tirumala tirupati devasthanams: tirupati and kalyani choultry areas at tirumala (north package) for...

84
- 1 - TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI TENDER DOCUMENT FOR "FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”.

Upload: doandieu

Post on 31-Mar-2018

229 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 1 -

TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI

TENDER DOCUMENT

FOR

"FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION AND

MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan,

Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”.

Page 2: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 2 -

ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING,

SANITATION AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I,

II & III, SGRH, Sudharshan, Govardhan and Kalyani Choultry

areas at Tirumala (North Package) for 2015-17”.

Tender Document No. 5 7 / S E - I I / T T D / 2 0 1 5 - 1 6 One set of Tender document consist of two parts as per Master Index is issued to:

M/s -----------------------------------------------------

-----------------------------------------------------------

-----------------------------------------------------------

An amount of Rs. 10,000/- towards Tender Document Fee (Non- refundable) have

been paid in the form of Bank Demand Draft (DD)/Banker’s Cheque (BC) no.--------------

--- dated -----------------on ----------------------Bank in favour of “The Executive Officer, TTD”,

payable at Tirupati.

Note: - Cost of Tender document fee Rs. 10,000/-

Superintending Engineer – II T.T.Devasthanams,

Date: _____________ Tirupati

Page 3: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 3 -

MASTER INDEX NAME OF WORK: "FACILITY MANAGEMENT SERVICES FOR HOUSE

KEEPING, SANITATION AND MAINTENANCE OF

VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan,

Govardhan and Kalyani Choultry areas at Tirumala

(North Package) for 2015-17”.

(TENDER DOCUMENT NO.: 57/SE-II /TTD/2015-16 ) PART – I : TECHNICAL BID

S.NO.

DESCRIPTION

PAGE NO.

1.

COVER PAGE

2.

MASTER INDEX

3.

NOTICE INVITING TENDER

4.

INSTRUCTION TO TENDERERS

5.

PROPOSAL FORMS

6.

GENERAL CONDITIONS OF CONTRACT & ANNEXURES

PART – II : BILL OF QUANTITIES(PRICE BID)

S.NO.

DESCRIPTION

PAGE NO.

1. BILL OF QUANTITIES(PRICE BID)

Page 4: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 4 -

TIRUMALA TIRUPATI DEVASTHANAMS TIRUPATI

NOTICE INVITING TENDER (NIT)

Tender document No.

Name Of Work

"FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”.

Period of Contract 24 Months

Form of Contract Lump Sum

Date & Time Of Pre-bid meeting

01-07-2015 @ 4 PM in the chambers of the Chief Engineer, TTD, Tirupati.

Date & Time Of Submission of Tender

07-07-2015 upto 3 PM

Date & Time For Opening of Tender a) Technical Bid b) Financial Bid

Technical Bid will be opened on 07-07-2015 @ 3.15 PM After evaluation of technical bid, the financial bid will be opened. The date of opening of financial bid will be intimated separately.

Cost of Tender document (Non-refundable) to be paid in the shape of Demand Draft in favour of Executive Officer, TTD, Tirupati and payable at Tirupati

Rs.10,000/- (Rupees ten thousand only)

The tenderer can download the tender document from www.tirumala.org or obtain

the tender document from the O/o Superintending Engineer – II, TTD, TTD

Administrative Building, K.T.Road, Tirupati – 517 501, upon payment of the bid cost

by Demand Draft. In case of downloaded document from www.tirumala.org , the

tenderer shall submit the cost of bid document by way of Demand Draft / Pay order

Payable at Tirupati drawn in favour of the Executive officer, TTD, Tirupati issued by

scheduled banks and along with the bid responses. The cost of bid document is

non-refundable. The date of DD for cost of bid document shall be on or after the

date of advertisement and on or before last date for downloading / issue of tender

document. Superintending Engineer-II,

Tirumala Tirupati Devasthanams,

T.T.D. Administrative Building,

K.T. Road, Tirupati – 517 501.

Andhra Pradesh.

Tel No.: (0877) – 226 4328, 226 4389

9704678405, 9704678527, 9000503090

9704678395,

Fax : (0877) – 226 4455

Page 5: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 5 -

NOTICE INVITING TENDER

DOMESTIC COMPETITIVE BIDDING

(To be published in website)

WORKS: "FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING,

SANITATION AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH,

Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North Package)

for 2015-17”.

1.0 BRIEF SCOPE OF WORK

1.1 Cleaning and maintaining building, washrooms and total surrounding areas inclusive of parking areas, adjacent roads and its berms if any.

1.2 Cleaning of all rooms, furniture, carpets, doors, windows and cobwebs etc. 1.3 Mechanised Washing and pressing of pillow covers, bed sheets for every check

out. 1.4 Changing of linen immediately after check out of the rooms by pilgrims,

mechanized washing & pressing of curtain clothes for every one month, dry washing of woolen blankets for every one month.

1.5 Cleaning of floors by using scrubber with necessary human or Eco friendly cleaning materials.

1.6 Removal of drain blocking, disinfecting the toilets using appropriate chemicals, disinfectants, deodorants and insecticides, etc.

1.7 Plumbing and electrical maintenance – both periodical and on-demand maintenance and including materials and labour (materials shall be of standard approved companies only). There shall be a preventive maintenance schedule.

2.0 SALIENT FEATURES OF TENDER DOCUMENT

1

I

Name of Work

"FACILITY MANAGEMENT SERVICES

FOR HOUSE KEEPING, SANITATION

AND MAINTENANCE OF VSRH I & II,

SPT, RBRH-I, II & III, SGRH, Sudharshan,

Govardhan and Kalyani Choultry areas at

Tirumala (North Package) for 2015-17”.

II

Tender document Fee (By DD from any scheduled bank payable at Tirupati)

Rs.10,000/-

III

Earnest Money Deposit (By DD/BG from any scheduled bank payable at Tirupati)

As per the conditions 4 & 5 in the tender

document

IV Service Period 24 months

V Sale Period/ download period 22-06-2015 from 3 PM to 06-07-2015 upto

5 PM

VI Last Date and Time (Deadline)

for Receipt of Bid

07-07-2015 up to 3 PM

VII

Date, Time & Place for Opening

of Bid (Techno- Part)

07-07-2015 @ 3.15 PM

VIII Last Date for receipt of

Tenderer’s Queries

29-06-2015 Upto 5 PM

IX Date & Time of Pre-Bid Meeting

01-07-2015 @ 4 PM

X

Venue of Pre-Bid Meeting O/o Chief Engineer, Tirumala Tirupati Devasthanams, T.T.D.Administrative Building, K.T.Road, Tirupati – 517 501 Andhra Pradesh.

Page 6: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 6 -

3.0 INSTRUCTIONS for QUOTING and QUALIFICATION CRITERIA

Tenders are invited for the subject work. The intending bidders can quote as per the

eligibility criteria prescribed.

The technical evaluation will be made purely on the basis of the supporting

documents uploaded / furnished by the bidders and EMD amount paid, with

reference to the eligibility prescribed.

Upon failure to meet the relevant eligibility criteria, the bid will be disqualified.

Evaluation Criteria : The tenderers will be evaluated and finalised to the lowest offer among the eligible bidders.

Agencies intending to participate shall fulfill the following qualification criteria:

3.1 EXPERIENCE CRITERIA

3.1.1 Shall submit relevant documents to meet the ‘Experience criteria’ of having -

“Proven capabilities of following, in any one year during the last five financial years

i.e ., 2010-2011 to 2014-15:

a) The firm should have carried out FMS activities in Rest house/ Guest

house/Hostel/Hotel/Hospital in Government/Public Sector/any Reputed

organizations/ Institutes in India.

b) The firm shall have undertaken at least 450 rooms or 2,43,000 Sft of Plinth area

or 1,86,000 Sft of carpet /floor area either in any one of Rest house/ Guest

house/Hostel/Hotel/Hospital or combination, but in not more than three

locations/premises (total 450 rooms or 2,43,000 Sft of Plinth area or 1,86,000 Sft of

carpet /floor area) as the case may be.

The experience in respect of completed works and ongoing works with minimum of

one (year) completion period will only be considered.

3.2 Financial Criteria

Shall submit relevant documents to meet the ‘Financial criteria’ of having

“Annual turnover not less than Rs.1050 Lakh in FMS related works in any one

year during last five financial years i.e ., 2010-2011 to 2014-15”

3.3 In house works / Self certification of works will be not accepted. Agreement copies

and work orders bill forms alone will also not be considered.

3.3.1 Valid Registration of firm with ESI & EPF and Central Excise for Service Tax.

3.3.2 Registration under Labour laws.

3.3.3 Permanent Account Number issued by Department of Income Tax.

Page 7: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 7 -

3.4 Documents Required

a) Brief description of the company/organization/firm including its structure and the

number of employees.

b) Name and complete address of the organization including branches if any.

c) Status of the organization: Proprietor/Partnership/Regd. Company.

d) The Experience Certificates shall be issued only by the competent authorities i.e.,

not less than the agreement concluding authority (copy of agreement shall be

enclosed).

e) Bankers and their Addresses.

f) Reference list of major clients with the contract details performed during the last

five years giving the nature and scope of services, method and technology

applied, manpower deployed, total value of the contract and other relevant details.

g) Completion certificate from the organizations for whom the service provider has

provided similar FMS along with scope and nature of FMS and contract value from

the Agreement Concluded Authority with the copy of Agreement. This is

mandatorily applicable for the works shown in the experience criteria. The details

shall also include payment received certificate and If necessary TTD can seek

Bank scrolls

h) Attested copies of Firm Registration Certificate, recent IT Assessment Order,

PAN/TIN Card, Service Tax Registration Certificate, PF and ESI Registration

Certificates.

i) Attested copies of Registration Certificate and License from the licensing officer

under Contract Labour (Regulation and Abolition) Act, 1970 to carry out FMS as

described earlier.

j) List of full-time key-employees with qualifications, experience (only senior &

middle management) and the number of years of service in the organization.

k) Attested copies of Income Statement and Balance Sheet of the firm/company and

Turnover from FMS activities for the last 5 (FIVE) years 2010-2011 to 2014-15)

l) List of equipment along with manufacturer details and number of units that will be

deployed for the work.

m) Declaration as detailed in Form – H.

4.0 SUBMISSION OF BID: 4.1 The Tender document shall be submitted in four Envelopes as detailed below and shall

be properly sealed:

Envelope 1:

The envelope shall be superscribed on the top of cover as “Technical bid”, shall

contain the following:

(a) Complete set of Tender documents (Technical Bid only and Financial bid shall not

be enclosed), duly filled in and signed by the tenderer on all pages (including Schedules

and Annexures) and copy of the minutes of the pre bid meeting duly signed by the

tenderer on all pages.

(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD)/BG obtained

from any scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,

TIRUPATI. Payable at Tirupati

E.M.D. : Rs. 21.00 Lakh ([Refer clause 5.0]) The date of DD/BG shall be on or after the date of advertisement only and on or before the last date of submission of tender document.

Page 8: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 8 -

(c) Tender document fee (if downloaded from Web site) by Demand Draft (DD)

obtained from any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER,

TTD, TIRUPATI and payable at Tirupati. The date of DD shall be in between the dates

on or after date of advertisement of this work and the last date for downloading the

tender document.

Envelope 2:

The envelope shall be superscribed as ‘Qualification of Tenderer’, complete set of

documents listed under 3.1, 3.2 and 3.4 under the caption qualification criteria with all

supporting documents duly filled in and signed by the tenderer on all pages. The

documents such as experience certificates, copies of agreement, financial turn over,

copies of PAN, Service tax registration, PF & ESI registration, etc., shall be submitted

along with proper attestations.

Envelope 3:

The envelope should be super scribed as “Financial bid (Price bid)”, Complete set of

Financial Bid (Price Bid) of the tender document.

Envelope 4:

The envelope should contains all the above three sealed envelopes and shall be

superscribed on top of the cover with the name of work and NIT No.

5. Earnest money deposit

Shall submit EMD of Rs.21.00 Lakh by Demand Draft/BG drawn from any scheduled

Bank drawn in favour of EXECUTIVE OFFICER, TTD, TIRUPATI along with the tender.

This shall be payable at Tirupati.

If TTD cancels the tender on any administrative reason the EMDs of all the tenderers

will be returned.

EMD will be forfeited in the event of any refusal or delay on the part of the

successful tenderer to accept the offer of award of work or sign and execute the

contract on acceptance of the firm’s tender. EMD shall also be liable for forfeiture in

case the contractor delays the commencement of work as per the contract. EMD of

unsuccessful tenderers will be returned after expiry of tender validity period or after

finalization of tenders whichever is earlier. EMD of successful tenderer will be

retained as security deposit.

The successful tenderer has to pay further EMD at the rate of 2.5 % of Tender

Contract Value, less the EMD already paid at the time of tender, by Demand

Draft/Bank Guarantee from any Scheduled bank approved by TTD drawn in favour

of E.O., TTD, Tirupati at the time of concluding the agreement and shall be valid for

a period of 36 months. Bank guarantee can also be given for full EMD. Once the BG

is submitted for full EMD on verification/confirmation of BG., the Demand draft/BG

submitted for EMD at the time of tender will be returned to the tenderer

The successful tenderer has also to pay an Additional Security Deposit of 2.5% of

the contract value over and above EMD in the form of Demand Draft or Bank

Guarantee from any Scheduled bank approved by TTD and shall be valid for a period

30 months in favour of Executive Officer, TTD.

Page 9: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 9 -

The department will retain from each payment due to the contractor at the rate of

5% from running bills until completion of the whole of the work. On satisfactory

completion of the whole work, the EMD, ASD & FSD will be refunded or the

corresponding bank guarantees will be released after the completion of the contract

period subject to the condition that the contractor hands over the furniture, fittings,

linen and other inventory of articles in good condition to the satisfaction of the

department and also on submission of NO DUE certificate from the concerned

departments.(However the EMD + FSD will not be released on or before 6 months

from the date of completion of Contract/Work).

Page 10: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 10 -

INSTRUCTIONS TO TENDERERS ..

Page 11: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 11 -

TABLE OF CONTENTS

1.0 GENERAL

1.1 Introduction

1.2 Confidentiality of Document

1.3 Cost of Bidding

1.4 Site Visit

2.0 TENDER DOCUMENT, CLARIFICATION AND AMENDMENT

2.1 Tender Document

2.2 Pre-Bid meeting and Clarification Requests by Tenderer

3.0 PREPARATION OF BIDS

3.1 Joint Venture / Consortium Bids

3.2 Language of Bid

3.3 Compliance to Tender Document Requirement

3.4 Unsolicited Post Tender Modifications

3.5 Documents Comprising the Bid

3. 6 Bid Prices

3.7 Currencies of Bid & Payment

3.8 Arrangement of Bid

3.9 Bid Validity

3.10 Earnest Money Deposit/ Bid Security

4.0 SUBMISSION OF BID

4.1 All Pages to be initialed

4.2 One Bid Per Tenderer

4.3 Date, Time & Place of Submission

5.0 BID OPENING AND EVALUATION

5.1 Opening of Envelopes 1 & 2 (Technical Bid)

5.2 Clarification & Additional Information

5.3 Opening of Envelope 3 (Price Part of Bid)

5.4 Evaluation and Comparison of Price/ Bid

5.5 Process to be confidential 5.6 TTD’s Right to accept or reject a bid

6.0 AWAR D OF WORK

7.0 Retired Government /TTD Officers

8.0 Abnormal Rates

Page 12: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 12 -

1.0 GENERAL

1.1 Introduction

Tirumala Tirupati Devasthanams (TTD) invites sealed tenders from

established and reputed professional firms/organizations/Individuals who are engaged and

having experience in Facilities Management Services (FMS) to express their interest to

provide "FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION

AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan,

Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”.

It shall be tenderer's responsibility to have thorough understanding of the

reference documents, work areas, site conditions and specifications included in the Tender

Document.

1.2 Confidentiality of Document

Tenderer shall treat the Tender Document and contents thereof as

confidential. If at any time, during the bid preparation stage. If tenderer

decides to decline to bid, all documents must be immediately returned to TTD.

1.3 Cost of Bidding

All direct and indirect costs associated with the preparation and submission of

bid (including clarification meetings and site visit, if any), shall be to the

Tenderer’s account and TTD will in no case be responsible or liable for those

costs, regardless of the conduct or outcome of the bidding process.

1.4 Site Visit

Tenderer is advised to visit and examine/ study the site and its conditions, its

surroundings and familiarize himself with the existing facilities and

environment, and collect all other vital information which he may require

for preparing and submitting the bid and entering in to the Contract. Claims

and objections due to ignorance of existing conditions or inadequacy of

information will not be considered after submission of the bid and during

implementation.

The site of Work is located at Tirumala, Andhra Pradesh. Any loss to the

property/ life of the workers /prospective tenderer due to prospective

tenderer’s negligence shall be the prospective tenderer’s responsibility.

Prospective tenderer shall keep TTD indemnified from any legal

consequences arising there from.

2.0 TENDER DOCUMENT, CLARIF ICATION AND AMENDMENT

2.1 Tender Document

The Tender Document shall consist of the following and should be read in

conjunction with any amendment issued subsequently.

i) Notice Inviting Tender (NIT).

ii) Instructions to Tenderers and its attachments.

iii) General Conditions of Contract and its Annexure.

iv) Technical Specifications / Standards, if any

v) Drawings, if any.

vi) Price Bid

Page 13: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 13 -

The Tenderer is expected to examine the Tender Document,

including all instructions, terms, specifications and drawings if any in the

Tender Document. Failure to furnish all information required as per the Tender

Document or submission of a bid not substantially responsive to the Tender

Document in every respect could result in rejection of the Bid.

Tender documents once issued are non-transferable in other name and

shall at all times remains the exclusive property of TTD with a license to the

Tenderer to use the Tender Documents for the limited purpose of submitting

the bid.

2.2 Pre bid meeting and Clarification Requests by Tenderer:

The details presented in this Tender Document have been compiled with all

reasonable and possible care. However, it is the Tenderer’s responsibility to

ensure that the information provided is adequate, clearly understood and it

includes all documents as per the Index.

Tenderer shall examine the Tender Document thoroughly in all respects and if

any conflict, contradiction, discrepancy, error or omission is observed,

Tenderer must request clarification in the pre-bid meeting.

Pre-bid meeting will be held at the Office of the Chief Engineer, TTD, Tirupati

on 01-07-2015 @ 4 PM. (IST). All the tenderers should attend the same duly

submitting their points in writing which require clarification. The queries

received within due date i.e., atleast 24 hours before Pre Bid meeting alone will

be considered. Clarifications furnished in the pre-bid meeting will be the part of

the bid document.

The minutes of the pre-bid meeting will be communicated by e-mail to all the

tenderers who participated in the pre-bid meeting. Also a copy of the same will

be published as corrigendum in the TTD web site www.tirumala.org. The

minutes of the pre-bid meeting shall be submitted along with bid document duly

signed in all pages, failing which, the tenders are liable for rejection. Not

attending the meeting, do not relieve the tenderers from the decisions taken at

the pre-bid meeting.

The response to queries / clarifications of the tenderers shall not form part of

Tender Document unless issued as an Amendment/Addendum.

3.0 PREPARATION OF BIDS

3.1 Joint Venture / Consortium Bids

Joint Venture / Consortium Bids are not acceptable.

3.2 Language of Bid

The Bid, all correspondence and documents relating to the bid, between

tenderer and TTD, shall be written in English language only. Any printed

literature furnished by Tenderer can be written in other language provided that

literature is accompanied by an authenticated English translation, in

which case for purpose of interpretation of the Bid, the English translation shall

govern. The Agreements/ Experience certificates if submitted in any other

language, then the authenticated translated English version also shall be

submitted. The authenticity of translation lies with the tenderer.

Page 14: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 14 -

3.3 Compliance to Tender Document Requirement

TTD expects Tenderer’s compliance to the requirements of Tender Document

without any deviation. Any Bid containing exceptions / deviations to the

following stipulations / conditions shall be liable for rejection:

(a) Time Schedule

(b) Scope of Work

(c) Scope of Supply

(d) Security Deposit

(e) Suspension of Works

(f) Force Majeure

(g) Arbitration

(h) Bill of Quantities (B.O.Q)

3.4 Unsolicited Post Tender Modifications

Tenderers are advised to quote as per terms and conditions of the

Tender Document and not to stipulate deviations/ exceptions. Once quoted,

the tenderer shall not make any subsequent price changes, whether

resulting or arising out of any technical/ clarifications and details

sought on any deviations, exceptions or stipulations mentioned in the

bid. Similarly, no revision in quoted price shall be allowed should the

deviations stipulated by him are not accepted by TTD and are required to

be withdrawn by him in favour of stipulation of the Tender

Document. Any unsolicited proposed price change will render the bid liable

for rejection.

3.5 Documents Comprising the Bid

Tenderer is required to make a Bid/ proposal in a format as outlined below in

order to achieve the objective of maintaining uniform proposal structure from

all the Tenderers:

i) The Bid should be prepared by the Tenderer and shall be submitted in

4 separate sealed envelopes:

a) Envelope – 1 - Technical Bid

b) Envelope – 2 - Qualification of Tenderer

c) Envelope – 3 - Financial Bid (Price Bid)

d) Envelope – 4 - This contains sealed envelopes 1,2,3

Envelope 1:

The envelope shall be superscribed on the top of cover as “Technical bid”, shall consists of

the following:

(a) Complete set of Tender documents (Technical Bid only), duly filled in and signed

by the tenderer on all pages (including Schedules and Annexures) (Price bid shall

not be enclosed)

(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD)/BG obtained

from any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,

TIRUPATI and payable at Tirupati.

EMD:- Rs. 21.00 Lakh

( c ). copy of the minutes of the pre bid meeting duly signed by the tenderer on all pages

Page 15: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 15 -

Tender document fee (if downloaded from Web site) by Demand Draft (DD) obtained from any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD, TIRUPATI payable at Tirupati.

Envelope 2

The envelope shall be super scribed as ‘Qualification of Tenderer’, Complete set of

documents listed under the caption qualification criteria of tenderer with all supporting

documents duly filled in and signed by the tenderer on all pages. The documents such as

experience certificates, copies of agreements, financial turn over, copies of PAN, Service

tax registration, PF & ESI registration, etc., shall be submitted along with proper

attestations.

Envelope 3

The envelope should be superscribed as “Financial bid (Price bid)”, Complete set of

Financial Bid (Price Bid) of the tender document .

Envelope 4

The envelope should contains all the above three sealed envelopes and shall be

superscribed on top of the cover with “the name of work.” and NIT No.

3.6 Bid Prices

Tenderer shall quote price after careful analysis of cost involved for the performance

of the work considering all parts of the Tender Document. In case any activity though

specifically not covered in description of item under BOQ but it is required to complete

the work as per scope of work, scope of supply, specifications, General Conditions of

Contract or any other part of Tender Document, the prices quoted shall be deemed to be

inclusive of cost incurred for such activity.

Prices quoted by the Tenderer, shall remain firm, fixed and valid until completion of the

Contract performance period and will not be subject to variation on any account except

as otherwise specifically provided in the Contract documents.

Tenderer shall quote/fill the rate in rupees in round figure (without any figure in decimal

i.e. paisa).

Alternative bids will not be considered.

3.6.1 Rates to be in figures and words

The tenderer should quote in English both in figures as well as in words the rates

and amounts tendered by him in the Bill of Quantities for each item and in such a way

that interpolation is not possible. The amount for each item should be worked out

and entered and requisite totals given of all items, both in figures and in words. The

tendered amount for the work shall be entered in the tender document and duly

signed by the tenderer.

3.6.2 Corrections and Erasures:

All corrections and alterations in the entries of the tender papers shall be signed

in full by the tenderer with date. No erasing or overwriting are permissible.

3.7 Currencies of Bid & Payment

Tenderers shall quote the prices in Indian Rupees only.

All payment to be made by TTD shall be made in Indian Rupees only.

Page 16: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 16 -

3.8 Arrangement of Bid

3.8.1 The b id shall be neatly arranged with consecutively numbered pages. It should

not contain any terms and conditions, which are not applicable to the bid. All documents

shall be properly indexed and flag marked for easy identification as per the

requirements of the Tender Document.

3.8.2 The bid and all details submitted by the Tenderer shall be signed and stamped

on each page by a person legally authorised to enter into agreement on behalf of

the Tenderer. Corrections/ alterations, if any shall also be signed by the same

person. Tenderer shall submit Power of Attorney in favour of the person who

signs the bid and subsequent submissions on behalf of the Tenderer.

The bid shall contain the name, residence and place of business of person or

persons making the tender and shall be signed by the Tenderer with his usual

signature. Partnership firms furnish the full names of all partners in the Bid. It

should be signed in the partnership name by all the partners or by duly

authorized representative followed by the name and designation of the person

signing. Bid by Corporation shall be signed by an authorized representative and

Power of Attorney on behalf of the Corporation shall accompany the Bid. A

copy of Partnership Deed in the case of partnership firm or Article of Association

in the case of limited company shall be furnished.

Transfer of Tender documents purchased by one intending Tenderer to another

is not permitted.

3.9 Bid Validity

3.9.1 Bid shall remain valid for acceptance for a period of 04 (FOUR ) months from the last

date of submission of the bid. The Tenderer shall not be entitled during the said period

to revoke or cancel his bid or to vary the bid except and to the extent required by TTD

in writing. In case of withdrawal of the bid during the bid validity period, EMD of such

tenderer shall be forfeited by TTD and also results in proscribing the tenderer from

participating in any TTD tenders for a period of 3 years.

3.9.2 TTD may request the tenderer for extension of the period of validity of bid. If the

tenderer agrees to the extension request, the validity of EMD/Bid Security shall also be

suitably extended. Tenderer may refuse the request for extension of bid validity

without forfeiting his EMD/Bid Security. However, tenderers agreeing to the request for

extension of validity of bid shall not be permitted to modify the bid because of

extension, unless specifically invited to do so.

3.10 Earnest Money Deposit / Bid Security

The bid must be accompanied by Earnest Money for the amount indicated in Notice

Inviting Bid in form of Bank Demand Draft/BG in favour of “The Executive Officer, TTD,

Tirupati payable at Tirupati from any Scheduled bank. The Demand Draft/BG towards

EMD can be initially for 3 months/6 months respectively and the same shall be extended

up to tender validity period as and when requested by TTD. EMD shall be submitted in

Envelope – 1 of the Bid. No interest shall be allowed on the Earnest Money Deposited

by the Tenderer. Any bid not accompanied by EMD (as stated above) and tender

document fee will be summarily rejected.

Page 17: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 17 -

The Earnest Money Deposit will be forfeited if the tenderer fails to deposit the

requisite security money and/ or fails to start the work within a period of 15 (Fifteen)

calendar days or fails to execute the agreement within 15 (Fifteen) days after the receipt

of letter of acceptance of tender or Letter of Acceptance.

If the Tenderer, after submission, revokes his bid or modifies the terms and

conditions thereof during the validity of his bid except where TTD has given opportunity to

do so, the earnest money shall be liable to be forfeited. TTD may at any time cancel or

withdraw the Invitation to Bid without assigning any reason and in such cases the earnest

money submitted by Tenderer will be returned to him.

EMD of unsuccessful tenderers will be refunded after expiry of tender validity period or

after finalization of tenders whichever is earlier. EMD of successful tenderer will be

retained as security deposit.

The successful tenderer has to pay further EMD at the rate of 2.5 % of Tender Contract

Value, less the EMD already paid at the time of tender, if EMD is paid by way of DD. If

EMD at the time of tender is paid by way of BG, the successful tenderer has to pay further

EMD at the rate of 2.5% of TCV, In either case the BG shall be obtained in favour of E.O.,

TTD, Tirupati drawn from any Scheduled bank approved by TTD and valid for a peripd of

36 months. This can be by DD also.

The successful tenderer has to pay an Additional Security Deposit of 2.5% of the

contract value over and above EMD in the form of Demand Draft or Bank Guarantee

from any scheduled bank approved by TTD valid for a period 30 months and drawn in

favour of Executive Officer, TTD within the time period indicated in General Conditions of

Contract. If the successful Tenderer fails or refuses to sign the agreement or fails to

furnish the further EMD and Security Deposit within the specified period, the earnest

money shall be forfeited without prejudice to his being liable to any further loss or

damage incurred in consequence to the action taken by TTD. EMD shall also be liable

for forfeiture in case the contractor delays the commencement of work as per the

contract.

The department will retain from each payment due to the contractor at the rate of

5% from running bills until completion of the whole of the work. On satisfactory

completion of the whole work, the EMD, ASD & FSD will be refunded or the

corresponding bank guarantees will be released after the completion of the contract

period subject to the condition that the contractor hands over the furniture, fittings, linen

and other inventory of articles in good condition to the satisfaction of the department and

also on submission of NO DUE certificates from the concerned departments. (However

the EMD + FSD will not be released on or before 6 months from the date of completion

of Contract/Work)

4.0 SUBMISSION OF BID

Bid must be submitted in original and as per details given in other clauses given

hereunder. The rates shall be filled in the BOQ given in the Tender documents.

Addenda to this tender document, if issued, must be signed and submitted along with

the Tender document.

4.1 All pages to be initialed

All the pages of the Tender document should be initialed by the Tenderer. All pages of

Tender documents shall be initialed or signed wherever required in the bid papers by

the Tenderer or by a person holding power of attorney authorizing him to sign on behalf

of the Tenderer before submission of Bid.

Page 18: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 18 -

4.2 One Bid per Tenderer

Tenderer shall submit only one bid comprising 4 Envelopes. A tenderer, who

submits or participates in more than one bid for a work will be disqualified.

4.3 Date, Time & Place of Submission

Bid must be submitted by the due date and time mentioned in the Notice Inviting Tender

or any extension thereof as duly notified in writing by TTD, in the office of Superintending

Engineer – II, Tirupati at the following address:

O/o Superintending Engineer – II,

TTD Administrative Building,

K.T.Road, Tirupati – 517 501

Tel No.: (0877) – 226 4328, 226 4389

9704678405, 9704678527

Fax : (0877) – 226 4455

4.4 Due to certain reasons, if the TTD office happens to be closed on the scheduled

stated date of tender submission or opening, the date and time will be extended to the

next working day.

4.5 Tender documents received after the due date will not be considered, but however

it will be returned made available to the respective contractor as unopened, at their

own cost and expenses. Tenders received after due date and time, on account of

any reasons whatsoever will be returned to tendered agency unopened.

Telegraphic tenders shall not be entertained.

5.0 BID OPENING

5.1 Opening of Envelopes 1 and 2 (Technical Bid)

Envelopes 1 and 2 will be opened prior to the opening of Envelope 3 (Price Bid)

by the TTD and the documents will be scrutinized. Technical Evaluation of the

tenderers will be done based on the details provided and documents submitted

in Envelopes 1 and 2 and independent confidential verification of the

performances of the tenderers clients by TTD.

5.2 Clarification & Additional Information in evaluation

Tenderers are requested to submit all the details/ documents in the first

instance itself so as to complete the evaluation. However, during evaluation, TTD

may request Tenderer for any clarification on the bid. However additional or

outstanding documents will not be entertained. The clarification requested by TTD

shall be furnished in 7 days from the date receipt of communication from TTD. The

clarification can be sought by e mail/FAX/RPAD. Any format shall be accepted.

5.3 Opening of Envelope – 3 (Price Part of Bid)

5.3.1 Envelope 3 of tenderers who are technically qualified and who have paid EMD

will be opened in the presence of the Tenderers or their authorized

representatives who choose to remain present in the office of the

Superintending Engineer-II, Tirumala Tirupati Devasthanams on the date to be

intimated after opening and evaluation of the technical bid.

Page 19: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 19 -

5.3.2 The bid offers are read out and the signatures of the Tenderers present are

taken in the bid opening register.

5.3.3 The Price Bid of the Unqualified Tenderers will not be opened and kept in safe

custody till the tenders are finalised and thereafter shall be returned to

tenderers concerned along with E.M.D.

5.3.4 Tenders shall be scrutinized in accordance with the conditions stipulated in the

Tender document. In case of any discrepancy of non-adherence Conditions the

Tender accepting authority shall record the same which will be binding both on

the tender Opening authority and the Tenderer. In case of any ambiguity, the

decision taken by the Tender Accepting Authority on tenders shall be final.

5.4 Evaluation and Comparison of Price Bids

All the qualified opened bids will be evaluated and the price bids of all the qualified

Tenderers will be compared.

A) The prices quoted by the Tenderers shall be checked for arithmetic correction, if

any, based on rate and amount filled in by the Tenderer in the SOR formats. If some

discrepancies are found between the rate/ amount given in words and figures, the total

amount shall be corrected as per the following procedure, which shall be binding

upon the Tenderer:

i) When the rate quoted by tenderer in figures and words tallies but the amount is

incorrect, the rate quoted by the Tenderer shall be taken as correct and amount

reworked.

ii) When there is difference between the rate in figures and words, the rate which

corresponds to the amount worked out by the Tenderer, shall be taken as correct.

iii) When it is not possible to ascertain the correct rate in the manner prescribed

above, the rate as quoted in words shall be adopted and amount reworked.

The price bids of the Tenderers shall be rejected if they do not quote rates for certain

items.

B) Negotiations at any level are strictly prohibited. However, good gesture rebate, if

offered by the lowest/lower/single tenderer as the case may be prior to finalization of

tenders may be accepted by the tender accepting authority.

Selection of Tenderer among the lowest & equally quoted tenderers will be in the

following order:

a) The tenderer whose turnover in similar works is highest will be selected.

b) Even if the above criteria is same for equally quoted tenderers, sealed quotations

will be obtained from them for revised offers and the lowest offer can be

considered.

5.5 Process to be Confidential

Information relating to the examination, clarification, evaluation and comparison

of Tenders and recommendations for the award of a contract shall not be disclosed to

Tenderers or any other persons not officially concerned with such process until the

award to the successful Tenderer has been announced by the tender accepting

authority. Any effort by a Tenderer to influence the processing of Tenders or award

decisions may result in the rejection of his Tender.

Page 20: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 20 -

No Tenderer shall contact any Officer or any authority concerned with

finalization of tenders on any matter relating to its Tender from the time of the Tender

opening to the time the Contract is awarded. If the Tenderer wishes to bring additional

information to the notice of the Superintending Engineer/ any concerned officer, it

should do so in writing.

Before recommending / accepting the tender, the tender recommending /

accepting authority shall have the right to verify the correctness of certificates

submitted to meet the eligibility criteria and specifically experience. The

authenticated agreements of previous works executed by the lowest tenderer can be

called for.

Tenders will be finalized by the TTD Board according to the powers vested

with them.

5.6 TTD Right to Accept or Reject a Bid

The right of acceptance of Bid will rest with TTD. However, TTD does not bind

itself to accept the lowest Bid and reserves itself the authority to reject any or all

the Bids received without assigning any reason whatsoever.

Bids in which any of the particulars and prescribed information is missing or

incomplete in any respect and/ or the prescribed conditions are not fulfilled are

liable to be rejected.

Canvassing in connection with Bids is strictly prohibited and Bids submitted

by the Tenderers who resort to canvassing shall be liable for rejection. Bid containing

uncalled for remarks or any additional conditions are liable to be rejected.

6.0 AWARD OF WORK

The Tenderer, whose bid is accepted by TTD, shall be issued Letter of Acceptance

by RPAD/ Fax/email prior to expiry of bid validity. Any format is to be accepted by

the successful tenderer.

TTD shall not be obliged to furnish any information/ clarification/explanation to

the unsuccessful tenderers as regards non-acceptance of their bids, except for refund

of EMD to unsuccessful tenderers. TTD shall correspond only with the successful

tenderer.

7.0 FIRMS INELIGIBLE TO TENDER

a. A retired officer of the Govt. of any State of India or Govt. of India or TTD is

disqualified from tendering for a period of two years from the date of retirement

without the prior permission of the respective Government /TTD.

b. The Tenderer who has employed any retired officer as mentioned above shall be

considered as an ineligible tenderer.

c. The contractor himself or any of his employees is found to be Gazetted Officer

who retired from Government/TTD Service and had not obtained permission from

the Government/TTD for accepting the contractor’s employment within a period of

2 years from the date of his retirement.

d. The Contractor or any of his employees is found at any time after award of

contract, to be such a person who had not obtained the permission of the

Government/TTD as aforesaid before submission of the tender or engagement in

the Contractor’s service.

Page 21: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 21 -

e. Contractor shall not be eligible to tender for works in the division / circle

where any of his near relatives are employed in the rank of Assistant Engineers or

Assistant Executive Engineers or Technical Officer and above on the Engineering

side and Divisional Accounts Officer/Superintendent and above on the

administrative side. The Contractor shall intimate the names of persons who are

working with him in any capacity or are subsequently employed. He shall also

furnish a list of Gazetted /Non-Gazetted cadre TTD Employees related to him.

Failure to furnish such information then the tenderer is liable to be removed from

the list of approved contractors and his contract is liable for cancellation.

8.0 ABNORMAL RATES

The Tenderer is expected to quote rate for each item after careful analysis of cost

involved for the performance of the completed item, considering all specifications and

conditions of contract. This will avoid loss of profit or gain in case of curtailment or

change of specification for any item. In case it is noticed that the rates quoted by the

Tenderer for any item are unusually high or unusually low it will be sufficient cause for

the rejection of the Bid unless TTD is convinced about the reasonableness of the rates

on scrutinizing the analysis for such rate to be furnished by the tenderer on demand.

Page 22: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 22 -

PROPOSAL FORMS

Page 23: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 23 -

TABLE OF CONTENTS

A. LETTER FORWARDING THE BID

B. INFORMATION ABOUT TENDERER

C. DETAILS OF SIMILAR PAST EXPERIENCE DURING LAST 5 YEARS

(2010-11 to 2014-15)

D. DETAILS OF PROPOSED MACHINERY

E. DETAILS OF ANNUAL TURNOVER DURING 2010-11 to 2014-15

F. DETAILS OF PROPOSED SITE ORGANISATION

G. CHECK LIST FOR SUBMISSION OF BID

H. DECLARATION BY THE TENDERER

I. DETAILS OF P.F. REGISTRATION

Page 24: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 24 -

FORM-A

COVERING LETTER FORWARDING THE BID LETTER FOR SUBMISSION OF BID

(To be submitted by tenderers on their letter head without any

modification)

Date : -------------------- To The Superintending Engineer – II, Tirumala Tirupati Devasthanams, TTD Administrative Building, K.T.Road, Tirupati – 517 501 Phone:(0877) – 226 4328, 226 4389 Mobile: 9704678405, 9704678527 Fax : (0877) – 226 4455

Our Ref. : ADV.No.09/TA/SE-II/TTD/TPT/2015-16

Tender Document No. _57/SE-II/TTD/2015-16 Name of work : "FACILITY MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION AND MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH, Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”.

Please find herewith our offer in line with requirement of TTD Tender Document. We confirm that: 1. Bid is in complete compliance with technical as well as requirements of

Tender document and there is no technical or deviation in the offer.

2. We understand that any technical or deviation in the offer shall render our offer liable for rejection.

3. We have enclosed following sealed envelopes with the Bid: Sealing is with proper adhesive tape at all the openings & joints.

a) Envelope – 1 b) Envelope – 2 c) Envelope – 3 d) Envelope – 4

4. The validity of the bid shall be 04 (Four) months from the last date of submission of Bid. We also accept for the extension of Demand Draft/BG for additional period after elapse of 3 months/6 months valid time of Demand Draft/BG respectively.

Tenderer’s Signature:

Name:

Seal :

Page 25: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 25 -

FORM-B INFORMATION ABOUT TENDERER

1.0

IN CASE OF INDIVIDUAL / ANY OTHER IDENTITY

1.1

Name of Business.

1.2

Whether his business is registered.

1.3 Date of commencement of business.

2.0 IN CASE OF PARTNERSHIP

2.1 Names of Partners

2.2 Whether the partnership is registered.

2.3

Date of registration of firm.

3.0 IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY LIMITED BY GUARANTEES

3.1

Amount of paid up capital

3.2

Name of Directors

3.3

Date of Registration of Company

4.0

Copies of the audited balance sheet of the tenderer for the last 5 years.( 2010-11 to 2014-15)

5 .0 GENERAL

5 .1 Income Tax PAN No.

5 .2

Provident Fund Registration No.

5 .3

Sales Tax Registration No.

5.4

Service Tax Registration No.

5.5

Copy of Acknowledgement of Income Tax returns for the last 5 years.

Signature of Tenderer

Page 26: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 26 -

FORM – C

DETAILS OF SIMILAR PAST EXPERIENCE DURING LAST 5 FINANCIAL YEARS (2010-2011 to 2014-15)

SL. NO. DESCRIPTION

OF WORK

POSTAL

ADDRESS OF

CLIENT & NAME

OF OFFICER IN

CHARGE

CONTRACT VALUE Rs.

STARTING DATE

COMPLETION

DATE

CONTRACT

PERIOD

WEATHER

COPY OF

CONTRACT/

COMP. CERT

SUBMITTED

REMARKS IF ANY

Note: Copies of work completion certificate(s) of above mentioned jobs should be submitted by the Tenderer along with this FORM.

SIGNATURE OF TENDERER : NAME OF TENDERER : TENDERER’S SEAL/STAMP :

Page 27: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 27 -

FORM –D

DETAILS OF PROPOSED MACHINERY

The Tenderer shall submit the details of the machinery proposed to be deployed in the following format

Sl. No.

Name of the Building / Location

MACHINERY TO BE PROVIDED(the makes shall be of standard companies and as approved by the Department)

ANY OTHER MACHINERY with

make

Remarks if any

TASKI swing 755E

Auto Scrubber or equivalent

TASKI ERGODISC

165/ Karcher or equivalent

make

Hot & Cold high pressure jet

cleaning machine of approved make

as decided by Dept.

Dry / Wet Vacuum

cleaner(VACUUMAT22

/22T or Equivalent)

Back pack vacuum cleaner

Steam machine

1

2

3

4

5

6

7

8

9

10

Note: The vacuum cleaners numbers shall be at least FIVE and other machinery shall be sufficient to maintain the standards prescribed in SOP, The

justification of numbers for each category may be furnished.

SIGNATURE OF TENDERER :

NAME OF TENDERER :

TENDERER’S SEAL/STAMP :

Page 28: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 28 -

FORM -E

DETAILS OF ANNUAL TURNOVER DURING THE Financial years 2010-2011 to 2014-15

The Tenderer shall submit the details of annual turnover during the last five financial years (2010-2011 to 2014-15). The turnover should be exclusively from FMS contracts only.

S.No. Year Annual Turnover in

similar works (in Rs.) Remarks if any

1 2010-2011

2 2011-2012

3 2012-2013

4 2013-2014

5 2014-2015

Note: Attested copies of Income Statement and Balance Sheet of the firm/company and Turnover shall be attached.

SIGNATURE OF TENDERER :

NAME OF TENDERER :

TENDERER’S SEAL/STAMP :

Page 29: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 29 -

FORM-F (Sheet 1 of 2)

DETAILS OF PROPOSED SITE ORGANIZATION

The tenderer shall submit on a separate sheet with details of site Office structure. Tenderer shall also furnish the bio -data of key personnel to

be deployed.

SIGNATURE OF TENDERER :

NAME OF TENDERER :

TENDERER’S SEAL/STAMP :

Page 30: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 30 -

FORM –F ( Sheet 2 of 2)

CURRICULAM VITAE

We hereby confirm that Qualification and Experience of STAFF DEPLOYED at site shall be in accordance with clause No. 1.10.2 in chapter – I of

General Conditions of Contract. Key Supervisory Personnel shall include the following:

i) Facility Supervisor

ii) Facility Manager

ii) Chief Facility Manager

SIGNATURE OF TENDERER :

NAME OF TENDERER :

TENDERER’S SEAL/STAMP :

Page 31: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 31 -

FORM-G CHECK LIST FOR SUBMISSION OF BID

The technical evaluation will be made as per the supporting documents

furnished by the bidders with reference to the eligibility prescribed. Evaluation

will be made as per eligibility criteria proposed for the work only and if

failed to meet the relevant eligibility criteria, the total bid will be

disqualified.

Tenderer is requested to fill this check list and ensure that all

details/documents have been furnished as called for in the Tender Document

along with duly filled in, signed & stamped checklist with "ENVELOPES”.

Evaluation Criteria : The tenderers will be evaluated and finalised to the lowest offer among the eligible bidders.

Agreement will be concluded accordingly.

Please tick the box and ensure compliance:

(A) UNDER SECTION – I

(A.1) Information about Tenderer as per FORM-B Submitted

Please tick the box and ensure compliance: (A.2) EMD/ BID SECURITY

Tenderer to confirm that EMD/ Bid Security have been submitted by them as per Tender Proforma. Submitted

(1) DD/BG (Valid for 3 months/6 months respectively)

DD /BGNo. Dated Bank name For Rs.

Original DD/BG shall be submitted along with original Bid.

(B) UNDER SECTION -2 (Proposal Forms)

(B.1) Past Experience as per FORM – C Submitted

(B.2) Power of Attorney in Favour of the person

who has signed the bid on stamp paper of Appropriate Value shall be

Submitted

(B.3) Partnership Deed in case of partnership firm

and Article of Association in case of limited company.

Submitted

(B.4) List of proposed machinery as per FORM-D

Submitted

Page 32: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 32 -

(B.5) Details of Annual Turnover 2010-11 to 2014-2015 as per FORM - E

Submitted

(B.6) Details of Proposed Site Organisation as per FORM - F

Submitted

(B.7) Declaration regarding PF as per FORM- I.

Submitted

C) UNDER SECTION - 3

(C.1) Declaration by Tenderer as per FORM – H submitted.

(C.2) Price Part i.e., Schedule of Rates in separate sealed envelope (Price Bid)

Submitted

(D) UNDER SECTION – 4

(D.1) Technical Details/ Documents specified in Technical Bid.

Submitted

(E) CONFIRM THE FOLLOWING

(E.1) All pages of the bid have been page numbered in sequential manner.

(E.2) Tender Document marked “Original”

Tender, Compliance Letter for Addendum/ Amendment, if any, has been submitted along with Bid, duly signed and stamped on each page

SIGNATURE OF TENDERER:

NAME OF TENDERER :

TENDERER’S SEAL/STAMP:

Page 33: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 33 -

FORM –H

DECLARATION BY THE TENDERER I / WE ………………………………………………………………. have gone through carefully all the Tender conditions and solemnly declare that I / we will abide by any penal action such as disqualification or black listing or determination of contract or any other action deemed fit, taken by, the Department against us, if it is found that the statements, documents, certificates produced by us are false / fabricated. I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in any department in Andhra Pradesh or in any State or in Central Govt or Government Organisations or TTD due to any reasons. SIGNATURE OF TENDERER:

NAME OF TENDERER :

TENDERER’S SEAL/STAM P:

Page 34: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 34 -

FORM –I

DETAILS OF P.F. REGISTRATION Tenderer to furnish details of Provident Fund Registration:

PF REGISTRATION NO. :

DISTRICT & STATE :

We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us in the present work (if awarded to us).

(SIGNATURE OF TENDERER) NAME OF TENDERER :

TENDERER’S SEAL/STAM P:

Page 35: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 35 -

GENERAL CONDITIONS

OF

CONTRACT

Page 36: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 36 -

DETAILED CONTENTS

1.

CHAPTER – I

SCOPE OF WORK/ SUPPLY, TIME SCHEDULE (FACTOR TO BE CONSIDERED FOR PRICING)

1.0, 1.1 General

1.2 Indicative List of work

1.3 General Conditions

1.4 Scope of Work

1.5 Co-ordination & inspection of Work

1.6 Activities excluded from scope of work

1.7 Quality Assurance

1.8 Scope of Supply

1.9 Time Schedule

1.10 Man Power

1.11 Penalty

1.12 Competent Authority for Decision

2.

CHAPTER – II

GENERAL OBLIGATIONS

2.1 Contractor to obtain his own information

2.2 Force Majeure

2.3 Termination of Contract

2.4 TTD not Bound by Personal Representation

2.5 If the Contractor Dies.

2.6 Notices

2.7 Bankruptcy

2.8 Patents, Royalties

2.9 Lien.

2.10 Publicity.

2.11 Schedule of Rates(Price Bid) to be Inclusive

2.12 Articles of value found

3. CHAPTER - III

CERTIFICATE AND PAYMENTS

3.1 Mobilisation advance.

3.2 Payment Terms.

3.3 Advances.

3.4 Compliance with all Statutory Requirements.

3.5 Performance / Completion Certificate.

Page 37: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 37 -

4.

CHAPTER - IV

TAXES & DUTIES

4.1 Taxes & Duties

4.2 Disputes and Differences

4.3 Jurisdiction

5. CHAPTER - V LABOUR LAWS AND SAFETY REGULATIONS

5.1 Labour Laws.

5.2 Contractor to Indemnify TTD.

5.3 Fair wage clause

5.4 Compliance to Labour Regulations

5.5 Salient Features of some major Labour Laws

5.6 Safety Regulations

ANNEXURES

Annexure-I (MATERIALS TO BE USED AND SOP)

Annexure-II ( SUBMISSION OF TENDER & proformas for BG towards EMD,Total EMD and ASD)

Annexure – III, IV, V , VI, VII

BILL OF QUANTITIES (FINANCIAL PROPOSAL)- Part-II

Page 38: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 38 -

SCOPE OF WORK/SUPPLY, TIME SCHEDULE AND FACTORS

TO BE CONSIDERED FOR PRICING

(CHAPTER – I)

General

1.0 The contractor is expected to take charge of the rest-houses/cottages and

surrounding areas in its present condition and provide facility management

services such that the rooms are provided to pilgrims in good condition. It is

the responsibility of the contractor to ensure that all rooms and common areas

are in good and usable condition.

1.1 The F.M.S. includes Cleaning of buildings, wash rooms (Wcs & bath rooms)

and surrounding areas including drains, roads (in and around) etc., by using

necessary machinery as applicable from time to time and area to area

1.2 Indicative List of Work

An indicative list of works (this is only indicative but not exhaustive)

that the contractor is expected to provide minimum in connection with

general maintenance and housekeeping and sanitation maintenance in

respect of all the Rest houses and cottages as noted below "FACILITY

MANAGEMENT SERVICES FOR HOUSE KEEPING, SANITATION AND

MAINTENANCE OF VSRH I & II, SPT, RBRH-I, II & III, SGRH,

Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North

Package) for 2015-17”.

1.3 GENERAL CONDITIONS:

It is the responsibility of the Reception department to record the defect as

and when noticed in the defect register. As and when defects arise and

rooms are kept under VR (vacant for repair), immediately without loss of

time, the TTD Reception Department in-charge of the Rest House shall

inform the defects to the FMS representative present in the rest house duly

handing over the keys of such rooms besides recording the defects in the

Defects Registers of various categories. The FMS representative shall rectify

them immediately and furnish compliance in the Defect Register. However,

for each and every checkout of all the rooms, the FMS Supervisor shall

mandatorily verify the room status and do attend the defects if any and

record in the checklist register to be maintained by the Contractor. If TTD

desires this shall also be done online by FMS contractor through the

computer net work (TTD will extended necessary computer net work).

1.3.1 Materials:

1. All the cleaning materials and consumables shall be of the best and

branded quality and of standard make and it should be got approved by

Engineer-in-charge, before use on the work. While using the materials,

adherence to the manufacturer’s instructions shall be maintained.

2. All the cleaning material required for the month shall be supplied by 5th of

every month. At any point of time, one month’s stock shall be maintained as

buffer in the main stores to face any exigencies. All the sub stores shall

maintain a month’s stock in itself.

3. Any deviation in the material quality & quantity as required will

invoke penalty as decided by the TTD. For proper maintenance, suitable

cleaning materials which are environment friendly, not harmful to human

and TTD’s property, should be used. The tenderer shall be committed to

use only environmental friendly and safe cleaning supports. All materials

to be used shall be known to be safe and does not pose any risk to user

or the surface or materials such as cots/beds/linen/porcelain/any

fixtures. Any additional conformities w.r.t. European codes and

American codes will also be insisted based on compatibility and

requirement.

Page 39: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 39 -

4. The contractor has to replace all bed-spreads, pillow covers, Towels

(wherever applicable only ) buckets, mugs & water jugs at the time of taking

over contract with new ones at their cost as approved by Engineer-in-charge.

5. The Contractor shall provide new dustbins of approved variety inside the

rooms (two bins of different colours per each room). Also, the contractor

shall procure and provide big size duel system dust bins (separately for Bio

degradable & non-Bio degradable) of 100-120 litres Capacity (with top lid) in

common areas like verandahs, Kalyanakattas, etc., as specified in the

Annexure-VI & VII. The contractor shall replace all damaged dust bins with

new ones as and when required at their cost. The contractor shall ensure to

collect the garbage in bio-degradable and non-biodegradable forms

separately. The contractor shall provide necessary liners /covers

(biodegradable) for dust bins daily. On filling up of cover/liner provided, it

shall be closed and removed from the dust bin immediately and new

liner/cover shall be provided.

6. The filled in cover/liner collected separately for bio-degradable and non-

biodegradable garbage shall be disposed at specified point as per the

directions of the TTD from where there will be collected by the health

department of TTD.

7. The contractor shall ensure collection of garbage in duel system through

Bio degradable collection bags only. The rates quoted shall be inclusive

of all the above.

8. The contractor shall replace buckets/mugs/ water jugs as and when they

are damaged and needs replacement. The contractor also shall see that

the buckets, mugs, water jugs etc., shall not form fungus/scales etc., if

found the above shall be replaced.

9. The contractor is expected to check all water taps at the time of taking

over of facility management job and replace the same with same make or

better make in case of defect and keep adequate inventory of taps and

other consumables. The agency has to check all the Joinery/Inventory

before taking possession of the site. For any short fall by the earlier FMS

agency, the cost thereon will be recovered from the deposits/bills. The

new agency has to provide the same and continue with the operations.

The cost of such newly fixed materials will be paid extra as per SSR in

force or in cost of non SSR items, the same will be scrutinized based on

established procedure and as approved by Chief Engineer,TTD.

10. The contractor shall made available adequate labour force round the

clock.

11. The contractor shall bring 6000 nos. (approximately) of new foot mats

every 2 months of approved design and quality as shown in Annexures VI

& VII at their cost and provide one at the entrance of the main door and

one at the entrance of every bath room in each and every room. The

above stock mentioned shall be verified by the Engineer in charge and

necessary recovery will be done if any shortfall occurs.

Page 40: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 40 -

12. The contractor should hand over all the T&P articles to the next agency

/TTD as per the directions of TTD after completion of contract and obtain

necessary NOC from the concerned persons/firm/Department.

13. Initially, the contractor shall bring three sets of new bed spreads and six

sets of pillow covers for each bed & pillow respectively of 100% cotton

BOMBAY DYEING/ TRIDENT /WELSPUN /MOHANDAS ARJUNDAS

make of approved design and quality at their cost and use the same for

rolling over- one in the room, one in moving, one in washing. However

pillow covers will be six for one pillow, with two for moving, two in rooms

and two in washing. The bed spreads and pillow covers of above

specified makes shall be of thread count as 40 and above. This is

minimum requirement, however model will be decided based on the

availability in the company and in any case the bed spreads/pillow covers

to be used shall be as specified above or higher grade in specification.

The contractor/firm should obtain prior approval of the samples well in

advance and procure quickly, so as to use the new linen from the start

date of contract. After completion of every twelve months (one year)

duration, the contractor shall procure another three sets of new bed

spreads and six sets of pillow covers of 100% cotton BOMBAY

DYEING/ TRIDENT /WELSPUN /MOHANDAS ARJUNDAS of approved

design and quality at their cost and use on the job. The bed spreads and

pillow covers shall have a prominent printing of Tirumala Tirupati

Devasthanams, year & month of Procurement, and name of FMS agency.

The linen shall also contain a tag showing both YEARS and months

of procurement. (For 2015 & 2016) Further the old bed spreads and

pillow covers shall be returned to DPW Stores,TTD after every 12 months

usage as advised by TTD. Similarly new turkey towels (If applicable) are

to be procured and maintained as indicated in Annexure VI & VII. The

size of towels should not be less than 32” x 72” (81 x182 cm ) with weight

not less than 800 GSM. The towels arrangement is only in the applicable

areas.

14. The contractor/firm is requested to maintain a buffer stock of 15% of the

quantity of bed sheets, pillow covers and towels in stores as reserve over

and above 3 sets of bed spreads, 6 sets of pillow covers for each cot.

This buffer stock shall be maintained throughout contract duration to meet

the exigencies. As and when buffer stock linen is consumed , equivalent

numbers shall be replenished, so that 15 % stock shall always be

maintained and this should be utilized in case of exigencies on approval

by the department. i.e in the case of fading, spots/stains on bed sheets,

holes in clothes, tearing of clothes etc.,

15. No washing of linen will be permitted at Tirumala. The contractor shall

carry the soiled linen to Tirupati and get them washed with good quality

detergents (TTD approved & good branded detergents) in good

conditioned approved washing machines and then shall be processed in

calendaring machines in hygienic conditions & then press them with

pressing equipment at their respective laundry. The tenderer shall use

suitable quality water and the contractor shall apply suitable whiteners for

cleaning the linen items and bring back for use in cottages/rest houses. If

Page 41: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 41 -

16. on any day the contractor fails to supply the washed and pressed linen

then the linen will be got washed from open market and triple the cost

thereon will be recovered from the contractor bills. The cost quoted shall

be inclusive of transportation cost, washing, calendaring & pressing and

other incidental charges. During the course of House Keeping contract, if

three sets of Bed spreads /six sets of specified Pillow covers/towels are

found to be insufficient due to delay in washing etc., the contractor shall

procure and use more number of bed spreads,Towels (where applicable)

and pillow covers to ensure that the bed spreads, pillow covers and

Towels (Where ever applicable) shall be changed for each and every

checkout of all the rooms without any extra claims. If the

bedspreads/pillow covers/Towels are spoiled or damaged even within 12

month spell, then the same should be replaced with new sets without any

extra cost and damaged should be destroyed in the presence of

Engineer-in-charge.

17. The following laundry machinery and chemicals furnished hereunder

which are for guidance during the course of washing

Laundry machines and Chemicals:

Company

Company :

MILNOR/MAYTAG/UNIMAC,

KANNEGIESSER (washing &

extraction)

Capacity of machines

Capacity of machines:100 kgs

or more of required numbers

to ensure daily washing of the

linen.

Weight of the pillow covers 120 to 150 gms (aprox) each Weight of blankets/Bed sheets 450 gms (aprox) each Chemicals required

Spotting Kit

of ECOLAB or Diversey make or

equivalent in liquid chemicals

as directed by the department

Regular Chemicals

of ECOLAB or Diversey make or

equivalent in liquid chemicals

as directed by the department

.

The firm is requested to use the same machinery/equivalent for effective

washing of linen. The washing shall be as per the manufacturer’s directions and

as directed by the department. The weight/volume of the chemical to be used will

be as per the strict guidelines of the manufacturer’s manual and as directed by

the department. The deployment of washing machines and driers shall be

justified with reference to number of machines, time required for each cycle,

capacity of each machine and volumes to be handled.

Laundry Procedures

Basic steps of the collection, conveyance, washing & pressing of linen:

Page 42: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 42 -

i. Collecting soiled linen:

The FMS workers should note that while they remove linen from rest rooms

heavily stained linen shall be separated and keep them separate, so as to

treat in the laundry for spotting/stain removal (It does not get mixed with the

other linen).

ii. Transporting soiled linen to the laundry:

Keep the linen off the floors and away from the cart wheels. Soiled damp

linen should be washed promptly and not allowed to sit in carts or chutes for

long periods (mold and mildew could grow).

iii. Sorting:

The washer should wear gloves when handling soiled linen. All linen should

be opened up fully to look for stains and to shake out for any loose items/soils

wrapped up in the linen. Then linen shall be sorted out by load type and by

degree of soiling.

iv. Washer Loading:

Load the washing unit not exceeding the rated loading duly weighing the

soiled linen. Ensure not to over fill the machine as wash will suffer. The

manufacture’s guidelines shall be followed.

v. Washing:

Select the appropriate washing machine program for the type of load in the

washer and also select the appropriate dispenser program number. Stagger

the starting times of the washers at least 2 to 5 minutes.

vi. Extracting:

Extractor shall be operated for sufficient time in each cycle so as to ensure

that the linen should be only slightly damp after the wash cycle is completed.

vii. Drying:

Dry the linen as soon as the washing is finished. Do not mix different load

types in the dryer. Do not over dry linen. Use a cool down tumbling period to

minimize wrinkles. Do not leave linen in the dryer overnight. Lint filters should

be cleaned for every cycle or as specified by the manufacturer.

viii. Finishing/ironing:

Feed linen at the proper moisture level only through flatwork ironers. Keep

the ironer clean and do not iron dirty linen.

ix. Folding:

Linen should be folded immediately after ironing to minimize wrinkles. While

folding linen with stains, excessive wear or tears is to be sorted out for

additional treatment or disposal and consequent replacement with new linen.

x. Storing:

The linen may be rest for a day before using. This will increase linen life and

decrease wrinkles.

xi. Transferring linen to Rest houses:

Keep the clean and folded linen off the floor. Does not jam a stack of linen into the

room attendant carts or on to shelves (may tear or wrinkle them)

NOTE: The white linen will be checked for its reflective index at random and it

shall not be less than 85% when the linen is checked with digital reflecto-meter.

If, the reflective index is less than 85%, the white linen will be rejected and will

not be considered as fit for usage. The contractor has to ensure that the work will

not suffer for want of white linen (Reflective index not below 85%) if necessary by

rewashing or procuring new white linen at his cost, failing which suitable penalty will

be imposed.

Page 43: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 43 -

Xii Miscellaneous

Keep an adequate supply of rugs in laundry and on the room attendant carts,

so that workers will not be tempted to use good linen where they may be

ruined. Cleaning rugs should always be sorted from rest linen and washed

separately.

Keep the floor of the laundry swept to discourage ants from being attracted to

pieces of food dropped from the linen during sorting.

18. The Department will supply the woolen blankets, curtains, sofa covers in the

applicable areas and the same shall be washed, pressed, folded and maintained

by the contractor

19. At the cessation of the contract, the contractor shall hand over all the linen to

TTD for disposal.

1.3.2 Electrical:

1. Separate qualified & experienced electricians, AC mechanics etc., shall be

engaged for each shift separately.

2. The electrical materials to be replaced on defect shall be as approved by

the Engineer-in-charge.

3. The defects noticed or noted in the register shall be rectified immediately.

4. Until the monitoring cell takes a decision to replace the existing electrical

appliance with new one, the agency shall take up necessary repairs and

maintain the same in working condition without causing any inconvenience

to the pilgrims.

5. The agency shall maintain a minimum stock of 10% of all electrical

materials, such as tube lamps, PL lamps, LED bulbs incandescent lamps,

chokes, starters, 6A to 20 A FT switches/ sockets, geyser heating

elements, thermostats, condensers, compressors, new fans, new geysers,

new stabilizers etc., as per the TTD approved list of materials.

6. All Goods conveyed from Tirupati to Tirumala shall be brought by raising

invoice duly mentioning the particulars of the materials & quantity and

necessary permission shall be obtained for conveying the materials from

Engineering department of TTD.

7. It is the accountability of the Reception department to record the electrical

defect in the defect register as and when noticed. The same shall be

rectified by the house keeping firm.

8. The agency shall engage sufficient staff in 3 shifts and the staff shall be

made available in 3 shifts round the clock.

9. The building with all the fixtures & furnishings shall be handed over by the

department in working condition to the agency. After cessation of the

contract, the agency should hand over back the same in good condition.

Page 44: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 44 -

10. The firm shall take all safety precautions with necessary safety

accessories. For accidental risks such as electrical shocks, accidents etc.,

while on duty, it is the risk and responsibility of the agency and for which

the agency shall take all preventive steps. Agency shall also take up

preventive maintenance.

11. Any electrical defect within the building has to be rectified within 8 hours.

12. Buffer stock of fans,geysers and AC compressors shall be maintained at

5% . For rest of the electrical consumables and spare items 10% buffer

stock shall be maintained. List of approved brands of water

supply,sanitary and electrical items is enclosed. However replacement of

any fittings fixture shall be with original model/brand and make only or of

approved as decided by TTD.

1.4 SCOPE OF WORK:

1. HEALTH DEPARTMENT ACTIVITIES:

The job includes housekeeping and sanitation using necessary machinery

which includes the cost of materials for clean, hygienic and tidy

maintenance including detergents, general purpose cleaners, cleaner

disinfectants, spray cleaners, glass cleaners, mops, cobweb and fan

cleaners, floor squeezes, deck scrubbing brushes, doodle bug scrubber,

nylon machine pads, hand dust pans, cleaning chemicals, deodorants,

insecticides etc.

Cleaning of buildings including wash rooms (both + wc), rooms, common

areas etc., and cleaning of inside and premises of the buildings/ cottages.

a) Daily activities:

(i) Rooms including toilets, verandah cleaning shall be carried out after every

check out using appropriate machinery, manual means and chemicals. In

addition, it shall be carried out whenever the pilgrims request to do so

during their stay in the rooms. The agency shall provide hand gloves/shoes

etc., to the workers those who are working in bath/toilets where the

cleanliness is prime important.

(ii) Rooms shall be cleaned as per SOP immediately after checkout without

losing any time and made ready before the arrival of next pilgrim party. For

achieving this, sufficient work force shall be engaged and if necessary

crack teams shall be maintained to face any emergency.

(iii) Cleaning of dust on all furniture like tables, cots, sofas, chairs etc.,

(iv) Cleaning of all types of drains connected to the buildings and surface drains.

(v) Sweeping, moping of interiors of the building including halls, corridors,

lounges, staircases etc.

(vi) Daily sweeping and cleaning of surrounding premises outside the Rest

House/ cottages including roads, drains etc., Daily cleaning of sunshades,

portico roofs and to dump the waste material at the collection point as

directed by the department.

(vii) Immediate removal of choking/ blocking of drains, manholes, sanitary out

lets etc.,

Page 45: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 45 -

(viii) Cleaning and maintenance of all dust bins. The garbage collected in the dust

bins shall be deposited at the place specified by the TTD, with in the

compound/ outside the rest house. The TTD will make arrangement to

convey the same.

(ix) Once in daily or once in every checkout and in between as and when the

dust bins are filled up except in case of any wastage emitting bad smell the

same shall be cleared immediately. Cleaning shall be as and when required

to maintain the bench marks and conditions specified in tender schedules.

In addition additional cleaning shall be carried out whenever TTD/Pilgrim

demands.

b) Periodical activities as per standard operating procedure (SOP) at

Annexure-I: - (periodicity shall be as directed by the Engineer-in-charge).

(i) Vacuum cleaning of room walls, furniture, carpets, upholstery, dormitories, doors

and windows, inside and outside cobweb removal etc., at periodical intervals.

(ii) Vacuum cleaning of all air-conditioned spaces, carpets, sofas, curtains, etc.

(iii) Cleaning of floor areas by using scrubbers with necessary cleaning material.

(iv) Terraces cleaning and disposal of garbage to the specified point.

(v) Periodical disinfection using approved sprays etc., to control ants, cockroaches,

mosquitoes, bed bugs, flies, mosquitoes. No Bugs/ Flies/ Ants/Mosquitoes shall be

present.

(vi) Monthly bed bugs removal shall be taken up intensively. Necessary specified

agency also shall be engaged based on the necessity .

2. RECEPTION ACTIVITIES:

The job includes linen changing duly washing with appropriate detergents

(powder/Liquid) (as directed by department), calendaring and pressing (ironing)

etc., filling drinking water in water jugs etc.

a) Daily activities:

(i) Linen such as bed spreads, pillow covers, Towels (wherever applicable only ) etc.,

shall be changed with washed, calendared & pressed ones after every checkout

of each and every room. The linen shall be washed cleanly by the firm duly

removing stains etc., including pressing and changing after every checkout.

(ii) The washing, calendaring & Pressing (ironing) of Linen shall be to the entire

satisfaction of TTD administration.

(iii) Rooms shall be cleaned as per SOP immediately after checkout without losing any

time and made ready before the arrival of next pilgrim party. For achieving this,

sufficient work force shall be engaged and if necessary crack teams shall be

maintained to face any emergency.

b) Periodical Activities:

(i) Washing, calendaring (ironing) and pressing of curtains once in a month with

date tag.

(ii) Dry washing of woolen blankets once in a month with date tag.

(iii) The washing, calendaring, Pressing (ironing) shall be to the entire

satisfaction of TTD administration.

Page 46: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 46 -

3. CIVIL ENGINEERING ACTIVITIES:

This job mainly includes minor repairs pertaining to all civil, sanitary,

plumbing, carpentry etc., including necessary spares, nails, screws, etc.

a) Daily activities:

(i) Immediate repairs pertaining to plumbing, carpentry and masonry (including cost

of materials and labour) such as replacement of hardware fixtures, broken

glasses, taps, nylon pipes, small GI pipes/CPVC pipes, waste water pipes and

specials inside the bath rooms and civil patch works.

(ii) Carryout all kinds of repairs of civil, sanitary, water works, carpentry immediately,

which includes replacement of taps, fixtures of joinery ( for doors & windows,

ventilators etc.,) with necessary cost of materials and tools and labour etc., The

materials used shall be as approved by the Engineer-in-charge.

(iii) Replacement of mirrors, broken glasses of windows, ventilators with design as

approved by the Engineer-in-charge.

(iv) Replacement of nylon pipes of wash basins and geysers spares of flush tanks,

grating plates etc.,

(v) Cleaning of spit marks on walls by water jet cleaning and painting with the same

colour where ever necessary as directed by the Engineer-in-charge.

b) Periodical activities: (Once in a week unless otherwise specifically mentioned

against each item)

(i) Dusting, wiping and cleaning of all doors, windows, fittings, Venetian blinds, glass

panels etc.,

(ii) Cleaning of all electrical equipment and fixtures, fans, light fittings, coolers,

refrigerators, geysers etc.,

(iii) Dusting and cleaning of crevices, corner of roofs, wall surfaces, pipe lines etc.,

(iv) Cleaning of water drain pipes, roofs, sunshades, wall surfaces inside and outside

using vacuum cleaners.

(v) Cleaning of ceramic / glazed/marble/granite tiles inside rooms, bath rooms,

toilets, verandahs etc., with machinery and chemicals etc.,

(vi) Cleaning of over head tank and sumps located in the premises of the building

(Once in a month).

(vii) Cleaning, maintaining of name boards, direction boards neatly.

4. ELECTRICAL DEPARTMENT ACTIVITIES:

The job includes cleaning, repairs and maintenance of water coolers, Air

conditioners, storage water heaters, fans, tube lights, CFLs, LED lamps ordinary

lights, bells, switches, exhaust fans, Air circulators etc.

a) Daily activities:

(i) Recording all fuse off calls/defects and others that occur in the order of sequence

with the time of occurrence correctly and recording them in a separate register for

ACs, water coolers, storage water heaters, electrical fixtures such as chokes,

bulbs, switches, sockets, angular holders, ceiling roses etc., and to attend them

immediately.

Page 47: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 47 -

(ii) Repairs and maintenance of water coolers, fans, Air conditioners, Refrigerators

etc., such as replacement of relays, capacitors, fan blades, drain pipes, blowers,

fan motors, charging of gas, compressors, stabilizers and other necessary repairs

etc., to keep them in good working condition duly recording in the defect register,

including cost of spares, labour and tools etc., The spares used shall be as

approved by the department.

(iii) Repair of water heaters by replacing heating element, thermostat, indicator, pipe

connections etc.

(iv) Replacement of burnt out lights & light fixtures, lamps, chokes, starters, switches,

sockets, isolators, MCBs, calling bells/buzzers etc.,

(v) Rewinding of ceiling fans, wall mounting fans & exhaust fans etc.,

(vi) Operation of lifts by engaging lift operators including regular cleaning (Excluding

lift repair & maintenance) (wherever applicable).

b) Periodical activities

(i) Cleaning of fans, all electrical fixtures, water coolers, Air conditioners,

Refrigerators etc., (weekly once).

(ii) The agency shall perform periodical maintenance to all the Air Conditioners

and Geysers, once in 3 months and submit a report to that effect.

5. MASS CLEANING OF COTTAGES/ROOMS:

Annual Brahmotsavams is a grand fete conducted by TTD every year. For

this the entire Tirumala will be spruced up in a befitting manner. As a part

of FMS activity macro and micro level cleaning and defect rectification shall

be taken up enmass and the cottages/rooms shall be kept neat and tidy.

For this, the agency shall provide sufficient men and procure sufficient

cleaning material, other spares etc., before proceeding for the Mass

cleaning Programme, without hindrance to the routine housekeeping

services. In the mass cleaning acitivity intensive and special drive shall be

taken up for bed bugs eradication. Any deviation in this activity will attract

heavy penalties as proposed by the Engineer in charge. No separate

payment will be made extra, the tenderer has to factorise this while quoting.

1.5 COORDINATION AND INSPECTION OF WORK:

The Coordination and inspection of the day-to -day work under the

contract shall be the responsibility of the Contractor/ Firm. However, the

TTD’s or its authorized representative shall have the authority to inspect the

work regularly and give observations / instructions, if any, to the Contractor.

In case of any disagreement between the Contractor and the TTD on the

performance level of FMS / its personnel, the matter shall be discussed

and resolved through discussions. The written instructions regarding

any particular job will normally be passed by the TTD or i ts authorized

representative. A work order book shall be maintained by the Contractor for

each section in which the aforesaid written instructions will be entered. These

will be signed by the Contractor or his authorized representative by way of

acknowledgement within 4 hours. This shall be in addition to instructions or

orders issued in writing by the TTD.

1.6 Activities excluded from the scope of work:

1) Replacement of damaged doors, windows and other joinery (As judged by

the department & the decision will be binding on the contractor).

Page 48: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 48 -

2) Replacement of damaged water closets, wash basins, flush tanks and

urinals.

3) Replacement of all down fall pipes, Sanitary pipes and specials replacement

of total damaged water supply and sanitary lines, manholes, etc.,

4) Replacement of condemned water coolers, ACs, Water Heaters, light fittings

(Except lights) and fans etc. The condemned equipment status will be as

defined by the Engineer in charge. The decision will be binding on the

contractor.

5) Repairs/maintenance of all external (outside of the cottages/ Rest Houses)

electrical cables, lines, appliances etc.

6) Repairs and maintenance of all external sanitary/sewage lines/manholes,

etc.,

7) Maintenance of lifts (wherever applicable) (except operators).

8) Replacement of damaged tops of Cots and repairs to the cots. However the

minor gaps in between the plywood and wooden frames shall be filled up by

the FMS contractor periodically to arrest the bedbugs and insects etc.,

9) Repairs/Maintenance of M.S. Ornamental grills for door, windows,

verandahs, etc.

10) All kinds of leakages of roofs, walls, etc.

11) Dismantled debris disposal of surrounding cottages/Rest houses.

12) Replacement of damaged domes/ chandeliers & decoration lights inside

rooms/ common areas (except replacement of lights, tubes).

13) Repairs and replacement of Rexene/cloth covers to the Sofa sets, dining

tables and dressing tables provided in Rest Houses.

14) Major Repairs to all kinds of floorings and wall claddings.

15) Replacement of damaged mosquito nets.

16) Replacement of old electrical wiring with new one and old cabling work with

new ones.

17) Repairs and maintenance of external electrical lines/units (outside of

cottages/Rest houses).

18) Providing of new woolen rugs.

19) Repairs and replacement of all sanitary and water supply lines outside the

building and cottages.

20) Repairs and maintenance of water purifying systems including lines, taps,

etc.,

21) Repairs and maintenance of solar water supply system and its pipeline

(excluding taps inside the bath rooms and common points).

22) Repairs and maintenance of distributor boards, panel boards, pillar boxes

(inside or outside).

23) Maintenance of lawns & landscaping.

24) Providing security /watch guard.

25) Repairs/replacement of ACP cladding, Structural glazing works.

26) Inside concealed water supply line replacement or repair.

Note: If any unforeseen defect occurs and if it is not covered under FMS scope of

work, the EE shall intimate in writing to the concerned HOD/HOS of

concerned department for rectification duly specifying that the defect

mentioned is not in the FMS scope of work.

Page 49: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 49 -

1.7 Quality Assurance

Detailed quality assurance programme to be followed for the execution of

Contract under various divisions of works shall be mutually discussed and

agreed to. The Contractor shall establish, document and maintain an

effective quality assurance system. Quality Assurance System and

plans/procedures of the Contractor shall be furnished in the form of a QA

manual. This document should cover details of the personnel responsible for

the quality assurance and plans or procedures to be followed for quality

control. The quality assurance system should indicate organizational

approach for quality control and quality assurance at all stages of work at

site. Specialised personnel shall be available round the clock and if a person

is multi trade specialist also it will be acceptable, however one person cannot

be treated as an expert in more than two fields/trades The specialization and

the capacity of the personnel deployed shall be to the satisfaction of the

department.TTD reserves the right to inspect/witness, review any or all

stages of work at site as deemed necessary for quality assurance.

1.7.1 Inspections/Surveys on performance

It is expected that the Contractor shall provide high quality facility management

services subject to conditions laid down in this document, the contractor is free

to use equipment, manpower and material at appropriate level (subject to TTD’s

approval). Payment claims under contract will be entertained ONLY when the

performance of services is found to be satisfactory. The house keeping works

are to be carried out in such a manner that all premises always look neat and

clean.

In addition to the regular inspections by FMS/ Reception wings, the

performance will be periodically checked surprisingly by the team of officers

constituted by the Superintending Engineer concerned or other authorities i.e.,

CE/JEO/EO of TTD based on certain objective criteria as detailed in Annexure

– III which are decided to measure level of performance and the

contractor/agency has to abide by these criteria. These are as follows:

a) Shine level, presence of dust, stains, spillage of water or other liquids, plaque

formation on corners, water closets, wash basins, urinals, on floors, tiles,

walls, doors, windows, bird droppings on exposed areas etc.,

b) Dust on grills or cobwebs at any place etc.,

c) Finger or palm marks, dust and stain on glass panes of windows or doors and

mirrors.

d) Dirt marks, dust, dryness or odour in wash basin, WC seats, floors etc., in

toilets / bathrooms.

e) Linen availability as per norms.

f) Linen cleanliness, free from marks and stains.

g) Cleanliness of Building surrounding areas.

h) Cleanliness of dust bins in rooms and in corridors.

However, the TTD reserves the right of modifying the procedures/methods for

inspections/surveys on performance and decision of TTD is final in assessing

the performance of agency.

Page 50: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 50 -

1.7.2 Some of the house keeping workers should be trained for service man’s

job because the scope of work includes the unclogging of soil /water

pipes, drains, floor traps, gulley traps, manholes etc. The work shall be

strictly carried out as per the directions of TTD Engineers and prescribed

standards with required tools and plants. Some times TTD may organize

the training programmes for FMS workers/supervisors at Tirupati or

Chennai and training will be provided free of cost. However the contractor

has to arrange for their transport, accommodation as well as boarding at

contractor’s cost.

1.7.3 The contractor / agency shall ensure that water and electricity shall be

used judiciously without wasting. Any negligence noticed in wastage of

Power/water will result in stringent penalties

1.8 SCOPE OF SUPPLY

All materials, equipment, consumables etc. required for successful

completion of the works and though not speci f ica l ly men t io ned also

shall be supplied by the Contractor at their sole cost and expense.

Only the materials, which are specified as Free Issue OR supplied by

TTD, shall be supplied/issued by TTD and all other materials shall be

supplied by the Contractor at their cost. No separate reimbursement will

be made for any materials/consumables, transport cost toll gate fee etc.,

1.9 TIME SCHEDULE

Initially the contract agreement is for 02 (Two) years which can be

extended further for a period of one year, at the discretion of the TTD, on

the same terms depending upon the Contractor’s performance which

shall be reviewed at the end of each year. However, TTD reserves the

right to rescind the contract agreement at any time by giving 1 (One)

month notice if the services of the Contractor are not found

satisfactory or up to the standards at any stage or it is found that Tenderer

has secured the contract through fraudulent means or documents,

information based on which the bid of the successful tenderer has been

accepted or non- fulfillment of any other serious obligation on the part of

the Contractor as per provision of tender/contract. The decision of TTD

in respect of above will be final in this regard.

1.10 Manpower

a. Normally the contractor is suggested to follow the following shift timings for

smooth running of the job. 1st shift- 5AM to 1PM; 2nd shift- 1PM to 9PM; 3rd

shift (during night) - 9PM to 5AM. However the department can change the

shift pattern for better results during the tenure of contract.

b. The Contractor shall ensure to employ adequate experienced man power

(excluding weekly-offs) to provide satisfactory services. The contractor shall

employ workers/ technicians/ supervisory staff with necessary provision for

weekly offs as per labour rules and acts, without claiming any extra

payment. Hence, the contractors are advised to inspect the areas and quote

their rates accordingly. The contractor shall, make his own arrangements for

the engagement of all the staff and labour, local or otherwise and for their

payment, housing, feeding and transport.

Page 51: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 51 -

c. Labour importation and amenities to labour and contractor’s staff shall be to

the contractor’s account. His quoted amount shall include the expenditure

towards importation of labour amenities to labour and staff. The contractor

shall quote taking into consideration the minimum wages to be paid from

time to time.

d. It is also advised to engage the labour force from in and around Tirupati.

e. The workers engaged must be compulsorily from HINDU religion only

and should not indulge / involve in any other activities which are

detrimental to the interests of TTD. At the beginning of the contract,

the agency shall administer Oath, as per the proforma furnished by

TTD, to all the workers, to the effect that all the workers belong to

Hindu religion and have faith in Lord Venkateswara. All the oath

papers shall be got signed by the workers and a copy shall be

submitted to TTD, duly keeping another copy with the agency.

f. The tenderer is informed that the TTD will not provide any accommodation

for their workers or staff and they will not be permitted to stay at Tirumala

after their shifts are completed. It is the responsibility of the Contractor/

Firm to make arrangements for transportation to his/ their workers/ staff

Uniforms/Identity cards and other Supplies

The cost of uniform, ID cards, and other items required for due fulfillment of

duties shall be borne by the contractor. TTD shall not pay any extra charges

to the Contractor against these items which are required for performing

proper & efficient working. However the model of uniform shall be got

approved from TTD. The firm should provide 3 pairs (Pant & Shirt / Saree &

Blouse/ Apron) of uniform to their workers. It is the responsibility of the firm

to issue necessary instructions to their workers/Technicians/Supervisors

under their control to wear the uniform regularly. The engaged man power /

Labour shall have experience in the related field.

NOTE: The firm shall employ preferably only male workers/male supervisors for

night shifts.

1.10.1 Checks & Supervision

The Contractor shall ensure that its employees perform their duties

efficiently by exercising frequent surprise checks and by appointing sufficient

supervisory staff as felt necessary by TTD. In case it is found that any

damage has occurred due to negligence, ignorance or not performing the

duty by the personnel of the Agency, all the losses so occurred to TTD

property shall be recovered from the amounts payable to the contractor and

his security deposits. The contractor shall maintain all

registers/records/checklists in the rooms as per the directions of T.T.D. and

submit daily/ periodical reports as directed by the T.T.D. Based on TTD

directions the contractor personnel have to upload the details in the TTD

computers provided in work place.

1.10.2 Facility Manager/Supervisor

Contractor shall employ and post experienced and qualified Supervisors

(with SSC qualification and an experience of 2 years in FMS field), Facility

Manager (with degree qualification & minimum 3 years experience in FMS

field) and Chief Facility Manager (with degree with 5 years experience) for

proper supervision, coordination and monitoring the work in the premises.

Page 52: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 52 -

They should be easily accessible at any time. The TTD reserves the right to

require change of a person if the person posted is not found to be efficient

and his services are not satisfactorily.

1.10.3 Indemnity

The contractor shall keep TTD indemnified against claims towards costs

and expenses as may be incurred by the TTD in connection with any

claim that may be made by any workmen of the contractor. The

Contractor shall also execute an indemnity bond in favour of TTD in the

approved format, in this regard.

1.10.4 Discipline

Employee(s) / labourers engaged/deputed for the subject job by the

contractor shall maintain punctuality and discipline. Any misconduct /

misbehavior on the part of the manpower deployed by the Contractor

shall not be tolerated and such persons shall have to be replaced by

the Contractor at its own costs, risks and responsibilities immediately,

w ith written intimation to the TTD. However, TTD may at any time

instruct to remove undesirable staff of the Service provider at TTD’s

sole discretion.

1.10.5 Prohibition

The Contractor shall ensure that its employee(s) / labourers refrain from

smoking / consuming alcohol and other intoxicating substances or

carrying any inflammable substances etc., inside / outside the premises,

while on duty and further, the contractor shall ensure to follow the rules

and regulations as enforced by TTD organization from time to time.

1.10.6 All the work force including supervisory staff shall be shuffled from one

place to another place, once in a quarter, within the jurisdiction, to

ensure that there is no slackness in discharging duties, by virtue of

their stagnation for longer duration at one place. Compliance to this

effect shall be reported to TTD once in a quarter.

1.10.7 Mobilization Time

Lead-time of fifteen (15) days shall be given to the Contractor for

deployment of personnel to the site. Immediately after mobilization, the

Contractor will be required to setup a store in the premises, wherein

material will be provided by contractor as per the advice and

recommendation of the TTD. However, relevant record is to be maintained

by the Contractor for inspection of TTD at any time. The Contractor shall

advice TTD from time to time regarding reordering level of material in the

store, which shall depend upon frequency of consumption.

1.10.8 Action against damage to TTD’s property

Any damage caused to the premises/interiors of the building while

performing the contract, due to negligence of the Contractor’s manpower,

shall be made good immediately at his own cost or shall be recovered from

the running/pending bills of the Contractor. In this regard the decision of

TTD shall be final. The Contractor shall strictly adhere to the statutory

regulations viz., Minimum Wages Act, PF Act, ESI scheme, Insurance &

other regulations covering labour contract. In TTD the strikes are banned

and the staff of the contractor also shall not go in for strike on whatever is

the cause. If there is any incident of this nature then the contractor shall

Page 53: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 53 -

take tough action against his erring employees/workers. TTD will also be

tough on the contractors if there are any incidences of strikes in the

contractor’s organization at Tirumala. The contractor will be solely

responsible for the inconvenience caused to pilgrims and TTD in the

absence of any services to be rendered to TTD on account of the

agreement due to the resorting of strikes/protest/dharna by his workers.

In case of any injury is caused while the agency is carrying out its job, it

is the responsibility of the Contractor to attend to the need of the

aggrieved and the TTD will stand indemnified against any

claims/damages / compensation.

1.10.9 Accommodation for Storage of Materials

The Department will provide one half cottage on usual rental basis for office

purpose and for accommodation of the Supervisory staff. In each area, one

small room will be provided for local store purpose free of cost. The

Department will provide one store for storing washed/ soiled linen,

consumables, machinery etc., free of cost.

1.10.10 Land for Residential Accommodation

It will not be possible for TTD to provide land for residential

accommodation for staff and labour of the Contractor. Contractor will have

to make his own arrangement at his cost.

1.11 Penalty

1.11.1 While TTD recognizes the good work of the contractor, it will also

impose tougher penalties for services not up to the standard.

Timely completion of the routine jobs and attending promptly to the

complaints are the core issues in providing prompt services.

Necessary Records / Registers are to be maintained for logging the

activities as suggested by TTD. In case of default/delay in carrying

out the services and due to which the rooms are kept under break

down then the deduction as given under would be made.

Nature of work

Expected

to be

Completed

within

Penalty per day

after expiry of the

expected time to be

completed

Clearing Drainage congestion -inside

building or outside building(major problem in

the nature)

1day Double the rent of

the affected

rooms/cottages

/suites rent subject

to a minimum of

Rs.2000/-

Replacement/Repair of electrical and

Plumbing items under the scope of work and

any other kind of defects covered under the

scope of this contract.

1 day

-do-

Also the following penalties will be imposed by the department on noticing of short

falls/non satisfactorily maintenance.

Page 54: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 54 -

(a) Not carrying out of any FMS activity such

as cleaning, mopping, changing of Linen,

delay/ failure to attend the defects of the

electrical fixtures including ACs, tap/flush

tank leakages, geyser pipe leakage, water

closet cleaning, improper washing, pressing

of linen and any other connected activities

such as cobweb cleaning etc., in the

rooms/toilets to the satisfactory levels of the

department. Improper cleaning or not

cleaning the terrace fully or partly.

For each

observation

by any

authorized

TTD officer

on duty

Rs 1000-/- to

Rs 5,000-/- based

on the gravity of non

performance as

assessed by TTD

(b) Failure to attend the FMS activity such as

cleaning, mopping of room and changing of

Linen etc., on time, immediately after

checkout and before arrival of the pilgrim

party

….do….. Rs 1000-/- to

per each instance

(c) Not carrying out of any FMS activity in the

verandahs, corridors, common areas,

delay/failure to attend the defects of

electrical fixtures in the verandahs, corridors,

common areas etc., not maintaining of

sufficient dust bins, improper mopping of the

floor, non-functioning of the electrical fixtures

and any other connected activities in the

verandahs, corridors, common areas etc., to

the satisfactory levels of the department.

….do…..

Rs 1000-/- to

Rs 5,000-/- based

on the gravity of non

performance as

assessed by TTD

Surrounding outside areas:-

(d) Not carrying out of any FMS activity

outside areas which includes non sweeping

and non maintenance of cleanliness to the

satisfactory levels of the department.

….do….. ….do…..

Not wearing of identity cards/ Uniforms by

any worker/technician/supervisors ….do…..

Rs 500-/- per

instance per worker

In addition to the above the officer in-charge inspects the stores at random and

noticing inadequate stock of consumables maintenance materials may impose

suitable penalty subject to the higher of Rs.10,000/- or the value of deficient stock

per instance.

In addition to this the quality control reports will also be taken into consideration

for imposing necessary penalties. Further if any TTD senior officer/reception

department/Health department/Electrical department/ Srivari sevakulu or pilgrims

complain on maintenance then suitable penalties (Based on the gravity of the non-

performance) will be imposed as per the conditions of the rooms/surroundings.

If the VR of rooms (reasons other than FMS) arises at less than 5% of rooms

(rounded of lower integer) in any slice on any given day recovery will not effected

towards proportionate services cost. In case when VR of rooms (due to reasons

other than FMS) is 5% and more the proportionate recovery will be effected for

entire non attending area.

Page 55: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 55 -

It is, therefore, essential that the contractor should maintain sufficient stock of

frequently used materials, machines at site and keep proper inventory/records.

Levy of compensation as above shall not absolve the contractor from his

overall responsibilities. Further, suitable penalties will be imposed as

compensation towards non-completion of the routine activities indicated in

the scope of work by the Engineer-in-charge. Superintending Engineer

concerned or such other authority designated by TTD shall be the final

authority for decision in such matters which cannot be challenged.

The Contractor has to provide excellent services with devotion to TTD. TTD will

closely monitor and recognize such services and to that extent an appreciation

letter will be issued to the firm.

1.12 COMPETENT AUTHORITY FOR DECISION

It shall be accepted as an inseparable part of the contract that in

matters regarding competency, efficiency, conduct and behavior, the

decision of the Officer of TTD who has signed the contract, shall be

final and binding on the contractor in all such matters.

Page 56: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 56 -

GENERAL OBLIGATIONS

(CHAPTER – II)

2.1 CONTRACTOR TO OBTAIN HIS OWN INFORMATION

The Contractor in quoting his rate shall for all purposes whatsoever is deemed to

have himself independently obtained all necessary information for the purpose

of preparing his tender. The correctness of the details, given in the Tender

Document to help the Contractor to make up the tender, is not guaranteed.

The Contractor shall be deemed to have examined the contract

documents, to have generally obtained his own information in all matters

whatsoever that might affect carrying out the works at the scheduled rates and

to have satisfied himself to the sufficiency of his tender.

Any error in description or quantity or any other aspect in scheduled rates or

omissions there from shall not vitiate the contract or release the Contractor

from executing the work comprised in the contract according to drawings if any

and specifications at the scheduled rates. He is deemed to know the scope,

nature and magnitude of the work and the requirement of materials and labour

and the type of work involved etc. and as to what all he has to do to complete the

works in accordance with the contract documents whatever be the defects,

omissions or errors that may be found in the Contract Documents. The

Contractor shall be deemed to have visited the surroundings and to have satisfied

himself as to the nature of all existing structures, if any, and also as to the

nature and condition of the Railways, roads bridges and culverts, means of

transport and communications whether by land, water or air and as to possible

interruptions, there to and the access and egrees from the site to have made

enquiries, examined and satisfied himself as to the sites for obtaining requ i red

materials to perform the work satisfactorily as per the agreed terms, the sites

for disposal of surplus materials, the available accommodation as to

whatever required as depots and such other buildings as may be necessary

for executing and completing the works, to have made local independent

enquiries as to the variations thereof, storms, prevailing winds, climatic

conditions and all other similar matters affecting these works. The Contractor is

deemed to have acquainted as to its liability for payment of Government taxes,

customs duty, service tax, VAT, works contract tax and other charges. The

Contractor is deemed to have acquainted as to its liability for payment of

Government taxes, customs duty and other charges and minimum wages (as

amended from time to time) to his staff.

Any neglect or failure on the part of the Contractor in obtaining necessary

and reliable information upon the foregoing or any other matters affecting the

contract shall not relieve him from any risks or liabilities or the entire

responsibility from completion of the works at the schedule rates and time in strict

accordance with the contract documents.

No verbal agreement or inference from conversation with any officer or employee

of TTD either before or after the execution of the Contract Agreement shall in

any way affect or modify any of the terms of obligations herein contained.

Page 57: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 57 -

2.2 FORCE MAJEURE

Any delay in or failure of performance of either party hereto shall not

constitute default hereunder or give to any claims for damages if and to

the extent such delays or failure of performance is caused by

occurrence such as Acts of God or the public enemy; expropriation

or confiscation of facilities by Government authorities, compliance with

any order or request of any Governmental authority, acts of way,

rebellion or sabotage or damage resulting there from, fires, floods,

explosion, riots or illegal strikes(not of the tenderer’s staff). The Contractor

shall keep record of the circumstances referred to above which are

responsible for causing delays in the completion of work and bring these to

the notice of the TTD immediately.

2.3 TERMINATION OF CONTRACT

Termination:

The Department may terminate the Contract if the contractor causes a

fundamental breach of the Contract. Fundamental breaches of Contract include,

but shall not be limited to the following.

a) The Contractor stops work for 6 hours when no stoppage of work is shown on the

current program and the stoppage has not been authorised by the Engineer-in-

Charge.

b) The Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation.

c) The Engineer-in-Charge gives Notice that failure to attend the complaints/ defects

is a fundamental breach of Contract and the Contractor fails to correct it within a

reasonable period of time determined by the Engineer-in-Charge.

d) The Contractor does not maintain a security which is required.

e) If the contractor, in the judgment of the Department has engaged in corrupt or

fraudulent practices in competing for or in the executing the contract.

For the purpose of this paragraph: “corrupt practice” means the offering, giving,

receiving or soliciting of anything of value to influence the action of a public

official in the procurement process or in contract execution. “Fraudulent

practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment to the TTD and includes

collusive practice among Tenderers (prior to or after Tender submission)

designed to establish Tender prices at artificial non-competitive levels and to

deprive the TTD of the benefits of free and open competition/transparency.

Page 58: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 58 -

Notwithstanding the above the Department may terminate the contract for

convenience.

If the Contract is terminated, the Contractor shall stop work immediately, make

the Site safe and secured and leave the Site as soon as reasonably possible.

2.4 TTD NOT BOUND BY PERSONAL REPRESENTATION

The Contractor shall not be entitled to any increase on the schedule of rates

or any other right or claim whatsoever by reason of any representation,

explanation or statement on alleged representation, promise or guarantees

given or alleged to have been given to him by any person unless otherwise

covered under the agreement.

2.5 IF THE CONTRACTOR DIES

Without prejudice to any of the rights or remedies under this contract, if the

contractor dies, TTD shall have the option of terminating the contract

without compensation to the Contractor .

2.6 NOTICES

Any notice hereunder may be served on the Contractor or his duly authorized

representative at the job site or may be served by registered, e - mail, FAX

direct to the address furnished by the Contractor. Proof of issue by TTD of

any such notice would be conclusive of the contractor having been duly

informed of all contents therein. 2.7 BANKRUPTCY If a petition of bankruptcy be filled by or against the Contractor , TTD may, at

its opinion, and within sixty days of the filling of such petition cancel this

contract and agreement provisions contained in Clause 2.3 above shall apply

in such a case. 2.8 PATENTS, ROYALTIES The Contractor, if licensed under and patent covering equipment,

machinery, materials compositions of matter to be used or supplied or

methods and process to be practised or employed in the performance of

this contract, agrees to pay all royalties and license fees which may be due

with respect thereto. If any equipment, machinery, materials, composition of

matters to be used or supplied or methods and processes to be practised or

employed in the performance of this contract is covered by a patent,

then the Contractor, before supplying or using the equipment, machinery,

materials, composition, methods or process shall obtain such licenses and pay

such royalties and license fees as may be necessary for performances of this

contract. In event the Contractor fails to pay any such royalty or obtain any

such license, any suit for infringement of such patents which is brought

Page 59: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 59 -

against the Contractor or TTD as a result of such failure will be defended by

the Contractor at his own expense and the Contractor will pay any damage

and costs awarded in such suit. The Contractor shall promptly notify TTD if the

Contractor has acquired knowledge of any plant under which a suit for

infringement could be reasonably brought because of the use by TTD of

any equipment, machinery, materials, composition, process, methods to

the supplied hereunder.

All drawings, tracings, reproducible, models, plans, specifications and

copies thereof furnished by TTD as well as all drawings, tracings,

reproducible, plans, specifications, design, calculations etc., prepared by

the Contractor for the purposes of execution of work covered in or

connected with this contract shall be the property of TTD and shall not be

used for any other work but are to be delivered to TTD on the completion of

the contract.

Where so desired by TTD , the Contractor agrees to respect the

secrecy of any documents, drawings etc., issued to him for the execution of

this contract, and restrict access to such documents, drawings etc. to the

minimum and further, the Contractor agrees to execute an individual

SECRECY agreement from each or any person employed by the

Contractor having access to such documents, drawings etc. In any event

the Contractor shall not issue drawings and documents to any other agency or

individual without the written approval by TTD.

2.9 LIEN

If, at any time, there should be evidence of any lien or claim for which TTD

might have become liable and which is chargeable to the Contractor, TTD

shall have the right to retain out of any payment then due or thereafter

becomes due an amount sufficient to completely indemnify TTD against

such lien or claim and if such lien or claim be valid TTD may pay and

discharge the same and deduct the amount so paid from any money which

may be or may become due and payable to the Contractor. If any lien

or claim remaining unsatisfied after all payments are made, the Contractor

shall refund or pay to TTD all moneys that the latter may be compelled to

pay in-discharging such lien or claim including all costs and reasonable

expenses.

The final payment shall not become due until the Contractor delivers to

the TTD as complete release or waiver of all liens arising or which may arise

out of this agreement or receipts in full or certification by the Contractor

in a form approved by TTD that all invoices for labour, materials and

services have been paid in lieu thereof and if required by the TTD in any

case, an affidavit that so far as the Contractor has knowledge or

information the releases and receipts include all the labour and material for

which a lien could be filled.

Page 60: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 60 -

Contractor will indemnify and hold TTD harmless for a period of two years

after the issue of final certificate from all liens and other encumbrances

against TTD on account of debts or claims alleged to be due from the

Contractor or his sub-Contractor to any person including sub-Contractors

and on behalf of TTD will defend at his own expenses any claim or

litigation in connection therewith Contractor shall defend or contest at his

own expense any fresh claim or litigation brought against TTD or the

Contractor by person including even after the expiry of two years from the

date of issue of final certificate.

Contractor shall indemnify and save harmless TTD from and against all

actions, suits, proceedings, losses, costs damages, charges, claims and

demands of every nature and description brought or recovered against TTD

by reason of any act or omission of the Contractor , his agents or

employees in the execution of the work or in regarding the same. All sums

payable by way of compensation under any of these conditions shall

be considered as reasonable compensation to be applied to the use

of TTD without references to the actual loss or damage sustained and

whether or not any damage shall have been sustained.

2.10 P UBLICITY:

Contractor shall not disclose details of the work to any person or

persons except those engaged in its performance and only to the extent

required for the particular portion of the work being done.

Contractor will not give any items concerning details of the work to the

press or a news dissemination agency without prior written approval from

TTD. Contractor shall not take any picture on site without specific written

approval of TTD representative.

2.11 Schedule of Rates (Price Bid)

All the rates to be furnished in the tender shall be inclusive of all Labour,

machinery and material charges including all duties, wages to be hiked from

time to time, service tax, VAT, works contract tax other taxes if any, toll gate

fee at Alipiri tollgate. No extra claim what so ever on any of these accounts

will be entertained.

2.12 ARTICLES OF VALUE FOUND

All gold, silver and other minerals of any description and all precious stones,

coins, treasure, relics, antiquities and other similar things which shall be

found in, under or upon the site shall be the property of T T D and the

Contractor shall only preserve the same to the satisfaction of the TTD

and shall from time to time deliver the same to such person or persons

indicated by the TTD.

Page 61: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 61 -

CERTIFICATE AND PAYMENTS

(CHAP TER – III)

3.1 MOBILISATION ADVANCE

No mobilization advance shall be paid for the subject work.

3.2 Payment Terms

The bill shall be prepared by the contractor in the form prescribed by TTD on

monthly basis after completion of month after deducting necessary TDS,

taxes, retention money etc., The bill, in proper form, must be duly

accompanied by details of work carried out in that month and must show

deduction for all previous payment. Under any circumstances the contractor

has to pay the regular monthly wages to the workers by 1st of every month

without fail and without waiting for bills from TTD. And also after satisfactory

production of relevant details such as proof towards payment of salaries ,

EPF,ESI,etc., payment will be arranged to the contractor within 15 days.

The FMS evaluation committee will meet once in a month or more based

on the necessity and reviews the performance of the agency. Based on

the recommendations of the FMS evaluation committee the payment

will be released after deducting the fines imposed and other recoveries.

The performance report submitted by the surprise inspection team

shall also be mandatorily taken into account by the FMS Evaluation

Committee while making payment. The performance of FMS agency will

be evaluated based on all the reports submitted by Surprise Inspection

Teams in a month on percentage basis as monthly average

performance Index as detailed in Annexure-V and the following

recoveries will be made in addition to usual penalties of FMS team.

Sl.No. Proposed Range of MAPI Proposed recovery

1 85 % and above Full payment

2 Above 80 % up to 85 % 5%

3 Above 75 % upto 80% 10%

4 Above 70% upto to 75% 15%

5 Above 65% upto 70% 20%

6 Above 60% upto 65% 25%

7 Above 55% upot 60% 30%

8 Above 50% upto 55% 35%

9 Above 40% upto 50% 50%

10 Less than 40% No payment

11 MAPI of the firm is less than 40%, 2

times in a year

TTD reserves the right

to determine the

contract duly

forfeiting the deposits

and the work done

but not paid also.

Page 62: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 62 -

If the grading of the firm is less than 40%, no payment will be made

for the services rendered and necessary show cause notice will be

issued to the firm to improve their performance or face the

termination with all the penal conditions as per the agreement.

If the grading of the firm is less than 40% for two times in a year then

the TTD will determine the contract duly forfeiting the deposits and

the work done but not paid also.

3.3 Advances:

Request for making advance payment on any ground shall not be entertained.

3.4 Compliance with all statutory requirements:

The Contractor shall comply with all statutory requirements prescribed by the

local as well as State/Central government authorities from time to time and

submit a monthly report along with all the required proof of compliance to the

employer along with the monthly invoice. The contractor shall produce all the

relevant statutory documents for inspection by the employer and the

government authorities.

3.5 PERFORMANCE/ COMPLETION CERTIFICATE

3.5.1 Application for Performance/Completion Certificate:

When the Contractor fulfills his obligation under the Contract he shall be

eligible to apply for performance / completion certificate.

TTD shall issue to the Contractor the performance/completion certificate

within three months after receiving an application in writing from Contractor

after verifying from the completion documents and satisfying himself that

the work/service has been completed in accordance with the contract

documents.

Page 63: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 63 -

TAXES & DUTIES

(CHAPTER – IV)

4.1 Taxes & Duties

(1) The prices shall be inclusive of all taxes and levies including Service Tax

as applicable from time to time. (shall be inclusive of applicable local

body/State & Central Govt Taxes & duties)

(2) The taxes quoted should include applicable VAT/ sales Tax/ Service Tax

etc., duties and any other levy attracted to the items applicable from time

to time. No extra taxes & duties will be paid apart from the amount

quoted. TTD will not reimburse any of the taxes paid by the tenderer

during the tenure of the contract.TTD shall be authorized to deduct any

tax as applicable from the bidder.

(3) Deduction of all statutory and necessary Tax from each bill will be made

as per Government Orders prevailing at the time of payment. Necessary

tax deduction certificate will be issued by TTD on demand by the

contractor.

4.2 DISPUTES & DIFFERENCES

Decision of the TTD regarding performance of contract, levy of

compensation for Delay etc., and payments for contract work of extra

work done shall be final and binding on the contractor. However, any

dispute arising out of this contract can be referred to Arbitration as per

Indian Arbitration and Conciliation Act 1996.

4.3 JURISDICTION

For the purpose of the notice inviting tender for facility management

services, acceptance of tender and its finalization and agreement, shall be

deemed to have taken place within the state of ANDHRA PRADESH and

the courts in ANDHRA PRADESH shall have jurisdiction over the matters

arising under or out of this agreement.

5.4 Tollgate at Alipiri: The contractor has to pay the necessary tollgate fee at Alipiri, Tirupati, for conveyance of materials, machinery, vehicles, linen conveyance van etc., to Tirumala as applicable. The contractor has to quote their rates accordingly.

5.5 Insurance:

a) The Contractor shall provide, in the joint names of the Department and the contractor, insurance cover from the Start Date to the end of the Defects Liability Period i.e., 12 months after completion for the following events which are due to the Contractor’s risks.

i) loss of or damage to the Works, and Materials; ii) loss of or damage to the Equipment; iii) loss of or damage of property in connection with the Contract; and iv) personal injury or death of persons employed for contract.

Page 64: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 64 -

b) Policies and certificates of insurance shall be delivered by the Contractor to the Engineer-in-charge at the time of concluding Agreement. All such insurance shall provide for compensation to be payable to rectify the loss or damage incurred.

i) The contractor shall furnish insurance policy in force in accordance

with proposal furnished in the Tender and approved by the Department for concluding the agreement.

ii) The contractor shall also pay regularly the subsequent insurance premium and produce necessary receipt and policy to the Engineer-in-Charge, well in advance.

iii) In case of failure to act in the above said manner, the department will pay the premium and the same will be recovered with penalty from the Contractor’s payments.

c) Alterations to the terms of insurance shall not be made without the approval of the Engineer-in-Charge.

LABOUR LAWS AND SAFETY REGULATIONS

(CHAPTER – V)

5.1 LABOUR LAWS

i) No staff below the age of 18 (eighteen) years shall be employed on

the work.

ii) The Contractor shall not pay less than what is provided under law

to personnel engaged by him or his sub Contractors on this

work, for work done other than on item rates basis.

iii) The Contractor shall at his expenses comply with all labour laws

and keep the TTD indemnified in respect thereof.

iv) The Contractor shall exclusively be liable for non -compliance of

the provision of any Acts, laws, rules and regulations having

bearing over engagement of labour / workers(s), directly or

indirectly for subject work under this Contract.

5.2 CONTRACTOR TO INDEMNIFY TTD

i) The Contractor shall indemnify TTD and every member, officer

and employee of TTD , claims, demands, costs and expenses

whatsoever arising out of any failure by the Contractor in the

performance of the obligations on relevant labour laws, Acts,

regulations, etc. and under the contract documents. TTD shall not

be liable for or in respect of any demand or compensation

payable by law in respect or in consequence of any accident or

injury to any workmen or other person in the employment of the

Contractor or his sub-Contractor. The Contractor shall indemnify

and keep indemnified TTD against all such damages and

compensation and against all claims, damages, proceedings,

costs, charges and expenses whatsoever in respect thereof or in

relation thereto.

Page 65: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 65 -

ii) The Contractor shall undertake to indemnify TTD against all

actions, suits, proceedings, claims, losses, damages etc., which

may arise under Minimum Wages Act, Fatal Accident Act,

Workmen Compensation Act, Shops & Establishment Act,

Family pension & Deposit Linked Insurance scheme or any

other Act or statutes not herein specifically mentioned but

having any direct or indirect application for the person(s)

engaged under this contract by him.

iii) The Contractor shall defend, indemnify and hold TTD

harmless from any liability, which may be imposed by the

Central, State or local authorities and also from all claims, suits

arising out of or by reason of the work provided by this contract

including any liability that may arise out of accident, whether

brought by the employees/labourers of the Contractor or by the

third parties or by the Central or State Government authority or

any sub -division thereof.

iv) TTD shall not be responsible for any claim/compensation that

may arise due to damages/injuries/pilferage to the Contractor’s

employee(s)/ staff/labourers under any circumstances while an

employee(s) /labourer is engaged in the TTD's duty under the

contract.

v) a The Contractor shall make regular and full payment of

wages/salaries including overtime/night halt allowance etc. as

applicable as p e r rules in force and any other payments due

to his employees/labourers and furnish necessary proof

whenever required for TTD.

Vb) The contractor shall ensure to pay minimum wages to the labour

employed by them as enforced by the Govt. of A.P. from time to

time including VDA etc., and other allowances as per Indian

contract Act. In the case of any incentives paid by TTD to the

workers, the same shall be paid in full amounts to the workers and

the taxes thereon, if any shall be additionally borne by the agency.

However TDS certificate will be given for the tax deducted.

vi) Under any circumstances the contractor has to pay the regular monthly wages

to the workers by 1st of every month without fail and without waiting for bills

from TTD

vii) Payment of Claims and Damages

Should TTD have to pay any money in respect of such

claims or demands as aforesaid the amount so paid and the

costs incurred by TTD shall be charged and paid by the

Contractor and the Contractor shall not be at liberty to dispute or

question the right of T T D to make such payments,

notwithstanding same may have been made without his consent

or authority or in law or otherwise to the contrary.

Page 66: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 66 -

viii) In every case in which by virtue of the provision of section

12, sub -section (1) of workmen’s compensation Act 1923 or

other applicable provision of Workman’s Compensation Act or

any other Act, TTD is obliged to pay compensation to workmen

employed by the Contractor in execution of the Works, TTD

will recover from the Contractor the amount of the compensation

so paid; and without prejudice to the rights under section 12, sub-

section (2) of the said Act, TTD shall be at liberty to recover

such amount or any thereof by deducting it from the security

deposit or from any sum due to the Contractor whether under

this contract or otherwise. TTD shall not be bound to contest

any claim made under section 12, sub-section (1) of the said

Act, except on the written request of the Contractor and upon

his giving to TTD full security for all costs for which might

become liable in consequence of contesting such claim.

ix) Employment Liability

a) The Contractor shall be solely and exclusively responsible for

engaging or employing persons for the execution of work. All

employees engaged by the Contractor shall be on his/their pay-roll

and paid by him/them excepting for the works given on JOB/Unit basis. All

disputes or differences between the Contractor and his/their employees

shall be settled by him/them. TTD has absolutely no liability whatsoever

concerning the employees of the Contractor. The Contractor shall indemnify

the TTD against all losses or damages or liabilities arising out of or in the

course of his/their employing persons or relations with his/their

employees. The Contractor shall make regular and full payment of

wages and salaries to his employees and furnish necessary proof

whenever requested by the TTD . In case of any genuine complaint by any

employee of the Contractor or his sub -Contractor regarding non -

payment of wages, salaries or other dues, TTD reserves the right to

make such payments directly to such employee or sub -Contractor of the

Contractor and recover the amount in full along with hefty penalty for the

default from the bills of the Contractor and the Contractor shall not claim

any compensation or re-imbursement thereof. The Contractor shall comply

with the Minimum wages Act applicable to the area with regard to payment

of wages of his employees and also of employees of his sub-Contractor.

b) The Contractor shall advise in writing to all his employees and the

employees of his sub-Contractor as follows:

“It is to be fully understood that your appointment is only in connection with

our facility management contract with TTD and that it does not give you any

right or claim for employment with TTD ”.

5.3 FAIR WAGE CLAUSE

The contractor shall pay not less than fair wages to labourers engaged by him on

the work.

Page 67: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 67 -

“Fair” wages means wages whether for time or piecework notified by the

Government from time to time in the area in which the work is situated.

The contractor shall not with-standing the revisions of any contract to the

contrary cause to be paid to the labour, indirectly engaged on the work including

any labour engaged by the sub-contractor in connection with the said work, as if

the labourers had been directly employed by him.

In respect of labour directly or indirectly employed in the works for the purpose of

the contractors part of the agreement the contractor shall comply with the rules

and regulations on the maintenance of suitable records prescribed for this

purpose from time to time by the Government. He shall maintain his accounts

and vouchers on the payment of wages to the labourers to the satisfaction of the

Executive Engineer.

The Executive Engineer shall have the right to call for such record as required to

satisfy himself on the payment of fair wages to the labourers and shall have the

right to deduct from the contract amount a suitable amount for making good the

loss/losses suffered by the worker or workers by reason of the “fair wages”

clause to the workers.

The contractor shall be primarily liable for all payments to be made and for the

observance of the regulations framed by the Govt. from time to time without

prejudice to his right to claim indemnity from his sub-contractors.

As per contract labour (Regulation and abolition) Act. 1970 the contractor has to

produce the license obtained from the licensing officers of the labour department

along with the tender.

Any violation of the conditions above shall be deemed to be a breach of his

contract.

Equal wages are to be paid for both men and women if the nature of work is

same and similar.

The contractor shall arrange for the recruitment of skilled and unskilled labour

locally and imported to the minimum extent necessary to complete the work

within the agreed period as directed by the Executive Engineer.

5.4 COMPLIANCE TO LABOUR REGULATIONS

During continuance of the contract, the contractor and his sub contractors shall

abide at all times by all existing labour enactments and rules made there under,

regulations, notifications and bye laws of the State or Central Government or

local authority and any other labour law (including rules), regulations, bye laws

that may be passed or notifications that may be issued under any labour law in

future either by the State or the Central Government or the local authority and

also applicable labour regulations, health and sanitary arrangements for

workmen, insurance and other benefits. Salient features of some of the major

labour laws that are applicable to industry are given below but they are not

exhaustive. The contractor shall keep the Department indemnified in case any

Page 68: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 68 -

action is taken against Department by the competent authority on account of

contravention of any of the provisions of any Act or rules made there under,

regulations or notifications including amendments. If the Department is caused

to pay or reimburse, such amounts as may be necessary to cause or observe,

or for non-observance of the provision stipulated in the notifications/bye

laws/Acts/Rules/regulations including amendments, if any, on the part of the

contractor, the Engineer-in-charge /Department shall have the right to deduct

any money due to the contractor including his amount of performance security.

The Department/Engineer-in-Charge shall also have right to recover from the

contractor any sum required or estimated to be required for making good the

loss or damage suffered by the Department.

The employees of the Contractor and the Sub-contractor in no case shall be

treated as of the Department (TTD) at any point of time.

5.5 Salient features of some major labour laws applicable to establishment

engaged in work:

a) Workmen compensation Act 1923: The Act provides for compensation in

case if injury by accident arising out of and during the course of

employment.

b) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for

monthly contributions by the Employer plus workers @ prevailing rates The

benefits payable under the Act are:

(i) Pension or family pension on retirement or death, as the case

may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) Payment of P.F. accumulation on retirement/death etc.,

c) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for

certain welfare measures to be provided by the contractor to contract labour

and in case the Contractor fails to provide, the same are required to be

provided by the Principal Department by Law. The Principal Department is

required to take certificate of Registration and the contractor is required to

take license from the designated Officer. The Act is applicable to the

establishments or Contractor of Principal Department if they employ 20 or

more contract labour.

d) Minimum wages Act 1948: The Department is supposed to pay not less

than the Minimum wages fixed by appropriate Government as per provisions

of the Act if the employment is a scheduled employment.

e) Payment of wages Act 1936: It lays down as to by what date the wages are

to be paid, when it will be paid and what deductions can be made from the

wages of the workers.

f) Equal Remuneration Act 1979: The Act provides for payment of equal

wages for work of equal nature to Male or Female workers and for not

making discrimination against Female employee in the matters of transfers,

training and promotions etc.

Page 69: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 69 -

g) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits

employment of children below 14 years of age in certain occupations and

processes and provides for regulation of employment of children in all other

occupations and processes; Employing Child Labour is prohibited in

Building and Construction Industry.

5.6 SAFETY REGULATIONS

i. The contractor shall take necessary precautions for safety of the workers

and preserving their health while working in such jobs, which require

special protection and precautions. The following are some of the

measures listed but they are not exhaustive and contractor shall add to and

augment these precautions on his own initiative whereever necessary and

shall comply with directions issued by the Executive Engineer or on his

behalf from time to time and at all times.

ii. Supply work men with proper belts, ropes etc., when working at restricted

places.

iii. Taking necessary steps towards training the workers concerned on the

machinery before they are allowed to handle them independently and

taking all necessary precautions in and around the areas where machines

and similar units are working. In respect of all staff, directly or indirectly

employed in the work for the performance of Contractor’s part of this

agreement, the Contractor shall at his own expense arrange for all the

safety provisions as per safety codes of CPWD, B.I.S, the Electricity Act

and such other Acts as applicable.

Page 70: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 70 -

Annexure - I

MATERIALS: GENERAL SANITARY CONSUMABLES AND ACCESSORIES OR

EQUIVALENT AS APPROVED BY THE DEPARTMENT For

guidance

TASKI R1 or equivalent (Multipurpose cleaner)

TASKI R2 or equivalent (Hard surface cleaner)

TASKI R3 or equivalent (Glass surface cleaner)

TASKI R4 or equivalent (for furniture or hard surface laminate)

TASKI R5 or any equivalent air freshener

Harpic ( toilet cleaner)

TASKI Spiral or equivalent (oily/greasy work areas , public areas)

Crew Emeral

Naphthalene balls

Odonil sticks for rest houses

Soft brooms

Hard brooms

Mop sticks/swabs

Colour coated micro fiber dusters

Block removal rubber bushes

Baskets

Winnows (plastic)

CC Brushes

Toilet cleaning brushes 12"

Toilet cleaning brushes 24"

Cobweb sticks

Cleaning powder

Thinner strains remover

Deodorant cakes (100 gms)

Scented phenol

Water Pushing Brushes

Drainage spades

Night Soil Picking plates

Lime powder

Insects Sprayers –HIT

Scrubber pads

Descaler of ECOLAB

Standard operating procedure for Diversey or Ecolab or Equivalent

materials for services (machinery and chemicals are for guidance only,

however equivalent materials will be permitted subject to approval by the

Officer in charge).

The company dilution control systems should be provided at all the strategic

places.

Place appropriate warning signs whenever and wherever it is applicable.

Clear the area from any debris which is litter across all the places.

Clear and clean the dust bins and replace the liners as per requirement.

Clean the over head for any obvious dusts like cob webs etc.,

Vacuum clean the rooms and corridors etc.,

Page 71: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 71 -

Clean all the cleanable vertical surfaces including up to accessible level with

TASKI R1 or equivalent – once a day

Remove foot matting form the designated space and dry mop the floor to

remove the dry dust –As and when required.

Mop/Scrub clean the floor with auto scrubber dryer with TASKI R1or

equivalent inside the rooms and corridors with spiral once in a week.

Scrub staircase with PBT brush once in a month

Vacuum the floor matting and ensure the floor /mat well is dried thoroughly

before placing it back-As and when required.

Dry mopping the corridors Floor-Every two hours, frequency will increase

depending on the traffic.

Report and record for any unusual observations or damage to the facility

head.

TASKI R5 or equivalent Air freshener is to be sprayed in the rooms after

cleaning is over.

Dry and wet mopping of the rooms for every check out or as and when

required with appropriate procedure, machinery & chemicals (as approved

by the TTD) as directed by the TTD.

PERIODIC CLEANING PROCEDURE FOR INSIDE ROOMS (15 DAYS ONCE OR AS

AND WHEN REQUIRED)

ACTIVITIES:

Cleaning of cob webs, fans, tube lights, switch board, main door and grills.

Cleaning of bath room vertical Walls (if it is tiles), floor, sink, mirror and water

closet.

Cleaning of vertical walls in the main rooms, windows.

Finally Spray TASKI R5 or equivalent (Air freshener)

MACHINES: Hot & cold high pressure jet cleaning machine of approved

make by the Department, Taski Ergodisc 165 or equivalent (single

Disc Scrubber) &TASKI Vacuumat 22/22T or equivalent (wet & dry

vacuum) cleaner, Scrub with Taski R1 or equivalent in rooms and in

corridors scrub with Taski Swing 755 E or equivalent (Auto scrubber

& drier) along with Taski spiral or equivalent.

TOOLS: PBT brush or equivalent, Squeeze with pole, Wet mopping system,

Glass cleaning kit, Micro fibre dusting cloth, WC brush, Power pads

etc.

DEEP CLEANING:

Thoroughly cleaning of ceiling, light fittings, AC vents and other

Electric/electronic fittings using a vacuum cleaner and manual dusting

tools.- Once a month.

Cleaning the rooms, common areas with Vaccum cleaners.

All glass surface mirrors need to clean with TASKI R3 – with micro fibre

cloth.

Thoroughly scrubbing the floors /Replace the dirty dust bins –As per

requirement

Page 72: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 72 -

Wipe the vertical walls with TASKI R1 –All the tiles vertical walls once in a

month.

Use Crew Emeral with the help of Power Pad for the removal of any

stubborn stains and water streak marks and hard water deposits- Once in a

week.

Scrub clean the toilets with TASKI R1, Descaler to remove scaling on the

floors- Once in a week.

TASKI R4 with the help of micro fiber dusting cloth need remove dry dust on

the wooden surface and spray TASKI R4 chemical on fresh micro fiber cloth

and wipe the surfaces completely.

If washable foot matting with high pressure water jet-Monthly once.

All hard floors need to be scrub with scrubbing machines using TASKI R1.

Finally spray TASKI R5 (Air freshener).

ROOMS: (For Every check out)

Change the linen, clean the dust on the sills, cupboards, cots,

tables, chairs, mirror, doors etc.,

Sweeping of the room.

Vaccum clean the room.

Use TASKI ERGO 165.

Use TASKI R1 for moping.

TOILETS: (For Every check out)

Before applying the HARPIC chemical flush once and apply toilet bowl

cleaner HARPIC inside the WC and Urinals and spread evenly with a toilet

brush-Once in a day or as and when it is required.

Spray disinfectant TASKI R1 and scrub the walls , counter tops, wash

basins, partitions and fixtures, using mild scrubbing pad.-Every day (Every 2

hours in general toilets)

Wipe the complete area sprayed with TASKI R1 disinfectant cleaner for

every check out or as and when required.

Go back to WC and Urinals to Scrub it with toilet brush and flush. Scrub

clean the toilet seat, seat cover and the outer surfaces of the WC & urinals

with TASKI R1 / disinfection cleaner and wipe it dry – Once in a day.

Finally spray TASKI R5 (Air freshener).

Scented Phenyl to be used as directed by the department

DEEP CLEANING:

Use Crew Emeral with the help of Power Pad for the removal of any

stubborn stains and water streak marks and hard water deposits- Once in a

week.

Scrub clean the toilets with TASKI R1 & DESCALER to remove scaling on

the floors - Once in a week.

Clean the Toilet with hot & cold high pressure jet cleaning machine once in

15 days to remove the stains if any. Other areas should also be cleaned as

per the necessity and requirement.

Page 73: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 73 -

NOTE: The dilution of the chemicals to be used shall be as per the

manufacturer’s guidelines. The chemicals mentioned or its equivalent

as approved by the department alone shall be used.

Electricity, water supply: The electricity & water required for the services will be

provided by TTD for operations of Facility Management machines, general lighting

& ventilation in the premises only for the purpose of out sourced services of the

facility management services free of cost. Use of Electricity will only be restricted

for running required tools and plant. The bidder will however use power, water

judiciously and will ensure that there is no wastage; otherwise punitive action will be

initiated. However the power and water required for linen washing and

calendaring/pressing is the responsibility and at the cost of the tenderer only. This

activity is not at all permitted at Tirumala under any circumstances

Page 74: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 74 -

Annexure-II

SUBMISSION OF TENDER

To Superintending Engineer-II, Tirumala Tirupati Devasthanams,

Tirupati.

Sir,

SUB: Submission of Tender document for "FACILITY

MANAGEMENT SERVICES FOR HOUSE KEEPING,

SANITATION AND MAINTENANCE OF VSRH I & II, SPT,

RBRH-I, II & III, SGRH, Sudharshan, Govardhan and Kalyani

Choultry areas at Tirumala (North Package) for 2015-17”.

I/We hereby submit the Tender and if this tender is accepted, I/We

undertake to execute the above work described in the specification etc. and

any such variation by the way of alternations or additions to and omissions

from the said work and methods of payment as are provided for in the

conditions of contract. I/We fulfill the eligibility criteria as per Conditions of

Contract. We have gone through the various terms and conditions and I/We

agree to undertake the work. I/We agree to keep the offer in the tender open

for acceptance of Competent Authority of TTD for a period of 120 days as

mentioned in the tender notice and undertake not to modify the whole or any

part of it for any reasons within the above period. If the tender is withdrawn by

me/us for any reason whatsoever, the TTD shall have the right to forfeit the

earnest money deposited by me/us. I/We have carefully read and understood

the instructions in the tender document and that I/We have made such

examinations of the contract documents and of the location of the said work

and other investigations required for execution of the work in the contract and

in the said scope of work and distinctly agree that; I/We shall not thereafter

make any claim or demands upon the Authority based upon arising out of any

alleged misunderstanding or misconception or mistake on my/our part of the

said requirements conversant, agreements, stipulations, restrictions and

conditions.

I/We enclose herewith a DD/BG[name of the Bank] _____________ amounting to

Rs………………as EMD for Category……..…. drawn on towards Earnest Money

which shall not bear any interest and agree to the conditions mentioned regarding

total amount of EMD and refund in case the bid is not successful. I also agree for

extension of DD for the required period to keep the tender valid for 4 months from

the date of opening of technical bid..

I/We shall enter into the required agreement as prescribed failing which I/We agree

to the forfeiture of the earnest money. I/We fully understand that written agreement

to be entered into between me/us and the Authority shall be the basis of the rights

of both the parties and contract, shall not be deemed to be completed until

agreement has been first signed by me/us and then by the officer authorized to

enter into contract on behalf of TTD.

Signature of contractor

with Complete address

Dated the ………day of…………………….2015

Page 75: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 75 -

1. PROFORMA BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS ……………………………………………………….. (Name of the Contractor) (here in after called “the Tenderer”) has submitted his tender response to NIT No………………………. dated:…………………… for the work “ ………………………………………………………… ……………………………………..” (Name of work) (hereinafter called “the tender”).

KNOWN ALL MEN by these present that we ……………………………..………………………

………………………………….……………. (Name and Address of Bank) ……………………………….

(hereinafter called “the Bank” are bound unto ……………………… / (Executive Officer, TTDs, Tirupati.) in the

sum of * ……………………………………………………

…………………………………………………………………………….. for which payment will and truly to be made

to the said Department, the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the Bank this …………….. day of ……………..2015

THE CONDITIONS of this obligation are:-

(1) If after Tender opening the tenderer withdraws or modifies his Bid during the period of bid validity specified in the Form of Tender.

(2) If the Tenderer having been notified of the acceptance of his bid by the Department during the period of validity. (a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to

Tenderers, if required; or (b) fails or refuses to furnish the balance EMD and additional Security deposit in accordance with

the instructions to Tenderers. We undertake to pay to the Department up to the above amount upon receipt of his first written

demand, without the Department having to substantiate his demand, provided that in his

demand the Department will note the amount claimed by him is due to him owning to the

occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date** …………………… after the

dead line for submission of Tenders as such deadline is stated in the Instructions to Tenders or

as it may be extended by the Department, notice of which extension(s) to the Bank is hereby

waived. Any demand in respect of this Guarantee should reach the Bank not later than the

above date.

DATE………………. SIGNATURE OF THE BANK ……………………..

WITNESS……………….. SEAL………………………………………………..

--------------------------------------------------------------------------------------------------------

(Signature, Name and Address)

--------------------------------------------------------------------------------------------------------

* The Tenderer should insert the amount of the EMD in words and figures denominated in Indian

Rupee. This figure should be the same as shown in the NIT.

** 6 months for the deadline date for submission of Tender.

Page 76: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 76 -

2.PROFORMA

BANK GUARANTEE FOR TOTAL “E.M.D.”

______________________________________________(name & address of Department)

______________________________________________

WHEREAS_____________________________________________________ ________ _______________________________________________________________________ _____ ________________________(name and address of Contractor) (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. ________ dated: ____________ to execute the work of _________________ [name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish

you with a Bank Guarantee by a Schedule bank for the sum specified therein as balance EMD / EMD for

compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of

the Contractor, up to a total of _____________________ [amount of guarantee]

_________________________________ [in words], such sum being payable and we undertake to pay you,

upon your first written demand and without cavil or argument, any sum or sums within the limits of

________________________ [amount of guarantee] as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting

us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of

the Works to be performed there under or of any of the contract documents which may be made between you

and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive

notice of any such change, addition or modification.

This guarantee shall be valid upto ……………………….. i.e., until 28 days from the date of expiry of

the Defects Liability period.

Signature & seal of the Guarantor_____________________

Name of Bank_____________________________________

Address__________________________________________

Date____________________________________________

Page 77: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 77 -

3. PROFORMA

BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY

_______________________________________________(name and address of Department)

_______________________________________________

WHEREAS _______________________________ (name and address of Contractor ) (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. ________ dated: ____________ to execute _________________________ [name of Contract and brief description of works] (hereinafter called “the Contractor”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish

you with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional further security bank

guarantee for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of

the Contractor, up to a total of Rs._____________________ [amount of guarantee]

_________________________________ [in words], such sum being payable and we undertake to pay you,

upon your first written demand and without cavil or argument, any sum or sums within the limits of

________________________ [amount of guarantee] as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting

us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of

the Works to be performed thereunder or of any of the contract documents which may be made between you

and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive

notice of any such change, addition or modification.

This guarantee shall be valid upto and until 28 days from the date completion.

Signature & seal of the Guarantor_____________________

Name of Bank_____________________________________

Address__________________________________________

Date_____________________________________________

Page 78: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 78 -

AGREEMENT

This agreement made on the …………… day of …………., 201 between Tirumala

Tirupati Devasthanams, Tirupati and having office at Tirupati, Andhra Pradesh

(hereinafter referred to as “TTD” which expression shall unless repugnant to the

context or meaning thereof include its administrators, successors and assigns) of

FIRST PART.

And M/s………………………, incorporated under the provision of

………………..and having its registered office at “ …………………… (here in after

referred to as “Contractor” which expression shall unless repugnant to the context

or meaning thereof include its administrators, successors and assigns) of Second

PART.

Now this agreement witnesses as follows

1. In this agreement word and expression shall have the same meanings as are

respectively assigned to the terms and conditions of contract herein after referred

to.

2. The following documents shall be deemed to form, be read and construed as

part of this agreement viz

a. Invitation of tender, information and instructions for tenders

b. Details of the agency and fulfillment of eligibility criteria

c. General conditions of contract.

d. Submission of tender, Acceptance of offer, this contract agreement

f. Qualification and Experience required

g. All the annexures regarding Scope of services

3. In consideration of such rate quoted by the contractor for category ……… and

accepted by TTD the agency hereby covenants to complete the services in all

respects in conformity with the provisions of the contract.

In witness where of the parties have hereinto set their respective hands and seals

on…………. day…2015Year.

Signed and Delivered by for TTD

For the Agency, in the capacity of in the capacity

of

Name and address

…………………..

Page 79: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 79 -

ANNEXURE – III

Methodology for assessing the performance of the FMS agency by random

check of rooms/cottages by Performance evaluation team of TTD:

In addition to the regular check by the FMS wing, Reception wing, Health

Department etc., from TTD, the following procedure is proposed for carrying out

random check on the performance of the FMS agency. The performance of each

package will be checked once in a week by a team consisting of the following

members:

(1) One Executive Engineer(Civil/Elec.)/one Dy. Executive Officer(R & H)/

Health Officer or equivalent cadre officer of TTD as team leader.

(2) One Deputy Executive Engineer (Civil/ Electrical)/ Assistant Executive

officer( R & H) or equivalent cadre officer of TTD

(3) One Pilgrim to be chosen by the team leader ,

(4) One among the Srivari sevakulu as deputed by P.R.O/A.P.R.O.

The team will be constituted for each week for FMS package under consideration.

The team will inspect the cottages/ rest houses randomly and evaluate the

performance of FMS activities. The committee shall inspect at-least one room in

each area and not less than 10 rooms in total package in every week and furnish

the report in sealed cover to the concerned Executive Engineer, FMS, TTD.

The performance report submitted by the above team shall invariably be

considered by the FMS evaluation committee for assessing the performance of the

agency, deciding penalties while making payment.

Guide lines to the team for random checking of rooms/cottages/rest houses.

The committee has to check the cleanliness of the room, quality of linen provided in

the room, cleanliness of the toilet, common areas such as verandahs etc., and

surrounding areas and report in the check list (Annexure-IV) enclosed. They can

also verify the materials being used, Manpower provided etc.,

Page 80: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 80 -

ANNEXURE-IV

CHECK LIST FOR INSPECTION OF COTTAGES / REST HOUSES

Area : Date :

Cottage / Room No.: Time:

Package Name: FMS Agency:

S.No. Description of work

Performance

remarks

(Yes/No)

ROOM AREA &VERANDAHS :

1 Cleaning of Verandahs

2 Cleaning of room

3 Cleaning of Doors, Windows/ Ventilators, Electrical appliances, furniture

4 Providing & Cleaning of dust bins

5 Providing of Foot mats

6 Cleaning of cob webs in room

TOILET AREA :

7 Cleaning of Toilet

8 Cleaning of Water closet & Wash hand basin

9 Providing & maintenance of Buckets, Mugs

BED SPREADS AND PILLOW COVERS :

10 Linen washing & changing

11 Rug washing

ELECTRICAL:

12 Fan working condition

13 Lights, Night lamp working condition

PLUMBING & SANITARY ACCESSORIES :

14 Flush tank functioning

15 Taps functioning

CIVIL :

16 Coat hooks condition

17 Fittings, fixtures of Doors, Windows, Ventilators

etc.

18 Mirror condition

Page 81: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 81 -

MATERIALS PROVIDED :

19 Naphthalene balls provided

20 Deodorant cakes provided

21 Disinfection of the premises

ADDITIONAL ITEMS :

22 Geyser working condition

23 Air conditioner working condition

24 Health-faucets functioning

COMMON AREAS AND SURROUNDING

AREAS :

25 Sun shades & Terrace cleaning

26 Surroundings cleaning

27 Segregation of garbage

Each of the above activities will be graded -

- as “YES”, if the activity performance is satisfactory and

- as “NO” , if the activity performance is not satisfactory.

- If any of the activity not applicable, the same may be specified as “NA”.

Evaluation of performance Index of each inspection report:

1 Total No.of applicable activities :

2 Total satisfactory activities (Yes) :

3 Total non-satisfactory activities (No) :

4 Performance Index: Total satisfactory activities x 100

Total No. of applicable activities

Signature:

Name:

Designation:

Date:

Page 82: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 82 -

ANNEXURE-V

Calculation of Monthly Average performance index(MAPI) &

recovery in payment for shortfall in performance :

1. The performance Index of each of the inspection officer will be evaluated as:

(No of satisfactorily performed activities)*100

(No of applicable activities)

2. Each team member shall inspect atleast 10 cottages/rooms/suites in the

package area.

3. The monthly average performance index (MAPI) will be arrived as average of

performance Indices of all the members of the teams of all the cottages/

rooms/suites inspected by the inspection teams during a calender month.

4. Based on the monthly average performance index (MAPI) arrived as above

for a particular month, the payment for that month will be regulated as

follows:

S.No. Proposed Range of MAPI Proposed recovery

1 85 % and above Full payment

2 Above 80% up to 85% 5%

3 Above 75% up to 80% 10%

4 Above 70% up to 75% 15%

5 Above 65% up to 70% 20%

6 Above 60% up to 65% 25%

7 Above 55% up to 60% 30%

8 Above 50% up to 55% 35%

9 Above 40% up to 50% 50%

10 Less than 40% No payment

11 MAPI of the firm is less than 40%, 2

times in a year

TTD reserves the right to

determine the contract duly

forfeiting the deposits and

the work done but not paid

also.

a) If the MAPI of the firm for any month is less than 40%, no payment will be made for the services rendered and necessary show cause notice will be issued to the firm to improve their performance or face the termination with all the penal conditions as per agreement.

b) If the MAPI of the firm is less than 40%, for 2 times in a year, then the TTD will determine the contract duly forfeiting the deposits and the work done but not paid also.

Page 83: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 83 -

PRICE BID for North PACKAGE “BILL OF QUANTITIES”

(Financial Proposal)

RATES SHOULD BE QUOTED IN THE FOLLOWING FORMAT

Sl.

No.

Probable

Period of

Contract

Description

Rate in Words

and Rate in

Figures (in

Rupees) per

month

Total

Amount in

words and

total amount

in figures for

24 months

(in rupees)

1.

24

Months

"Providing total Facility Management Services for mechanized House Keeping, Sanitation and Maintenance including the civil, Electrical, Health and reception activities to rest houses/cottages/choultries/ other buildings including common areas and surrounding areas as specified in the Annexures of VSRH I, II, SPT, RBRH-I, II & III, SGRH, Sudharshan, Govardhan and Kalyani Choultry areas at Tirumala (North Package) for 2015-17.

Total in figures for 24 months

Evaluation Criteria : The tenderers will be evaluated and finalised to the lowest offer among the eligible bidders.

Agreement will be concluded accordingly.

The contractor shall quote his offer for above items considering all the activities indicated in the scope of work including labour force to be deployed by the tenderer for the satisfactory service levels, machinery, materials and consumables including transportation, taxes and overheads, Tollgate fee etc., as applicable and required for satisfactory performance of the contract. The breakup for quoted rate will be considered as follows -

Buildings : 94% of the quoted amount Open areas/roads : 06% of the quoted amount

Whenever additional buildings or open areas are added or deleted, the rate for additional areas / open areas will be considered accordingly and paid/recovered on carpet area basis for building and plain area basis for open areas.

NOTE:

1) The tenderer is informed that TTD will not provide any accommodation for

their workers or staff and they will not be permitted to stay at Tirumala after

their shifts are completed. It is the responsibility of the Contractor/ Firm to

make arrangements for transportation to his/ their workers/ staff.

Page 84: TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI and Kalyani Choultry areas at Tirumala (North Package) for 2015-17”. - 2 - ISSUE LETTER OF TENDER DOCUMENT Name of Work: "FACILITY MANAGEMENT

- 84 -

2) The tenderer should furnish the minimum No. of equipment to be provided

by him to carry out the job along with financial Bid. All the equipment to be

placed shall be new or in sound condition and has to be approved by the

department.

3) The Department will provide one room/ one half cottage on usual rental

basis for office purpose and for accommodation of the Supervisory staff.

The department will provide one store room for storing washed/ soiled linen,

consumables, machinery etc., free of cost. In each area, one small room

will be provided for local store purpose free of cost.

4) The prices shall be inclusive of all taxes,duties and levies including Service

Tax as applicable from time to time.

5) The taxes quoted should include VAT, sales Tax, works contract tax,

Service Tax etc., duties and any other levy attracted to the item applicable

from time to time. No extra taxes & duties will be paid apart from the amount

quoted.

6) TTD shall be authorized to deduct any tax as applicable from the bidder.

7) Deduction of all statutory and necessary Tax from each bill will be made as

per Government Orders prevailing at the time of payment. Necessary tax

deduction certificate will be issued on demand by the company.

8) If any machinery is not deployed on any day stiff penalties will be imposed.

Date: Signature & Seal of the tenderer

Name and Address