a:rr-{Elt--r FOOD a-o497-2A32949 C()RPOF|ATION ' FAX-O497- 283 2950 r:-', xr'" .5EtW OF .:i:;. e- rna illamkn rke.fci@gma il.com DISTRICT OFFICE. rrrq * .letrtr grq{rlr6$ fudr orqftrq gw&tiw, a'61 Providing Food security to the Nation ]\4 UZ?{APPI LAN Ga{D- t

Tender No. Genii32(3)12417 Dt.19.07.20'18

APPOINTMENT OF CLEANING AND SWEEPING CONTRACTOR UNDER TWO BID SYSTEM at Food Corporation of lndia, District Off i ce, Ka n n u r/F S D M uzhaBp ilangad/FS D P:awan UIESD Nileshwar

ORIGINAL

TENDER FORM

(Technical bid documents have to be uoloaded alonowith the required supportinq documents in PDF Format in www. e ploc u re,,-qqY.n on ly)

rEqHuGAL Eip Bid Details :

Name of the Tenderlng Food Corporation of India, District Offtce Organlzatlon Muzhappilangad, , KeraJa-67 0662 Type of Organization Public Sector Undertakrng Appointment of Cleaning and Sweeping Contractor UNDER TWO BID SYSTEM Tender title through ontne at FCI, District OIIice, Ka,nnur FSD Muzhappilangad/FSD / FSD Nileshwar Period of contract T\ro years *Tender Ref.No. Genl/32(31 12077 Sweeping and Cleaning work at FCI, District Work Description O{fice, Kannur/FSD Muzhappilangad/FSD

Palyanur/ FSD Nileshwar I *Pre-Qualificatlon As detailed in tlle Technlcal Bid under "Annexure-II" of the tender document Date of announcement of 20.o7.20t4 tender Sa-le of Tender documents As per Annexure - A Last date for submlsslon of O9.O8.2O18 up to 14.3O hours tender through oaline Date, Time of Pre bid meet 27,7.2OLA at 15.OO hours at the above oflice Date of Opeaing of technlcal bld through on line 1O.O8.2O18 at 3.00pm Earnest Mone In Rs. Rs.1O,OOO/ - Security Money required(In Rs.) Miuimum RS.2S,OOO/- FCI Bank details iA/c No.10618532781 IFS Code SBINOOOO926 I State Bank of India, P B No. 13, Gundert road,

Signature of the tenderer .flff.rl ^&*.^",.(l uir orr vAsANtH RAIA i da uq+r+ ].A IMAN^GER qrrfrq trra iiqq / cRP0Pi .I 0r rl0ll ftran orqla{, , I IiICT OFFICE

2 FOOD COR"PORATION OF INDIA DISTRICT OFFICE: KANNUR

INITITATIOI{ TO TENDER AND IITSTRUCTIONS TO TENDERERS FOR APPiOINTMENT OF SIIITEPING AND CLEANING CONTRACTOR AT Food Corporation of hdla, Dlstrlct Ofllce Kannur/f'SD Muzhapptlangad/FSD Payyanur/ FSD Nileshwar.

[al Cost of Tender form (in duplicate) Rs.590/- (Rupees Five Hundred and Ninety only) non-refundable. The details of transaction is (Referenee ID) for Tender form cost and Earnest Money paid has to be scanned aad uploaded tn PDF format only. (b) Tender form can be downloaded from 9.OOAM on 20.O7.2018. (c) Last date for online submission of tender upto 14.30 hrs on O9.8.2018. (d) Technical Bid of the tender to be opened through online at 15.00 hours on 10.8.20 18. (e) Price Bid of only technically qualified tenderers shall be opened on the date to be intimated later on. (f) The offer will remain valid for a period of 3O days after the date of bid opening prescribed by FCI. A bid valid for a shorter period may be rejected by this office as nonresponsive. The Area Malager(Kalnur), Food Corporation of India, District Office, Kalnur may at his discretion, extend the validity by another 3O days and such extension shall be binding on the tenderers. (g) Pre-bid meeting is fixed on 27.O7.2O1a at 3.OO pm. (h) The tender document cal be obtained from the website of the Central Public Procurement Porta-l wnw.eprocure.gov.in or www.fci.gov.ia. The Aspiring bidders / suppliers who have not enrolled / registered in e.procurement should enrol1 / register before participating. (i) A11 supporting documents should be uploaded through e.procurement portal. Hardcopy of the tender documents shall not be accepted. fi) Cost of tender document Rs.59O/- and EMD to be deposited in electronic mode (Pay in favour of Food Corporation of India, Bank / Branch - P. B No. 13, Gundert Road, Thalassry A/C No. fO618532781, IFSC Code sBrNoooog26

NOTE: If the date fixed for opening of tenders is subsequently declared a holiday, the tenders will be opened on the next working day following the holiday but there u,"ill be no change in the time for opening of tenders as indicated above.

1) If the date up-to which the tender is to remain open for acceptance is declared to be holiday, the tender shall be deemed to remain open for acceptance tili the next following working day. 2) No negotiations will be conducted with a,1V of the bidders who partlclpate in this tender.

LZ"f l/Nr ARE(MANAGER Signature of the tenderer qlEr

To

Dear Sir(s),

For and on behalf of the Food Corporation of India, The Area Manager(Kannur), invites Sealed Open Tender under two bid svstems from flnancially sound parties having business competency for appointment of SWEEPING & CLF,ANING CONTRACTOR for a period of two years from the date of appointment, which will further be extendable for another three months.

PLACE OF SERVICE SWEEPING / CLEANING service shall have to be performed within the premises of Food Corporation of India, District Office Kannur/FSD Muzhappilangad/FSD Payyanur/ FSD Nileshwar

1. The contract, if any, 'which may eventuate from this tender shall be governed by the Terms & Conditions of contract as contained in the invitation / instmctions to tJ:e Tenderer ald as given in the Anaexure - I to the form of this Tender.

2 The instructions to be followed for submitting the tender are set out below

(a) INFTORMATION ABOUT TENDERERS: The Tenderers MUST FURNISH FULL, precise and accurate details in respect of information asked as per Anaexure-Il attached to the form of Tender.

{b) SIGNING OF TENDERS: Person or persons signing the tender sha11 state in what capacity he is or they are signing the tender, eg., as sole proprietor of a firm or as an employee or partner in the frrm. In the case of partnership firm, the name of all the partners should be disclosed or their duly constituted attorney, having authority to bind all the partners in all matters pertaining to the contract. The original or an attested copy of the partnership deed should be furnished along with the tender. In case of Hindu undivided family, the name of the family members should be disclosed and the Karta, who can bind the firm should sign the form indicating his status as such below his signature.

,/ ( /-"^' ARE,(MANAGER Signature of the tenderer .rcFA qIGN 3Ir{ / VASANTH RAJA R 6la q{-qo / AREA MAIr^GER qrrdlq {crd F'r'rq / frat -0RP0Rr ,i{ 0f ltl0lA ftrdl 6r{Ilaq i Lrs tRrcT oFFlcE 4 qFqfi / KANNUR (c) The person signing the Tender Form or any document forming part of the tender on behalf of a {irm shall be responsible to produce proper power of attomey duly executed in his favour, stating that he has authority to bind such other person or the frrm as the case may be, in all matters pertaining to the contract. If the person so signing the tender fails to produce the said power of attorney his tender shall be 1iab1e to summary rejection, without prejudice to arry other right of the Corporation under the law. The "Power of Attorney" should be signed by all the partners in the case of a partnership concern and by the proprietor in t1"e case of proprietary concern. In the case of Hindu undivided family "Power of Attorney" should be sigrred by tJre Karta who by his signatures can bind the firm.

3. EARNESTMONEY: TENDER FORM must be accompanied by an Earnest Money of Rs.1O,OOO/- (Rupees Ten Thousand onlyf deposited in electronic mode (Pay in favour of Food Corporation of India, Balk / Bralch - P. B No.13, Gundert Road, Thalassry AIC No. 10618532781, IFSC Code SBINOOOOg26

The Earnest Money shall be liable to forfeiture if the tenderers aJter submitting his tender resiies from or modifies his offer and/or the terms and conditions thereof in any marner, it being understood that the tender documents have been made available to him and he is being permitted to tender in consideration of his agreement to this stipulation. The Earnest Money is also liable to be forfeited in the event of the tenderer's failure, after the acceptarce of his tender, to furnish the requisite security deposit by the due date without prejudice to any other rights and remedies of Corporation under the contract ald law.

The unsuccessful bidder's security (Earnest Money Deposit) generally wili be discharged / returned not later than 30 days after the explry of the perlod of validity or placemert of order whlchever ls later. No amount will be returned to the unsuccessful bidder before the fina-lization of the tender. The bank details viz., Name of the Bank, Brarrch, Account NO., IFSC Code, etc., of the tenderer should be furnished for refund of the EMD arnount. If the successful tenderer desires the same will be adjusted towards the security deposit. No interest sha-ll be payable on the amount of Earnest Money, in any case.

4. SECURITY DEPOSIT: i) (a) The successful tenderer shall furnish securlty deposit equivalent to 57o of the contract value subject to minimum of Rs.2S,OOO/- (Rupees Twenty Five thousand only). Security deposit will be accepted through Electronic Mode / Demand DraJt. The successful tenderer will have the option to pay 5oo/o of the security deposit within a week of the acceptance of his tender arrd remaining 5O% by deduction @;5o/" from each admitted ill for work done.

AR MANAGER Signature of the tenderer qTB=fl TI-fl 3TT{ / VASANTH BAJA R da c<--rr- / AREA MANIGER 5 qrrdlq sm i){q/F'rCf :0&P0Rt ,N0flI0lA &An Orql I urSTFtC I uFFtCE i6'::rI"rq { / L/..,\rNr rr? (b) The security shall be Ceposited through Electronic Mode / Demaad Dra,ft in favour of the "Pood Corporation of India," payable at Thalassery. The Corporation will not be liable for palrment of any interest on Security deposit. iil The Security Deposit furnished for any other tender wiil not be adjusted against this tender and a-fresh security deposit will be required to be fumished.

5. PERIOD OF CONTRACT:

The period for the appointment of Sweeping & Cieaning Contract is for Two Years from the date of appointment which carr be further extendable for another three months at same rate. Terms & conditions.

6. ELIGIBILITY CRITERIA:

The tenderer should have

(a) Va-lid Registration Certificate, including registration with the Labour Commissioner. (b) EPF Registration (c) ESI Registration (d) PAN Card (e) GST Registration (f) Registration under Shops and Establishment Act. (g) Track record, manpower capacity ald relevant experience in same field. (h) They should produce satisfactory work completlon certlllcate of appropriate value of work and certificate showing execution of contract of annual turnover not less than 5oo/o of the estimated cost of the present contract in the preceding finarrcial year in any Govt.rGovt. or Private organization. The documentary proof of work in hand at present should also be enclosed. (i) Tender without the requisite experience as mentioned above may a.1so be participate subject to providing an undertaking that an additional performance Guarantee in tJle form of Balk Guararrtee of 7Oo/o of the contract value from SBI Balk or other Public sector Banks will be given, if selected and validity of such Bank Guarantee shall be beyond six months of the contract. (j) The tenderer should have loca-1 oflice in for ensuring satisfactory fulfrllment of contractual obligations. (k) Tender document u-i11 be considered only if earnest money is deposited with Technical bid. (EMD should be submitted with Technical Bid) (1) The tenderer I pafiy / firm should have a valid Digital Sigrrature Certifrcate for participating as the documents have to be uploaded online in www.eprocure.gov.in Q*( AREA MANAGER Signature of the tenderer

TIittr

No documents are to be enclosed with the Prlce Bid. Earnest Money together with the following documents are to be annexed with the Iecbr&a!-Bld on1 Document no.1 DULY SIGNED TENDER DOCUMENT Documetrt no.2 Valid Registration Certificate, including registration with the Labour Commissioner. Document no.3 License under 'Contract Labour (Regulation & Abolition) Act, if applicabie. Document no.4 EPF Registration No. (Aliotment letter from EPF authorities) Document no.S trSI Registra No. otment letter from ESI autl.orities)

Document no.6 PAN No. (Xerox copy of PAN) Document no.7 GST Registration no. (Allotment letter) Document no.8 Registered under Shops and Establishment Act (copy to be produced) Document no.9 Track record, manpower capacity and relevant experience in same field. Document no.1O They should produce satisfactory work completlon certilicate of appropriate value of work and certifrcate showing execution of contract of annual turnover not less than 5O% of the estimated cost of the present contract in the preceding filalcial year in any Govt. or Private orgaaizatloa . In the absence of Minimum work experience, al undertaking that arr additional performalce Gua-rantee in the form of Bank Guarantee of 107o of the contract value from SBI Bank or other Public sector Banks will be given, if selected.

Document no.1 1 The tenderer should have local office in Kerala for ensuring satisfactorily fulfrllment of contractua-1 obligations. Local Address proof should be produced. Document !ro.12 Attested copies of the Power of Attorney in case of artnershi Firm etc. Document ao,13 | Attested copies of the partnership deed / copy of Memorandum of Articles of Association, as the case be. Document no.14 The tenderer should furnish EMD of Rs.1O,00O/- as stated in Clause-3 of tender document and the proof of E-Payrnent is to be attached with the Technica.l Bid. Document no.15 Balalce Sheet and Profrt & Loss Account and ITR documents of last one ar.

Tender without these required documents shall be summarily rejected.

AREAQ*{ MANAGER Signature of the tenderer tfgtl lfutt iilt{ i VASANTH BAJA R {flE gq:t]E / ABEA MANAGFR qr{dlq rcre ttryt/t1l oti(]Rr , 0f I|DIA ItrEn 6lql cta / i|'-rl{ DtsTRlcT oFFtcE / KANNUR 7 8. DELWERYOFTENDER: a) The technica-l Bid and the Price Bid shall be submitted through online b) Technical bid shall be accompanied by earnest money of Rs.1O,OOO/- (Rupees Ten thousands only). c) A1l credentials, documents ald copies of certiiicates / information called for would be submitted as per tender paper wit1 the technical bid. d) It should be clearly understood by the tenderer that no further opportunity shall be given to them to modify or withdraw any stipulated at a stage when the price bid knourl to all the tenderers. e) The tender form sha-ll be submitted through online ! Preferences/benefits shall be given to MSMEs in line with Public procurement policy for Micro Small and Mini Enterprises (MSEMs), 2012.

9, OPENINGOFTENDER:

a). The technica-l bid oniy shal1 be opened in the OIIice of THE AREA MANAGER( KANNUR). District Office Muzhappilangad, Kannur, Kera-la- 670662, at the time and on the date indicated above. The tenderers will be at liberty to be present, either in person or through al authorized representative at the time of opening of tenders. The Price bid of only those tenderers sha.11 be opened whose technical bid are found to be acceptable. The time arrd date of opening of Price bid shall be fixed and intimated to them. No negotiatioas will be eatertaiaed with any of the bidders who partlclpate lu this tender.

b). Scrutiny of the technica-1 bid shall be done by The Area Manager(Kannur), District Offrce Muzhappilangad, Kalnur, KeraJa-67O662 in consultation with the departmental comrnittee or any agency as deemed necessar5z by him. Necessary clarification required by the Corporation shall be furnished by the tenderer within the time given by the Corporation for the same.

10. CORRI'PTPRACTICES: Any bribe, commission or advantage offered or promised by or on beha-lf of the tenderer to any o{Iicer or servant of the Corporation shall (in addition to any criminal liability which the tenderer may incur) debar his tender form being considered. Canvassing on the part or on behalf of the tenderer will a,lso make his tender liabie to rejection.

,.1 / ,/ cfw"\/ I \/ AREA MANAGER Signature of the tenderer ( .FETtl iul i .,, I / ',.iJri,, t.t IIAJA B da q.ru.l AEEA MAN^GER qrtfrq t,Iro ii,rrj I .0ii0N, _!{ 0f Hon It

12. TERMS OF DEPI.OYMENT OF MANPOWER FOR PROVIDING SERVICES.

a) The contractor for whom the order was issued will be given time of 15 days from the date of acceptalce of award for supply of manpower.

b) The Contractor will have to employ experienced civilians as Safaiwalas on job contract basis to the satisfaction of the Competent AutJrority, who have experience of cleaaing of bathrooms, toilets, open areas corridor, stair cases roof /carpet areas with electrical gadgets, and clearing of sewer Iines/ disposal of garbage etc.

c) The persons deployed by the contractor should not have arry police records / criminal cases against them. The contractor should ensure that the persons engaged are medically frt and not having any chronic diseases. The contractor shall withdraw such persons who are not found suitable by the oflice for any reasons immediately on recei.pt of such a request.

Area Manager(Kannur)A-^ Food Corporation of India District Office Muzhappilangad Kannur, Ker aJ,a-67 0662

/ tL'n,J\ AREA MANAGER Signature of the tenderer tf€.(l (tutt rlt{ / VASANTH BAJA R e]a uq4tc, /AREAMANAGER qIa 4{dlq f:l,Frl Frj0: .0RlCt, ,N 0f til0lA I aI ?,micrrr / L,,s r Rtcr oFFtcE i--rIT / KANNUR 9 ANNEK'RE- I

TERMS AND CONDITIONS GOVERNING CONTRACT FOR SWEEPING AND CLEANING SERVICES

At FSD/DO Muzhappilangad: Floor approximate area 4950 sqft within the District Offi ce / FSD's premises. At FSD Nileshwar: : Floor approximate area 3175 sqft within the office premises. At FSD Payyanur: Floor approximate area 3380 sqft premises. Premises within the office , o",* The aforesaid area of these floors include Hal1s, Cabins, Toilets, Corridors, of I different sizes and open areas as well as enclosed and surrounding areas within the o{Iice. The area stated is approximate and the parties are advised to see the location before submission of Tender. The duration of the contract will be for a 2. Duration of t]le contract period of TWo years from the date of the appointment. I lOn all working days. However, the aFency will have to work on holidays I :. No. of davs for which [h. I . .'" :' :*J" '".' ';"''" ".." also, when written requisition is given. servtce rs requlrecl I I j No .*o, remuneration would be paid for such holiday works. I I

A. SCOPE OF WORI( / SERVICES TO BE RENDERED:

1. Sweeping of entire area of the Office approximately 1 1505 Sq.Ft. includes cellar, Hal1s, Cabins, Toilets, Corridors,Conference hall and open spaces in the floor etc., and surrounding area of the building and collection of all waste material ald disposal of the same as per instructions of the competent authority or any other officer of the Food Corporation of India.

2. All the cleaning operations are to be done daily between 8 a.m to 12 a.m. which will be counter checked by in-charge/ supervi.sor by signing the attendance chart hanged in each toilet and the register of this office.

3. Cleaning and washing of toilets and urinals using good qua-lity detergents and disinfectants and naphtha-lene deodrants should be kept provided all the times. 4. Further the contractor has to provide Air fresheners in Halls, Cabins of AGM-s, ie., all ollicers work places and the same should be replaced as ald when they are consumed.

5. Cleaning of work stations, table tops, chairs, a-lmarahs, frames, panels, railings and cabin partitions etc. with approved cleaning material once in a week.

oQXoo.* Signature of the tenderer

ZftT

7. Dusting of computers, keyboards, terminals, printers, Photostat machines, Iiling cabinets, telephones, Fax, typewriters, electrical fans, any other articles lying in rooms.

8. Restocking of toiletries a-fter intensive daily checking in the morning and at interval of O3 hours therea,fter, clealing and scrubbing of toilets, WC's urinals, washbasins, floor area of toilets, cleaning and wet dusting / wiping of mirrors, frames etc. in toilets with approved material, re{i1ling liquid soap dispensers (on daily basis in stalf toilets and requirement basis in oflicers toilets), sufficient quantity of naphthalene balls / cakes and odonil cakes in toilets etc.,

9. Remova.l of bird droppings and other dirts on the inner walls, doors, ventilators etc. as and when required.

lo.The floor of the complete office should be cleaned with water cloth (moping) every day. ll.In case of shortage of water or non-availability of water, the contractor / his workmen will be required to bdng water for cleaning / sweeping purposes which will be supplied by Food Corporation of India.

12. The contractor through his supervisor will ensure readiness of all rooms before arrival of sta-ffs on daily basis.

13. Lifting of Garbage material of offrce should be disposed at least twice a week.

B. ITEMS OF WORI( TO BE DONE GENERALLY ONCE IN A WEEK/ON NEED BASIS.

I Washing and scrubbing of floor areas with detergents and dirt removing detergents.

2 Acid cleaning of salitary wares, without damaging their shine.

J Polishing of name plates and number plates with brass boards of the office 4 Regular dusting / cleaning of doors ald window including removal of cobwebs.

5 Cleaniag of glasses & window panes wlth glass cleaalrrg chemlcal / detergents and cleanlng of partitlon, pcriliag etc.

Signature of the tenderer tl-dltl t ^fl,x*.lutl 3l I,{ / VASANIH RAJA g da q e=€la /AREA MAN^GER qr{dlll cne ft.rq / t40i oRpoRAt."l,t0t DtA fuan o-rql c,rq r u,s't Rtcr oFFtcE 6-rf,< / KANNUR tl C. STAI.F REOUIREMENT : THEIR DUTIF^S : BEIIAVIOUR ETC..

1 The contractor sha-ll comply r':th ai1 the labour 1aws, rules and regulations applicable in the matter of such u,orkers as are engaged by it.

2 The contractor's stalf shall not disturb t.lle employees of the Corporation or make any sort of noise in the premises of rooms, should observe oflice discipline arrd decorum and shall not misbehave with anybody.

3 The contractor's workers sha-ll be polite, courteous, well behaved & honest.

4 if, at any point of time, the services of any worker being provided by the service provider are found to be unsatisfactory or not to the expected leve1 in any manner, the serwice provider shall change the worker immedlately.

J The Contractor shal1 be fully responsible for any theft, burglary, fire or aly other mischievous deed done by its workers.

6 The artecedents of all the workers wiil be got verified from poiice by the agency before deplo1'rnent for work. Before deolovaent of workers in the oflice, thc contractor shall ascertaltr their age. IIe shall also ensure that no worker should be mlnor.

7 The contractor's workei:s shall not enter into aly unlawful activity within the Corporation's premises and shall have good moral character.

8 The Food Corporation of India shall have the right to impose cash penalty on the Contractor or deduct such amounts from its security deposit in case of the Food Corporation of India being put to any financial loss directly or indirectly by any act of commission on the part of the agency's workers.

9 The contractor shal1 be directly responsible for the wages, which should not be iess than minimum wages prescribed by Gor''t. of India, Regional Labour Commissioner (Central) , bonus or arry other benefits as may be applicable to its employees under relevant Acts and Regulations applicable in the State of Kerala. The Corporation shall not entertain any such claim of the person employed by the Contractor.

10. It will be contractor's liabrlity to account for any increase in Minimum wages that may take place during the period of the contract and the Corporation will not be responsible in this regard. in respect of any default on the part of contractor in pa5,rnent of Wages or any other dues to his workers the same will also be responsibility of the contractor. In case the Corporation is forced to make any pa5ments on behalf of the contractor due to any reason, the same shall be deducted from the dues of the contractor and the Corporation will not be directly responsible to the contractor's employees in any manner.

AREA ANAGER Signature of the tenderer _.T*IF qTqI 3{.rT i VASANTH RAJA R el;r q rq4i / AREA MAN^GER qrrdlq t2 sra l:r rrr / f00i .Ctp0Rt ,t{ 0f 0lDlt fum arqla q I ors rRtcr oFFtcE itr*TLt / KANNUR Further, he has to ensure all requiremeats / formalities / submissioa of returtra required uader Contract Labour (R&Al Act 1970, EPF Act 1952, ESI Act 1948, Mlnlmum Ulage Act 1948 and etc.

11. EPF, ESI, Bonus and other statutory contribution (as applicable )to be paid for the workers deployed by the contractor.

72. The workers shall not be entitied for any financial benefits that are admissible to regular employees of FCI. However, the service provider is required to pay wages to the workers engaged strictly as per the Minimum Wages Act modified from time to time including EPF, ESI and other social security schemes of the Govt. of Kerala and Ministry of Labour. The wages to tJ:e workers would be dynamic. The weekly rest etc., should also be a-llowed to the workers as per statutory provisions. This is required to be quoted by all bidders at the time of submitting bids, which would be increased as and when increased by Gol't. authorities. A1l statutory requirement such as obtaining va-1id Labour License on t1le basis of contract letter and compliance of all the provisions of social security legislations in general ald provisions of all Contract Labour ( Regulation & Abolition) Act, 1971 arrd the Contract Labour (R&A) Ru1es, 1972 in particular are required to be complied with by the service provider. The service provider wouid quote service charge of providing services of workers for this department over and above the statutory paJ,'ments to be made to each other, so deployed. Except the administrative service charges, quoted by the service provider, no other amount is to be retained by the seruice provider out of the rninimum wages, EPF, ESI etc., as mandated by the statutory provisions on the subject.

13. The contractor will have to bear cost of providing workers for weekly off.

14. Insurance and accident risks of the workers will be the responsibility of the contractor. Any liability regarding payments of wages to the workers arising due to any human loss / injury during the course of work will be the sole and personal responsibility of the service provider.

i5. A11 the workers of the contractor sha11 be free from infectious disease

16 The contractor will ensure that proper license / permission from the concerned authorities wherever applicable are obtained promptly.

17 The Contractor sha-ll in no case sublet transfer the services it is required to perform under this agreement to any other contractor or person without prior permission from the Corporation in writing.

18. The Corporation reserves the right to order any worker of the contractor to leave the premises of the Corporation if his presence at any time is felt undesirable.

,/-) / t/ / s-'' /,\'/ \ AREA MANAGER Signature of the tenderer '*BJHr"*Ilxffflxll#l* - *H.,T&#i '3',1 ;lll,li ;l ij l*0,^ C'1q / KANNUR 13 19. The contractor shall provide p;cpel uniforms to all the workers with the agency name indicated cleaily cn f-he uniform. zJ. The service provider shai.l bc direc:1i, responsible for settlement of aly dispute or L:rieva.nce of the wo;-keis relating to their deplol,rnent in the FCI and a.rry other matter that majr alis:- 'l'his Department. in no way, shall be responsible for settlement of sucir rssues 1 disputes.

24. The contractor does not amount to elrrploJ,.ment with the Government nor confer any right on the sen'ice provider or the workers engaged by service provider, nor any representation by ttre Gcvernment as to the possibility or preference in emplo5rment at any time in future in respect of security and other personnel of the sen'ice provider in any o{hce / establishment of the Government.

D. PENALTYCLAUSES:

a) If no work is performed on aly day by the Contractor, then deduction will be made on prorate basls with addilionai penaity of 7Oo/o.

b) If cleaning operation on any day(s) if found to be unsatisfactory, a penalty of Rs.50O/- shall be leviable and if it continued, the contract will be terminated by grving 30 day's notice.

E. GENERALCONDITIONS: 1. TERMSOFPAYMENT:

a| The contractor will submit the bili in triplicate along with pre receipted bill and bank details to The Area Manager(Kannur), Food Corporation of India, District Off:.ce, Kalnur in respect of the particular month in the first week of the next month. The pal.rnent will be released by the third week of the following month after subject to certificate given by the officer in charge and productioa of documeatary ewldence towerds PF,ESI retaittance etc., in respect of the workers for the prevlous month.

b) No interest shall be payable for any deiay in payment.

c) Tax if arry shall be deducted at source as per the relevant acts.

d) The tenderer/ bidder, registered under GST (if applicable) shall ensure that the invoice to be raised with FCI is complaint with the provisions of the GST Law and contains the requisite details in alr accurate ma-nner for claiming of tax credits by FCI. FCI reserves the right to release pa)'rnent of GST amount (if applicable) only posts matching of the invoices in the GSTN system. This shall further be ensured by the tender/bidder, registered under GST (if applicabie ), that the invcice raised by him during a month is appropriateli' reported in the GST Returns of the said month.

o*,pM** Signature of the tenderer ZFIFI {TGTI 3II{ / VASANTH RAJA R ela q d'qs / AREA MANAGER qr.dtq qrir I--Fr,r/ f00l ,0RP0R,1 iN 0t l[0lA 1.1 fudt 6rql crq / DrsrRtcl oFFtcE ifEIN / KANNUR 2. ROOM FACILITY:

The Corporation shall provide a smaLi room / space for storage of material etc., to the contractor at free of cost during the period of contract. No tarne / plate of agency shall be allowed to display on the room and nobody will be allowed to stay in the office aJter office hours.

F. NOTICE OF TERMINATION OF CONTRACT:

The Area Manager( Kannur) reserves the rights to terminate the Contract at any time during its currency without assigning any reasons thereof by giving Thirty Days Notice in writing to the Contractor at the notilied address and the Contractor sha11 not be entitled to any compensation by reason of such termination. The action ol The Area Manager(Kannur) under this clause sha11 be final, conclusive and binding on the Contractor.

G. STOCK AND SUPPLIESiI

The agency shall maintain sufficient stocks of various items such as towels, dusters, soaps, phenyl, detergent, odonil, naphthalene balls etc., so as to meet normal requirement. The contractor shal1 not be permitted to stop supplying any item for any reason.

H. SUPERVISION INSPECTION:

The agency shall authorize a person to supervise the clealing service who will report to the concern section oflicer or any other officer of the Corporation so authorized.

I. Laws Governinq The Contract & Dispute Resolution:

The contractor sha11 be interpreted in accordance with the laws of the Union of India and the courts of Kannur will have jurisdiction over a.11 iegal disputes under the Agreement. In case of any dispute arising out of and touching upon the contract, the same will be frrst referred to the Dispute/Grievance Redressal Committee constituted ald functioning at the Regional Office of the Corporation at Trivarrdrum, with a view to settie the disputes. If any disputes remain thereafter, the same will be settled in the Court of Law having competent jurisdiction.

J. RATES: a) Rates shall be quoted in Indian Rupee only. b) Rates indicated by the tenderer shal1 be inclusive of all incidentals & taxes if any and exclusive of GST

4'-N' AREA MANAGER Signature of the tenderer ZT{I

d) Rates are to be quoted in accordance with the Minimum Wages Act, 1948 as applicable in concemed place of working.

K The comparison of bid will be made only on the basis of item ag' of the Price bid ( composite rate / month). The decision of The Area Manager(Kannur), in all matters of the contract shall be frnal and binding on contractor.

L. SEf,-OFF/ Indemnity: FCI reserves the right to claim from the tenderer / bidder any amount of tax, interest, penalty arrd litigation cost, if any, that may be incurred in future due to GST reporting / compllance mistake(s) on part of tJle service provider.

M. FAILIIRE TO PER.F'ORM THIS WORK BY THE CONTRACTOR: In case of faiiure of the contractor to perform the work, tJle work will be carried out through another contractor at his risk and cost of the contractor.

N The successful bidders will submit an undertaking in form of duly executed affrdavit to deposit EPF contribution of the employer and employee in the EPF account of the workers every month.

o The successful bidders will a-Iso submit an undertaking in form of duly executed afftdavit to comply with the instructions relating to pa].rnent of EPF in respect of those employees who are not in excluded category as per instruction issued by the Government on the subject.

P. Conditional quotations will not be considered and summarily rejected.

a The service provider shall comply with a-11 relevant laws and the rules made there under viz., Income Tax, ESI Act, PF Act, Factories Act, ID Act arrd Contract Labour ( Regulation & Abolition ) Act. Private security agencies Central Model ru1es, 2O06. Payment shall be conditiona-l on fulfillment of the provisions of these Acts and the ruies framed there under. a^/ Area Manager( Kannur) FCI, District Office, Kannur. tFET

i6 ,]

ANNEXI'RE - II BID TENDER FOR EE AND CL ANIII r)NT

1. Name of the Tenderer & : Address along with contact Number

2. Details of Tender cost /NEFT Details

3. Details of EMD S/NErl

Details

4. GST Registration No.

5. PAN No.

- 6. Regd.No under Shops & :

Estt. Act.

7. EPF Registration No.

8. ESI Registration No.

9. Labour License No.

0""{ 6g56 ATGTI 3IT{ / VASANTH RAJA R Aa q<-.+ro / lRrA MANAGER I 7 l{r{dtq Errs i-'r'rq / ffl0i .0RP0i; ,,i 0t ltlolA lirdl 6rql q / ursrRlcr lJFFlcE qtql{ / KAflf rllR 1O. Constitution of the Company/Firm/Agency A) lndian Companies Act 1956 Or B) Indian Partnership Act, 1932:(please give names ofpartners) Or C) lndian contract ACT,I 872 Or D) Any other Act, if not, the owner.

(i) For partnership firms whether registered under The lndian Partnership Act, 1932, please state further whether by the partnership agreement, authority to refer Disputes concerning the business ofthe partnership to arbitration has been conferred on the partner who has signed the tender.

(ii) If answer to the above is in negative whether there is any general power of attomey executed by all the partners ofthe firm authorizing the partner who has signed the tender to refer dispute conceming business of the partnership to arbitration.

(iii)lf answer to (i) or (ii) above is in the aflrmative please fumish a copy either the partnership agreement ofthe general power of attorney as the case may be.

I I . Name and full Address ofthe Bankers :

a) Name ofthe bank & Branch

b) Account No.

c) IFSC Code

12. Works Experience

(A) Works alreadv completed (experience certificates only should be enclosed) Agreement copies / work order copies are not allowed

Period - | | Orsanisation I va_lue 01 I -- ^ I sl. - I l\ature ol i ln whtch I No trre wort work was_ From date To date ,#',{1., I I ] I I perlormed

AREAQ-\ MANAGER Signature of the tenderer qTull .rcfni 3ll{ / vASANtH RAJA R el a q q -t;,r. iFFn IrAt 4GER qrrd)q r' {Ira ii,r,i 7; llttrt.' .lt0l lllDlA 18 fucn +rqiqq'L .rr.'r \rrr tcE .f i=i-lr / f.A\r.:i r!? (B) Running works

Period Organisation Value of s1. which I work Nature of in No. the Work work was From date To date (in I Rs.) performed

I I I

I I I

13. Propertv Details

Whether sl. Va.lue of the Particulars Owner Encumbered No. (in Rs.) Property IYES / No) I

II I (If space provided is insuffrcient, a separate sheet may be attached)

14. Additional information, if any ( Attach separate sheet, if required)

N.B. - Xerox copies are to be attached N.B. - All Llcences / registrations should be valid for the entire proposed period of work.

L/;(/)x \ AREA MANAGER Signature of the tenderer

-rcI

19 ANNE)KT'RE - III

SCHEDULE OF PAYMENT TO BE MADE BY THE CONTRACTOR IIND BENEFITS TO BE PROVIDED BY THE CONTRACTOR TO THEIR WORI

1 The Contractor shall pay not less than the minimum wages to the Sweeping / Cleaning workers engaged by him as notified by the Govt. of India Regional Labour Commissioner( Central), Kochi and as applicable to Kannur from time to time.

2. The Contractor shall be liable for making the contribution, in accordance with the provision of EPF Act, 1952 and the Scheme framed there under in respect of t1:e personnel employed by him.

J. The Contractor wiil be responsible for covering his worker under the ESI Act, 1948 and payment as per Act to be made by the contractor.

4. The Contractor will be responsible for providing uniform to their workers.

5. The Contractor will be responsible for payment of bonus to his workers as per relevant Act.

6. The Contractor shall allow or cause to be allowed to the workers directly or indirectly employed one day rest in a week.

7. The Contractor wiil be responsible for other fringe benefits / allowance also to his workers which have been stated in the tender documents and which are applicable from time to time covered under relevant labour Act, Rules & Regulations. The contractor will be personally responsible for compliance of all relevant Act, Rules & Regulations, as applicable from time to time. Further, he has to ensure all requirements / formalities / submission of returns required under Contract Labour (R & A) Act 1970 EPF Act 7952. ESI Act 1948. Minim um Wase Act 1948 and etc.

8 In case of non-compliance, the contract will be terminated without assigning any reasons by giving 30 days notice in writing.

(tul AREA MANAGER Signature of the tenderer tf*tr.rl {TUll i+ll{ r VAsANtH flAJA R GI= q q-.qE ,/ AREA JVIAN^GER qr{dh rflfl ft,n / t"r: CcDll; lt 0I IilDIA t m orqlaq i ursrRrcr oFFtcE i[-T(t / KANNUR 20 UNDERTAKING BY THE BIDDER

I, Son /Daughter / Wife of Shri signature of the agency / frrm mentioned above is competent to sign this declaration and execute this tender document.

I/We have carefully read and understood the instructions, all the terms and conditions of the tender and to undertake to abide by them.

The information / documents furnished alongwith the above application are true authentic to the best of my knowledge and belief. I/We, am / are well aware of the fact that furnishing of false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

A RIGS/NEFT/ electronic transfer bearing No. dated of (Name of Baltk / Brarrch) amounting to Rs. ( ) is also enclosed. I agree that the Earnest Money shall be liable to forfeiture if after submitting my tender, I realize from or modify my offer and / or the terms & conditions thereof in any manner.

It being understood that these documents have been made available to me and I am permitted to tender in consideration of my agreement to this stipulation. I also agree that this eamest money is liable to be forfeited in the event of my failure after acceptance of this tender to furnish the requisite security deposit by the due date, which is without prejudice to any right or remedies of the Corporation under tl:e contractor and law. I know that no interest would be payable on the Earnest Money / Security. I / We hereby give consent of converting the amount of Earnest Money Deposit into securit5z on being found to be a successful tenderer. I / We have inspected the location concerning the contract before submission of tender.

Signature of the Tenderer with seal

Name:

Designation :

Address :

Phone No. :

21 PRICE BID

The Area Manage(Kannur) Food Corporation of lndia, District Office Muzhappilanqad Kannur - 670662

Dear Sir,

I / We, submit the sealed Price Bid for appointment as Sweeping and Cleaning Contractor at Food Corporation of lndia, District Office, Kannur/ FSD Muzhappilangad/ FSD Payyalur/ FSD Nileshwar a) I / We thoroughly examined and understood instructions to tenders, terms & conditions of contract, given in the invitation to tender and those contained in the general conditions of contract and its annexure and agree to abide by them. b) I / We hereby offer to work at our quoted rate for the works mentioned In Annexure - l, Clause-A & B. c) l/ We undertake to take responsibility of all statutory liabilities such as EPF/ESl etc., d) I / We shall be bound by the communication of acceptance of the offer dispatched within the time and I i We also agree that if the date upto which the offer would remain open be declared a holiday for the Corporation, the offer will remain open for acceptance till the next workrng day. e) As required no documents are being enclosed with Price Bid RTGS/NEFT/ electronic transfer No. dated of (Name of Bank) for a sum of Rs (Rupees )is enclosed with the technical bid as earnest money. ln the event of my tender being accepted, I / We agree to furnish a security deposit as in the manner prescribed. e) l/ We do hereby declare that the entries made in the tender appendix / schedules / annexure attached with the technical bid are true and also that I / We shall be bound by the Act of my duty / our duly constituted Attorney Shri whose signatures are appended hereto in the space as specified for purpose and of any other person who in future may be appointed by me / us in his stead to carry on the business of the concern whether any intimation of such change is given to The Area Manage( Kannur).

22 s) Rates per month for the services enumerated at Annexure - I Clause- A & B item, is Rs. Rupees in words (Rupees on ly) per month inclusive of all incidentals & taxes, excluding GST and will remain valid for two years from the date of award of contract and such extended period as provided under the & conditions of this tender.

Yours faithfully,

(Signature of TendereQ

(Capacig in which signing) and SEAL

23 Annexure- A

Instructions for Online Bid Submission:

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Porta l. More information useful for submitting online bids on the CPP Portal may be obtained at https: //ep rocu re. qov.in/eorocure/aoo

REGISTRATION 1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL https: //eprocure. gov. in/eprocu relapp) by clicking on the link "Click here to Enroll" on the CPP Portal is free of charge. 2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3. Bidders are advised to register their valid email Address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4. Upon enrolment, the bidders will be required to register their valid Digital Signature Ceftificate (Class II or Class III Ceftificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.9. Sify/TCS/nCode/eMudhra etc. ), with their profi le. 5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC's to others which may lead to misuse, 6. Bidder then logs in to the site through the secured log-in by entering their user lDlPassword and the password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS

1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal. 2. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective 'My Tenders' folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum lssued to the tender document. 3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification/help from the Helpdesk.

24 PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted. the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender docu ment/sched u le and generally, they can be in PDF/XLS/RAR/DWF formats. Bid documents may be scanned with 100 dpi with black and white option. 4. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.q. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use "My space" area available to them to upload such documents. These documents may be directly submitted from the "My space" area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS 1. Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3. Bidder has to select the payment option as "offline" to pay the tender fee/EMD as applicable and enter details of the transaction No. (UTR No.) at appropriate place. 4. Bidder should deposit the EMD as per the instructions specified in the tender document. The details of the EMD/tender fee should be filled carefully at specified place well before the closure time of the bid as indicated in the tender form. Otherwise the uploaded bid will be rejected 5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white colored (u nprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

25 6. The server time (which is displayed on the bidders' dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. 8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 9. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. ASSISTANCE TO BIDDERS

1. The time for seeking clarification and giving and giving replies may be specified by RO concerned preferably it should be before closing of the time of bids. The queries and replies will be submitted by e-mail only at the e- mail ID indicated in the MTF. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24X7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.

26