbi

e Date and place of Pre-bid meeting Offline 11:00 Hrs. on 22.07.2020 Venue: Reserve Bank of India, 2nd Floor, South Gandhi Maidan, Patna.

f Last date and place of submission of completed Bid

Up to 17:00 Hrs. of 16.08.2020

Page 9: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

7

g Date & time of opening of Part I (Techno-Commercial Bids)

11:00 Hrs. of 17.08.2020

h Date & time of opening of Part-II (Financial Bids)

Shall be intimated to all Tenderers later after scrutiny of Techno – Commercial bids

i Commencement Date As specified in the work order/ Tender/ NIT

J Validity of the tender 90 days from the date of opening of Techno – Commercial bid

K All disputes arising shall be subject to the jurisdiction

Patna

L Address for dispatching the tender/bids

The Regional Director Reserve Bank of India South Gandhi Maidan, Patna- 800001

m Contact person for communication in Connection with this TENDER.

Shri Akash Choubey, Manager (Personnel), Mobile - 7000153011 Email - [email protected]

Intending tenderers shall pay as earnest money a sum of Rs.78,000/- by way of NEFT to Reserve Bank of India, Patna. (See Annexure- I)

Name & Signature of Tenderer

Date: Contact/Mob. No.

Page 10: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 8 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Section-(I)

Important instructions for E-tender

Bidders are requested to read the terms & conditions of this tender before submitting your online tender.

1. Process of E-Tender: A) Registration: The process involves vendor’s registration with MSTC e- procurement portal which is free of cost. Only after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Technical Bid as well as Commercial Bid will be done over the internet. The Vendor should possess Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a P.C. connected with Internet. MSTC is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature).

SPECIAL NOTE: THE TECHNICAL BID AND THE COMMERCIAL BID HAS TO BE SUBMITTED ON-LINE AT www.mstcecommerce.com/eprochome/rbi

1).Vendors are required to register themselves online with www.mstcecommerce.com→ e-Procurement →PSU/ Govt depts→ Select RBI Logo->Register as Vendor -- Filling up details and creating own user id and password→Submit.

2). Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form.

In case of any clarification, please contact RBI/MSTC, (before the scheduled time of the e- tender).

Contact person (RBI Patna):

Shri Akash Choubey, Manager (Personnel), Mobile - 7000153011 Email - [email protected]

Contact person (MSTC Ltd): 1. Mr Rohit Kr Singh, Assistant Manager, 0522-4244702

2. Mr Nitin Anand, Manager, 0522-4240445

B) System Requirement:

i) Windows 7 or above Operating System

ii) IE-7 and above Internet browser.

Page 11: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 9 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

iii) Signing type digital signature iv) Latest updated JRE 8 (x86 Offline) software to be downloaded and installed in the system.

To disable “Protected Mode” for DSC to appear in The signer box following settings may be applied.

Tools => Internet Options =>Security => Disable protected Mode If enabled - i.e, Remove the tick from the tick box mentioning “Enable Protected Mode”.

Other Settings: Tools => Internet Options => General => Click On Settings under “browsing history/ Delete Browsing History” => Temporary Internet Files => Activate “Every time I Visit the Webpage”.

To enable ALL active X controls and disable ‘use pop up blocker’ under Tools→ Internet Options→ custom level (Please run IE settings from the page www.mstcecommerce.com once)

2. The Techno-commercial Bid and the Price Bid shall have to be submitted online at www.mstcecommerce.com/eprochome/rbi. Tenders will be opened electronically on specified date and time as given in the Tender.

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

4. Special Note towards Transaction fee: The vendors shall pay the transaction fee using “Transaction Fee Payment” Link under “My Menu” in the vendor login. The vendors have to select the particular tender from the event dropdown box. The vendor shall have the facility of making the payment either through NEFT or Online Payment. On selecting NEFT, the vendor shall generate a challan by filling up a form. The vendor shall remit the transaction fee amount as per the details printed on the challan without making change in the same. On selecting Online Payment, the vendor shall have the provision of making payment using its Credit/ Debit Card/ Net Banking. Once the payment gets credited to MSTC’s designated Bank account, the transaction fee shall be auto authorized and the vendor shall be receiving a system generated mail.

Transaction fee is non-refundable. A vendor will not have the access to online e-tender without making the payment towards transaction fee.

NOTE: Bidders are advised to remit the transaction fee well in advance before the closing time of the event so as to give themselves sufficient time to submit the bid.

5. Information about e-tenders/corrigendum uploaded shall be sent by email only during the process till finalization of tender. Hence the vendors are required to ensure that their corporate email I.D. provided is valid and updated at the time of registration of vendor with MSTC. Vendors are also requested to ensure validity of their DSC (Digital Signature Certificate).

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

Page 12: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 10 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

7. Bidding in e-tender:

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

b) The process involves Electronic Bidding for submission of Technical and Commercial Bid. c) The vendor(s) who have submitted transaction fee can only submit their Technical Bid and

Commercial Bid through internet in MSTC website www.mstcecommerce.com → e-procurement →PSU/Govt depts→ Login under RBI→My menu→ Auction Floor Manager→ live event →Selection of the live event.

d) The vendor should allow running JAVA application. This exercise has to be done immediately after opening of Bid floor. Then they have to fill up Common terms/Commercial specification and save the same. After that click on the Technical bid. If this application is not run then the vendor will not be able to save/submit his Technical bid.

e) After filling the Technical Bid, vendor should click ‘save’ for recording their Technical bid. Once the same is done, the Commercial Bid link becomes active and the same has to filled up and then vendor should click on “save” to record their Commercial bid. Then once both the Technical bid & Commercial bid has been saved, the vendor can click on the “Final submission” button to register their bid.

f) Vendors are instructed to use Attach Doc button to upload documents. Multiple documents can be uploaded.

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

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

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

j) All electronic bids submitted during the e-tender process shall be legally binding on the vendor. Any bid will be considered as the valid bid offered by that vendor and acceptance of the same by the Buyer will form a binding contract between Buyer and the Vendor for execution of.

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

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

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

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

9. No deviation to the technical and commercial terms & conditions are allowed

10. The tender inviting authority has the right to cancel this e-tender or extend the due date of receipt of bid(s) without assigning any reason thereof

11. Vendors are requested to read the vendor guide and see the video in the page www.mstcecommerce.com/eprochome to familiarize them with the system before bidding. For technical assistance, MSTC officials may be contacted at 05224244702/05224240445 well in advance and bidders are advised to avoid any last minute rush. In case of any technical assistance required from MSTC, Bidders must contact MSTC at least one day prior before the e-tender closing day and get all their queries resolved.

Page 13: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 11 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Section- (II)

Instructions to Tenderers 2.1 Reserve Bank of India, Human Resource Management Department, Patna invites

online e-tenders on www.mstcecommerce.com/eprochome/rbi in two parts from the eligible tenderers as mentioned at clause 1.1. Eligible Tenderers to submit a Part I (Techno-commercial bid) and Part II (Financial bid) online.

2.2 E-TENDER Document: 2.2.1 Tenderers are advised to study the E-TENDER documents thoroughly.

Submission of e-tender shall be deemed to have been done after careful study and examination of the e-tender documents with full understanding of its implications.

2.3 Obtaining of TENDER documents: (a) The E-Tender Document / Notice Inviting Tender may be downloaded from

www.mstcecommerce.com/eprochome/rbi (b) Interested parties, if they so desire, may contact the Human Resource Management

Department Officials on the phone /fax/e-mail indicated in Clause no. 1.2 (n) for further any clarification.

2.4 Pre-bid Meeting Reserve Bank of India shall conduct pre-bid meeting(s) at the time and venue mentioned in clause 1.2(e) of Notice Inviting Bid, to answer any queries / provide clarifications that the Tenderers may have in connection with the Project and to give them relevant information regarding the same.

2.5 Amendment to E-TENDER Document 2.5.1 At any time prior to the deadline for the submission of Bids, Reserve Bank of

India may, for any reason, whether at its own initiative or in response to a clarification or query raised by a prospective Tenderer, modify the E-TENDER by an amendment and same will be uploaded in the form of Corrigendum on www.mstcecommerce.com/eprochome/rbi for information of prospective bidders.

2.5.2 In order to afford prospective Tenderers reasonable time for preparing their Bids after taking into account such amendments, the Reserve Bank of India may, at its discretion, extend the deadline for the submission of Bids.

2.6 Preparation of Tender

2.6.1 Part I / Techno – Commercial bid (i) All Sections and Annexures are the part of Technical – Commercial bid. All the

sections and annexures must be signed by the Tenderers. (ii) Tenderer must fill all the details specified in different section and attached the leaflet

/necessary documents/brochure of product etc. (iii) EMD shall be part of Technical – Commercial bid the amount of EMD is indicated in

clause 1.2(b ) (iv) Tenderers must submit all documents for prequalification criteria and other

documents as stated in the tender by uploading scanned copy of all documents on www.mstcecommerce.com/eprochome/rbi

2.6.2 Part II / Financial Bid : (i) The rates quoted should be as per Central Minimum Wages under the category

of WATCH AND WARD (with arms), for SUPERVISOR, and WATCH AND WARD (Without arms) for FIREMEN. Format as per price bid document.

Page 14: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 12 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

(ii) Bid prices shall be quoted in Indian Rupees only. These prices should include all costs associated with the work including any out of pocket / mobilization expenses, tools, uniforms of worker, all other logistic as mentioned in the tender, all taxes (Inclusive of GST), charges, levies, cess, insurance, transportation, entry taxes,) Labour, other Govt Taxes, Minimum wages of Central Government and EPF / ESI contribution, Bonus etc. as applicable as per rules.

(iii) The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity.

(iv) The tenderer should ensure that all columns of the price schedule may be duly filled and no column is left blank. After opening of the Part II/Financial Bid, no clarifications whatsoever shall be entertained by the RBI.

(v) If any columns of the price schedule are found blank than the tender of the respective Tenderers shall be treated as non-responsive, and will be summarily rejected by the RBI and further EMD shall be forfeited. However, Bank may also take the review in this matter as per Tender Clause. If required.

2.6.3 It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the items. No request for the change of price or time schedule of delivery of items shall be entertained, on account of any local condition or factor once the offer is accepted by the Tenderers.

2.7 Period of Validity of Bids Bids shall remain valid for acceptance by RBI for the period indicated in clause 1.2(k). This period will be further mutually extended, if required.

2.8 Earnest Money Deposit (EMD) / Bid Security : 2.8.1 The Tenderer shall provide EMD of Rs.78,000/- through NEFT to “Reserve Bank of

India, Patna” by credit to A/c No. 186003001, IFSC RBIS0PTPA01. The Bid Security shall be in form of a NEFT. No interest on Bid Security/EMD shall be paid.

2.8.2 Bids not accompanied by EMD, shall be treated as non-responsive, and will be summarily rejected by the RBI.

2.8.3 The EMD of unsuccessful Bidders shall be discharged/returned by RBI after award of work to successful bidder.

2.8.4 EMD of the Successful Bidder shall be returned to the Bidder after submission of Bank Guarantee as per tender condition, without interest.

2.8.5 Intending tenderers shall pay as earnest money a sum of Rs.78,000/- by way of NEFT to Reserve Bank of India, Patna

2.9 The EMD shall be forfeited in the following circumstances: (i) Made misleading or false representations in the forms, statements and attachments

submitted, suppressed any material information, details of any legal proceedings pending in the court which might otherwise would have created any impact on the eligibility criteria; or

(ii) Tenderer left blank the column of the Part II /Financial Bid or submitted multiple financial bids.

(iii) if a Tenderer withdraws his Bid during the period of Bid Validity, or (iv) The Tenderer has been blacklisted by any government agency, PSU and the

blacklisting is still in force. (v) In the case of the Successful Tenderer, if he fails to complete the work within the

Page 15: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 13 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

prescribed time limit. (vi) 100% EMD shall be refunded to unsuccessful bidders after issuance of work order to

successful bidder; (vii) 100% EMD shall be refunded to successful bidder after depositing Performance

Bank Guarantee and issuance of work order; (viii) 100% Performance Bank Guarantee shall be refunded after virtual completion of the

work and

(ix) 100% retention money will be released after successful expiry of defects liability period.

2.10 Procedure for Submission of Bids It is proposed to have a Two-Part System for this tender

2.10.2 Techno – Commercial Bid/Part I consist of following items (a) Part I/ Techno – Commercial Bid (all sections and annexures) (Part I / Techno –

Commercial bid and name of work as mentioned in clause of 1.1)” Please note that prices should not be indicated in the Part I/ Techno – Commercial Bid. Techno- Commercial bid may be submitted on www.mstcecommerce.com/eprochome/rbi.

(b) Documentary proof of Pre-qualification must be uploaded online on www.mstcecommerce.com/eprochome/rbi

(c) The payment details of EMD shall be attached. 2.10.3 Part II /Financial Bid

Part II /Financial Bid “(Part II /Financial Bid and name of the work as mentioned in clause of 1.1)” may be submitted on www.mstcecommerce.com/eprochome/rbi No conditional/optional quote shall be accepted.

2.11 Tenderers shall not be permitted to alter or modify their bids after receipt of Bids.

Those who have downloaded the tender is required to submit the eligibility criteria. 2.12 Receipt of E-Tenders

The e-tender bids will be accepted till the schedule time and date as referred to in refer clause 1.2(f). The e-tenders received thereafter shall not be entertained in any circumstances.

2.13 Opening of Part I The Technical – Commercial bids will be opened on the scheduled time and date as referred to in clause 1.2(g) at Human Resource Management Department, RBI Patna. The Tenderers or their authorized representatives may be present, if they so desire.

2.14 Scrutiny of Part I 2.15.1 The Part I shall be evaluated as per the techno-commercial terms, conditions and

eligibility criteria indicated in part 1 of the tender. 2.14.2 After evaluation of the Part I, the short-listed Tenderers will be intimated by emails

to all the e-Tenderers. The decision of the Bank on Part I shall be final and shall not be open for discussion.

2.15 Opening of Part II /Financial Bid The Part II of the short-listed Tenderers will be opened later and such short-listed Tenderers will be intimated about the date and time accordingly. The short-listed Tenderers or their authorized representatives may present, if they so desire.

Page 16: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 14 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

2.16 Scrutiny of Part II The Part II shall be evaluated based on financial bid quoted in lumpsum as well as individual item wise bids(if necessary) to determine lowest bid (L1). RBI shall be under no obligation to accept lowest or any offer received in response to this notice and shall be entitled to reject any or all offers without assigning any reason whatsoever.

2.17 Bank has Right to vary quantities at the time of placing Order/signing of Contract. 2.18 Bank’s right to accept any Bid and to reject any or all Bids

Notwithstanding anything mentioned above, RBI reserves the right to accept or reject any Bid at any time prior to award of Contract without thereby incurring any liability to the affected Tenderer or Tenderers. The Bank shall not assign any reason for rejection of any or all Bids. RBI reserves the right to cancel/annul the selection process, at any stage prior to the award of the Contract on account of the following:

(a) In case no Bid is received. (b) Occurrence of any event due to which it is not possible to proceed with the selection

process. (c) An evidence of a possible collaboration/mischief on part of Tenderers, manipulating

the competition and transparency of the selection process, any other reason, which in the opinion of the Bank necessitates the cancellation of the selection process.

(d) On occurrence of any such event, RBI shall notify all the Tenderers within 7 days or any reasonable time of such decision. RBI shall also promptly return the Bid Security submitted by the Tenderers within 15 days or any reasonable time of issue of such notice. RBI is not obligated to provide any reason or clarification to any tenderer on this account. Liability of the RBI under this clause is restricted to returning the Bid Security and no other reimbursements of costs/ expenses of any type shall be made by the Bank on this account.

(e) The Bank further reserves the right to re-tender the process or get the work done by a Government agency or Quasi Government agency if the Bank is of the opinion that the bids received are not economically or otherwise feasible or not acceptable due to reasons in sub clauses (a) to (d) above.

(f) The Bank discourages the stipulation of any additional conditions by the tenderer.

2.19 Disputes: 2.20.1 Settlement of Disputes by Arbitration

All disputes and differences of any kind whatever arising out of or in connection with the contract or the carrying out of the works (whether during the progress of the works or after their completion and whether before or after the determination abandonment or breach of the contract) shall be referred to and settled by the Bank who shall state its decision in writing. Such decision may be in the form of a final certificate or otherwise. The decision of the Bank with respect to any of the excepted matters shall be final. But if either the Contractor be dissatisfied on any matter the Contractor may within 28 days after receiving notice of such decision give a written notice to the other party requiring that the matters in dispute be arbitrated upon. Such written notice shall specify the matters, which are in dispute or difference of which such written notice has been given. If both the parties agree sole arbitrator would be appointed for the purpose. In case no agreement could be reached on the appointment of single arbitrator, both the parties will nominate one person each as an arbitrator on their behalf. The two arbitrators nominated by the parties shall nominate presiding arbitrator

Page 17: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 15 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

or umpire. The arbitrator or arbitrators, as the case may be, shall have power to open up, review and revise any certificate, opinion, decision, requisition or notice, save in regard to the excepted matters, referred to in the preceding clause, and to determine all matters to dispute which shall be submitted to arbitration and of which notice shall have been given as aforesaid. The arbitrator or arbitrators, as the case may be, shall make his or their award within the period specified under the Arbitration and Conciliation Act, 1996, from the date of entering upon the reference. In case during the arbitration proceedings the parties mutually settle or compromise their dispute or difference, on the parties filing their joint memorandum of the settlement or compromise, the arbitrator or the arbitrators as the case may be, shall make an award in terms of such settlement or compromise. The arbitration proceedings including the fees of arbitral tribunal shall be governed by the provisions of Arbitration and Conciliation Act, 1996 and the rules made thereunder. The venue of arbitration shall be RBI, Patna.

This submission shall be deemed to be a submission to arbitration within the meaning of the Arbitration and Conciliation Act, 1996 or any statutory modification thereof. The award of the arbitrator or arbitrators, as the case may be, shall be final and binding on the parties. It is agreed that the Contractor shall not delay the carrying out of the works by reason of any such matter, question or dispute being referred to arbitration, but shall proceed with the works with all due diligence and shall until the decision of the arbitrator or arbitrators is given, abide by the decision of the Bank. No award of the arbitrator or arbitrators, as the case may be, shall relieve the Contractor of his obligations to adhere strictly to the Bank's instructions with regard to the actual carrying out of the works. The Bank and the Contractor hereby also agree that arbitration under this clause shall be a condition precedent to any right of action under the contract.

2.19.2 All disputes arising shall be subject to the exclusive jurisdiction of competent court at Patna in the event of failure of arbitration process.

Place: (Signature of the tenderer with stamp) Date: (Name)

Page 18: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 16 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Check List of documents to be submitted with the tender

S.No Prequalification documents Attached Yes/No

1. Tender documents signed and stamped

2. EMD Rs ............ /- Draft No………………………………... Date……………………………………..

3. Proof of Average annual financial turnover of firm during the last 3 years ending March 2020 minimum of Rs 39 lakh each year. Copies of the Income Tax Clearance Certificates/ Income Tax Assessment orders/ IT Returns along with latest final accounts of the business of the Agency duly certified by a Chartered Accountant should be enclosed in proof of their credit worthiness and turnover for the last three years.

4. Audited balance sheets of the last 3 years For the year 2017-18 For the year 2018-19 For the year 2019-20

5. The estimated cost of the contract is around 39 Lacs. The agency is required to submit experience of having successfully completed similar works (providing Firemen) during last five years ending March 31, 2019 as under (submit copies of work orders):

(iv) Three similar works (providing firemen) each costing not

less than Rs.15,60,000/- or (v) Two similar works (providing firemen) each costing

not less than Rs.19,50,000/- or (vi) One similar work (providing firemen

guards) costing not less than Rs.31,20,000/-

6. The client-wise names of work(s), year(s) of execution of work (s) awarded, Date of Start and Finish of the work and actual cost(s) of executed work(s), reasons for delay (if any), names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished.

7. The details along with documentary evidence of previous experience if any, of carrying out works for the Reserve Bank of India at any Centre should also be given.

8. Proof of having successfully completed similar works during last 5 years as on March 31, 2020. Client reports showing the details of work carried out during the last 5 years. Note: i) In respect of Government Departments/Public sector Undertakings the certificate should be signed by the concerned Security Officer or an officer in an equivalent or higher rank.

Page 19: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 17 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

ii) In respect of Departments other than Government Departments/Public sector Undertakings apart from the certificates mentioned at iii) above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

9. Copy of PAN number. 10. Proof of Registration with GST 11. Proof of Registration with ESI, if applicable 12. Proof of Registration with EPF, if applicable. 13. Proof of registration under labor laws.

14. Full particulars (whether Tenderer is an individual or a partnership firm or a company etc.) of the composition of the firm or Agency in detail should be submitted along with the name(s) and address(es) of the partners/directors, copy of the Articles of association/power of Attorney/ any other relevant document.

15. Written information about the names and address of their bankers along with full details like names, postal addresses, e-mail IDs, telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their bankers by the Bank, in case it is so needed) should be furnished.

16. Full particulars of their Bank accounts, like account No., type, when opened, IFSC Code etc. should be given. Tendering firms/companies should have current account in scheduled banks and should give an undertaking that they are ready to receive the payments through National Electronic Funds Transfer (NEFT).

17. Written information about the names and address of their clients along with full details like names, postal addresses, e-mail IDs, telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their clients by the Bank, in case it is so needed) should be furnished.

18. An Affidavits on stamp papers of Rs 100/- (Rupees Hundred) (Non- Judicial) stating that:- In case any ambiguity is noticed in the documents (list out documents) submitted at any stage, we shall be entirely responsible and liable for any action by the RBI as deemed fit under the law.

Place: Signature and seal of the Tenderer Date:

Page 20: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 18 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Section III

General Instructions to Tenderers and Special Conditions

3.0 Issue / Submission of Tender& eligibility criteria 3.1 Reserve Bank of India, Patna invites e-tenders from established & reputed firms/companies having 5 years of experience in the same field for providing firefighting services in the office building premises of Reserve Bank of India at South Gandhi Maidan, Patna for an initial period of six months as per laid down contractual obligations beginning from Oct 1, 2020. However, the contract can be extended further for two years subject to satisfactory performance of the services provided and adherence to contractual obligations by the concerned firm/company. 3.2 The Tenderer has to provide Two Firemen round the clock i.e. in three shifts (total 06 Firemen),

(6.00 a.m. to 2.00 p.m., 2.00 p.m. to 10.00 p.m. and 10.00 p.m. to 6.00 a.m.) and One Supervisor/Leading Fireman (a Fireman with more experience in the field ibid) round the clock i.e in three shifts (6.00 a.m. to 2.00 p.m, 2.00 p.m. to 10.00 p.m. and 10.00 p.m. to 6.00 a.m.) and three Supervisor.

3.3 All the incoming candidates will have to undergo a basic test conducted by RBI Security staff. The candidates who clear this test will only be permitted to get deployed at RBI, Patna. If any fireman/supervisor/leading fireman resigns then the Agency should ensure at least one week handing taking over between the outgoing and incoming candidates.

3.4 The Tender Document can be downloaded from the Bank’s website www.rbi.org.in. It can also be downloaded from www.mstcecommerce.com/eprochome/rbi.

3.5 Tenderers are advised to use only MSTC portal as mentioned above. However, if they desire to submit additional information, they may do so on their own letter head/paper. Each page of the forms shall be signed.

3.6 Tenderers fulfilling the eligibility criteria & found to be eligible for opening of Part II

of the tender shall be empanelled by the Bank for a period of three years for providing Firefighting services in the office building Premises of Reserve Bank of India at South Gandhi Maidan, Patna.

3.7 Last date of submission of tender documents will be Up to 17:00 Hrs. of 16.08.2020.

After scrutiny, if any of the Agencies are not found to possess the required eligibility, their tenders will not be accepted by the Bank for further processing.

3.8 Eligibility Criteria The Tenderers should satisfy the following conditions and shall enclose the following documents in Part I for examining their credentials. Opening of Part II (Price Bid) will be subject to satisfying the prescribed eligibility criteria:

(a) Composition of the firm Full particulars (whether Agency is an individual or a

partnership firm or a company etc.) of the composition of the firm of Agency in detail should be submitted along with the name(s) and address(es) of the partners, copy of the Articles of association/power of Attorney/ any other relevant document.

(b) Location of Office The Agency should have an office at Patna. Full address along with the details of a contact person should be given.

(c) Registrations Copy of various registrations such as PAN, GST,

Page 21: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 19 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Employee State Insurance Act, PF registration, registration under labor laws must be submitted as documentary evidence.

(d) Qualification of Personnel

The supervisor/leading Fireman and the fireman must have undergone a basic course in firefighting from a Government recognized institution. Copy of the certificate as mentioned above should be submitted. Leading firemen and firemen should be preferably below the age of 35 years but in no case less than 18 years.

(e) Rotation of Staff Firemen deployed by the agency should NOT be rotated/shifted within one year of deployment until he is found wanting in performance as RBI’s expectation or he resigns from the employment of the tenderer.

(f) Should have experience of five years in the field as on March 31, 2020 The Agency/tenderer must have experience of successfully completing similar works (firefighting) during last 5 years ending March 31, 2020.

Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of execution of work(s) awarded, Date of Start and Finish of the work(s) of executed work(s),names and full contact details of the officers/ authorities/ departments under whom the work(s) was/were executed should be furnished. Applicant should furnish their client reports showing the details of work carried out during the last 5 years. In respect of Departments other than Government Department/Public sector Undertakings apart from the experience certificate above the TDS certificates matching with the payments related to the work executed shall also be enclosed.

The details along with documentary evidence of previous experience if any, of carrying out works for the Reserve Bank of India at any center should also be given.

(g) Experience of similar works

The estimated cost of the contract is around Rs.39 Lacs. The agency is required to submit experience of having successfully completed similar works (providing Firemen) during last five years ending March 31, 2019 as under (submit copies of work orders):

Three similar works (providing firemen) each costing not

less than Rs.15,60,000/- or

Two similar works (providing firemen) each costing not less than Rs.19,50,000/-

or One similar work (providing firemen guards) costing not

less than Rs.31,20,000/- (h) Name(s) and address(es)

Of the Bankers and contact particulars of their present executives.

Written information about the names and address of their bankers along with full details like names, postal addresses, e-mail IDs, telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their bankers by the Bank, in case it is so needed) should be furnished.

Page 22: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 20 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

(i) Details of Bank accounts & undertaking for receiving payments through NEFT

Full particulars of their Bank accounts, like account No., type, when opened, IFSC Code etc. should be given. Tendering firms/companies should have current account in scheduled banks and should give an undertaking that they are ready to receive the payments through National Electronic Funds Transfer (NEFT).

(j) Name(s) and address (es) of the Clients and the contact particulars of their present executives.

Written information about the names and address of their clients along with full details like names, postal addresses, e-mail IDs, telephone (landline and mobile) Nos., Fax Nos., etc. of the contact executives (i.e. the persons who can be contacted at the office of their clients by the Bank, in case it is so needed) should be furnished.

3.9 Interested Firms/ Agencies shall submit the e-tenders in prescribed form in two parts.

3.10 Technical & Commercial 3.10.1 The tender as submitted shall contain the following in separate envelop along with

PART-I (i) Earnest money in the form NEFT in favor of RESERVE BANKOF INDIA for an

amount of Rs 78,000/-. (ii) Power of Attorney/authorization with the seal of the company/firm in the name of

the person signing the tender documents. (iii) List of deviations, if any, in commercial terms and conditions. (iv) List of deviation, if any, in technical specification. (v) Any other technical information the tenderer wishes to furnish.

3.10.2 The Tenderers are advised to visit the Bank’s Office Premises at South Gandhi

Maidan, Patna and acquaint themselves of the site conditions before tendering. 3.10.3 The tenderers are advised to submit the tender based strictly on the General

Conditions of the Contract and scope of works as specified /contained in the tender documents, and not to stipulate any deviations. If acceptance of the terms and conditions given in the tender documents has any price implications, the same should be considered and included in the quoted price. Tender containing deviations from the terms and conditions is liable to be rejected.

3.10.4 All information, correspondence letters shall be submitted and addressed to The Regional Director, Reserve Bank of India, Patna

3.10.5 The Tenderer, if awarded the work will have to provide on dedicated mobile phone with adequate balance to the Fire Supervisor. Bank will not bear any cost in this regard.

3.11 Price Tender – PART-II containing price bid shall be submitted in a separately.

(a) This part shall contain prices in Indian Rupees only as per format both in figures and words. No other enclosure is permitted in this part. Change of terms and conditions and technical deviations, if any, found in the tender will not be taken into account and will be treated as null and void.

(b) The rates quoted shall be all inclusive and binding on the tenderer and there shall be no escalation in the price whatsoever till one year except on account of any amount becoming payable under the authority of the Government.

Page 23: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 21 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

3.12 Pre-Bid Meeting A pre-tender briefing meeting of the intending tenderers will be held at Offline 15:00 Hrs. on 01.06.2020 in Human Resource Management Department, RBI, Patna to clarify any point/doubt raised by them in respect of the tender. No separate communication will be sent for this meeting. All the intending tenderers are advised to be present and study the tender documents. They may indicate any points/conditions/specifications which need to be clarified during the meeting. These issues will be discussed and all the tenderers will be advised suitably. The tenderers are expected to get all the issues clarified during this meeting and therefore should desist from deviating from the Bank's tender conditions/specifications in their technical (Part I) and Price bids (Part II).

3.13 Opening of E-tender Part-I of the e-tender will be opened at 11:00 Hrs. of 17.08.2020 in the presence of the tenderers or authorized representatives of the tenderers who choose to be present. Part-II of the e-tender of only those tenderers which meet the requirement of the Bank will be opened on the same date or on any subsequent date under advice to the tenderers.

3.14 Broad Scope of Work: The Agency is advised to visit the site before quoting their rates

to assess the quantum of work. The scope of work shall include the following: (i) Functional Requirements

A. INITIAL RESPONSE TO INCIDENTS: Tasks occurring between the receipt of an alarm and initial firefighting or emergency scene activities.

1. Makes preliminary evaluation of incident based on alarm information received (e.g., alarm type, structure type, etc.). 2. Proceeds to assigned apparatus upon receipt of call for services. 3. Dons personal protective equipment before and at emergency scenes. The personal

protective equipment ie the Fire suit (aluminized full body fire suit) must be provided by the firm. A total of 03 (three) suits of the best quality(Nomex) has to be made available for the lead fireman and 02 firemen on duty

B. WATCH DUTIES: Stands watch to receive incoming alarms and information, answers phones, and monitors access.

1. Receives notification of alarms, multiple alarms, EMS alarms, and other significant Emergencies. 2. If required, notifies station personnel (over public address or through use of Signals) of incoming alarms and required response (e.g., everybody goes, truck only, Engine only, etc.) 3. If required, Answers department and outside phone.

Page 24: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 22 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

C. ON-SCENE COMMUNICATION: Communicates at the emergency scene to ensure appropriate coordination of apparatus and personnel. 1. Receives information (e.g., regarding the assignment of personnel and apparatus) from the officer in command upon arrival at the emergency scene. 2. Communicates with other fire personnel at emergency scene about conditions, size up, etc. 3. Relays orders from superior officers at emergency scene.

D. PUMP OPERATIONS: Connects or hooks up apparatus to fire hydrant and operates pumps to supply water in appropriate pressure and volume using couplings, hoses, Spanner, wrenches, and other tools.

1. Opens and flushes hydrant to ensure it is functional. 2. Fills hose with water by hydrant pressure. 3. Engages pumps. 4. Monitors control panel (e.g., water temperature, oil pressure gauge, fuel gauge, Hydrant pressure). 5. Connects and lays supply line from supply to the apparatus. 6. Notifies officer of any problems that occur while pumping. 7. Shuts down pump when ordered to by officer.

E. DOCUMENTATION The fireman employed should know how to maintain basic documents under the supervision of Fire supervisor. If required the fireman should promptly act as a runner to carry documents/ equipment related to Fire, Security and Disaster management from one person/place to other. The fireman should be conversant in Spoken English and Hindi. It will be checked during the entrance testing.

F. Operation of Fire-hydrant System & HOSE (AND EXTINGUISHER) OPERATIONS: Stretches line or uses extinguisher to delive r water, foam, and other extinguishing agents to emergency scene.

1. Determines type (size) and number of lengths of hose needed for operation. 2. Pulls hose out of hose bed. 3. Determines proper nozzle and nozzle setting. 4. Connects hose lines to nozzles. 5. Connects to standpipe when necessary/appropriate. 6. Flakes out hose line prior to charging or during extinguishment to ensure proper operations. 7. Locates seat of fire or other hazard (e.g., gas leak) by observing, smelling or listening for smoke, sound, flames, gas, vapours, etc. 8. Uses extinguisher to extinguish, contain and/or control incident.

G. MANUAL LADDER OPERATIONS: Carries, raises, extends and climbs manual ladders to perform search, rescue and other operations.

1. Determines manual ladder type and size needed at incident scene. 2. Determines proper placement of manual ladder at scene. 3. Raises and positions manual ladder at incident scene. 4. Anchor and secures manual ladder (i.e. tying off) at scene. 5. Climbs manual ladder to perform search, rescue and other operations.

H. ASSISTANCE TO PHYSICALLY HANDICAPPED EMPLOYEES/CUSTOMERS

If required, the fireman on duty when not engaged in an Emergency situation should help and assist physically disabled staff/customers.

Page 25: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 23 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

I. FORCIBLE ENTRY (If required): Pries open, cuts, or breaks down doors, or otherwise enters structures, vehicles, aircraft and other entrapments in order to search for and rescue victims and provide access to the emergency scene - using axes, halligan tools, hooks, rabbit tools, battering rams, sledge hammers, power saws and other tools.

1. Determines best location for forcible entry. 2. If required, Cuts through surfaces using power saws and other power tools. 3. Gains entry into structures using axes, sledge hammers, battering rams, halligan

tools and other forcible entry tools. 4. Pries open doors in structures using pry bars, halligan tools, bolt cutters and other

tools. 5. Removes locks or hinges from doors using sledgehammers, battering rams, axes

or other forcible entry tools.

J. VENTILATION: Opens or breaks windows, chops or cuts holes in roofs, breaches walls or doors, and aims fog stream out of window or hangs fans in windows or doors to remove heat, smoke and/or gas from structures or entrapments.

1. Determines best location for venting structure based on location of hazard and

Fire personnel, roof type, and building construction. 2. Opens windows and other points of entry manually or by using pry bars, halligan

Tools, and other tools, to ventilate structure. 3. Breaks windows and other points of entry using axes, ladders and other tools, to

Ventilate structure. 4. Cuts open walls, roof and other structures to ventilate structure. 5. Uses fans for positive and negative pressure.

K. SEARCH: Searches assigned area in order to locate victims and to obtain further information about incident, following standard search procedures.

1. Determines search procedure or strategy needed to accomplish objectives. 2. Searches structures for seat of fire, or other hazard, and extensions. 3. Searches floor or area of fire, or other hazard, for conscious and unconscious victims, sweeping assigned search area with arms, legs or tools. 4. Work together as a team/company to maintain personnel accountability.

L. RESCUE: Assists, hoists, carries or drags victims from emergency area by means of interior access (stairs, hallways, etc.) or, if necessary, by ladders, fire escapes, or other means of escape using rescue harnesses, ropes, backboards and other equipment. Extricates victims from vehicles, aircraft, cave-ins, collapsed buildings or other entrapments in order to save Lives using shovels, torches, drills, pry bars, saws, jacks, jaws, air bags, and other equipments.

1. Evacuates persons from incident scene due to risk of fire, explosion, exposure to Hazardous chemicals, etc. 2. Hoists or lowers victims or fire personnel using ropes, knots and rescue harnesses. 3. Drags or carries victims from emergency scenes. 4. Places victims onto stretchers, backboards, baskets, etc. 5. Digs to free victims trapped in tunnels, pipes, excavations, cave-ins or other Entrapments using shovels, picks, spades and other equipment. 6. Conducts water rescues (i.e., river rescue, using boats) in accordance with established guidelines. 7. If required, Rescues drowning victims using life saving techniques.

M. SALVAGE: Moves and covers furniture, appliances, merchandise and other property; covers holes in structures; stabilizes damaged structural components; and redirects or cleans

Page 26: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 24 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

up water in order to minimize damage using plastic and canvas covers, ropes, staple guns, mops, squeegees, and other tools.

1. Spreads salvage covers over property. 2. Moves furniture and other objects to protect from water or other damage. 3. Tears down weak and dangerous structural components (e.g., floors, walls, roofs,

overhangs and stairs) using hooks, axes, saws and other tools.

N. OVERHAUL : Opens up walls and ceilings, cuts or pulls up floors and moves or turns over debris in order to check for hidden files which could rekindle or spread using hooks, axes, saws and pitchforks.

1. Checks and searches open areas, walls, and open structures for fire extension. 2. Searches for and extinguishes any hidden fires by looking, feeling or smelling for fire

and smoke. 3. Opens ceilings, walls etc. to expose hot spots and other hazardous conditions with

axes, pike pole/ceiling hook etc. 4. Removes and extinguishes burned or smoldering debris from buildings.

O. CLEAN UP/PICK UP: Picks up, cleans and returns equipment to vehicle and rolls or folds

hose, so that the company can go back in service.

1. Backs lines out of structures. 2. Rolls and holds hoses after use and returns them to appropriate vehicle. 3. Determines that all hoses used during response to incident are present and accounted for.

4. Cleans and returns all tools, equipment, supplies and property in usable condition to appropriate vehicles. 5. Cleans the apparatus.

P. EMERGENCY MEDICAL CARE: Performs thorough patient evaluation and intervenes with the appropriate medical care for persons requiring medical care and/or requesting assistance with medical care.

1. Assess and prioritize patient according to medical and/or injury. 2. Intervenes with oxygen therapy or assisted ventilations, using oxygen adjuncts when appropriate. 3. Identifies life threatening bleeding and intervenes appropriately. 4. Identifies the pulseless, apnoeic patient and administers cardiopulmonary resuscitation. 5. Evaluates the patient's responsiveness (awake, alert and oriented vs.

unresponsive) based on the patient's response to verbal and painful stimuli. 6. Determines whether patients need emergency or non emergent transport. 7. Works to maintain the patient's wellbeing, emotionally as well as physically. 8. Assesses the patient's vital signs using a watch, stethoscope, and sphygmomanometer. 9. The firemen must possess the basic knowledge of First Aid, especially, in giving CPR(Cardio

Pulmonary Resuscitation). Periodical refresher training must be imparted to the all the supervisors and Firemen in this subject.

Q. EQUIPMENT MAINTENANCE: Checks, cleans and maintains personal gear and equipment including the Fire Hydrant system, extinguishers to ensure proper and safe operations.

1. Places turnout gear on or near apparatus. 2. Checks extension ladders. 3. Checks medical equipment.

Page 27: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 25 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

4. Checks the condition of generators, blowers, lights, cords and fans. 5. Checks hose on apparatus (proper bedding and amount). 6. Checks and maintains power equipment. 7. Checks and performs ordinary maintenance on other portable equipment (e.g., checks oil

levels, greases, etc.). 8. Changes over equipment and supplies from one apparatus to another.

R. APPARATUS MAINTENANCE: Checks, cleans, and maintains apparatus to ensure proper and safe operation.

1. Performs normal daily apparatus check of fire hydrant system including oil, fuel and

water levels; proper pressures and lubrications; batteries; lights; sirens; brakes; tires; etc.).

2. Performs normal weekly apparatus check (e.g., hydraulic fluid levels). 3. Checks ability of engine to pump water. 4. Checks engine pumper pressure. 5. Notifies officer of electrical or mechanical problems on apparatus. 6. Notify the officer of needed repairs on apparatus. 7. Notify the officer that apparatus needs to be kept out of service due to

Mechanical problems.

S. STATION MAITNENANCE AND DUTIES: Checks, cleans, and maintains house facilities. This includes the performance of routine housekeeping chores.

1. Cleans apparatus bay and rooms. 2. Cleans and maintains fire house yard. (Below mentioned points are only for Fire supervisor)

T. INSPECTION OF BUILDINGS AND FIRE PROTECTION DEVICES: Inspects building for fire prevention/ hazardous materials code violations or hazards on a periodic basis or during the course of their activities. Inspects, alarms, hydrants, sprinkler systems and standpipe systems for operational use.

1. Regularly inspects the entire premises for identifying fire hazards and removing them/

taking steps to protect against fire and building code violations. 2. Inspects buildings upon request of occupants/owners. 3. Investigates buildings suspected of violating codes. 4. Recognizes code violations (e.g. blocked exits, improper storage of chemicals etc.).

U. PUBLIC RELATIONS: Engages in the activities which have an impact on the department’s image in the staff. Such activities include providing information to the staff, providing assistance and support to staff seeking help or information and giving presentations to community groups and other members of the RBI fraternity.

1. Deals with distressed individuals at emergency scene. 2. Meets officers in the fire station, conducts tours and provides information. 3. Provides information to inspecting officers or staff on service runs. 4. Makes public presentations and conducts demonstrations of apparatus and equipment

on behalf of the department.

V. TRAINING AND PROFESSIONAL DEVELOPMENT: Participates in training drills and classes to enhance job related skills and abilities. Reads internal memos and bulletins to keep apprised of new developments in departmental operations and procedures. Attends lectures, seminars, courses etc. and reads external documents (e.g. professional trade publications) to remain current in the fire service.

1. Maintains knowledge of latest firefighting equipment and techniques.

Page 28: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 26 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

2. Maintains basic knowledge of building structures related to fire control. 3. Maintains basic knowledge of chemicals and other hazardous materials. 4. Attends and impart routine training drills and sessions. 5. Gives and participates in physical fitness sessions. 6. Attends specialized training sessions (e.g. CPR certification, special schools, etc.) 7. Reviews internal fire department bulletins, memos etc. to remain aware of departmental

updates. 8. Reads professional journals and publications (e.g. Fire Command) to be aware of

current developments in the fire service and make the same available to senior officers.

W. DOCUMENTATION: The fire supervisor should maintain the entire document system pertaining to Fire related matters. He should be conversant in usage of computer. He should be fluent in Spoken and Written Hindi and English.

X. Dedicated Mobile Phone: The Tenderer, if awarded the work will have to provide on dedicated mobile phone with adequate balance to the Fire Supervisor. Bank will not bear any cost in this regard.

3.15 Earnest Money and Security Deposit during contract period

3.15.1 Earnest Money Deposit: The earnest money deposit (EMD) amounting to Rs. 78,000/- (Rupees Seventy Eight Thousand only) should be paid by way of NEFT/RTGS. The EMD will be returned to unsuccessful tenderers without interest if his tender is not accepted by the Bank or after award of the tender/execution of the contract in favour of successful tenderer.

3.15.2 On award of contract, the successful tenderer shall furnish an amount equal to 5% (five percent) of the contract value in the form of a Bank Guarantee from any scheduled Bank in the form prescribed by the Bank (which will be submitted along with letter of acceptance) towards security deposit for the due fulfillment of the contract. The earnest money deposit furnished at the time of submission of tender will be returned thereafter. This Bank Guarantee towards security deposit shall be valid for the additional period of two months from the contract period.

3.15.3 All compensation or other sums of money payable by the Agency to the Employer under the terms of this Contract may be deducted from the security deposit, if the amount so permits unless the Agency deposits such amounts in cash within ten days of issue of demand notice by the Bank.

3.16 Terms of Payment: The charges quoted will cover the cost of manpower deployed, material used and machinery/equipment, deployed for efficient rendering of services and shall be payable on monthly basis subject to submission of invoice. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc.

3.17 Taxes: 3.17.1 For Individual /Proprietorship/ Partnership:

The amount quoted in the bill shall be inclusive of all taxes as applicable to the contractor imposed/ to be imposed by the Central / State Government/ Local Bodies and the contractor shall pay the said taxes to the government. However, the amount quoted in the price bid shall be exclusive of GST. The Contractor shall quote PAN, and GST. If the contractor fails to include such taxes and duties in the bill, no claim thereof will be entertained by the Bank afterwards. As per Income Tax Act, 1961, income tax as applicable, will be deducted at source and a certificate for the same will be issued to the contractor.

3.17.2 For Company

Taxes: The amount quoted in the bill shall be inclusive of all taxes as applicable to the contractor such as local levies, works contract tax, GST etc. imposed/to be imposed by

Page 29: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 27 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Central/State Government/ Local Bodies and the contractor shall pay the said taxes to the government. The Contractor shall quote PAN, GST and Service Tax Account Number (STAN) and also the amount of applicable service tax separately in the bill. If the contractor fails to include such taxes and duties in the bill, no claim thereof will be entertained by the Bank afterwards. As per Income Tax Act, 1961, income tax as applicable, will be deducted at source and a certificate for the same will be issued to the contractor. The contractor shall produce documentary evidence regarding service tax registration and payment of service tax to the concerned authorities, as applicable to the service provider, if and when called for by the Bank.

3.18 Insurance: The successful tenderer shall take “all risk policy" for the contract value and workmen compensation policy for the workers engaged for the work. The successful tenderer shall indemnify the Bank for any loss or damage that occurs to persons or building or third party while executing the work. Third party liability in successful tenderer’s all risk policy shall be minimum Rs. 2 lakh per person for any one accident or occurrence. The successful tenderer shall provide a copy of the policy to the Bank within 10 days of award of work.

3.19 Note: These policies shall be valid till the completion of the work. If the successful Tenderer does not provide these policies, the Bank reserves the right to take the above insurance policies themselves and recover the cost thereof from the bill of the successful Tenderer

3.20 TERMS OF PAYMENT

(i) The successful bidder will not be paid any payments in advance. Monthly payment confirming to the attendance of the firemen submitted to RBI shall be made by the RBI after the end of every calendar month. The successful bidder must ensure payment to the firemen and supervisor before submission of bills and submit documentary evidence like bank statement etc along with the bills.

(ii) The successful bidder shall be wholly responsible for paying Monthly Salary and other admissible allowances including Bonus to the firemen deployed by them at RBI. Bank shall not pay any extra charges / payment for whatever reason including of weekly off / leave / holiday etc. The bank can withhold payment of monthly bills if the successful bidder fails to provide documentary evidence of payment of salary, ESI and EPF to the firemen.

3.21 In the event of termination of the contract for any reason whatsoever, the contractor/or

persons employed by him or his agents shall not be entitled for any sum or sums whatsoever from the Bank by way of compensation, damages or otherwise

3.22 Signing of Contract Agreement

3.22.1 The General instructions to the tenderers and special conditions, conditions hereinbefore referred to Conditions of Contract and Technical Specifications and drawings enclosed with the tender documents, the subsequent correspondence exchanged between the Bank and the tenderer and the work order placed shall be the basis of the final contract to be entered into with the successful tenderer.

3.22.2 The Tenderer shall go through the terms and conditions given in the general conditions of contract herewith and his offer shall be strictly in line with the terms specified therein. No deviation from the terms and conditions specified shall be acceptable. Each page of the tender documents should be signed for his/their having acquainted himself/themselves in the general conditions of contract, Technical specifications, etc.

3.22.3 The tender submitted on behalf of a firm shall be signed by all the partners of the firm or a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected.

Page 30: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 28 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

3.22.4 On receipt of intimation from the Bank of the acceptance of his/their tender, the successful tenderer shall be bound to implement the Contract and within seven days thereof, the successful tenderer shall sign an agreement in accordance with the draft agreement. Notwithstanding the signing of the agreement the written acceptance by the Reserve Bank of India of a tender in itself will constitute a binding agreement between the Reserve Bank of India and the person so tendering, whether such contract is or is not subsequently executed.

3.22.5 The Agency shall not assign the contract. He shall not sublet any portion of the contract except with the written consent of the Employer. In case of breach of these conditions, the Employer may serve a notice in writing on the Agency rescinding the contract whereupon the security deposit shall stand forfeited to the Employer, without prejudice to his other remedies against the Agency

3.23 Right to Accept Part Tender: The Bank reserves the right to accept the tender either in

whole or in part at the same prices quoted by the Tenderer.

3.24 Evaluation of Tender Tenders meeting the eligibility criteria will be evaluated on the basis of quoted cost of works as per the scope of works for providing the required complement of skilled/unskilled and supervisory personnel set out in this tender.

3.25 Other Issues

3.25.1 The Tenderer shall carry out all the work strictly in accordance with the detailed specifications and instructions of the Bank’s Security Officer.

3.25.2 The tenderer must obtain for himself on his own responsibility and at his own expense, all the information which may be necessary for the purpose of making a tender and for entering into a contract and must examine the drawings, inspect the site of the work, and acquaint himself with all local conditions, means of access to the work, nature of the work and all matters appertaining thereto. The bank’s decision in such cases shall be final.

3.26 The successful tenderer shall : a) Execute an agreement on Rs 500/- stamp duty paper in duplicate. The original will be retained

by the Bank.

b) Ensure that he/she deploys only adult, trained and competent persons who are physically fit and are not suffering from any chronic or contagious diseases for carrying out the maintenance works.

c) Be responsible for and arrange to bear costs of such equipment, materials, uniform and other paraphernalia as Bank considers necessary for effectively rendering the services required by the Bank

d) Maintain neatly, completely and legibly registers, records, reports and returns for inspection by various authorities at short notice.

e) Ensure that his/her employees, while on the premises of Bank or while carrying out their obligations, observe the standards of cleanliness, decorum, security, safety, good behavior and general discipline laid down by the Bank or its authorized agents and the Bank shall be the sole judge as to whether or not the Agency and / or his employees have observed the same.

f) Be liable for any damage caused to the Bank or its premises or any part thereof or to any fixtures or fittings thereof or any property of the Bank and therein by any act, omission, default or negligence of the Agency or his employees or agents.

g) Provide identity cards to his/her employees or agents who shall be doing the subject job at the Bank's premises. All the employees and agents should bear the identity card for all the times they are working in Bank's premises.

Page 31: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 29 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

h) Antecedents -Obtain Police Verification report on character and antecedents of its personnel and other details relating to age, educational qualification, name and permanent address to be provided under this contract along with their passport size photographs before engaging them for duty in Bank’s Premises.

i) Penalty -Tenderer shall maintain an attendance register and attach a copy of the same with each monthly bill failing which no payments shall be released and shall be liable for penalty of Rs 1,000/- per day if the person deployed by the agency is found sleeping or unauthorized absent. Penal amount of Rs 500 per incidence would be charged for performance of activities by firemen/supervisor as mentioned in Annex ii. The decision of the bank is such cases shall be final and binding.

j) Uniform - Provide two pairs of uniform at his own cost to the persons deployed for this work and will also include fluorescent Jacket - inscribed as FIRE SAFETY at the back, Fire helmet, Safety shoes, Socks, Lanyard with whistle, Jersey for winter, Rain coat/umbrella for rainy season, loaded torches and batons at all the posts and RBI, Patna shall have no liability whatsoever on this account. The uniform shall be approved by the Regional Director, RBI, Patna.

k) Physical Fitness – Firm should conduct test of physical fitness of all firemen and firemen supervisors on quarterly basis and submit the results and physical fitness certificate to RBI.

3.27 Statutory Obligations -The contractor shall be solely responsible for discharging all statutory obligations arising out of this contract including insurance, health and such other benefits as are mandatory under labour enactments including due payments to the persons engaged by the contractor. The contractor shall also be responsible for safety of his workers. It is clearly understood and agreed that there shall not be any master and servant relationship between the Bank and the contractor and or the persons engaged by the contractor. Any person remaining in the Bank premises after the contract is brought to an end shall be treated as trespasser and shall be liable for civil as well as criminal action.

3.28 The contractor shall indemnify the Bank for any loss, damage suffered by it on account of non-compliance with any loss by the contractor or on account of any claim made by any person against the Bank relating to execution of this contract.

3.29 The Bank will not provide accommodation to the Agency or its workers/crew in the Bank's premises except for storing of materials / tools and equipment. Nor any medical facility will be provided by the bank. 3.30 TERMINATION OF AGREEMENT

Without prejudice to what is contained hereinabove, the Bank shall at its sole and absolute discretion, be entitled to terminate this agreement forthwith by written notice of 30 days without assigning any reason and without payment of any compensation, if

i. in the opinion of the Bank (which shall not be called in question by the

Contractor and shall be binding on the Contractor), the contractor fails or refuses to implement this agreement to the Bank’s satisfaction and/ or the contractor commits a breach of any terms and conditions of this agreement

and /or ii. for any reason whatsoever, the contractor becomes disentitled in law to

perform his obligations under this agreement and/or

iii. there is any variation in the ownership/partnership or management of the contractor or his business without the prior approval in writing of the bank to such variation.

Page 32: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 30 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

3.31 Immediate termination - Notwithstanding anything contained in this Contract, in the

event of non-compliance, disobedience, or breach of any terms of the contract or unsatisfactory or inefficient working by the contractor, the Employer shall have the absolute and independent authority to revoke this contract after giving ten days notice in writing to the Contractor without assigning any reason and the same shall be binding on the Contractor and the contract will come to an end with immediate effect on completion of the deadline as stipulated in the notice, in which case the contractor shall not be entitled for any compensation/damages and the Security Deposit shall not be refunded 3.32 If the tenderer, having been awarded the work, fails to execute the work, the Bank may

proceed to take such reasonable remedial action as may be necessary, at the contractor’s risk and expense and without prejudice to any other rights which the Bank may have against the contractor. The Bank also reserves its rights to disqualify the tenderer from undertaking any contract in future, however the Bank will give a 10 days notice to the tenderer before doing so. 3.33 The tenderer shall be required to obtain a license from the Office of the Assistant

Labour Commissioner, government of India, Bihar as provided under Section 12(1) of the Contract Labour (Regulation & Abolition) Act 1970 and Contract Labour (Regulations & Abolition) Central Rules 1971 and also complies with the other requirements of the above Act and Rules. 3.34 The tenderer shall also submit a certificate on quarterly basis to the effect that the

contractor has obtained a license as stipulated 3.30 above and the same is valid during the period of the contract failing which the Agency would be solely responsible for actions/ proceedings ensuing thereto. The Bank shall not be held responsible for acts, commissions or omissions of the Agency and shall in no way be made liable to the fire personnel engaged by the contractor.

3.35 Contract Renewal

The contract could be considered for further renewal on same terms and conditions (one year at a time and maximum of two renewals) on satisfactory performance by the successful bidder as decided by the bank.

3.36 Liquidated Damages

For deficiency in services and serious inconvenience caused to the Bank and its officials, liquidated damages not exceeding 25% of the estimated bill for the relevant instance may become leviable. However, the Bank will levy it only after giving due notice. In case of dispute an appeal may be made to the Regional Director, whose decision will be final in the matter. However, the Bank reserves the right to impose liquidated damages up to 10% of the contract amount. In the event of liquidated damages reaching 10% of the contract amount, the Bank reserve its right to terminate the contract and the contractor shall be liable to risk and cost.

3.37 Non-Disclosure Clause - The successful tenderer shall not disclose directly or

indirectly any information, materials and details of the Bank’s infrastructure / systems/ equipment etc, which may come to the possession or knowledge of the Agency during the course of discharging contractual obligations in connection with this agreement, to any third party and shall at all times hold the same in strictest confidence. The Agency shall treat the details of the contract as private and confidential, except to the extent necessary to carry out the obligations under it or to comply with applicable laws. The Agency shall not publish, permit to be published, or disclose any particulars of the works in any trade or technical paper or elsewhere

Page 33: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 31 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

without the previous written consent of the Employer. The Agency shall indemnify the Employer for any loss suffered by the Employer as a result of disclosure of any confidential information. Failure to observe the above shall be treated as breach of contract on the part of the Agency and the Employer shall be entitled to claim damages and pursue legal remedies. The Agency shall take all appropriate actions with respect to its employees to ensure that the obligations of non- disclosure of confidential information under this agreement are fully satisfied. The Agency’s obligations with respect to non-disclosure and confidentiality will survive the expiry or termination of this agreement for whatever reason.

3.38 Sexual Harassment of women at work place (Prevention, Prohibition and

Redressal) a) The Contractor/Agency shall be solely responsible for full compliance with the

provisions of “the Sexual Harassment of women at work place (Prevention, Prohibition and Redressal) Act, 2013”. In case of any complaint of sexual harassment against its employee within the premises of the Bank, the complaint will be filed before the Internal Complaints Committee constituted by the Contractor/ Agency and the Contractor/Agency shall ensure appropriate action under the said Act in respect to the complaint.

b) Any complaint of sexual harassment from any aggrieved employee of the contractor against any employee of the Bank shall be taken cognizance of by the Regional Complaints Committee constituted by the Bank.

c) The Contractor shall be responsible for any monetary Compensation that may need to be paid in case the incident involves the employees of the contractor, for instance any monetary relief to Bank’s employee, if sexual violence by the employee of the contractor is proved.

d) The contractor shall be responsible for educating its employees about prevention of sexual harassment at work place and related issues.

e) The contractor shall provide a complete and updated list of its employees who are deployed within the Bank’s premises.

3.39 CONFLICT OF INTEREST

3.39.1 Applicants shall not have a conflict of interest. All applicants found to have a conflict of interest as mentioned below will be disqualified.

(a) Applicants in two different applications have controlling shareholders in common.

(b) The applicants (including their personnel and sub-contractors) that have a or family relationship with such members of the RBI Staff who are directly or indirectly involved in the project will not be awarded the contract.

3.37 Integrity Clause: Promise on the part of Employer not to seek or accept any benefit, which is not legally available. Employer to treat all the bidders with equity and reason. Promise on the part of bidders not to offer any benefit or understanding with other bidders with respect to prices, specifications, certifications, subsidiary contracts, etc. Bidders not to pass any information provided by Employer as part of business relationship to others and not to commit any offence under PC/ IPC Act. Bidders to disclose the payments to be made by them to agents/brokers or any other intermediary. Bidders to disclose any transgression with any other company that may impinge on the anticorruption principle. Foreign bidders to disclose the name and address of agents and representatives in India and Indian Bidders to disclose their foreign principals or associates.

Page 34: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 32 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

3.38 Declaration: I/We hereby declare that I/We have read and understood all the above instructions/conditions and the same will remain binding upon me/us in case the above mentioned Annual Fire Fighting Services Contract is entrusted to me/us. I/we also note that this letter will form part of the contract document and that the contents of this letter shall be supplemental to the conditions in the tender and not in derogation thereof except to the extent specifically provided herein.

Place: Signature and seal of the Tenderer

Date:

Page 35: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 33 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Section IV

Commercial Conditions

Sr. No.

Description Bank’s Terms Acceptance of Bank’s terms

(YES/NO) 1 EMD Rs 78,000/-

2 Terms of payment Payment shall be payable on monthly basis subject to submission of invoice. The payment thereon will be made after the same is duly certified by the Bank's Officers that the services have been provided satisfactorily and after deducting all statutory dues/taxes, etc.

3 Technical /commercial specifications

As per specifications of the tender

4 Liquidated Damages

As per Section III of tender

5 Security Deposit As per the terms and condition of the contract.

6 Details of areas of work

As per Section III

7 Details of deployment of staff

As per Section III

Place

Date Signature of Tenderer

Name Designation

Seal of the firm

Page 36: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 34 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMET DEPARTMENT PATNA

Notice Inviting Tender for Contract providing firefighting services in the office building

premises of Reserve Bank of India at South Gandhi Maidan, Patna

PART II (Section V)

Name of tenderer:

Address:

Landline/Mobile Number:

Last Date for submission: Up to 17:00 Hrs. of 16.08.2020

Page 37: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 35 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Section V Contract for providing firefighting services in the office building premises of Reserve

Bank of India at South Gandhi Maidan, Patna PROFORMA OF FINANCIAL BID (FORMAT II) - For Reference Only

(To be given on Applicant's letter head) Deployment of Fire Staff in the Bank's premises.

In connection with the above and in full agreement with the terms and conditions as stipulated by you I/We state as under:

Services to be Provided No. of persons

required per day i.e A

Rate per person per day B

Amount for firemen per day C= (AXB)

Deploying two Fireman at the Premises of the Bank in three shifts of eight hours round the Clock (24 x 7) (A)

06

Deploying one Fire Supervisor / Leading- Fireman at the Premises of the Bank in three shifts of eight hours round the Clock (24 x 7) (B)

03

Service Charges (C )

Total per day (A+B+C)

Total cost of project per year (365 days)

Total cost of project per year (365 days) -Inclusive of GST

Total cost of project -Inclusive of GST for six months

Note: In response to the above and in full agreement with the terms and conditions and the pre- qualification criteria as stipulated by you, I/We state as under:- Proforma of Financial Bid attached above is for your reference. Financial Bid to be filled through Online Portal Only

a) The rates to be quoted as per latest central minimum wages under WATCH & WARD (with arms) for Supervisor and WATCH & WARD (without arms) for Firemen

b) The rates quoted are inclusive of reliever charges. No extra amount will be paid for posting a reliever.

c) I/We hereby confirm that the Basic Wages plus VDA quoted above are not less than the current minimum wages stipulated by the latest notification of Ministry of Labour and Employment, Government of India and that other mandatory charges i.e., EPF, ESI, EDLI, Bonus etc are in conformity with the corresponding statutory provisions.

d) I/We agree that the Financial Bid is liable to be rejected if any of the above rates and percentage are found not to be in compliance with the respective statutory laws.

e) I/We have gone through the terms and conditions and am agreeable to them.

Place: Authorized Signatory Date: (with name and seal)

Page 38: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 36 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Annexure I

Proforma of Bank Guarantee For Security Deposit

(To be submitted on Non-judicial stamp paper of appropriate value purchased in the name of the issuing bank)

No.

To:

The Regional Director

Date

Human Resource Management Department

Reserve Bank of India

Patna

Madam,

In consideration of your agreeing to accept the security deposit of INR

(INR only) furnish able to you by Messrs (hereinafter referred to as “the Agency”) in terms of their contract with you for providing firefighting services in the office building premises of Reserve Bank of India at South Gandhi Maidan, Patna as per their Tender dated _________ and your Special Conditions of Contract and other tender documents relating thereto subject to the conditions and alterations mutually agreed upon the set forth or referred to in your Contract dated in the form of guarantee from us in the manner hereinafter contained, we (Name of the Bank) do hereby covenant and agree with you as follows:

1. We undertake to indemnify you and keep you indemnified from time to time to the extent of INR INR( only) against any loss or damage caused to or suffered by or that may be caused to or suffered by you by reason of any breach or breaches on the part of the Agency of any of the terms and conditions contained in the said Contract and in the event of the Agency making any default or default in carrying out any of the work under the said Contract or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding in total the said sum of INR ( INR only) as may be claimed by you as your losses and/or damages, costs, charges or expenses by reason of such default on the part of the Agency.

2. Notwithstanding anything to the contrary, your decision as to whether the Agency has made any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under this Guarantee but will pay the same forthwith on your demand without any protest or demur.

Page 39: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 37 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

3. This guarantee shall continue and hold good until it is released by you on the application by the Agency after expiry of the relative guarantee period of the said Contract and after the Agency had discharged all his obligations under the said Contract and produced a certificate of due completion of the work under the said contract and submitted a “No Demand Certificate”, provided always that this guarantee shall in no event remain in force after the day of without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of six months from the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date.

4. Should it be necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this Guarantee on your request till such time as may be required by you. Your decision in this respect shall be final and binding on us.

5. You will have the fullest liberty without effecting this guarantee from time to time to vary any of the terms and conditions of the said contract or extend the time of performance of the Agency or to postpone for any time or from time to time any of your rights or powers against the Agency and either to enforce or forbear to enforce any of the terms and conditions of the said Contract and we shall not be released from our liability under this guarantee by the exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the Agency or any other forbearance, act or omission on your part or any indulgence by you to the Agency or by any variation or modification of the said contract or any other act, matter or things whatsoever, which under the law relating to sureties would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of INR (INR only) as aforesaid.

6. This guarantee shall not in any way be affected by your taking or varying or giving up any securities from the Agency or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be, of the Agency.

7. In order to give full effect to the guarantee herein contained you shall be entitled to act as if we were your principal debtors in respect of all your claims against the Agency hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety-ship and other rights, if any, which are in any way inconsistent with any of the provisions of this guarantee.

8. Subject to the maximum limit of our liability as aforesaid, this guarantee will cover all your claim or claims against the Agency from time to time arising out of or in relation to the said contract and in respect of which your claim in writing is lodged on us before expiry of six months from the date of expiry of this guarantee.

9. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent by post, it shall be deemed to have been given when the same has been posted.

10. This guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees heretofore given to you by us (whether jointly with others or alone) and now existing

Page 40: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 38 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

uncancelled and that this guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.

11. This guarantee shall not be affected by any change in the constitution of the Agency or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and enforceable by the absorbing or amalgamated company or concern.

12. Any forbearance, act or omission on the part of the Bank in enforcing any of the conditions of the said tender or showing of any indulgence by the Bank to the Tenderer shall not discharge the Surety in any way and the obligations of the Surety under this guarantee shall be discharged only on the intimation thereof being given to the Surety by the Bank.

13. This guarantee is irrevocable during the period of its currency and shall not be revoked without your previous consent in writing.

14. We further agree and undertake to pay you without demur the amount demanded by you in writing notwithstanding any difference or dispute or controversy that may exist or arise between you and Agency or any other person.

15. Notwithstanding anything contained herein above our liability under this guarantee is restricted to INR (INR only). Unless a written claim is lodged on us for payment under this guarantee within six months from the date of expiry, including extensions if any, of this guarantee all your rights under the guarantee shall be forfeited and we shall be deemed to have been released and discharged from all liabilities thereunder, irrespective of whether or not the original guarantee is returned to us.

16. We have power to issue this guarantee in your favour under the Memorandum and Articles of Association of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank.

SIGNED AND DELIVERED

(For & on behalf of the above named Bank)

For & on behalf of

(Banker’s Name & Seal)

BRANCH MANAGER (Banker’s Seal)

Address

Page 41: Section /Annexure Description No. PART I · Details of work experience shall be supported by experience certificates from the clients. The client-wise names of work(s), year(s) of

Page 39 of 38 Tender for providing firefighting personnel in the office building premises of RBI at South Gandhi Maidan, Patna

Annex-II LIST OF ACTS AND OMISSIONS FOR WHICH FINES CAN BE IMPOSED IN ACCORDANCE WITH CONTRACTOR’S LABOUR REGULATIONS 1. Willful insubordination or disobedience, whether alone or in combination with other. 2. Theft, fraud or dishonesty in connection with the Contractors beside a business or property of

Reserve Bank of India. 3. Taking or giving bribes or any illegal gratifications. 4. Habitual late attendance. 5. Drunkenness fighting, riotous or disorderly or indifferent behavior. 6. Habitual negligence. 7. Smoking near or around the area where combustible or other materials are locked. 8. Habitual indiscipline. 9. Causing damage to work in the progress or to property of the Reserve Bank of India or of the

Contractor. 10. Sleeping on duty. 11. Malingering or slowing down work. 12. Giving of false information regarding name, age father’s name etc. 13. Habitual loss of wage cards supplied by the employers. 14. Unauthorized use of employer’s property for manufacturing or making of unauthorized articles

at the work place. 15. Bad workmanship in construction and maintenance by skilled workers which is not approved

by the Reserve Bank of India and for which the contractors are compelled to undertake rectifications.

16. Making false complaints and/or misleading statements. 17. Engaging on trade within the premises of the establishments. 18. Any unauthorized divulgence of business affairs of the employees. 19. Holding meeting inside the premises without previous sanction of the employers. 20. Threatening or intimidating any workman or employer during the working hours within the

premises.