Professional Documents
Culture Documents
NAME OF Work: Annual Contract for Security Arrangement, Secretarial & Supporting
Services, Sanitation Services and Horticulture Maintenance at BPS
Mahila Vishwavidyalaya, Khanpur Kalan, Sonipat
Sealed tenders are invited under Two-Bid system from reputed agencies for the above said work
for a period of one year. The tender document can be obtained from the office of the Deputy
Registrar, Administration, BPSMV after paying the tender fee of Rs. 1000.00 in cash on any
working day between 11.00 AM to 4.00 PM latest by 11.12.2009. OR downloaded from the
university website; bpswomenuniversity.ac.in. The bidder submitting the downloaded tender
shall have to deposit the tender cost in form of Demand Draft/Pay Order of a scheduled bank in
favour of Registrar, BPSMV payable at Khanpur Kalan (Sonipat), along with the tender.
Last date for submission of tender(s) is 14.12.2009 at 3.00 PM. The Technical Bids shall be
opened on the same day at 3.30 PM in presence of the bidders who wish to remain present. In
case, any holiday falls on the day of opening, the tenders will be opened on the next working day
at the same time. The Financial Bids for the bidders whose Technical Bid is found complete and
conform the eligibility criteria, shall be opened later. The tenders received after the above said
scheduled date and time will not be considered. No tender by fax will be entertained.
Registrar
2
Annexure-I
Tender Document
NAME OF Work: Annual Contract for Security Arrangement, Secretarial & Supporting
Services, Sanitation Services and Horticulture Maintenance at BPS Mahila
Vishwavidyalaya, Khanpur Kalan, Sonipat
1. Eligibility Criteria: The present tender is being invited for the following four different jobs:
(i) Sanitation Services
(ii) Horticulture Maintenance
(iii) Security Arrangement
(iv) Secretarial & Supporting Services
The eligible bidders can quote rates only for the jobs for which they fulfill the eligibility
criteria as given below:
Note:- I. If a bidder desires to quote rates for all the four jobs, his annual turnover must
not be less than the sum of minimum turnover required for all four jobs i.e. Rs.
380 Lac and t must also have the experience of executing similar nature of works
in all four categories of value not less than as prescribed above. However, if the
bidder desires to quote rates for one job only, he has to qualify for annual turn
over and experience in respect of only that one job.
3
II. The bidder must possess valid EPF & ESI registration number. The agencies
not possessing the same shall not be considered eligible for participating in the
tenders.
2.1. The tender shall be submitted in sealed cover, consisting of separate Technical and
Financial Bid for each work. This sealed cover shall contain Technical Bid and Financial
Bid sealed in separate envelopes for each work. All the sealed envelopes shall be clearly
marked with name of work and name of bidder. The complete tender must be submitted
before 3.00 P.M. on 14.12.2009. The tender received after the due date and time shall not
be entertained.
3.1 The contractor shall deposit the earnest money in form of DD/Pay Order of a scheduled
bank in favour of Registrar, BPSMV, payable at Khanpur Kalan (Sonipat) along with the
tender document for the amount as follows:
3.2 Any Tender not accompanied by Bid Security shall be out rightly rejected.
3.3. Bid securities of the unsuccessful bidders will be returned to them at the earliest after
expiry of the final bid validity and latest on or before the 30th day after the award of the
contract.
3.4. Bid security of the successful bidder shall be returned on receipt of Performance Security
by the BPSMV and after signing the agreement.
3.5. Bid Security shall be forfeited if the bidder withdraws his bid during the period of Tender
validity.
4
3.6. Bid Security shall be forfeited if the successful bidder refuses or neglects to execute
the Contract or fails to furnish the required Performance Security within the time frame
specified by the BPSMV.
3.7. The Earnest Money Deposit (Bid Security) will remain valid for a period of forty-five
days beyond the final bid validity period.
Each bidder shall submit only one tender either by himself or as a partner in joint venture or as a
member of consortium. If a bidder or if any of the partners in a joint venture or any one of the
members of the consortium participate in more than one bid, the bids are liable to be rejected.
5. COST OF BID:-
The tender document can be obtained from the office of the Deputy Registrar(Admn.) BPSMV
after paying Rs. 1,000.00 in cash or can be downloaded from the University website:
bpswomenuniversity.ac.in. In case of downloaded tender the tender cost in form of Demand
Draft/Pay Order of a scheduled bank made in favour of Registrar, BPSMV payable at Khanpur
Kalan, Sonipat, shall be deposited along with the tender.
6. VISIT TO BPSMV:-
BPSMV is a rapidly growing university spread over approx. 350 acre of land. Besides
various academic departments, there are several constituent colleges, institutes,
polytechnics, schools, hostels, residential houses etc. in North & South campuses of the
university. There are several entry/exit points in the campus and the boundary wall is also
not complete at some stretches. The bidders are therefore advised to visit the campus and
acquaint themselves with the area, scope of work and operational system thoroughly. The
costs of visit shall be borne by the bidder. It shall be deemed that the contractor has
undertaken a visit to BPSMV and is fully aware of the scope of work and operational
conditions prior to the submission of the tender documents.
7. TENDER DOCUMENTS:-
7.1.1. The Tender Invitation Document has been prepared for the purpose of inviting tenders for
Security Arrangement, Secretarial & Supporting Services, Sanitation Services and Horticulture
Maintenance at BPSMV. The Tender document comprises of:
1. Tender Notice
12. Performa for the Manpower Deployment Plan, to be filled up by the bidder; Annexure-XI
Note: If a bidder quotes rates for four different jobs/works, the Technical Bids for all
four different jobs shall be sealed in four separate envelopes. The bids
for four jobs shall be evaluated independently. All envelopes used for
Technical Bids shall have duly super scribed the name of bidder and name of
respective jobs.
Note: If a bidder quotes rates for four different jobs/works, the Financial Bid for all four
different jobs shall be sealed in four separate envelopes. The bids for four jobs shall
6
be evaluated independently. All envelopes used for Financial Bids shall have duly
super scribed the name of bidder and name of respective jobs.
7.1.2. The bidder is expected to examine all instructions, Forms, Terms and Conditions in the
Tender document. Failure to furnish all information required by the tender document or
submission of a tender not substantially responsive to the tender document in every
respect will be at the bidder’s risk and may result in rejection of his bid.
7.1.3. The bidder shall not make or cause to be made any alteration, erasure or obliteration to the
text of the tender document.
8. PREPARATION OF BIDS:-
8.1. Language.
8.2.1. The tender shall be submitted in sealed cover. This sealed cover shall contain Technical
Bid and Financial Bid sealed in separate envelopes for each work. All the sealed
envelopes shall be clearly marked with name of work and name of bidder.
8.2.2. The complete tender must be submitted before 3.00 PM on 14.12.2009. The tender
received after the due date and time shall not be entertained.
8.3.1. Bidder shall quote separately the monthly rates for each job in Indian Rupees. The
tendered rates include all the liabilities of the contractor such as statutory liabilities like
Minimum Wages, ESI, PF contributions, service charges, all kinds of taxes etc., cost of
uniform and identity cards of personnel deployed by the contractor and all consumables,
tools & plants, machines, vehicles etc. required for the smooth and satisfactory execution
of the work which should be clearly stated by the contractor. The statutory deductions
like income tax, work contract tax etc. (wherever applicable) shall be made from the bills
of the contractor.
The Form of Bid shall be completed in all respects and duly signed and stamped by an
authorized and empowered representatives of the Bidder. If the Bidder comprises a partnership
firm, consortium or a joint venture, the Form of Bid shall be signed by a duly authorized
representative of each member of participant thereof. Signatures on the Form of Bid shall be
witnessed and dated. Copies of relevant power of attorney shall be attached.
7
8.5. Currencies of Bid and Payment:-
8.5.1. The Bidder shall submit his price bid/offer in Indian Rupees and payment under this
contract will be made in Indian Rupees.
The contract shall be valid initially for one year however the same can be extended on same
rates, terms & conditions for another one year or part thereof with written mutual consent of both
the parties.
8.8.1. The bidder shall submit one copy of the Tender document and addenda, if any, thereto,
with each page of this document signed and stamped to confirm the acceptance of the
terms and conditions of the tender by the bidder.
8.8.2. The documents comprising the bid shall be typed or written in indelible ink and all pages
of the bid shall be signed by a person or persons duly authorized to sign on behalf of the
bidder. All pages of the bid, where entries or amendments have been made, shall be
signed by the person or persons signing the bid.
8.8.3. The bid shall contain no alterations, omissions or additions except those to comply with
instruction issued by the BPSMV, or are necessary to correct errors made by the bidder,
in which case such corrections shall be initialed/signed and dated by the person or
persons signing the bid.
9. Submission of Bids:-
9.1.1. The bidder shall submit the Technical Bid for each work in a separate sealed cover
and the Financial Bid for each work in another sealed covers duly super scribed and
all these sealed covers are to be put in a bigger cover which should also be sealed
and duly super scribed.
9.1.2. The sealed cover of Technical Bid should consist of the following documents:-
(a) Earnest Money Deposit (Bid Security) for the amount as per Sl. No. 3.1 above.
(b) Self attested one recent passport size photograph(s) of the authorized person(s) of the
firm/agency with name, designation, Office/Residential address and office Telephone
numbers, whether the bidder is a sole proprietor/partnership firm and if partnership firm,
names addresses and telephone numbers of Directors/Partners also;
(c) Self attested copy of PAN No. card under Income Tax Act;
(d) Self attested copy of Service Tax Registration Number;
(e) Self attested copy of Valid Registration No. of the Agency/Firm;
(f) Self attested copy of valid Provident Fund Registration Number;
(g) Self attested copy of valid ESI Registration Number;
(h) Self attested copy of valid Licence and Number under Contract Labour Act
and under any other Acts/Rules;
(i) Proof of Average Annual turnover supported by
audited Balance Sheet;
8
(j) Proof of experience supported by documents from the concerned organizations;
(k) Duly filled and signed Annexure I to XV.
(l) General Instructions and Terms & Conditions
(m) Special Terms and Conditions
(n) Scope of Work
(o) Undertaking
(p) Other papers which are part of the Tender Document
(q) The DD/Pay Order amounting to Rs. 1000.00 if the bidder submits the tender
downloaded from the website.
(r) Performa for the Manpower Deployment Plan
9.1.3. The sealed cover of Financial Bid separately for each work should contain only the
Price bid in original duly filled in figures and words.
Note: If a bidder quotes rates for more than one job, all those Financial Bids shall be
sealed in separate envelopes. After sealing different Financial Bids in separate
envelopes, these sealed envelopes shall be put in another sealed envelope. All
envelopes used for Financial Bids shall have duly super scribed the name of bidder
and name of respective jobs.
9.1.4. All the sealed covers shall be addressed to the Registrar, BPSMV Khanpur Kalan.
9.1.5. The tenders shall remain valid and open for acceptance for a period of 90 days from the
last date of submission of tender.
9.2.1. Bids must be received in the BPSMV at the address specified above not later than the date
and time stipulated in the NIT. The BPSMV may, at its discretion, extend the deadline for
submission of bids. Any bid received by the BPSMV after the deadline for submission of
bids, as stipulated above, shall not be considered. No tender by fax will be entertained.
10.1.1. The authorized representatives of the BPSMV will open the Technical Bids in the
presence of the Bidders or their representatives who choose to attend at the appointed
place and time.
10.1.2. The bid of any bidder who has not complied with one or more of the conditions will be
summarily rejected.
10.1.3. Conditional bids will also be summarily rejected.
10.1.4. Financial bids of only the technically qualified bidders will be opened for evaluation. The
date and time for opening the Financial Bids shall be communicated to the technically
qualified bidders to facilitate for being present at the time of opening the Financial Bids,
if they want.
10.1.5. The Financial Bids shall be evaluated for all the four jobs individually.
10.1.6. The Financial Bid not conforming to the minimum wages and other statutory
obligations like EPF, ESI etc. are liable to be rejected.
10.2 Right to accept any Bid and to reject any or all Bids:-
9
10.2.1. The BPSMV is not bound to accept the lowest or any other bid and may reject any or all
the bids without assigning any reason.
10.2.2. The BPSMV may terminate the contract if it is found that the agency is black listed on
previous occasions by any of the Govt. Deptt./Institutions/Local
Bodies/Municipalities/Public Sector Undertakings, etc.
10.2.3. The BPSMV may reject the Bid in the event that the Bid is accepted but the successful
bidder fails to furnish the Performance Security or fails to execute the contract
agreement.
11.1.1. The BPSMV, will award the contract to the successful evaluated bidder whose bid has
been found to be responsive and who is eligible and qualified to perform the contract
satisfactorily as per the terms and conditions incorporated in the bidding document.
11.1.2. The BPSMV, will communicate the successful bidder that his bid has been accepted. This
letter (hereinafter and in the condition of contract called the “Letter of Offer”) shall
prescribe the amount which BPSMV will pay to the contractor in consideration of the
execution of work/services by the contractor as prescribed in the contract.
11.1.3. The successful bidder will be required to execute a contract agreement within a period of
15 days from the date of issue of Letter of Offer.
11.1.4. The successful bidder shall be required to furnish a Performance Security within 10 days
of receipt of ‘Letter of Offer” for an amount of Rs. 10% of total value of the contract in
the form of an Account Payee DD from a scheduled bank or Bank Guarantee from a
scheduled bank in favour of Registrar, BPSMV. The Performance Security shall remain
valid for a period of sixty days beyond the date of completion of all contractual
obligations. In case the contract period is extended further, the validity of Performance
Security shall also be extended by the contractor accordingly.
11.1.5. BPSMV reserves the right to award the contract to one agency for all the four jobs
or to different agencies to execute different jobs.
12. The bidder shall mention, in the prescribed Performa, the number of the personnel
he proposes to deploy on day to day basis, including holidays, for the smooth
execution of the work. Besides this, the bidder shall mention the list of major tools,
plants and other equipments that he proposes to use in smooth execution of work.
Signature
of the Bidder with seal
10
Annexure-II
General Terms & Conditions
1. In case any of contractor’s personnel(s) deployed under the contract is (are) absent, a
penalty equal to double the wages of the absent personnel on that particular day shall be
levied by the BPSMV and the same shall be deducted from the contractor’s bills.
2. In case any of contractor’s personnel deployed under the contract fails to report in time
and contractor is unable to provide suitable substitute in time for the same it will be
treated as absence and penalty as mentioned in point 1 above shall be levied.
4.2. After four weeks delay the BPSMV may cancel the agreement and get this job to be
carried out preferably from any other agency from open market. The difference, if
any, will be recovered from the defaulter contractor and also shall be black listed for a
period of four years from participating in such type of tender and his Performance
Guarantee may also be forfeited, if so warranted.
35.1 The contractor shall ensure full compliance with tax laws of India with regard to this
contract and shall be solely responsible for the same. The contractor shall submit copies
of acknowledgements evidencing filing of returns every year and shall keep the Employer
fully indemnified against liability of tax, interest, penalty etc. of the contractor in respect
thereof, which may arise.
35.2 The BPSMV will deduct Income Tax at source under Section 194-C of Income Tax Act
from the contractor at the prevailing rates of such sum as income tax on the income
comprised therein. Any other statutory deductions, if required shall also be made as
applicable.
36.1 Any dispute and or difference arising out of or relating to this contract will be
resolved through joint discussion of the authorities’ representatives of the concerned
parties. However, if the disputes are not resolved by joint discussions, then the matter will be
referred for adjudication to a sole Arbitrator appointed by the Vice Chancellor, BPSMV.
36.2 The award of the sole Arbitrator shall be final and binding on all the parties. The
arbitration proceeding’s shall be governed by Indian Arbitration and Conciliation Act
1996 as amended from time to time.
13
36.3 The cost of Arbitration shall be borne by the respective parties in equal proportions.
During the pendency of the arbitration proceeding and currency of contract, neither party shall
be entitled to suspend the work/service to which the dispute relates on account of the
arbitration and payment to the contractor shall continue to be made in terms of the contract.
The courts at Haryana shall have the exclusive jurisdiction to try all disputes, if any,
arising out of this agreement between the parties.
38. Payment to the contractor: The payment to the contractor for the work done/service
provided shall be made on monthly basis subject to the following:
38.1 The work has been satisfactorily executed, as per the Terms & Conditions of the contract,
for the month for which the contractor has raised the bill.
38.2 The disbursement of the wages to the workers has already been done by the contractor for
the month for which the payment to the contractor is under consideration.
Signature
of the Bidder with seal
14
Annexure-III
1. The contractor shall ensure that all the instructions by the officer-in-charge, BPSMV or
his authorized representative are strictly followed and there is no lapse of any kind.
2. No outsider shall be allowed to enter the campus without issuance of proper gate pass.
3. No items are allowed to be taken out without proper gate pass issued by the officer-in-
charge, BPSMV or his authorized representative. The specimen signature of such
authorized officer will be available with the security personnel.
4. The contractor shall ensure deployment of at least 75% ex-servicemen among the security
personnel. Sufficient number of female security personnel shall be deployed in
consultation with BPSMV.
5. The security personnel should be trained to extinguish fire with the help of fire
extinguishing cylinders and other fire fighting material available on the spot. They will
also help the fire fighting staff in extinguishing the fire or in any other natural calamities.
6. The security person on duty shall not leave his post until his reliever reports for duty.
7. The work shall be executed as per the scope of work, Annexure-VII, with utmost
sincerity and no lapse of any sort shall be allowed.
Signature
of the Bidder with seal
15
Annexure-IV
Besides the General Terms and Conditions of the contract, the following Special
Conditions for outsourcing of secretarial/supporting staff shall be strictly adhered to by
the contractor:
1. The rates shall be inclusive of DC rates and all applicable statutory obligations and
service charges and nothing extra shall be payable on any account.
3. The contractor must examine the qualification, technical and professional skills and
experience as given in Annexure-VIII at his own level before proposing any person for
deployment in BPSMV. However, BPSMV shall also examine the competence of the
persons, whom the contractor proposes to deploy, by written test/interview/practical test
etc. before accepting the persons for deployment. The persons who are not found fit for
the required job shall not be allowed to work at BPSMV.
4. BPSMV does not recognize any employee employer relationship with any of the workers
of the contractor and their services shall be automatically discontinued with the termination
of the contract.
5. The drivers must possess valid driving license to drive light and heavy motor vehicles.
Signature
of the bidder with seal
16
Annexure-V
1. The execution of cleaning will be done with uniformed, hygiene conscious workers.
Mechanized equipments like scrubbing machine, vacuum cleaner etc. shall be used
wherever required. The rates for all such machines are already included in the rate quoted
in the Financial Bid and therefore nothing extra shall be paid on this account.
2. The cleaning and housekeeping works are to be carried out in such manners that all
premises always look neat and clean.
3. The manpower engaged should be trained in management of garbage (bio-degradable &
non-degradable and recyclable waste) also so that waste disposal is carried out properly
without affecting the environment as per pollution control directions.
4. It will be the sole responsibility of the contractor that the men/women engaged are trained
and BPSMV will not be liable for any mishap, directly or indirectly.
5. All the consumables and disposables required for cleaning and housekeeping should be
eco-friendly and shall be procured by the contractor at his own cost.
6. Mechanized equipments, wherever required, will be procured by the contractor at his own
cost.
7. The cleanliness will be periodically checked by the officer-in-charge or his authorized
representative based on certain objective criteria which are decided to measure level of
cleanliness and the contractor has to abide by those criteria. These are as follows:
(i) Shine level, presence of dust, pan and gutkha stains, spillage of water or other liquids,
bird droppings etc. on floors, tiled walls, doors, windows or stairs, etc.;
(ii) Dust or cobwebs etc. on roof, window grills etc.;
(iii) Finger or palm marks, dust and gutkha stain on glass panes of windows or doors and
mirrors;
(iv) Dirt marks, dust, dryness and odour in Wash-basin, WC Seats, floors etc. in
toilets/bathrooms.
10. Some of the sanitation workers should be trained for sewerman’s job because the
scope of work includes the unclogging of soil/waste pipes, floor traps, gully traps,
building manholes etc.
Signature
of the Bidder with seal
17
Annexure-VI
1. The work shall be carried out strictly as per the direction of the officer-in-charge,
BPSMV.
2. The contractor shall arrange good quality seeds/nursery for the timely plantation of
different variety seasonal flowers in the beds and pots placed in the old campus of the
university at his own cost and nothing extra shall be paid on this account. Any lapse on
such procurement shall be taken as violation of contract.
3. For the top quality horticulture maintenance, the contractor shall arrange sufficient
quantity of good quality manure/cow dung, manure, good earth, herbicides etc. at his own
cost and nothing extra shall be paid on this account.
4. The contractor shall provide all necessary tools and plants required for the efficient and
top quality horticulture maintenance, at his own cost and nothing extra shall be paid on
this account.
5. The contractor shall ensure that water shall be used judiciously without wasting.
Signature
of the Bidder with seal
18
Annexure-VII
BPSMV is a rapidly growing university spread over 350 acre of land. Besides various academic
departments, there are several constituent colleges, institutes, polytechnics, schools, hostels,
residential houses etc. in the North and South campuses of the university. There are several
entry/exit points in the campus and the boundary wall is also not complete at some stretches.
The security arrangement at BPSMV as covered in the tender includes mainly the following:
1. Round the clock security arrangement shall be provided to ensure protection of the
students, personnel and property of the university, at the following points:
2. The scope also includes prevention of trespassing and entry of stray dogs & cattle,
anti-social elements, unauthorized persons and vehicles in the campus of BPSMV.
3. The scope also includes the provision of patrolling vehicle like jeep, motor cycles,
bicycles etc, setting up the Control Room, communication equipments like wireless
sets, licensed firearms for the gunmen, torches, batteries etc.
4. The scope covers the watch & ward of the vehicles parked in the parking lots of the
university campus including that of residences.
5. The scope of work covers the watch & ward of flower plants, trees and grassy lawns
to prevent any damage by the staff, students, outsiders or stray cattle.
19
6. The scope includes the care of water taps, valves, water hydrants etc. installed in the
open all over the campus.
7. The scope covers the fire fighting operation in case there is a fire.
Signature
of the bidder with seal
20
Annexure-VIII
1. Such staff will be utilized for day to day office working (manual/computer based) in any
of the offices and other works as per designation of BPSMV as decided by the BPSMV.
2. Besides above, any other official duty or other work which the controlling officer,
BPSMV finds necessary and assigns to the outsourced staff, the staff shall put their best
efforts in successfully discharging the duty so assigned from time to time.
Signature
of the bidder with seal
23
Annexure-IX
The scope for sanitation services extends to all old and new campus spread over approx.
350 acre of land (approx. 1,40,000 sqm. built up area) comprising of all institutional
buildings, hostels (excluding rooms), guest houses, constituent colleges, polytechnic,
schools, administrative block, roads, paths, parking, selective residences etc. The
following activities shall be performed on regular basis:
1. The area covered in the scope of work includes all buildings including residences and
lawns in the old campus.
2. The scope of work includes maintenance of all indoor & outdoor plants, trees, shrubs,
hedge, grassy lawns, seasonal flowers etc. including watering, adding necessary
manure/cow dung, good earth, spray of herbicides, cutting of grass & pruning of
trees, plants, shrubs, hedge, replanting the grass in virgin pockets of the lawns etc.
3. Plantation of different seasonal plants/flowers in the existing beds and pots and also
including development of new flower beds wherever necessary and as directed by
officer-in-charge, BPSMV.
4. Supply of necessary manure/cow dung, good earth, herbicides, seeds, saplings etc. for
the timely and rich growth of plants, flowers, trees, shrubs, hedge, grass etc.
5. Arrangement of all T & P required for effective horticulture maintenance like lawn
mower, shears, watering cans, hose pipe, trowels, shovels, hoes, rakes, wheel barrow,
trimmers etc. shall be made by the contractor at his own cost.
Signature of the
bidder with seal
25
Annexure-XI
The bidder shall mention the number of personnel assessed by him while quoting the rates and
found necessarily to be deployed for the smooth execution of the work in the following
Performa:
i. Security Guards
ii. Gunmen
iii. Supervisors
2. Sanitation Services
i. Sweepers
ii. Sewermen
iii. Supervisors
3. Horticulture Maintenance
i. Gardeners (Mali)
ii. Supervisors
Note: 1. The bidder should furnish the above information very carefully, keeping in mind the
complete scope of work. The number proposed above must be adequate enough to
execute the work smoothly.
2. The bidder should also provide the list of various major equipments, tools and plants
he proposes to put in use if the contract is awarded.
Signature
of the Bidder with seal
26
Annexure-XII
PART-A
Signature
of the Bidder with seal
27
Annexure-XIII
PART-B
2. Manpower on roll
(different category)
3. Experience of
similar works in
years
4. Volume of similar
works done during
last five years as per
eligibility criteria
5. Number of trained
supervisory staff
6. ISO Certification of
the firm, if any
7. Any other
information
Note: Photocopies of all necessary documents duly self attested must be attached for
verification of the information provided.
Signature
of the Bidder with seal
28
ANNEXURE-XIV
UNDERTAKING
To
__________________________
__________________________
__________________________
Sir,
1. I/We hereby agree to abide by all terms and conditions laid down in tender document.
2. This is to certify that I/We before signing this bid have read and fully understood all the terms
and conditions and instructions contained therein and undertake myself/ourselves abide by
the said terms and conditions.
3. I/We abide by the provisions of Minimum Wages Act, Contract Labour Act and other
statutory provisions like Provident Fund Act, ESI Bonus, Gratuity, Leave, Relieving
Charges, Uniform and Allowance thereof and any other charges applicable from time to time.
I/We will pay the wages to the personnel deployed as per Minimum Wages Act as amended
by the Government from time to time and shall be fully responsible for any violation.
Annexure-XV
IN WITNESS whereof I/We of the bank have signed and sealed this
guarantee on the ___________day of __________(Month)___________(year)
being herewith duly authorized.
Name______________________
Designation_________________
I.D. No.____________________
Stamp/Seal of the Bank.
Signed, sealed and delivered for and on behalf of the Bank by the above named
__________________ in the presence of:
Witness-1.
Signature________________________
Name___________________________
Address_________________________
Witness-2.
Signature_______________________
Name__________________________
Address________________________
31
Annexure-XVI
FORM OF AGREEMENT
1. In this Agreement words and expression shall have the same meanings as are respectively
assigned to them in the Terms and Conditions of contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and constructed as part of this
Agreement, viz:
a. Letter of acceptance of award of contract;
b. Terms and Conditions;
c. Notice inviting Tender;
d. Bill of Quantities;
e. Scope of work;
f. Addendums, if any;
g. Complete Tender Document submitted by the contractor and any other document forming
part of the contract
3. In consideration of the payments to be made by the BPSMV to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the employer to execute the
______________________________w.e.f ______________ as per the provisions of this
Agreement and the tender documents.
4. The BPSMV hereby covenants to pay the contractor in consideration of the execution and
completion of the works/services as per the provisions of this Agreement and the tender
documents, the contract price of Rs._______________ (__________________Rupees in
words).
5. Being the sum stated in the letter of acceptance subject to such additions thereto or
deductions there from as may be made under the provisions of the contract at the times in
manner prescribed by the contract.
IN WITNESS WHEREOF the parties hereto have signed the Agreement the day and the year
first above written.
For and on behalf of the Contractor For and on behalf of the Governor of Haryana
Witness_________________ Witness______________________
Name___________________ Name________________________
Address_________________ Address______________________
________________________ _____________________________
________________________ _____________________________
Telephone No:____________ Telephone No:_________________
33
Annexure -XVII
___________________________________
Sl. Description Qty. Unit Rate for one job per month Total
No. Figure (in Words (in Amount
rupees) rupees) for 12
months
1. Round the clock One One
security job,12 job
arrangement of Months per
entire BPSMV month
North and South
campuses including
all institutional
buildings
(residential & non-
residential),
constituent
colleges,
polytechnic,
schools, hostels, all
entry/exit points
etc. as per the terms
terms & conditions
of the contract and
the scope of work
at Annexure-VI
ii) The monthly rates quoted above are for the complete job as per the description,
including wages of the total security personnel (security guards, gunmen &
supervisors) engaged in the university, other statutory obligations like EPF, ESI,
Gratuity, Bonus, service Tax etc., uniform, Identity Card and all other expenses
on account of arms, patrolling vehicles, torches, batteries, wireless sets etc.
required for the satisfactory execution of the work and nothing extra shall be
payable on any account.
iii. In case of any ambiguity in rates between the figures and words, the rates quoted in
words shall prevail.
Signature
of the bidder with seal
36
Annexure-B
1. Clerk-cum-Typist
2. Steno-Typist
3. Library Attendant
4. Lab Technician
5. Lab Attendant
6. Peon/Helper
7. Lab/Lib Cleaner
8. Driver
9. Conductor
10. Electrician, Grade-II
11. Plumber, Grade-II
12. Carpenter, Grade- II
13. Cook
14. Clerk-cum-Asstt.Warden
15. Accountant
Note: 1. The rates shall be inclusive of all applicable statutory obligations and
nothing extra shall be payable on any account.
2. In case of any ambiguity in rates between the figures and words, the rates
quoted in words shall prevail.
Signature
of the bidder with seal
37
Annexure-C
Sl. Description Qty. Unit Rate for one job per month Total
No. Figure Words Amount
for 12
months
1. Day to day One One
sanitation services job,12 job
for the entire Months per
BPSMV North and month
South campuses
including all
institutional
buildings,
constituent
colleges,
polytechnic,
schools, hostels
etc., roads, paths,
parkings, lawns
etc., as per the
scope of work at
Annexure-VII
ii) The monthly rates quoted above are for the complete job as per the description,
including wages of all the sanitation workers deployed in the university campus,
other statutory obligations like EPF, ESI, Gratuity, Bonus, service Tax, uniform,
Identity Card, all cleaning consumables, hire charges of all T&P like scrubbing
machines, vacuum cleaners, ladders etc. required for the satisfactory execution
of the work and nothing extra shall be payable on any account.
iii. In case of any ambiguity in rates between the figures and words, the rates quoted in
words shall prevail.
Signature
of the bidder with
seal
38
Annexure-D
Sl. Description Qty. Unit Rate for one job per month Total
No. Figure Words Amount
for 12
months
1. Day to day One One
horticulture job,12 job
maintenance work Months per
in the old campus month
of BPSMV as per
the terms &
conditions and the
scope of work at
Annexure-VIII
ii) The monthly rates quoted above are for the complete job as per the description,
including wages of all the horticulture workers (mali and supervisors) deployed
in the university campus, other statutory obligations like EPF, ESI, Gratuity,
Bonus, service Tax, uniform, Identity Card, supply of necessary good earth,
manure, seeds, saplings, herbicides etc. and hire charges of all T&P required for
the satisfactory execution of the work and nothing extra shall be payable on any
account.
iii. In case of any ambiguity in rates between the figures and words, the rates quoted in
words shall prevail.
Signature
of the bidder with seal