1

: 04985-223412/4221 Reply should be addressed to The Commanding Officer INS Naval Academy (PO) Ezhimala Kannur (Dist), – 670 310

Quoting: 449/06/CP75 05 Jul 18

M/s______

INVITATION OF ONLINE BIDS (THROUGH E- PROCUREMENT) FOR ANNUAL CONTRACT FOR MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19 REQUEST FOR PROPOSAL (RFP) NO 449/06 /CP/75 DATED 05 JUL 18

1. Quotations in Two Bids i.e. Technical and Commercial Bids are invited for ANNUAL CONTRACT FOR MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19. 2. The address and contact number for sending bids or seeking clarifications regarding this RFP are given below: -

(a) Bids / queries to be addressed to : The Commanding Officer

(b) Postal address for sending the bids INS Zamorin Naval Academy PO Ezhimala, Dist Kannur Kerala-670 310

(c) Name / Designation of the contact personnel : Lt Cdr S Katiyar First Lieutenant

Lt Arijit Pani ALOGO

(d) Telephone number of contact person : 04985-223421/4221/5073 /5070

(e) Fax Number : 04985-225068

(f) E-mail ID of contact personnel : [email protected] 2

3. This RFP is divided into five Parts as follows: -

(a) Part I. Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc.

(b) Part II. Contains essential details of the items / services required such as the Schedule of Requirements (SOR), Delivery Period, Mode of Delivery and Consignee details.

(c) Part III. Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.

(d) Part IV. Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V. Evaluation Criteria.

4. This RFP is being issued with no financial commitment and Buyer reserves the right to change or vary any part thereof at any stage. The Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

5. Contract Operating Authority. The Contract will be operated by The Commanding Officer, INS Zamorin on behalf of the President of and will be referred to as Buyer. The Contractor will be referred to as Seller.

Part I – General Information

1. Tender Reference No. 449/06/CP 75 dated 05 Jul 18.

2. Last date and time for receipt of tenders. At 1500 hrs on 30 Jul 18.

3. Critical Dates. The critical dates with respect to the above tender are tabulated below: -

Ser Description Details (a) Published Date 05 Jul 2018 at 1800 Hrs (b) Bid Document Download/Sale start date 05 Jul 2018 at 1800 Hrs (c) Clarification Start Date 06 Jul 2018 at 1800 Hrs (d) Date of site visit and Pre bid meeting 12 Jul 2018 at 1100 Hrs (e) Clarification End Date 13 Jul 2018 at 1800 Hrs (f) Bid Submission Start Date 14 Jul 2018 at 1800 Hrs (g) Bid Submission End Date 30 Jul 2018 at 1500 Hrs (h) Bid Opening Date 31 Jul 2018 at 1500 Hrs 3

3. Manner of depositing the Bids: Quotation will be accepted online only through CPP Portal. Offline bids will be rejected. Bidders have to quote on www.defproc.gov.in only. The scanned copy of relevant documents as mentioned in Part I, Para 4 of RFP duly digitally signed by the legal owner of the firm or the person authorized by him to do so be uploaded in CPP Portal by the bidder respectively. The hardcopies of EMD in original along with covering letter printed on firm's letter head duly signed and stamped should be either dropped in the Tender Box marked as

INS ZAMORIN “TENDER BOX FOR ANNUAL CONTRACT FOR MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19 placed inside Gate, INS Zamorin, Ezhimala or send by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay or non-delivery / non-receipt of Bid documents. Late submission of hardcopies of EMD in original along with covering letter printed on firm's letter head duly signed and stamped will render rejection of Bids. Bids sent by FAX or e-mail will not be considered.

4 Submission of online Bids at www.defproc.gov.in Bids with relevant supporting documents indicated in this RFP are to be uploaded in Central Public Procurement (CPP) Portal (ie., www.defproc.gov.in ). Non adherence to the same will be considered as non-acceptance of all terms and conditions by the firm and the bid is liable to be rejected. Details of documents to be uploaded are as follows: -

(a) Cover No. 1 (Type: Fee/Pre-Qual/Technical/Finance)

(i) Description: Scanned copy of C overing letter printed on firm's letter head: - Covering letter printed on firm's letter head signed and stamped is to be uploaded in .PDF format in this cover duly digitally signed by the legal owner of the firm or the person authorized by him to do so.

(ii) Description: Scanned copy of Tender Documents (RFP) signed on all pages: - Scanned copy of complete set of Tender Documents (RFP) signed and stamped on all pages is to be uploaded in .PDF format in this cover. The document in .PDF format should be digitally signed by the legal owner of the firm or the person authorized by him to do so.

(iii) Description: Scanned copy of Technical Bid: Scanned copy of Technical Bid placed at Appendix A duly completed and stamped is to be uploaded in .PDF format should be digitally signed by the legal owner of the firm or the person authorized by him to do so.

(iv) Description: Scanned copy of Work Experience: - Scanned Copy work experience in terms of minimum three similar kind of projects in the last five years is to be uploaded in .PDF format in this cover duly digitally signed by the legal owner of the firm or the person authorized by him to do so. 4

(v) Description: Scanned copy of EMD or EMD Exemption Certificate:- Scanned copy of EMD (wherever applicable) is to be uploaded in .PDF format in this cover duly digitally signed by the legal owner of the firm or the person authorized by him to do so. In case the firm is exempted from paying EMD, proof of exemption of EMD as per Para 16 of Part I of RFP is to be uploaded in .PDF format in this cover in lieu of EMD duly digitally signed by the legal owner of the firm or the person authorized by him to do so.

(vi) Description: Scanned copy of GST Registration Certificate: - Scanned copy of GST Registration Certificate is to be uploaded in .PDF format in this cover duly digitally signed by the legal owner of the firm or the person authorized by him to do so.

(b) Cover No. 2 (Type: Finance/Additional Information on Taxes and Duties)

(i) Description: Price Bid/BOQ. Bill of Quantity (BOQ) named as 'Price Bid Format' available in .xls format be downloaded from www.defproc.gov.in . Same is to be dully filled and post successfully validation to be uploaded in .xls format only. (Guidelines for filling up of the BOQ is placed at Appendix B. (Bidders are request to comply the instruction before uploading the BOQ)

(ii) Description: Additional Information on Taxes & Duties): - In addition to the Price Bid in .xls as indicated above, dully filled ‘Additional Information on Taxes and Duties' as per the format given at Appendix C be printed on firm's letter head, signed stamped and scanned copy to be uploaded in .PDF format in this cover duly digitally signed by the legal owner of the firm or the person authorized by him to do so.

5. Depositing Hard Copy of Bids:- In addition to online submission of Bids, the bidder should also deposit hard copies of the EMD in original so as to reach within the last date and time for depositing the Bids in sealed cover subscribing "ANNUAL CONTRACT FOR MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19” along with RFP No., Date of opening Tender and Name of Firm to avoid the Bid being declared invalid. Sealed Bids should be either dropped in the Tender Box or send by Registered Post at the address given below so as to reach by the due date and time.

6. Time and date for opening of Bids: At 1500 hrs on 31 Jul 18.

(If due to any exigency, the due date for opening of Bids is declared as closed holiday, the Bids will be opened on next working day at the same time or any other day / time, as intimated by the buyer)

7. Location of the Tender Box: Payyanur Gate, INS Zamorin, Ezhimala . Only those Bids that are found in the tender box marked as INS Zamorin Tender Box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid.

8. Place of opening of the Bids: CP CELL, Logistics Complex, INS Zamorin, Ezhimala. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial / technical clauses quoted by all Bidders on e-procurement will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 5

9. Forwarding of Bids. Online bids should be forwarded through www.eprocurement.gov.in under their Original memo / Letter Pad inter alia furnishing details like GST number, Registration No., Bank address with NEFT Account if applicable, etc and complete postal & e-mail address of their office.

10. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in online i.e., CPP Portal only about the clarifications sought not later than 14 (Fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be uploaded in CPP Portal and all prospective bidders who have received/downloaded the bidding documents can see the same. No post bid clarification shall be entertained iaw provisions of DPM 2009 and subsequent amendments.

11. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security.

12. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, the bidder is to provide clarification of his bid. The request will be given in writing and no change in prices or substance in, of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

13. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

14. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be de-listed for the given range of items as mentioned in this RFP.

15. Validity of Bids: The Bids should remain valid till 180 Days from the last date of submission of the Bids.

16. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for an amount of Rs.8 , 00,000.00 (Rupees Eight Lakh only) along with their bids. The EMD is to be submitted along with the bids in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks / approved private sector banks only in accordance with Form DPM-18 (Available in MoD website and can be provided on request). EMD should be submitted in favour of PCDA (Navy), Mumbai. EMD is to remain valid for a period of 45 days beyond the final bid validity period. EMD 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. The Bid security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. Please note that if your firm is exempted from submitting EMD in accordance with current Government Regulations i.e the Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any department of MoD or MoD itself (for similar item/ services), the documents 6 as proof are required to be mandatorily submitted along with the bids. EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of the tender. If the earnest money is not deposited by the bidder with the Bid, he / they will not be considered for the award of contract and his / their quotation / tender will be rejected.

17. Site Visit & Pre Bid Meeting. A mandatory site visit will be organised at 1100h on 12 Jul 18 for interested bidders. All interested tenderers may inspect the areas covered under the extant contract and are to assemble at the First Lieutenant Office of INS Zamorin by 1000 hrs on 12 Jul 2018. The COA or an officer designated by the Commanding Officer, INS Zamorin will conduct a guided tour of the areas. On completion of the site visit, a pre-bid meeting will be held at the office of First Lieutenant, INS Zamorin on the same day post site inspection for clarification regarding contents of RFP. Non attendance in the pre bid meeting will result in rejection of bid.

18. The Commercial bids will be opened by a Committee and if firm desires, may depute their representative, duly authorised in writing, to be present at the time of opening of tenders. Further negotiations will be made only with the lowest bidder (L1) as determined by the Committee. Authorized person should be in possession of identity proof for verification on demand.

19. The lowest bidder who have been qualified by a Board of Officers appointed by the Commandant, Indian Naval Academy, Ezhimala and fulfilling all terms and conditions will be considered for award of the contract for the Scope of Work mentioned in the RFP. Further negotiations, if needed, will be made only with the lowest bidder (L1) as determined by the committee. The decision regarding award of the contract is left completely to the Board of Officers and the Approving Authority.

20. Two Bid system. A two bid system of tendering would be undertaken for the contract and it will be based on a Technical Bid placed at Appendix A and separate BOQ format for commercial bid as per e-procurement norms. All firms are to meet the minimum Qualifications Performa as indicated and placed at Appendix A i.e. Technical Bid.

21. Commercial bids with just lump sum figures, not indicating individual breakdown as indicated in the Performa would be rejected.

22. The breakup details of payment & taxes paid to Govt. should be reflected separately in the bid as per columns provided in Appendix C.

23. Evaluation Criteria. The ‘Lowest Acceptable Tender’ shall be considered further for placement of Contract after complete clarification and price negotiations as applicable (details are placed at Part V of RFP).

24. The bidder should possess following Qualifications {Proof to be submitted with the Technical Bid as per para 4(a) above}: -

(a) Labour Commissioner Registration. The Bidder should be registered with the Labour Commissioner. In case the same is not available, a copy of Labour License is required to be submitted by the Bidder within 30 days of award of contract to the Buyer. Failure to do so will result in forfeiture of PBG/ cancellation of the contract as applicable.

(b) Assets . The bidder should have fixed property / assets worth a minimum of Rs. 5 crores to carry out the work smoothly and meet any unforeseen losses. Towards proof, 7

copies of latest duly audited balance sheet is to be produced by the bidder along with Technical Bid.

(c) Turnover. Minimum turnover as per the last financial statement (audited) of the firm should be Rs.10 crores. Copy of latest financial statement duly audited to be provided with Technical bid as proof.

(d) Work Experience. The bidder should have undertaken minimum three similar kind of projects (Road sweeping, garbage lifting, gardening, drain cleaning, wild vegetation cutting (i.e. over a huge area similar to INA) in the last five years anywhere in India. Proof to be submitted with Technical Bid.

(e) Employees on Roll. Minimum manpower on roll of the firm should be 20,000. Attested copy of manpower wages roll and EPFO challan in support of available manpower (duly submitted to EPFO) in respect of the previous four quarters shall be provided with Technical Bid.

25. The Commanding Officer, INS Zamorin will be the Contract Operating Authority through First Lieutenant or any other officer appointed by him on behalf of Govt of India. The final decision of who is to be awarded the contract is left completely with the Commanding Officer, INS Zamorin. The Commanding Officer, INS Zamorin on behalf of the Govt of India or any other officer nominated by him reserves the right to accept or reject any or all the bids or terminate the contract at any time without assigning any reasons thereof.

PART II – ESSENTIAL DETAILS OF ITEMS / SERVICES REQUIRED

SCHEDULE OF SCOPE FOR THE CONTRACT WORK EXECUTION”

1. Scope of Work.

(a) Road Sweeping, Clearing and maintenance to a stretch of 50 m beyond either side of all roads at INS Zamorin viz. Kuchcha roads, approach roads, tar roads and all other roads at Naval Station Ezhimala, INS Zamorin.

(b) Vegetation cutting and pruning trees twice a month on either sides of roads upto 5 m, surrounding offices, residential areas watch towers, boundary wall and as per user requirements (total length more than 100 Kms).

(c) Garbage collection and disposal (Note: Scope of work related to Garbage collection and disposal and provisioning of gash bags will be deleted from the extant contract in case of conclusion of fresh case for waste management system at station Ezhimala as per directives of the COA)

(d) Cleaning and maintenance of 26 Kms of Large Storm Drains

(e) Cleaning and maintenance of 08 Kms of virgin beaches inside the Station.

(f) Cleaning and maintenance of Temple, Mosque, Wells/ Bore Wells & Historical Places.

(g) Ready to provide services round the clock in case of landslides, flooding, rough weather and any tough conditions. 8

(h) Maintenance of garden and plantation using manure, choppinsigng and watering. (In case of any plant/Garden grass drying/dying due to insufficient maintenance, manure application or watering, the contractor is to replace the plant within five days of notice.)

Note: Detailed scope of work with varying requirements is placed at Appendix E to J.

2. Working Schedule.Eight hours per day, Six days a week. For ceremonial occasions viz. last seven days of POP, Mess Nights, Admiral,s Cup, INA seminar, Camps etc. and other activities additional work is required. Therefore, additional manpower is to be provided who will have to perform additional work i.e work in addition to above mentioned scope of work. The working hours might extend beyond eight hours a day during major events.

3. Compliance to RFP by the Bidder. Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are to mandatorily submit the compliance statement in the following format along with technical bid: - Sl. No. Specification para number of RFP Compliance to RFP In case of non- specification – compliance deviation whether YES / NO from RFP to be specified in unambiguous terms

Employability of Manpower & Machinery

4. The contractor is required to deploy the manpower / machinery as follows: -

(a) Manpower Employability. It would be upto the Contractor to provide the necessary manpower required to undertake the task as per SoW. Therefore, the number of labourers, supervisors, tools & equipments and vehicles may be worked out by the Contractor himself based on SoW and other terms and conditions as per RFP.

5. Instructions. The firm has to comply with the under mentioned requirements: -

S NO Requirement (a) All manpower assigned for contract work shall report to First Lieutenant Complex / designated location daily 0830 hrs for evaluation of strength and allocation of jobs (b) Contractor is to make sure that labourers assigned for contract work shall not be changed during a month without prior approval of the First Lieutenant. Contractor is required to forward list of labourers with photographs and indicating pass numbers ( if any) ( separately for skilled, unskilled, drivers, supervisors etc.) for the following month to First Lieutenant Office at least 5 working days prior to the first day of the next Contractual month (c) Lunch and tea breaks times for labourers will be as per the promulgated routine of the base and followed at INS Zamorin, notwithstanding the above, 08 (eight) hours of working as per regulations will be complied with daily by the contractor (d) At the end of day, it is mandatory for all supervisors / labourers to sign the attendance register kept at First Lieutenant Complex with the Sailor-in- Charge of the Contract, nominated by the First Lieutenant on behalf of Commanding Officer, INS Zamorin at 1700 hrs after completion of 08 (eight) hours work for the day (e) It is mandatory for contractor to provide protective gear to all labourers as per 9

regulations in force including safety harness, rain protective gears, protective rubber shoes, gloves, goggles & other labour safety equipment as may be deemed fit (f) Labourers employed by the contractor are to be provided with a uniform with contractor’s firm name written / printed in small size on left side of the pocket and written / printed in large size on reverse side of Shirt (g) “ Blue Colour Contract identifying cards ” shall be given to labourers employed by contractor for identification purpose and also to distinguish them as part of the said Contract and differentiate them from labourers employed for other contract work (h) No labour is to be found undertaking any other work, than that which is assigned within the scope of the contract work and / or as specified by the COA. Labours of the designated contract for the current Contractual month if found deployed by the contractor for any other contract work in the base will be penalised for it and the monetary value for such numbers of labours for that day would be reduced from that days payment (j) Multi Utility Vehicle. Multi utility vehicle(s) or equivalent is to be deployed for requirements of shifting / movement of Labour & Machines within the base. The vehicle will also be used for undertaking supervision / monitoring rounds by Sailor-in- charges so as to ascertain proper execution of contract work.(Ownership of vehicle is mandatory)(If not owned undertaking to be given that post acceptance of contract vehicle will be owned and provided) (k) Cleaning Gear / Materials. The contractor is required to provide requisite number of cleaning gears and materials for all the services as applicable. (l) Grass cutting machines, Green cutting machines, Green polishing machines, weed removal machines, tree trimming machines, chopper, axes, power saw, hand saw, telescopic saw, ropes, shovels, lawn mower, cleaning tools and implements etc on as required basis shall be provided. (m) Cleaning of water body and water fountains.

6. Delivery Period of Contract. The items / services should be delivered commencing the effective date of signing of AOT (Acceptance of Tender). The Contract will come into effect from the effective date {i.e. Date of Signing of agreement (AOT) by the Buyer and Seller or a further date mutually agreed post signing of the Contract} and will be valid for 01 (One) year.. The period could further be extended on mutual agreement but on same terms and conditions as stipulated for award of present Contract. Rates will not be revised during the entire Contract Period. The successful bidder is to execute an agreement for the contract at his own expense on appropriate value of Kerala State Stamp paper in the prescribed format for the due and proper filling of requisite information in the Contract.

7. Mode of Delivery. The delivery of items / services should be on site /as intimated by COA.

8. Consignee details. The Commanding Officer, INS Zamorin, Ezhimala.

PART III – STANDARD CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.

1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 10 11

2. Effective Date of the Contract. The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request).

4. Penalty for use of Undue influence. The Seller / Contractor undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer / INA / INS Zamorin or otherwise in procuring the Contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with INA / INS Zamorin / Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with INA / INS Zamorin / Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer / INA / INS Zamorin to cancel the contract and all or any other contracts with the Seller / Contractor and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller/Contractor. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller/Contractor towards any officer / employee of the Buyer / INA / INS Zamorin or to any other person in a position to influence any officer / employee of the Buyer / INA / INS Zamorin for showing any favour in relation to this or any other contract, shall render the Seller / Contractor to such liability / penalty as the Buyer / INA / INS Zamorin may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Agents / Agency Commission. The Seller / Contractor confirms and declares to the Buyer that the Seller is the original manufacturer of the stores / provider of the services referred to in this contract and has not engaged any individual or firm, whether Indian or Foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual / firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five(5) years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LABOUR / LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 12

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents / Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information / inspection of the relevant financial documents / information. 7. Non-disclosure of Contract documents. Except with the written consent of the Buyer / Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

8. Liquidated damages (LD). If the contract work is not carried out on a certain day leading to deficiencies in services, the Navy may levi LD at 0.5% of the contract price for undelivered work /services / equipment, any delay in services for each week or part of week the contractor shall submit the documents after a deduction of the LD subject to a maximum of 10% (or in proportion) to the contract price. The Commanding Officer, INS Zamorin will be the final arbiter as to the penalty to be levied and his decision will be binding on both parties.

9. Termination of Contract. The Buyer shall have the right to terminate the contract in part or full without any notice in any of the following cases:-

(a) In case of non-compliance to the terms and conditions laid down in the Schedule of Requirement, written notice will be sent to the firm that has to be necessarily replied. If the services of the contractor are found to be unsatisfactory, the contract is liable to be terminated without further notice and security deposit will be forfeited.

(b) The Seller is declared bankrupt or becomes insolvent. (c) The Buyer has noticed that the Seller has utilised the services of any Indian / Foreign agent in getting this contract and paid any commission to such individual / company etc. (d) As per decision of the Arbitration Tribunal.

(e) The Seller refuses to perform or disables himself from performing the duties in its entirety.

(f) Failure on the part of the Seller to ensure that the labourers employed by him behave properly, do not consume alcohol, or be under the influence of liquor, chew pan, gutkha etc. while performing the duties in Naval Area.

(g) Failure on part of Seller to deposit Performance Bank Guarantee (PBG) amounting to 10% of the contract through an Account Payee Demand Draft in favour of Joint Controller of Defence Accounts (Navy), within 30 days of signing of contract. The PBG should remain valid for a period of sixty days beyond the date of completion of contractual obligations, including warranty.

(h) Due to any other reason adversely affecting morale, security or performance.

(j) Failure to pay the minimum wages to the labourers.

(k) Failure to deposit mandatory taxes and Govt. dues.

(l) Delay in delivery of material / services for causes not attributable to Force Majeure for more than one (01) month after the scheduled date of delivery. 13

(m) Delay in delivery of material / services due to causes of Force Majeure by more than one (01) month provided Force Majeure clause is included in the contract.

10. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail / airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting. The Seller / Contractor has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights. The prices stated in the present contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks, and payments for any other industrial property rights. The successful bidder shall indemnify the COA against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The successful bidder shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the suppliers, irrespective of the fact of infringement of any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part, except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

14. Taxes and Duties. The rates quoted for the Schedule of Requirement should be inclusive of all the taxes and any other charges. The COA shall not be liable to pay any charges except the lump sum rates as mentioned in the quotation. No clause of escalation exists in the contract during the validity period.

(a) If Bidder desires to ask for GST extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained.

(b) If reimbursement of any Duty / Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation, it will be presumed that the prices quoted are firm and final and no claim on account of such Duty / Tax will be entertained after the opening of tenders.

(c) If a Bidder chooses to quote a price inclusive of any Duty / Tax and does not confirm inclusive of such Duty / Tax so included is firm and final, he should clearly indicate the rate of such Duty / Tax and quantum of such Duty / Tax included in the price. Failure to do so may result in ignoring of such offers summarily.

(d) If a Bidder is exempted from payment of any Duty / Tax upto any value of supplies from them, he should clearly state that no such Duty / Tax will be charged by him upto the limit of exemption which he may have. If any concession is available in regards to rate / quantum of any Duty / Tax it should be brought out clearly. Stipulations like the said Duty/Tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such Duty / Tax will not be charged by him even if the same becomes applicable later on. In 14

respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such Duty / Tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

(e) Any change in any Duty / Tax upward / downward as a result of any statutory variation in excise taking place within Contract terms shall be allowed to the extent of actual quantum of such Duty / Tax paid by the supplier. Similarly, in case of downward revision in any Duty / Tax, the actual quantum of reduction of such Duty / Tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concessions etc. if any obtained by the Seller.

15. EPF/ESIC contribution.

(a) Bidder shall comply with all statutory labour laws such as Employees Compensations Act, Contract Labour (Regulation) Act, Minimum Wages Act and Industrial Disputes Act etc. (b) It shall be the responsibility of the Bidder to obtain his EPF and ESI Code from the concerned departments and remit the contribution in accordance with EPF and ESI Act. Proof of registration is to be produced alongwith bids.

(c) Post award of contract, firm is required to

(i) register with Kannur PF and ESI office for remittance of EPF and ESI as per regulations in force. (ii) verify the ECR i.e. name identify as well as wages on which EPF is remitted.

(ii) ensure transfer of employees having existing ESI and EPF A/C to Aadhar linked A/Cs for remittance under the existing contract. (d) Non compliance of the EPF and MPF Act 1952 will lead to termination of contract.

16. Pre Integrity Pact Clause. A Pre Integrity Pact is also concluded between buyer and Seller as per Form DPM 10.

17. The breakup details of payment to the labourers and taxes paid to Govt. should be reflected separately in the BOQ placed at Appendix B and Additional Information on Taxes & Duties (Appendix C) respectively.

PART IV – SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of the Special Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.

1. Performance Guarantee. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank in favour of Principal Controller of Defence Account, Mumbai only for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the contract period. The specimen of PBG is given in Form DPM 15 (Available in MoD website and can be provided on request). 15

2. Option Clause. The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not.

3. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items / services under the present contract within six months from the date of supply / successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeat order or not.

4. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 10 % plus/ minus increase or decrease the quantity of the required materials / services upto that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit.

TERMS OF PAYMENT

5. Payment will be made in arrears on monthly basis by Joint Controller of Defence Accounts (Navy), Kochi through EFT on submission of the duly pre-receipted and stamped bill in the prescribed form at the end of each month after satisfactory completion of work.

6. Income tax will be recovered from the contractor’s monthly bill as per rules.

7. The contractor shall not be entitled for any additional payment during the tenure of this contract due to subsequent increase in cost of materials, transportation costs, etc.

8. A monthly Work Undertaken certificate duly signed by the First Lieutenant and countersigned by Executive Officer, INS Zamorin will be prepared at the end of the month, providing details of work not undertaken as per SOW which will be a pre-requisite for passing the bill for payment. The bill is to be submitted through the Logistics Officer to the Commanding Officer, INS Zamorin. The bill should have GST No. quoted on them, failing which it will be rejected by the JCDA (N) Kochi. The contractor is to submit the proof of payment of taxes / Govt. dues along with Bill for payment.

9. The payment is subject to pre-audit and through Joint Controller of Defence Accounts (Navy), Kochi. The bills submitted will be processed and forwarded to the JCDA (N) Kochi for arranging payment by NEFT directly. Any delay in submission of bills resulting in consequent delay in settlement of bills by the JCDA (N) Kochi will not be the responsibility of the COA. The JCDA (N) Kochi normally takes at least 90 days to process payments.

10. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant E-payment details so that payments could be made through ECS / EFT mechanism. A copy of ECS Mandate format is placed at Appendix L. The payment will be made as per the following terms, on production of the requisite documents:-

(a) The services will be on credit basis and payment will be made directly to the firm by the JCDA (Navy) Kochi through ECS/DBT post audit of the bills as received from the 16

Commanding Officer, INS Zamorin. Deduction of IT@ prevailing percentage value of the bill will be made by the paying authority. Sales / Income Tax as per the rules / directives of the Sales / Income Tax Department, prevailing in force at the time of payment of bills. No advance payment will be made.

(b) Following information is mandatorily required to be given by the firm for facilitating payments from JCDA (Navy) Kochi:- (i) Name of the Firm as per registration documents (ii) Complete postal address of the firm (iii) Telephone number with STD Code and Fax no. (iv) Full Name of the Bank where the firm holds account (v) Branch name and Address of the Bank (vi) Bank Account No. (vii) Type of account (saving/ current) (viii) 9 digit MICR code no. of bank & branch (ix) NEFT Code (IFSC Code) of the branch (x) PAN No. (xi) TIN No. (xii) GST No.

Work Undertaken Certificate

11. A Work Undertaken certificate duly signed by Contract Operating Authority, the ‘First Lieutenant and countersigned by Executive Officer, INS Zamorin’ at the end of the month, will be prepared for processing monthly bills. For payment, the bill is to be submitted through the Logistics Officer to the Commanding Officer for approval. Following are to be ensured whilst preparing the work undertaken certificate:-

(a) Muster sheets on daily attendance of manpower, supply of equipment, tools & vehicle will be prepared on daily basis on monitoring registers and same will be signed by the Sailor-in-charge as nominated by the First Lieutenant and supervisors of the contractor in presence of each other and submitted for countersign by the First Lieutenant on behalf of the Commanding Officer on a weekly basis.

(b) Daily work Undertaken or execution will be prepared on day to day basis and deficiency work sheets for all areas as specified in the Appendices and Enclosures to the contract will be prepared on Fortnightly basis for compilation of the monthly Work Undertaken Certificate based on which Contracts Section / Budget section are to undertake payments / dues to the contractor.

(c) All the above work sheets will be compiled in order to ascertain the quantum of work & material used for execution of actual scope of work on monthly basis (26 contractual days in a month), based on which a Work Undertaken Certificate will be issued monthly by the Contract Operating Authority i.e. the First Lieutenant.

(d) Submission of Work Undertaken Certificate on monthly basis is the sole responsibility and prerogative of the Contract Operating Authority and compilations of Work Undertaken will be based entirely upon the scope of work which has been effected actually on ground and the corresponding daily work sheets as reflected in sl (a) to (c) above.

Risk & Cost 17

12. The following are the stipulated terms constituting the clause of Risk & Cost on the contractor / firm:-

“The need to execute the scope of work / schedule of requirement and timely execution during a stipulated contractual month would be the responsibility of the contractor / firm. If the firm / contractor cannot undertake the same, thus it would necessitate that the First Party i.e. COA would invoke Risk & Cost and undertake the work by hiring of Labours / Machinery at existing Market rates so as to meet the contractual terms as it effects the habitability of all residents and might pose a risk to the property / lives within the estate.”

If the Contractor is not able to complete specific tasks during the period of contract due to any reason including harthal / bandh, required no. of labours / machinery will be hired against the Risk and Expense of the contractor. In the event of non-performance by the contractor a warning will be given on two occasions. Failure / non- performance of contractual obligations on third occasion will result in termination of contract and forfeiture of PBG.

13. Liquidated Damages. If the contract work is not carried out on a certain day leading to deficiencies in services, the Navy may levi LD at 0.5% of the contract price for undelivered work /services / equipment, any delay in services for each week or part of week the contractor shall submit the documents after a deduction of the LD subject to a maximum of 10% (or in proportion) to the contract price. The Commanding Officer, INS Zamorin will be the final arbiter as to the penalty to be levied and his decision will be binding on both parties.

GENERAL AND SPECIFIC TERMS AND CONDITIONS FOR THE BIDDER/ CONTRACTOR

14. The contractor is to submit the registration certificate with the Labour Commissioner within 30 days of award of contract to the unit and should be in possession of necessary clearance to employ labours.

15. The minimum rates of wages issued by the Central Government will be applicable in the Central Govt establishment/ organization.

16. The Bidder /Contractor should follow minimum government rate for payment towards labourers as per Government of India, Ministry of Labour & Employment office of the Chief Labour Commissioner. The contractor is also ensure the following while awarding the contract :-

(a) Submit the proof of ESIC, EPF and GST Returns which are being paid to the Govt to the COA.

(b) Compliance with all statutory labour laws such as Employees Compensations Act, Contract Labour(Regulation) Act, Minimum Wages Act & Industrial Disputes Act etc

(c) Compliance with guidelines available in the ‘Shram Suvidha’ Portal of Ministry of Labour & Employment.

(d) It shall be the responsibility of contractor to ensure payment of wages and other benefits etc to all the workers by the contractors through Bank.

(e) A separate register is to be opened for Daily Attendance Register of all employees and Payment Register alongwith details of savings Account (Aadhar linked) Numbers and the same are required to be put up to COA as and when demanded for verification. 18

17. Standard requirements with respect to labourers are as mentioned below:-

(a) Conveyance of workers / labourers within the establishment will be the liability of the Contractor. The Contractor is to ensure timely reporting of workers at site and their timely exit from the establishment.

(b) The firm should have a valid permit to provide labourers as per the extant Government Rules.

(c) The Contractor is mandatorily required to submit complete details such as nationality, present and permanent address of the workers for working in this establishment. Police verification of workers should be cleared by the firms. Police verification certificate should be submitted to First Lieutenant office by firms before commencement of the contract and also during operation of the contract.

18. The Indian Navy shall not be responsible for any injury or loss of life that may take place while on such job. Compensation or expenditure towards treatment for such injury or loss of life shall be wholly the responsibility of the contractor.

19. Personal bag and baggage of the contracted personnel of the contractor shall be liable for physical check both at the time of entry and exit from the establishment.

20. In case of any theft or breakage of unit property by the contractor’s personnel, the cost will be borne by the contractor. Any breakage found prior to the date of the contract work shall be brought to the notice of the Commanding Officer, INS Zamorin.

21. The Contractor shall not allow or permit his workers to participate in any trade union activities or agitation in the premises of the establishment.

22. Rules and Regulations in the Indian Naval Academy. The following rules and regulations are to be strictly adhered to by the Contractor, authorized reps, supervisors, labours and drivers:-

(a) The contractor, authorized reps and workers are to abide by the prevailing security orders in force in the Indian Naval Academy, Ezhimala and other organizations visited by the Officers of Indian Naval Academy. Any clarification required by Naval Police / Authorities due to Enhanced Security Measures from the authorized reps, supervisors, labours and drivers is to be provided / produced as and when required.

(b) The workers will have to be security cleared from Kerala Police.

(c) The workers provided should be employed in the establishment at the contractors risk and Indian Navy will not be responsible for any injury or loss of life which may take place while on such job. Should the labours and the management of the firm providing the services involve in any litigation, the Navy will cease hiring the services and will not be responsible for such eventuality.

(d) The workers will be issued security pass and will be permitted to work from 0630 to 1900 hrs including Sundays and holidays. No security pass will be issued to any rep, supervisor, labour or driver other than the ones actually employed by the contractor. The penalty on the loss of temporary passes / identity cards issued is to be borne by the Contractor. 19

23. Labours may carry drinking water and their packed lunch /breakfast as per the requirement of duty hours under their own arrangements. No additional cost, mileage etc. will be allowed for any lunch /tea breaks etc.

24. Further to the above, all terms and conditions mentioned in the contract agreement deed will have to be accepted, if selected for award of contract. The workers will have to be security cleared from Kerala Police. They will be issued security pass and will be permitted to work from 0630 to 1900 hrs including Sundays and holidays. The timings may be advanced or postponed on certain occasions like Passing out Parades, Inspections, VIP visits and when considered necessary by the Indian Navy.

25. Any refusal / inability from the contractor to provide the services will be treated as a reason to cancel the Contract of the firm by the Navy and forfeiture of security deposit.

26. The bidder must furnish proof of ownership of mandatory equipment such as grass cutting machines, lawn mowers, tipper/ lorry, JCB etc (if owned).

27. All disputes or differences arising out or in connection with the present Contract, including the one connected with the validity of the present Contract or any part thereof, shall be settled by bilateral discussion between The Commanding Officer, INS Zamorin or any officer nominated by him on behalf of the President of India and the Contractor. The contractor will have to be present in the office of The Commanding Officer, INS Zamorin or the Officer nominated by the Commanding Officer, INS Zamorin for this bilateral discussion after having been given a notice of at least twelve hours. The decision of The Commanding Officer, INS Zamorin or any officer nominated by him on behalf of the President of India shall be final and binding

28. Any dispute of question arising out of or relating to this contract or relating to performance which cannot be settled amicably, shall be referred to the Arbitrator in within 24 hrs. The Commanding Officer, INS Zamorin will be the sole arbitrator whose decision shall be final and binding on the parties to this contract.

29. The parties shall continue to perform their respective obligation under this contract during the pendency of the arbitration proceedings except so far in as such obligations are subject matter of the said arbitration.

30. Submission of Tenders. You are requested to submit Technical Bid placed at Appendix ‘A’ and Commercial Bid ( BOQ ) as per Appendix B to this RFP as per instructions iaw Para 4 of Part I of RFP. You are requested to complete the tender forms duly attaching copies of relevant documentary evidence as required and demand draft of earnest money deposit. The duly completed tender form and supporting documents are to be uploaded as per directives given at Para 4 of Part I of RFP and hard copy of EMD alongwith covering letter put inside sealed envelope and signed by the bidder is to be dropped in the Tender Box as per schedule mentioned in the bid as per timeline uploaded on e-portal for submission of bids. The following information is to be mentioned on top of the envelope for easy identification:-

(a) Serial number of the tender form.

(b) Tender documents for ANNUAL CONTRACT FOR MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19 20

PART V – EVALUATION CRITERIA

1. Evaluation Criteria. The broad guidelines for evaluation of bids will be as follows:- (a) Only those bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. (b) Only those bids meeting the technical evaluation as regards the firm/ bidders ability to undertake the work based on technical criteria indicated would qualify. Only such firms/ bidders qualifying would be considered for opening of commercial bid. (c) The lowest bid will be decided upon the lowest price quoted by the particular bidder as per the BOQ format given at www.defproc.gov.in. The consideration of taxes and duties in evaluation process will be as follows:- (i) In cases where only Indian Bidders are competing L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local governments such as Goods & Services Tax (GST) on final product, as quoted by bidders. (d) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (e) The lowest acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do apportionment of quantity as per existing provisions of DPM 09, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time. (f) Determination of L1 will be done based on total of basic prices (not including levis, taxes and duties levied by Central/State/local governments such as Goods & Services Tax (GST) on final product) of all items/requirements as mentioned in RFP. (g) Only those firms who are registered with GST portal can participate in the present tender enquiry. Copy of GST registration is required to be submitted alongwith bids. The bidders has to quote rate of applicable GST for stores alongwith HSN number for each item unless exempted (proof of rate exemption by Govt may be submitted alongwith documents). Proof of rate applicable GST for the stores/services may also be submitted alongwith bids. (h) Any other criteria as applicable.

(K Diwakar Rao) Captain Logistics Officer for Commanding Officer 21 22

Appendix ‘A’

TENDER FORM FOR SUBMITTING TECHNICAL BID FOR REQUEST FOR PROPOSAL (RFP) NO 449/06/CP 75 DATED 05 JUL 18

1. I/we hereby declare that I/we have fixed property worth Rs______(Rupees______) as per latest duly audited B/S.

Note:- Minimum fixed property/ assets as per the latest audited Balance Sheet should be Rs 20 crores - Refer para 24 Part I to RFP. Failure to attach the proof will render the technical bid disqualified.

2. I/We have an experience of undertaking…………….. ……………………………………… MECHANIZED SWEEPING OF ROADS/CLEANING ALL OPEN STORM WATER DRAINS & CANALS/ GARBAGE COLLECTION AND TRANSPORTATION/VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE for the last _____consecutive years. (Details of each type of contract undertaken to be enclosed) (Experience of minimum three similar kinds of projects (Road sweeping, garbage lifting, gardening, drain cleaning, wild vegetation cutting) in the last five years anywhere in India is mandatory- Refer para 24 Part I to RFP). Failure to attach the proof will render the technical bid disqualified.

(a) Number of years of Experience in similar work : (over a huge area similar to INA) (b) Turnover (Last Financial Year) : (c) Number of Manpower on roll : (d) Quality Certificate received :

Note;- Minimum turnover as per the last financial statement (audited) of the firm should be Rs.60 crores. Copy of latest financial statement duly audited shall be provided. Minimum manpower on roll of the firm should be 20,000. Attested copy of manpower wages roll and EPFO challan in support of available manpower (duly submitted to EPFO) in respect of the previous four quarters shall be provided with Technical Bid – Refer para 24 Part I to RFP.

3. I/We have enclosed DD/FD No ______dated______drawn on ______Bank (Public Sector Bank/ authoriSed pvt sector bank only)______as EMD for a sum of Rs ______.

4. Company Registration No :______(Registration No./Certificate to be enclosed)

 Non compliance of Serial 1 to 4 will render technical bid of firm/individual invalid and same would be rejected.

5. EPF Registration No (Mandatory) :______(Registration No/Certificate to be enclosed with the Technical Bid)

6. ESI Registration No (Mandatory) :______(Registration No/Certificate to be enclosed with the Technical Bid)

7. Labour Commissioner Registration No :______23

(Registration No/Certificate to be enclosed with the Technical Bid or to be submitted within 30 days from the award of contract)

8. Name of the firm ______

9. Name of the authorized person submitting the bid Shri/Mr______

10. Designation, of the authorized person submitting the Bid______

12. Name, Designation, address and Mobile Number of alternate person______

13. Address of the firm______

14. Telephone No with STD code ______(Fax)______

15. Mobile No of the person submitting the Bid______

16. E-mail of the person submitting the bid ______

17. Website Address______

18. Registration and incorporation particulars of the firm :

(a) Public Limited (b) Private Limited (c) Any other – please specify

19. Bidder’s Bank, its address and current account No:

20. GST Registration No ______(Enclose copy)

SCHEDULE OF REQUIREMENT

21. In respect of Two-Bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the following format and all documents for the same along with Technical Bids. The firm has to comply with the under mentioned requirements:-

S NO Requirement Whether Incase of non- comply compliance, (Yes/No) deviation from RFP to be specified in unambiguous terms (a) All manpower assigned for contract work shall report to First Lieutenant Complex / designated location daily 0830 hrs for evaluation of strength and allocation of jobs (b) Contractor is to make sure that labourers assigned for contract work shall not be changed during a 24

month without prior approval of the First Lieutenant. Contractor is required to forward list of labourers with photographs and indicating pass numbers ( if any) ( separately for skilled, unskilled, drivers, supervisors etc.) for the following month to First Lieutenant Office at least 5 working days prior to the first day of the next Contractual month (c) Lunch and tea breaks times for labourers will be as per the promulgated routine of the base and followed at INS Zamorin, notwithstanding the above, 08 (eight) hours of working as per regulations will be complied with daily by the contractor (d) At the end of day, it is mandatory for all supervisors / labourers to sign the attendance register kept at First Lieutenant Complex with the Sailor-in-Charge of the Contract, nominated by the First Lieutenant on behalf of Commanding Officer, INS Zamorin at 1700 hrs after completion of 08 (eight) hours work for the day (e) It is mandatory for contractor to provide protective gear to all labourers as per regulations in force including safety harness, rain protective gears, protective rubber shoes, gloves, goggles & other labour safety equipment as may be deemed fit (f) Labourers employed by the contractor are to be provided with a uniform with contractor’s firm name written / printed in small size on left side of the pocket and written / printed in large size on reverse side of Shirt (g) “Contract identifying cards” shall be given to labourers employed by contractor for identification purpose and also to distinguish them as part of the said Contract and differentiate them from labourers employed for other contract work (h) No labour is to be found undertaking any other work, than that which is assigned within the scope of the contract work and / or as specified by the COA. Labours of the designated contract for the current Contractual month if found deployed by the contractor for any other contract work in the base will be penalised for it and the monetary value for such numbers of labours for that day would be reduced from that days payment (k) Cleaning Gear / Materials. The contractor is required to provide requisite number of cleaning gears and materials for Cleaning services. (m) Cleaning of water body and water fountains. 25

EQUIPMENTS/MATERIALS/VEHICLES

S No RFP specifications item wise Compliance to In case of non- RFP compliance, specifications- deviation from whether RFP to be (Yes/No) specified in unambiguous terms (a) Multi Utility Vehicle (s) or equivalent for requirements of shifting / movement of Labour within the base. The vehicle will also be used for undertaking supervision / monitoring rounds by Sailor-in-charges so as to ascertain proper execution of contract work(Preferably with low tailboard) Ownership proof of the vehicle to be submitted. If not owned undertaking for hiring of vehicle to be provided. (b) Adequate Number of Weed cutting machines, Chain Saw machines & Telescopic Trees Pruners with their accessories/implements and safety equipment for cutting, pruning and disposal of weeds and trees are to be provided. (Ownership proof to be submitted with the Technical Bid) Grass cutting machines, Green cutting machines, Green polishing machines, weed removal machines, tree trimming machines, axes, power saw, hand saw, telescopic saw, ropes, shovels, lawn mower, cleaning tools and implements etc. On as required basis shall be provided. (c) Fuel. Fuel for the Weed cutting and Chain Saw Machines should be available at all times and costing for the same would be inclusive of the overall cost of Contract(as indicated in BOQ). (d) It is mandatory for contractor to provide tools and accessories required for cutting and pruning work and disposal/lifting of cut-vegetation, foliage etc like Hand cultivator, Chopper, Manual grass cutting rod (L shape), Basket/Gunny bags etc. and Rain protective gears. (Ownership proof to be submitted with the Technical Bid) (e) The area in which cutting/pruning machines are not reachable, tools for manual cutting/pruning shall be provided by contractor (f) Any deficiency in above mentioned task shall be considered as deficiency in contract work and 26

same calculated deficiencies amount will be deducted from monthly contract bills (g) Transport for labour to be available at all times during the day (h) Weed cutting & pruning Trees and Disposal of the area around Helipad, its surrounding (j) Tipper/Lorry. Tipper/Lorry or equivalent is to be mandatorily utilized for lifting and disposal of cut vegetation and pruned trees waste. (Ownership proof of the vehicle is to be submitted alongwith Technical Bid. If not owned , undertaking to be provided for hiring of the vehicle). (k) Grass cutting machines, Green cutting machines, Green polishing machines, weed removal machines, tree trimming machines, chopper, axes, power saw, hand saw, telescopic saw, ropes, shovels, lawn mower, cleaning tools and implements etc. On as required basis shall be provided. (l) Cleaning of water body and water fountains. (m) Adequate no. of Weed cutting machines, Chain Saw Machines & Telescopic Tree Pruners with their accessories / implements for cutting, pruning and disposal of weeds and trees are to be provided (n) Fuel. Fuel for the Weed cutting & Chain Saw Machines should be available at all times and costing for the same would be inclusive of the overall cost of Contract. (p) It is mandatory for contractor to provide tools and accessories required for cutting & pruning work and disposal / lifting of cut – vegetation, foliage etc like ‘Hand cultivator’, Chopper, ‘Manual grass cutting rod (L shape), Basket / Gunny bags etc. (q) The areas in which cutting / pruning machines are not reachable, tools for manual cutting / pruning shall be provided by contractor (r) Any deficiency in above mentioned task shall be considered as deficiency in contract work and same calculated deficiencies amount will be deducted from monthly contract bills (s) Transport for labour to be available at all times during the day (w) Vegetation Cutting & Pruning Trees around Offices, Blocks, Buildings in their surrounding areas , common spaces in-between blocks (x) Cleaning Gear / Materials. Adequate tools for cleaning, sweeping, picking and throwing or any other implements etc to be provided mandatorily on as required basis. There is also a need for the Contractor to provide adequate tools / accessories / implements for clearing blocked 27

drains during contractual period. The contractor is to provide requisite number of cleaning gears and materials for cleaning of roads on Daily basis (y) Gash bags. The contractor is required to provide separate gash bags for bio degradable and non- bio degradable garbage (small size as per the size of the household dustbins or large size as per the size of the common dustbins placed on the roadsides). Gash bags provided should comply with the Govt. / State specifications. (Small size-4000 each i.e 2000 for bio degradable waste and 2000 for non bio degradable waste per day, Large size – 100 per day). (z) During any special event viz. POP, Annual Inspection, Bakshi Cup, Admiral’s Cup, Symposium and / or any other event, points of garbage collection will increase. During all these events additional 100 large and 100 small size gash bags are to be provided mandatorily. Garbage lifting from these additional points and disposal will be the contractor’s responsibility. The points of collection will be intimated by the COA. (aa) During any special event viz. POP, Annual Inspection, Bakshi Cup, Admiral’s Cup, Symposium, visit by a VIP / VVIP and any other event as deemed fit by COA there exist an additional requirement of cleaning the roads early morning and cleaning the roads twice / thrice a day. This requirement has to be mandatorily met by the contractor without any change/addition/alteration in terms of contract. The requirements will be intimated by the COA. Non provisioning of the same will be noted as non-compliance of the mandatory work required and contractor will be penalised for the same. (ab) Garbage Lifting is to be undertaken 365 days a year i.e including holidays, festivals, harthals, bundhs, sunday etc. Also, a daily collection register is to be maintained mandatorily for ORA, NASA and CERA wherein signature of the resident has to be mandatorily taken by the contractor and produced to the COA at 1830 hrs daily mandatorily for audit. In case access of vehicle to a particular location for garbage collection is hindered / blocked extra manpower is to be deployed for physically collecting and disposal. Non collection of garbage on any single day from any single point will be unacceptable and contractor will be penalised. (ac) Garbage collection in ORA, NASA and CERA is to be completed by 0900 hrs daily mandatorily. 28

Also, a daily collection register is to be mandatorily maintained for all the quarters in above mentioned locations wherein signature of each resident / user have to be mandatorily taken at the time of collection and produced to the COA at 1830 hrs daily for audit, failing which non completion of work will be noted and contractor will be penalised for the same. In case a particular user / resident is unavailable at the designated location then the “time of garbage collection” is to be entered with the remark “User / Resident unavailable”. Same will be counterchecked by COA and based upon the investigation, a remark will be entered in daily work completion certificate. (ad) Garbage collection in all offices and rest of the dustbin points is to be completed by 1100 hrs daily mandatorily. Also, a daily collection register is to be mandatorily maintained for all the offices and dustbins wherein signature of each user have to be mandatorily taken at the time of collection and produced to the COA at 1830 hrs daily for audit, failing which non completion of work will be noted and contractor will be penalised for the same. In case a particular user is unavailable at the designated location then the “time of garbage collection” is to be entered with the remark “User unavailable”. Same will be counterchecked by COA and based upon the investigation a remark will be entered in daily work completion certificate. (ae) Garbage collection is to be undertaken twice a day mandatorily at following locations:- Katari mess, Soman Mess, URU Officer’s Institute, DSC Galley, Inliving Sailor’s galley, Academy Guest House, Station Restaurant, Sangam, Cadet’s Cafetaria, NH galley, Nursing Officers mess galley and any other common galley/mess/kitchen/location as intimated by COA. Timings for the same will be as follows – 0900-1100 hrs and 1600-1800 hrs. Also, a daily collection register is to be mandatorily maintained for all the above mentioned locations wherein signature of the user have to be mandatorily taken at both the times of collection and produced to the COA at 1830 hrs daily for audit. (af) Blocks. Blocks are located at Training Areas, Squadrons, MWTC, near Ettikullam / Zamorin Beach / Sagar Kinare area, and residences of NASA, CERA and ORA for garbage lifting . Garbage of these blocks needs 29

to be cleared on everyday basis

OTHER TERMS

S No RFP specifications item wise Compliance to In case of non- RFP compliance, deviation specifications- from RFP to be whether specified in (Yes/No) unambiguous terms (a) Whether copy of Registration Certificate of the Firm attached (b) Whether copy of EPF Registration Certificate attached (c) Whether copy of ESI Registration Certificate attached (d) Whether EMD submitted (e) Whether copy of solvency certificate attached (f) Whether copy of past experience attached Details of contracts undertaken to be enclosed (g) Whether ownership proof of Vehicles attached (h) Whether Compliance towards technical bid requirement sought vide Appendix A to RFP attached (j) Whether copy of Labour License attached (k) Whether the Firm provided GST, PAN & Bankers Details (m) No. of Years in Operations (Similar Work in similar area) (n) Whether particulars of previous Contracts provided (p) Whether proof towards minimum eligibility criteria provided (q) Fixed Property/ Assets (r) Turn Over (s) No of Manpower on Roll

Signature……………………… Address……………………...... …………………………………

Witnesses

1. 30

2.

Appendix B

ITEM RATE BOQ

SL Description Deno Quantity Rate Amount per year 1. Charges for Grass Cutting for 26 days in a month Nos 2. Charges for Tree pruning for 26 days a month Nos 3. Charges for Road Sweepers for 26 days a month Nos 4. Cleaning of drainage, storm drainage, water bodies, beach and historical places for 26 Nos days a month 5 Charges for Garbage Collection Nos for 26 days a month 6 Charge of Garden Maintenance Nos for 26 days a month 7 Cost of transport (for shifting of Nos labour) Tata ACE or equivalent per day for 26 days a month 8 Transportation Charges for Nos Tipper / Lorry (as per SoW) per month 9 Hiring of JCB for 1500 hrs Hrs 10 Tools, Equipment and machines 12 including fuel (per month) Month s 11 Consumables (Gash Bag, Month 12 Garbage Bag Large, Manure As s per SoW) 12 Cleaning materials (As per Month 12 SoW) s 13 Other Expenses (Uniforms, - - - Face Mask, Gloves, Gum Boots As per SoW)

14 Service charges Total Total in Figures Quoted Rate in Words 31

Appendix 'C'

ADDITIONAL INFORMATION ON TAXES AND DUTIES

RFP No. 449/06/ZAM/CP 75 DATED 05 JUL 2018 1. I/We ______hereby am/are quoting the following amount as additional taxes and duties for MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19

Note. Determination of L-1 will be done based on total of basic prices (not including, taxes and duties levied by Central/State/Local governments such as GST as applicable.

2. Additional information in Price Bid on Taxes and Duties (not in scope of L1 determination)

Ser Taxes Remarks (a) GST @0% (a) Serial number of items of basic cost above on which GST @ 0% is leviable (b) Total value of items on which GST @ 0% is leviable (c) Total Value of GST @ 0% payable (b) GST @5% (a) Serial number of items of basic cost above on which GST @ 5% is leviable (b) Total value of items on which GST @ 5% is leviable (c) Total Value of GST @ 5% payable (c) GST @12% (a) Serial number of items of basic cost above on which GST @ 12% is leviable (b) Total value of items on which GST @ 12% is leviable (c) Total Value of GST @ 12% payable (d) GST @18% (a) Serial number of items of basic cost above on which GST @ 18% is leviable (b) Total value of items on which GST @ 18% is leviable (c) Total Value of GST @ 18% payable (e) GST @28% (a) Serial number of items of basic cost above on which GST @ 28% is leviable (b) Total value of items on which GST @ 28% is leviable 32

(c) Total Value of GST @ 28% payable Total of Taxes (1+2+3+4+5)

3. Grand Total: (Total of basic cost of items + Total of Taxes) =______(Rupees______)

4. Please note that amount quoted is to be in both figures and words.

5. My bank details to enable e-payment, if given the contract are as follows:-

(a) Full name of the bank------(b) Address of the bank------(c) Bank account no------(d) MICR code------(e) Bank code------(f) Branch code------(g) City code------Signature------

Address------

Witness No 1 Witness No 2

Signature ______Signature______

Address Address 33

Appendix 'D'

HSN CODE OF THE ITEMS OFFERED

RFP NO. 449/06/ZAM/CP 75 DATED 05 JUL 18

1. I/We______hereby am/are quoting the HSN Code of the items offered for MECHANIZED SWEEPING OF ALL ROADS, CLEANING ALL OPEN STORM WATER DRAINS & CANALS, GARBAGE COLLECTION AND TRANSPORTATION, VEGETATION CUTTING & TREE PRUNING AND GARDEN MAINTENANCE IN ALL AREAS IN NAVAL STATION EZHIMALA 2018-19

Ser Description of item offered HSN Code

Signature------

Address------

Witness No 1 Witness No 2

Signature ______Signature______

Address Address 34

Appendix E

SCOPE OF WORK

SWEEPING OF ROADS, BEACH CLEANING, VEGETATION CUTTING, TREE PRUNING, CLEANING OF OPEN STORM WATER DRAINS & CANALS AND GARDEN MAINTENANCE 1 Beach Cleaning Clear garbage / Litter removal Once in a week Dry Sweeping & General 2 All Roads(50 m both side) Once in a day Cleaning Clear Garbage / Litter Removal / As & When required/ 3 Drains Desilting told by COA As & When Required Roads – 50m on both to maintain grass 4 Grass cutting sides below 2 inches level at all times Trees Blocking the Road, 5 branches touching building Tree pruning As & When required top Clearing the obstacles on roads, 6 Land slide As & When required houses, buildings and walk ways Manure application, trimming, Once Daily 7 Garden Maintenance chopping, cutting and watering 8 Historical places cleaning Cleaning, Dry sweeping Once Daily As & When Required Vegetation cutting around to maintain grass 9 buildings, offices and Grass cutting and tree pruning below 2 inches level residential areas at all times GARBAGE COLLECTION AND TRANSPORTATION Maintain the storage area to the 1 Garbage Yard As & When required maximum potential Once in a day and a 2 Garbage Collection Points Empty the Bins few places twice a day Segregated Collection, 3 Garbage Disposal Segregated Transportation & Once in a day Disposal(as per COA directives

2. The Contractor should put into use equipments for performing the tasks assigned. The list of the bare minimum machinery and equipment required to perform the Contract is given below

TOOLS & EQUIPMENT DETAILS Sl.No Description Qty 35

1 Telescopic Saw 20 2 A Type - Aluminum lader 15 Feet 7 3 Extendable Aluminum lader 30 Feet 3 4 Aluminum Stool 3 Feet 10 5 Garbage Bins with wheel and lid 660 L 35 6 Dust Bin with Lid - 240 Ltrs 900 7 Shovel 20 8 Wheel Barrows 30 Grass Cutting machines with Blades and 9 wires 40 10 Chain Saw machine 5 11 Bush Cutter 10 12 Bob Cat 1 13 Tipper Lorries 2 14 Backhoe Loader 1 15 Truck Mounted Road Sweepers 1 16 Beach cleaning machine 1 17 Green cutting machines 2 18 Green polishing machines 2 19 Weed removal machines 2 20 Tree trimming machines 5 21 Chopper 20 22 Axe 10 23 Hand saw 5 24 Ropes 100m 25 Lawn mower 5 26 Cleaning and gardening tools As required . Note - The repair and maintenance shall be the sole responsibility of the Contractor. There will be no down time acceptable. However, in case of break-down of a machine, the Contractor shall provide and replace immediately the faulty machine at his own cost and risk

3. List of Consumables to be mandatorily provided

SL No PARTICULARS 1 Garbage Bag large 2 Gash Bag 3 Face Mask 4 Gloves 5 Gum Boots Note:

1. The list of consumables is not exhaustive and the quantity should be arrived at by the Contractor for the scope of work defined for effective execution of the contract. All materials used should be of ISI make and ECO friendly. This has to be strictly complied with. 36

2. The Contractor should store adequate quantity of consumables that is to be used and these should be stored at a designated place within the INA Premises. The supplies should be replenished well in time and there should not be a shortfall at any given point of time.

Appendix F

VEGETATION CUTTING, PRUNING TREES AND DISPOSAL

Definition: The definition of work as regards the words “Vegetation Cutting, Pruning Trees and Disposal” in this contract does not restrict itself to just cutting of grass, it is stipulated that all wild shrubs, plants, tress and wild growth including all kinds of vines, weeds etc are included as part of scope of work for cutting and pruning. The scope of work also mandates that the contract work includes not only cutting and trimming but brooming, cleaning away all foliage and lifting away of all cut shrubs, grass, leaves etc. which gets littered in the areas on completion of the cutting or pruning. This activity of Disposal stipulates for cleaning and lifting away needs to be completed on the same day when the cutting and pruning is undertaken (else be penalised for not doing so). The contractor is contractually obliged to ensure that Disposal & Dumping of this foliage is at “designated locations” as indicated by the Contract Operating Authority/ Monitoring officer/Sailor-in-charge conservancy for supervision. In addition to the above the contract work also includes pruning of overhanging trees which droop/grow beyond the electric lamp posts alongside all avenues and roads within the areas stipulated in the contract as well as those which are overhanging on buildings, offices and infrastructure areas as mentioned in the SoR & SoW. This also includes vegetation cutting and trimming trees between road and boundary wall wherever the distance bet\ween them is 15m or less so as to have clear view of the boundary wall.

The contractor can employ any number of weed cutting machines to execute work on time and to ensure that the height of grass is maintained below 2 inches above ground at all times, failure to which entails the contract operating authority to employ manpower and machine at existing Market Rates as required to meet the task at the Risk and Cost of the contractor.

S NO Requirement 1 Tipper/ Lorry. Tipper / Lorry or equivalent is to be deployed for lifting and disposal of cut vegetation & pruned trees waste. (Ownership proof of the vehicle to be submitted with the Technical Bid). 2 Multi Utility Vehicle. Multi utility vehicle(s) or equivalent is to be deployed for requirements of shifting / movement of Labour & Weed Cutting / Chain saw Machines or Telescopic Pruners within the base. The vehicle will also be used for undertaking supervision / monitoring rounds by Sailor-in-charges so as to ascertain proper execution of contract work.(Ownership proof to be submitted with the Technical Bid) 3 Adequate no. of Weed cutting machines, Chain Saw Machines & Telescopic Tree Pruners with their accessories / implements for cutting, pruning and disposal of weeds and trees are to be provided 4 Fuel. Fuel for the Weed cutting & Chain Saw Machines should be available at all times and costing for the same would be inclusive of the overall cost of Contract. 5 It is mandatory for contractor to provide tools and accessories 37

required for cutting & pruning work and Disposal / lifting of cut – vegetation, foliage etc like ‘Hand cultivator’, Chopper, ‘Manual grass cutting rod (L shape), Basket / Gunny bags etc. 6 The areas in which cutting / pruning machines are not reachable, tools for manual cutting / pruning shall be provided by contractor 7 Any deficiency in above mentioned task shall be considered as deficiency in contract work and same calculated deficiencies amount will be deducted from monthly contract bills 8 Transport for labour to be available at all times during the day 9 Weed cutting & Pruning Trees and Disposal of the areas around Helipad, its surroundings (50 meters all around the Helipad) and approaches to the Helipad. The approximate area of Helipad is 30,000 square meters 10 Vegetation Cutting & Pruning Trees on both sides of roads up to 50 mtrs from road shoulders in North Zone and South Zone 11 Special reference to Vegetation Cutting & Pruning Trees for the Estate Periphery Road including access to the security watch towers and 5 Ft abutting the Boundary wall 12 Vegetation Cutting & Pruning Trees around Offices, Blocks, Buildings in their surrounding areas , common spaces in-between blocks

AREA OF OPERATION

The area of operations is also inclusive of the following areas: -

1. Roads. Station houses 102 km of road. Vegetation Cutting & Pruning Trees on both sides of roads up to 10 mtrs from road.

3. Buildings. Surrounding 10m around all buildings in station including all residential areas, office, boundary wall and watch towers.

3. Helipad. Weed cutting & Pruning Trees and Disposal of the areas around Helipad, its surroundings (50 meters all around the Helipad) and approaches to the Helipad. The approximate area of Helipad is 30,000 square meters.

4. Beaches. The details of beaches to be cleared of Grass/Bush are as follows:

Description Length SL.no 01 Zamorin Beach 6.3 Km 02 Ettikkulam Beach 0.5 Km 03 Sagar Kinare Beach 0.2 Km

Total 7 Km

5. Points for compliance while executing the contract.

(a) Removal of Cut Grass. Removal of cut grass from areas and clearing them to authorised dumping point as indicated inside / outside the base is to be undertaken every day prior to completion of days’ work.

(b) Academy is a NO PLASTIC ZONE and the Contractor is to ensure that all plastic and polythene waste / bottles etc. are not littered by the labours during the execution of the work in naval areas. 38

(c) No chemical or other material shall be used for curtailing the growth or lead to death of the Vegetation. Only environmentally friendly procedures and methods are to be employed by the contractor.

(d) Uprooting of roadside planted avenue trees and flowering plants will be at the cost of the contractor and liable for claims of compensation so as to effect re-plantation of the damaged plants and trees.

(e) The contractor can manually effect removal of high growth weeds like elephant grass, vetiver (ramacham), etc. may be undertaken by the contractor; however these weeds need to be disposed of such that it does not result in further growth elsewhere in the base

BORE WELL, STAIRCASES & HISTORICAL PLACES

(a) WELL FOR CLEANING

Sl Location No of Wells 01 Near Regulating Complex 01 02 Back Side of Guard Room 01 03 Between payyanur gate to war memorial 02 04 Kacha Road MT Pool to Payyanur Main Road 01 05 Near Obstacle Ground to MWTC 01 06 Near Environmental Park to MI Room (Main Road) 02 07 Well no -2,3,4&5, Near Shiv Temple to Main Road 04 08 Ettikulam old buildings 05 09 Behind Ezhimala House 01 10 Near Masjid 01 11 Amba Junction 01 12 Katari mess CB qtr 02 Total 22

(b) HISTORICAL PLACES, TEMPLES & MOSQUES

Sl Location Surrounding Area 01 Shiv Temple 1000 m2 02 Kottayil Pail Magma (Mosque Century) 1000 m2 03 Narayan Kannur Temple 1000 m2 04 Moolastanam Temple, 1000 m2 05 Ettikulam Fort 1000 m2 06 Temple near Ezhimala house 500m2 Total 5500 m2

(c) Ponds/ Water Body 39

Sl Location Area 01 Water Body near Payyanur Gate (Including fountain) 2000m2 02 Godavari circle (Including fountain) 60 m2 03 Environment Park pond 5000 m2 04 Shiva Temple pond 2000 05 Katari mess pond 1000 m2 06 Pond near Brahmaputra Jn 7200m2 Total 17260m2

(d) BORE WELL . Surrounding of all bore well is to be cleaned. (13 Bore wells in station)

BEACHES

Beaches The details of beaches to be cleared are as follows:

SL Description Length (a) Zamorin Beach 5.3 Km (b) Ettikkulam Beach 0.5 Km (c) Sagar Kinare Beach 0.2 Km (d) Seafront around WTC 1.0 Km Total 7 Km 40

Appendix G

GARBAGE LIFTING

Definition. The definition of work as regards the word “Garbage Lifting” in this contract does not restrict itself to just lifting of garbage, it is stipulated that successful bidder is required to provide separate gash bags for bio degradable and non bio degradable garbage (total number of gash bags required on daily basis will be intimated by the Buyer), segregated garbage is to be collected at source / from door steps of all quarters / offices / rooms mentioned in the RFP in different coloured gash bags provided by the successful contractor, segregated collection is to be carried in separate vehicles marked bio degradable / non bio degradable or in segregated compartments marked for biodegradable / non bio degradable waste of the same vehicle. The vehicle utilised for garbage transportation should have covered bodies and special liquid storage area and should mandatorily meet the state and / or centre standards. It also includes picking up, cleaning and removal of garbage from 10 mtrs of area around the dustbins at the time of pickup. If there exist any garbage spilled within 20m 2 of the dustbin it is also to be picked at the time of pick up (The contractor is liable to be penalised for non pickup of spilled garbage and non clearing + cleaning of location of dustbin on daily basis). Removal and disposal of garbage & regular clearing of dumping point is to be undertaken on daily basis i.e. 365/366 days in a year failing which the contractor is liable to be penalised on daily basis.

S No Requirement 1 A vehicle is to be mandatorily provided by the contractor which will be utilised for taking rounds by COA / Sailor-in-Charge of GL & RS contract / any personnel nominated by COA (Rounds will be taken thrice a day on all working days) 2 Vehicle for garbage transportation can be hired / owned. If owned ownership proof of the vehicle is to be submitted with the technical bid)If not owned undertaking to be submitted for hiring of vehicle and is to be submitted with the technical bid. (Note: In either of the cases, break in garbage collection for any day will not be accepted. In case of any discrepancy another vehicle is to be deployed within a time span of 2 hrs. Failing which the contractor will be penalised). The vehicle used is to mandatorily have covered body and cleared for garbage transportation as per state / centre rules. 3 Multi Utility Vehicle. Multi utility vehicle(s) or equivalent is to be deployed for miscellaneous requirements of shifting and / or movement of Labour & Equipments & Machines within the base. The same vehicle and / or another vehicle provided by the contractor will also be mandatorily used for undertaking monitoring rounds by Sailor-in-charges so as to ascertain proper execution of contract work.( If owned ownership proof of the vehicle is to be submitted with the technical bid. If not owned undertaking to be submitted for hiring of vehicle and is to be submitted with the technical bid. In either of the cases, non availability of the vehicle for any day will not be accepted. In case of any discrepancy another vehicle is to be deployed within a time span of 2 hrs. Failing which the contractor will be penalised. Whenever simultaneous requirements of monitoring rounds and shifting of labour / equipments exist, the contractor is to deploy more number of vehicles. Four wheelers only are to be provided for monitoring rounds). Timings for monitoring rounds will be intimated by COA and the same are to be adhered to mandatorily 41

by the Contractor) 4 JCB. JCB will be required for desilting of storm drains. Also the contractor has to mandatorily provision a JCB at short notice (within 2 hrs of intimation day and night, 24 X 7 or any other time) during the contract period for undertaking clearance of Storm Drains, Landslides, uprooted trees or any other requirement as intimated by COA. (JCB if owned, ownership proof is to be submitted with the technical bid. If not owned undertaking is to be submitted for hiring of JCB and is to be submitted with the technical bid. In either of the cases, non availability of the JCB for any day on which it is required will not be accepted. In case of any discrepancy another JCB is to be deployed within a time span of 2 hrs. Failing which the contractor will be penalised)(Approx. 1500 hours in a contractual year). Fortnightly cleaning and clearing of Landfill area / garbage dumping point is a mandatory requirement to be undertaken by the contractor failing which the contractor will be penalised 5 Cleaning Gear / Materials. Adequate tools for cleaning, sweeping, picking and throwing or any other implements etc to be provided mandatorily on as required basis. There is also a need for the Contractor to provide adequate tools / accessories / implements for clearing blocked drains during contractual period. The contractor is to provide requisite number of cleaning gears and materials for cleaning of roads on Daily basis 6 Gash bags. The contractor is required to provide separate gash bags for bio degradable and non-bio degradable garbage (small size as per the size of the household dustbins or large size as per the size of the common dustbins placed on the roadsides). Gash bags provided should comply with the Govt. / State specifications. (Small size-4000 each i.e 2000 for bio degradable waste and 2000 for non bio degradable waste per day, Large size – 100 per day). 7 During any special event viz. POP, Annual Inspection, Bakshi Cup, Admiral’s Cup, Symposium and / or any other event, points of garbage collection will increase. During all these events additional 100 large and 100 small size gash bags are to be provided mandatorily. Garbage lifting from these additional points and disposal will be the contractor’s responsibility. The points of collection will be intimated by the COA. 8 During any special event viz. POP, Annual Inspection, Bakshi Cup, Admiral’s Cup, Symposium, visit by a VIP / VVIP and any other event as deemed fit by COA there exist an additional requirement of cleaning the roads early morning and cleaning the roads twice / thrice a day. This requirement has to be mandatorily met by the contractor without any change/addition/alteration in terms of contract. The requirements will be intimated by the COA. Non provisioning of the same will be noted as non-compliance of the mandatory work required and contractor will be penalised for the same. 9 Garbage Lifting is to be undertaken 365 days a year i.e including holidays, festivals, harthals, bundhs, sunday etc. Also, a daily collection register is to be maintained mandatorily for ORA, NASA and CERA wherein signature of the resident has to be mandatorily taken by the contractor and produced to the COA at 1830 hrs daily mandatorily for audit. In case access of vehicle to a particular location for garbage collection is hindered / blocked extra manpower is to be deployed for physically collecting and disposal. Non collection of garbage on any single day from any single point will be unacceptable and contractor will be penalised. 10 Garbage collection in ORA, NASA and CERA is to be completed by 0900 hrs daily mandatorily. Also, a daily collection register is to be mandatorily maintained for all the quarters in above mentioned locations wherein signature of each resident / user have to be mandatorily taken at the time of collection and produced to the COA at 1830 hrs daily for audit, failing which non completion of work will be noted and contractor will be penalised for the same. In case a particular user / resident is unavailable at the designated location then the “time of garbage collection” is to be entered with the remark “User / Resident unavailable”. Same will be counterchecked by COA and 42

based upon the investigation, a remark will be entered in daily work completion certificate. 11 Garbage collection in all offices and rest of the dustbin points is to be completed by 1100 hrs daily mandatorily. Also, a daily collection register is to be mandatorily maintained for all the offices and dustbins wherein signature of each user have to be mandatorily taken at the time of collection and produced to the COA at 1830 hrs daily for audit, failing which non completion of work will be noted and contractor will be penalised for the same. In case a particular user is unavailable at the designated location then the “time of garbage collection” is to be entered with the remark “User unavailable”. Same will be counterchecked by COA and based upon the investigation a remark will be entered in daily work completion certificate. 12 Garbage collection is to be undertaken twice a day mandatorily at following locations:- Katari mess, Soman Mess, URU Officer’s Institute, DSC Galley, Inliving Sailor’s galley, Academy Guest House, Station Restaurant, Sangam, Cadet’s Cafetaria, NH galley, Nursing Officers mess galley and any other common galley/mess/kitchen/location as intimated by COA. Timings for the same will be as follows – 0900-1100 hrs and 1600-1800 hrs. Also, a daily collection register is to be mandatorily maintained for all the above mentioned locations wherein signature of the user have to be mandatorily taken at both the times of collection and produced to the COA at 1830 hrs daily for audit. 13 The contractor is required to adhere to above mentioned plan of execution for collection of garbage. The plan will be mutually agreed to and followed by the contractor. Any deviation from the mutually agreed plan will be penalised to the contractor. 14 The contractor is mandatorily required to provision a detailed user manual containing details of types of wastes, how it is to be segregated by the resident / user, which type of garbage should be kept in which colour gash bag and coloured drawings of correct and incorrect waste filled in gash bags for entire campus. Approx 1000 copies of the manual are to be mandatorily provided. Additional requirement will be intimated by COA which is also to be mandatorily met. Distribution of the manuals is to be completed by the contractor within one week of commencement of the contract. Failing in provisioning of the manuals will be penalised to the contractor. The contractor is mandatorily required to provision and fix 6 feet X 8 feet boards with 4 feet clearance from ground depicting colourful correct and incorrect segregation of garbage at 25 common locations as intimated by COA. The boards should be legible from a distance of 25 mtrs 15 The labourers nominated for garbage collection should have expertise in distinguishing between bio degradable and non-bio degradable garbage. During the time of collection of garbage the labourer should be able to distinguish and if required educate the user to segregate the garbage prior filling a particular type of waste in the gash bag. 16 Monthly medical fitness certificate of the labourers deployed for garbage lifting is to be provisioned on first working day of every month failing which the contractor will be penalised and the labour will not be allowed to undertake garbage collection. 17 If any time during the contractual period service tax is made mandatory the same will be the contractors liability to be paid and certificate for the same will have to be submitted along with the immediate next bill 18 Blocks. Blocks are located at Training Areas, Squadrons, MWTC, near Ettikullam / Zamorin Beach / Sagar Kinare area, and residences of NASA, CERA and ORA for garbage lifting . Garbage of these blocks needs to be cleared on everyday basis

43

Appendix H

ROAD SWEEPING

The definition of work as regards the word “Road Sweeping” in this contract does not restrict itself to just sweeping of main road, it is stipulated that sweeping of all roads in the Residential areas, offices, tarred roads, kuchcha roads or other connecting roads, road furniture, pavements on both sides, area 50m beyond all the roads on both sides and road shoulders extending to the edges or extended areas beyond road as directed by COA is to be undertaken on a daily basis. Also, removal & cleaning of all wild shrubs, plants, trees and wild growth including all kinds of vines, weeds, moss, algae etc from road furniture and area 50m beyond the roads on both sides & disposal is included as part of scope of work. The contractor is mandatorily required to provide additional manpower for road cleaning prior to conduct of ceremonial events / visits by dignitaries and / or as intimated by COA. The activity of ‘Disposal’ stipulates for cleaning and lifting away needs to be completed on the same day (else be penalised for not doing so). The contractor is contractually obliged to ensure that Disposal & Dumping of this foliage & garbage is at “designated location” as indicated by the Contract Operating Authority / Monitoring officer / Sailor- in-charge of GL & RS.

ARTERIAL ROADS IN NORTH ZONE FOR ROAD SWEEPING

SL Description of Roads Length 1 Delhi Circe to Bramhaputra Circle 2 Km 2 Bramhaputra Circle to Ganga Circle Via Betwa and Beas Circle 3 Km 3 Beas Circle to Pump House Jn.(in CERA) 2 Km 4 Pump House to Sangam via MES Complaint Cell 2 Km 5 MES Complaint Cell to Boatswain Store 1 Km 6 In CERA Qtr No. 301 to 340 2 Km 7 Sangam to Ramanthali gate 2 Km 8 Sangam to Bramhaputra Circle Via Old MT Pool 2 Km 9 Sangam to MT Pool Via Old Canteen 2 Km 10 Betwa Circle to NASA Park 2 Km 11 NASA milk booth to Qtr No. 632 1Km 12 Inliving Block Jn. To Qtr No. 544 2 Km 13 MCPO Qtr Jn. To MCPO Qtr No. 140 2 Km Total 25 km 44

SL Description of Roads Length 01 IN CERA Qtr No. 401 to 460 2 Km 02 Logistic Complex to Inliving Block via First Lieutenant Complex(including 1 Km kacha road) 03 Ayurvedic centre to KV School via NH towards Ramanthali Gate. 2 Km 04 Beas Circle to MES complaint Cell Via NASA , CERA 3 Km 05 Payyanur Gate outside 1 Km 06 Kannur Gate outside 400 Mtr 07 Ramanthali Gate outside 1 Km 08 Sangam to Old MT Pool 600 Mtr 09 Naval Station Perimeter road (Ramanthali Gate to Gate No 5) 25 Km Total 36 Km ARTERIAL ROADS IN SOUTH ZONE for ROAD SWEEPING SL Description of Roads Length 1 Beas Circle to Ganga Circle 2 Km 2 Ganga Circle till Commandant House Via Ranjit Circle, Dunagiri circle and 3 Km Udaygiri Circle. 3 Comdt house lower point to Nilgiri Circle via Himgiri circle 3 Km 4 Udaygiri to Himgiri 2 Km 5 Dunagiri to Himgiri and Nilgiri circle road 2 Km 6 Ranjit Circle to View Point via Rana circle and Nilgiri circle 3 Km 7 View Point to Rajiv Circle 1 Km 8 Rana Circle (ORA Shop) to Rajiv Circle Via Zamorin Point and Soman Mess 2 Km 9 Zamorin Turn to Admin block via Godavari circle 1 Km 10 Parade Ground to Vikrant circle(Alize jn) via Godavari Circle 2 Km 11 Vikrant circle(Alize jn) to War Memorial via Gomati and Mysore Circles 2 Km 12 Mysore Circle to Rana Circle and Zamorin turn Road Via AMBC Building 1 Km 13 War Memorial To Payyanur Gate 2 Km 14 War Memorial to Ganga Circle Via Delhi Circle 1 Km 15 View Point to Gate no 7 5 Km 16 Gate no 5 to Main Road 2 Km 17 Gate no 6 to Light House Via Light house Jn 2 Km 18 VVIP Guest House to Main road 1 Km 19 Nilgiri Circle to View Point 1 Km 20 Main Road (GE-2) to Baffle Range 2 Km 21 Rajiv circle to Vikrant circle (Alize jn) including helipad road 1 Km Total 41 Km Grand Total For North & South Zone Roads 102 Km 45

Total distances of Arterial Roads for Road Sweeping located in the establishment are 102 Kms.

Appendix J

DESILTING OF DRAINS

1. The definition of work as regards “desilting of drains” includes removal of mud, silt, land slide, vegetation (grass, weeds, vines, shrubs, moss, algae, trees etc.), rocks and / or anything stated by COA from road side drains and 10m on either side of roads and storm drains and any other drain as directed by COA. If there exist any ornamental plant / flowering plant / any plant planted by the unit on the road sides it should not be damaged. In case of damage to infrastructure / plants the successful contractor will have to bear the expenses for the damage rectification.

2. The contractor can employ any number of labour / equipment’s to execute work on time and to ensure good quality of work, failure to which entails the contract operating authority to employ manpower and machine at existing Market Rates as required to meet the task at the Risk and Cost of the contractor.

STORM DRAINS AND DRAIN JUNCTION BOXES FOR DESILTING/CLEANING

ORA Storm Drains

Sl Location Length of Drains

(a) 01 drain from Commandant House to Officer's Mess. 2 Km

Total 2 Kms

NASA Storm Drains

Sl Location Length of Drains

(a) Beas circle to the end of MCPO's Road 1 Kms

(b) L/S Road to L/S Qtrs 800 line 1 Kms

(c) Rainwater drainages One near to Old MT Pool 1 Kms

(d) From top of the mountain commencing from the boundary – end of 5 Kms MCPO’s Lane – Sr sailor inliving block – first Lt complex – behind fire station – boundary wall (not included in contact 2012-13)

Total 8 Kms

Sl Location Length of drains 46

(a) Drain behind present ETTINA to Zamorin Beach from two sides 2 Km

(b) Drain from Zamorin beach to front of NCS and beyond 2 Km

(c) Drain from Mt Dilli – behind New ETTINA – behind Football field – behind 6 Km basketball court – till merging with Backwaters / sea

(d) Drain from URU – behind shiv temple 2 Km

(e) Opening in boundary wall near Pre Fab Squadron – meeting the backwater / 1 Km sea (f) Drain from top of hill near ORA shop – entering Golf course 2 Km

(g) Drain behind Alizee Aircraft – front of Naval KG – Football Ground 1 Km

Total 16 Km OTHER STORM DRAINS

Drainage water Junctions Boxes Sl Locations No of Drainage (a) Commandant Road 07 Nos (b) Beas circles Kannur Gate 35 Nos (c) Zamorin Road 05 Nos (d) Alizee Jn to War Memorial Jn 10 Nos

(e) Payyanur Gate to MT Pool 06 Nos

(f) Kannur Gate to Alize Junction 10 Nos

Total 73 Nos

Total length of Storm Drains in the establishment is 26 Kms and total Drain Junction Boxes are 73.

4. The area of operations is also inclusive of the following areas: -

(a) Helipad. Sweeping & Garbage Lifting of the Helipad, and approaches to the Helipad and its surroundings (100 meters all around the Helipad) including aviation fuel shed. The approximate area of Helipad is 10,000 square meters. Also approach to the helipad and 50 m on both sides of the approach.

JCB will be required to create opening in the beaches during monsoons to limit the accumulation of water on land. JCB will also be required to clean the landslide debris or to prepare for any unforeseen activity.

47

Appendix K

GARDEN MAINTENANCE The scope of work wrt Arboriculture/garden maintenance in this entire contract involves watering of the plants as intimated by the users, maintaining of existing arboriculture in its present shape, provisioning of insecticides, pesticides, manure, urea and Gardeners for monitoring. All the gardens, Flower pots, road side plants planted by Station, orchards, vegetable garden etc are to be watered daily. Water will be provided by the COA. The successful bidder is to mandatorily make arrangements for watering. In case of plants dying/ turning yellow, the contractor is to replace the plants/ grass within 5 days of reporting.

DETAILS OF GARDENS IN ARYABHATTA BLOCK SER LOCATION AREA( SQ M)

1 Near A 418 375 2 Near Main Entrance 49 3 Near Ramanujan 120 4 Near ROR Simulator 180 5 Near Catspaw 240 6 Near Telecom Lab 221 7 Behind Control Lab 300 8 Near A 303 25 9 Near A 302 25 10 Near A 231 25 11 Near A 206 500 12 Near A 234 25 13 Near Physics Lab 220 14 Near Chemistry Lab 240 15 Near A 105 330 16 Near A 108 25 17 Near A 110 25 18 Adjoining Areas 2500 total 5425

DETAILS OF GARDENS IN BHASKARA BLOCK

SER LOCATION AREA( SQ M)

1 Near B 411 30 2 Near Main Entrance 49 3 Near B 415 140 4 Near ORION (RT Side) 250 5 Near ORION ( LT Side) 375 48

6 Back Side Exam Hall 435 625 7 Near Foundary Shop 180 8 Near B 422 Downside 260 9 Near Machine Shop 225 10 Near University Cell 66 11 Behind Conference Hall 288 12 Near B 320 30 13 Near B 322 30 14 Near Heat Power Lab 130 15 Back Side B 219 440 16 B 219 Centre Court 30 17 Back Side of B 216 260 18 Behind Pistol Club 750 19 Near B 219 Ground 30 20 Near B 122 30 21 Adjoining Areas 2000 total 6218

DETAILS OF GARDENS IN OTHER AREAS

SER LOCATION AREA (SQ M)

1 Payyanur gate 500 2 Navjivani 20000 3 Prerna Sthal – Water Body 19000 4 Uru 200 5 Sagar kinare 2000 6 Herbal Garden 1000 7 Canteen area 100 8 Logistics complex 1000 9 MT pool 1000 10 Squadrons 2000 11 Katari Mess 1000 12 Zam Admin block 1000 13 Alize Jn 200 14 Helipad 50 15 Soman Mess 2000 16 Ezhimala house 1000 17 Nothern Plaza 2000 Total 55050 49

Appendix L

MODEL ECS MANDATE FORMAT

Customer’s option to received payments through e-Payment (ECS/EFT/DIRECT CREDIKT/RTGS/NEFT/Other Payment mechanism as approved by RBI).

Credit Clearing Mechanism

1. Customer’s Name :

2. Particulars of Bank Account:

(a) Bank Name :

(b) Branch Name :

(c) Address :

(d) Telephone Numbers:

(e) IFS Code :

(f) 9 Digit code number of Bank and Branch appearing on MICR Cheque issued by Bank

(g) Account Type (SB Account/Current Account or Cash)

(h) Ledger Number

(j) Leger Folio Number

(k) Account Number as appearing on Cheque Book

3. Please attach a blank cancelled cheque, or, photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the above particulars.

4. Date of Effect I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information.I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme”. 50

______

Date: (Signature of Customer)

Certified that the particulars furnished above are correct as per our records.

Bank’s Stamp: ______

Date:

Signature of the Authorised Official from the Bank