Telephone : 04567-259226

Reply should be addressed to INS Parundu The Commanding Officer Uchipuli Post 623534

Quoting: 438/800(e)/Conservancy May 18

M/s ______

Dear Sir,

INVITATION OF BIDS FOR CONSERVANCY CONTRACT AT INS PARUNDU

1. Bids are invited through Def-procurement module in Def Procurement Portal (URL: ‘http://defproc.gov.in’) for hiring of services as mentioned in part II of this RFP. This RFP is being issued on Two Bid basis.The firm has to upload technical documents in the first cover and commercial documents in the second cover as indicated in the “Cover Details” of Online Tender.

2. The address and contact numbers for sending relevant documents or seeking clarifications regarding this RFP are given below:

(a) Documents/ Queries to be addressed to : The Commanding Officer INS Parundu (b) Postal address for sending the documents : The Commanding Officer INS Parundu Uchipuli post Ramanathapuram Tamil Nadu 623534 (c) Name/ Designation of the contact personnel : Lt Dev Ashish Gurjar (d) Telephone numbers of the contact personnel: 04567-259226 (e) Fax Number : ---- (f) E-mail Id : -----

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), Technical Specifications, Contract Period, Mode of Contract 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 – Contains Format for Price Bids.

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

Thanking you, Yours faithfully,

Sd/xxx (Dev Ashish Gurjar) Lieutenant Logistics Officer

Encl: Part – I, Part-II, Part-III, Part-IV & Part – V

PART I – GENERAL INFORMATION

1. Last date and time for depositing the Bids: 0900 Hrs on 07 Jun 18

Bids are invited through Def-procurement module in Defence Procurement Portal (URL: ‘http://defproc.gov.in’) for providing services mentioned in RFP.

2. Manner of depositing the Bids: Bids are to be uploaded only in Defence Procurement Portal (www.defproc.gov.in) and should reach us by the due date and time. Late tenders will not be considered.

3. Time and date for opening of Bids: 1030 Hrs on 07 Jun 18

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

4. Location of the Tender Box: Necessary/relevant documents like Tender fee, EMD etc are to be dropped in the tender box kept for that purpose. Documents dropped in the wrong Tender Box will be rendered invalid.

5. Place of opening of the Bids: The bids will be opened online and tender opening summary stating the firms’ participated and other relevant information regarding tender opening will be uploaded. The quotes will be admitted/rejected for evaluation based on the scrutiny of the documents submitted by the firms. Reasons for rejection of the quote will be indicated in the Tender Opening Summary.

6. Two-Bid system: The mode of tendering will be two bid system of commercial and technical. The technical bid will be opened on the time and date mentioned above. Date of opening of the commercial bid will be intimated after acceptance of the technical bids. Commercial bids of only those firms will be opened; whose technical bids are found compliant/suitable after technical evaluation is done by the Buyer. The format for quoting technical bid is placed at Appendix ‘A’.

7. Forwarding of Bids: Bids should be forwarded by bidders under their original memo / letter pad inter alia furnishing of details like TIN number, GST number, Bank address with NEFT Account if applicable etc. And complete postal & e-mail address of their office. Tender Fee applicable and EMD in sealed cover should sent by registered post at the address given on top so as to reach by the due date and time. Please super scribe the above mentioned Title, RFP number and date of opening on the sealed cover to avoid the bid being declared invalid

8. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify the buyer through CPP Portal about the clarification sought within the time slot provided in the portal.

9. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid after submission prior to deadline prescribed 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.

10. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

11. 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.

12. 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 delisted for the given range of items as mentioned in this RFP.

13. Validity of Bids: The Bids should remain valid till 120 days from the date of opening of commercial bid

14. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for 2% of the total quoted amount along with their bids. The EMD may be submitted in the form of Demand Draft, Fixed Deposit Receipt or Bank Guarantee (in favour of The Commanding Officer INS Parundu) from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-13 (copy enclosed). However, EMD is normally to remain valid for a period of forty-five 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. EMD is not required to be submitted by those 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. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender.

PART II – ESSENTIAL DETAILS OF SERVICES REQUIRED

1. Schedule of Requirements:

Ser Description of Services Number (a) Conservancy Casual Labours 19 (b) Covered transportation for daily 01 collection/disposal of waste

2. Technical Details: The services/manpower should be provided as per the details enclosed separately as Appendix ‘A’.

3. Scope of Work: There exists a need for conservancy contract to maintain the vast area of the Naval Air Station and its premises and their surrounding areas that form an important Command asset. The breakdown of scope of work at these locations is as under:-

(a) PREMISES AND SURROUNDING AREAS OF MAIN GUARD ROOM TO VIP LOUNGE

DAILY WORK

(i) General cleaning and maintence of entrance, reception desk, lobbies/corridors in station HQ building, ATC, UAV and 321 FLT (ii) Cutting of grass/ wild growth of plants and maintaining them at max height of 1” around the living area, armoury, NDB, Met Instrument areas. (iii) Sweeping of approx 1.5 KM of road from Main Guard Room to VIP Lounge. (iv) Clearing/ Cleaning of plant growth of entire fence around the base approx 5 KM in length (v) Cleaning of water cooler and water tanks (vi) Removal wild growth, molds and mildew from the walls (vii) Removal of organic garbage from bathrooms and toilets (viii) Cleaning of approx 800 m of open drain around premises. (ix) Cleaning of 10 office room in station HQ building, ATC, UAV and 321 FLT (x) Cleaning of stair cases in station HQ building, ATC, UAV and 321 FLT.

WEEKLY/ MONTHLY WORK/ AS AND WHEN REQUIRED

(i) Cleaning and painting of doors and window twice in a year (ii) Cleaning of fans and light brackets once in a quarter (iii) Carry out chuna and gheru of gutter and 400 in number trees once in a quarter.

(b) PREMISES AND SURROUNDING RUNWAY OF NAVAL AIR STATION

DAILY WORK

(i) Cleaning and clearing of 1500 meters of gutter around the Runway (ii) Cutting of grass/ wild growth of plants and maintaining them at max height of 1” around the runway. (iii) Clearing and cleaning of plant growth of entire fence around the Runway approx 1000 m in length. (iv) Removal wild growth, molds and mildew from boundary wall.

(c) PREMISES AND SURROUNDING AREAS OF ADMINISTRATIVE BUILDING AND AIR TRAFFIC CONTROL ROOM

DAILY WORK

(i) Cleaning and clearing of approx 1500 meters of gutter (ii) Cleaning of approx 200 m of all open drain lines (iii) Cleaning of approx 400 m of building roof top drain lines (iv) Sweeping, cleaning and washing of 04 parking areas and MT garage (v) Grass cutting (once a month), waste removal, cleanship and maintenance of small garden, volleyball ground, basket ball court and area in between the runway and building. (vi) Grass cutting (once a month), dried grass removal, waste removal and maintaining of gardens space behind the MT garbage (vii) Cleaning of water cooler and water tank (viii) Removal of dry leaves from rooftop and the surrounding areas of buildings. (ix) Cleaning/ washing of hard patch approx area 300 sq m. (x) Sweeping of road leading from Basket ball court road to the dispersal

WEEKLY/ MONTHLY WORK/ AS AND WHEN REQUIRED

(i) Application of chuna and gheru of 65 in number trees once in a quarter (ii) Removal wild growth from the walls and surroundings once a week (iii) Removal of stagnant water of gutters and drain lines as and when Required (iv) Carry out trimming of approx 65 trees (v) Watering of all plants in the garden (vi) Brassoing of fixtures once a week (vii) Trimming of the hedges at the entrance (viii) Cleaning and painting of doors and window twice in a year (ix) Clearing of fans and light brackets once in a quarter

(d) PREMISES AND SURROUNDING AREAS OF DISPERSAL

DAILY WORK

(i) Cleaning and clearing of approx 1000 metres of gutter (ii) Cleaning of approx 400 m of all open drain lines (iii) Sweeping, cleaning and washing of approximately 750 Sqm of hard stands (iv) Grass cutting (once a month), waste removal, cleanship and Maintenance behind the dispersal (v) Grass cutting (once a month), dried grass removal, waste removal and maintaining front and behind the MT garbage (vi) Cleaning of water cooler and water tanks (vii) Removal of dry leaves from rooftop and the surrounding areas of 02 buildings (viii) Sweeping of approx 500 m of length of road (ix) Cleaning of 02 lavatories cum bathrooms (x) Removal of wild growth from the walls

WEEKLY/ MONTHLY WORK/ AS AND WHEN REQUIRED

(i) Application of Chuna and Gheru of 100 trees, 10 fence posts and drains (ii) Removal of stagnant water of gutters and drain lines as and when required (iii) Removal and disposal of wild growth on buildings as well as surroundings as and when required (iv) Grass cutting and clearing of garbage as and when required (v) Trimming of approx 100 trees (vi) Brassoing of fixtures once a week (vii) Cleaning and painting of doors and window twice in a year (viii) Cleaning of fans and light brackets once in a quarter

(e) PREMISES AND SURROUNDING AREAS OF DISPERSAL TO MI ROOM

DAILY WORK

(i) Cleaning and clearing of approx 500 metres of gutter (ii) Cleaning of approx 400 m of building roof top drain lines (iii) Sweeping, cleaning and washing of front areas of MI Room (iv) Grass cutting (once a month), waste removal, cleanship and Maintenance of small garden (v) Grass cutting (once a month), dried grass removal, waste removal and maintaining of gardens space behind the MI Room to Main Road (vi) Cleaning of water cooler and water tanks (vii) Removal of dry leaves from rooftop and the surrounding areas buildings (viii) Sweeping of road leading from NDB to MI Room

WEEKLY / MONTHLY WORK/ AS AND WHEN REQUIRED

(i) Carry out Chuna and Gheru of 65 in number trees once in quarter (ii) Removal of wild growth from the walls and surroundings once a week (iii) Removal of stagnant water of gutters and drain lines as and when required (iv) Carry out trimming of approx 65 trees (v) Watering of all plants in the garden (vi) Brassoing of fixtures once a week (vii) Trimming of the hedges at the entrance (viii) Cleaning and painting of doors and window twice in a year viii) Cleaning of fans and light brackets once in a quarter

(f) PREMISES AND SURROUNDING AREAS OF 321 FLIGHT

DAILY WORK

(i) Cleaning and clearing of approx 500 metres of gutter (ii) Cleaning of approx 400 m of building roof top drain lines (iii) Sweeping, cleaning and washing of front areas of 321 flight (iv) Grass cutting (once a month), waste removal, cleanship and Maintenance of small garden (v) Grass cutting (once a month), dried grass removal, waste removal and maintaining of gardens space behind the 321 building to Main Road (vi) Cleaning of water cooler and water tanks (vii) Removal of dry leaves from rooftop and the surrounding areas of buildings (viii) Sweeping of road leading from 321 flt to Main Road

WEEKLY / MONTHLY WORK/ AS AND WHEN REQUIRED

(i) Carry out Chuna and Gheru of 65 in number trees once in quarter (ii) Removal of wild growth from the walls and surroundings once a week (iii) Removal of stagnant water of gutters and drain lines as and when required (iv) Carry out trimming of approx 65 trees (v) Watering of all plants in the garden (vi) Brassoing of fixtures once a week (vii) Trimming of the hedges at the entrance (viii) Cleaning and painting of doors and window twice in a year (viii) Cleaning of fans and light brackets once in a quarter

4. Experience: Furnish the details of successfully completed work / works of similar in nature executed in last 02 year(s) in any major organizations including Navy.

5. Contract Period: Period of Contract would be for a period of 01Year from the date of signing of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case non compliance of terms & conditions within the contracted period. Extension of contracted period will be at the sole discretion of the Buyer.

6. Inspection: The Inspection will be carried out by Board of Officers in the premises of the consignee.

7. Confirmation to be given by firm on providing manpower as per scope of work given in the RFP.

8. 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 along with Technical Bid-

Para of RFP Specification of Compliance to RFP In case of non- Specifications item- item offered specification – compliance, deviation wise whether Yes/Now from RFPO to be specified in unambiguous terms

9. Consignee details: The Commanding Officer INS Parundu Uchipuli post Ramanathapuram Tamil Nadu 623534 PART III – STANDARD CONDITIONS OF RFP

The bidder is required to give confirmation of their acceptance of the standard condition 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 order shall be considered and made in accordance with the laws of the republic of . The contract shall be governed by and interpreted in accordance with the laws of the republic of India.

2. 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 performances, 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).

3. Liquidated Damages: In the event of your failure to submit the bonds, guarantees and documents, supply the stores/goods and conduct trails, installation of equipment etc, as specified in this contract, the Buyer may; at his discretion to withhold any payment until the completion of the contract. The Buyer may, also deduct the Seller as agreed, Liquidated Damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of liquidated damages being not higher than 10% of the value of delayed stores.

4. Termination: This office has the right to terminate this contract in part or in full in any of the following cases:-

(a) The delivery of the material/ services is delayed for causes not attributable to Force Majeure for more than 01 month after the scheduled date of delivery. (b) The seller is declared bankrupt or becomes insolvent. (c) The delivery of the material is delayed or causes of Force Majeure for more than (01 month) provided Force Majeure clause is included in contract. (d) 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. (e) As per decision of the arbitration Tribunal.

5. Notices: Any notice required or permitted be 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.

6. Transfer and Sub-letting: The seller 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.

7. 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.

8. Taxes and Duties

(a) General

(i) If a Bidder desires to ask for excise duty or Sales Tax 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.

(ii) 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

(iii) 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.

(iv) If a Bidder is exempted from payment of any duty/ tax upto any value of supplies from them, be should clearly state that no such duty/ tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard 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 charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices be loaded with quantum of such duty/ tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

(v) 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 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, concession etc. If any obtained by the seller.

(b) GST

(i) If it is desired by the Bidder to ask for GST to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of Sales tax and no liability of sales tax will be developed upon the Buyer.

(ii) On the Bids quoting sales tax extra, the rate and the nature of Sales tax applicable at the time of supply should be shown separately. Sales tax will be paid to the Seller at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the contract

PART IV – SPECIAL CONDITION OF RFP

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

1. Performance Bank Guarantee: The Bidder will be required of furnish a performance Guarantee by way of bank guarantee through a public sector bank or private sector bank authorized to conduct government business (ICICI Bank ltd, Axis bank Ltd or HDFC Bank Ltd.) 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 date of Contract completion.

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 under the present contract within six months from the date of supply/successful completion of this contract, the cost, terms and 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. Risk and Expense Purchase: Delivery period is the essence of the contract, hence, in case of the supplier’s failure to supply the item within the stipulated delivery period, the purchaser reserves the right to initiate risk and expense purchase and the supplier is liable to pay the additional cost spent by the government, if any, as compared to the contracted amount.

5. Uniform Clause: The conservancy labourers deployed by the contractor shall be in distinct/neat uniform view identification and security reasons. A distinct uniform viz Overall/ shirt & trouser along with cap and pair of canvas shoes for men and distinct suit/ saree with apron for women conservancy staff and for supervisor, half sleeve shirt, pant and shoes with suitable monogram/ mark of the firm or as decided by contract operating authority. The sample of the uniform is to be approved by the contract operating authority at least 15 days prior to commencement of the contract. ‘Uniform to labourers should be provided twice a year.’

6. Police Verification: At all times contractor will be responsible to ensure that the workers engaged by him are security cleared by the police station of the workers’ residing area. The verification is to be submitted at least 10 days prior to the commencement of the contract.

7. Indemnifying the Navy from all claims of Death or Injury to any person: The firm will indemnify the Navy from all claims of death or injury caused to any person whether due to the neglect of workmen or due to any other kind. Navy shall not require defending any claim brought under the Workman Compensation Act 1923 of for dues under Payment of Wages Act 1986 or under any act of land. The firm will undertake to indemnify the Navy against all expenses that may be incurred as a result of non- compliance of the work by the firm due to any reason:- (a) Due to any lapse or default on the part of INS Parundu or any service/civilian personnel of INS Parundu. (b) Due to an act of God. (c) Due to any circumstances beyond the control of firm.

8. Penalty Clause: In case any complaint is received from the user, the following will be followed:- (a) Uniform: A penalty of Rs 100.00 per head per day will be levied for not wearing the uniform as approved by the COA and the same will be deducted from the monthly bills of the contractor. (b) Punctuality: In case of late reporting of any worker a penalty @ 10% of the daily contract value will be recovered from the contractor from monthly bill. (c) Performance: Any sub-optimal/ shortfall in providing requisite manpower/ services noticed by the inspection team of COA, a penalty @ 20% of the daily contract value will be entailed.

9. Payment Terms: 100% payment after obtaining work completion certificate from the user department every month upon completion of services.

10. Advance Payment: No advance payment(s) will be made.

11. Paying Authority: The payment of Bills will be made through DCDA (Chennai)

PART V – EVALUATION CRITERIA & PRICE BID ISSUES

1. Price Bid Format (to be used for L-1 determination) : The Price Bid Format in general is given below and Bidders are required to fill this up in Bill of Quantity (BOQ) .xls sheet correctly with full details, as required under Part-II of RFP. The taxes applicable are to be indicated separately:

Sl No. Item Number Basic Total Rate Amount 1 Minimum wages 19 including VDA per person for 264 days 2 EPF per person for 264 19 days (if applicable) 3 ESI per person for 264 19 days 4 Garbage disposal 01 Vehicle for 264 days 5 Uniform (twice in a 02 year) 6 Profit/Service Charges 01 7 Other Charges (if any) 01 8 Tax, GST etc (Amount) 01 Grand Total

2. 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.

(b) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local Governments such as excise duty, VAT Service Tax, Octroi/entry tax, etc on final product, as quoted by bidders.

(c) The taxes applicable are to be indicated separately. Bids submitted without mentioning taxes separately would be summarily rejected. If NIL taxes are mentioned the relevant notification / exemption certificate should be indicated.

(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) Levies, taxes and duties levied by Central/State/Local Governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product will be paid by the Buyer on actual, based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and they may not be indicated separately in the bids. Bidders are required to include the same in the pricing of their product.

(f) 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, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

Appendix ‘A’

TECHNICAL SPECIFICATIONS AND FORMAT FOR CONSERVANCY CONTRACT AT INS PARUNDU, RAMANATHAPURAM

A. Technical Parameters Ser Description Criteria Compliance with Yes/No 1 Past Experience Two contracts for twice the value of proposed contract value 2 Work force skilled work force not less than number required 3 Income tax Last 3 years details to be submitted details 4 Facilities To be well equipped to be carried mechanised conservancy/housekeeping/arboriculture and admin cum allied support services, suitable transport with covered arrangement for collection & disposal of garbage without spillage. B. Financial Parameters 1 Annual Turnover Two times of the total value of the contract value for last financial year each C. Statutory parameters 1 Minimum Wages Break down of the minimum wages to be given 2 ESI Registered with ESI Organisation 3 EPF Registered with EPF Organisation 4 Labour Registered with Labour Commission/Ministry commission 5 Affidavit Affidavit to be submitted stating that the firm will comply the payment of minimum wages to its employees 6 Uniform Twice a year 7 Age limit 18 to 40 years of age with sound health 8 Gender Male, Female D. Other essential parameters 1 Payment The firm should pay before seventh day of the succeeding month 2 Welfare The firm should ensure the welfare and health of the employee 3 Police The police verification should be submitted at least Verification 10 days prior to the commencement of the contract 4 Proficiency The firm should deploy employees having sufficient proficiency in the work. If the employee not found efficient, suitable substitute should be provided. 5 Integrity The employ should have high profile of integrity

(Note: As per OM No. F/20/2/2014 – PPD (Pt) dated 20th Sept, 2016 all Central Ministries /Departments may relax condition of prior turnover and prior experience in public procurement to all Start-ups subject to meeting of quality and technical specifications in accordance with the relevant provisions).