<<

Name of work: Annual operation, repair and maintenance of electrical installations at 26 SCG NSG during year 2020- 21 (SH: Annual repair, operation & maintenance of 05 Nos passenger lifts).

Index

Sl. No Particulars Page No

1. Index 01 2. Press notice 02 3. Notice Inviting Tender (CPWD form-6) 03-05 4. Item rate tender contract for works (CPWD form 8) 06-11 5. Instructions for contractors for e-tender 12-13 6. Terms & conditions 14 7. Schedule of quantity 15

Draft NIT No:- 04/SC(Engr)/26 SCG/NSG/2020-21 containing pages from 1 to 15 amounting to Rs. 7,64,028/- is approved

Team Commander (Elect) Squadron Commander (Engg) 26 SCG, 26 SCG, National Security Guard Mumbai - 400072 Mumbai - 400072

NATIONAL SECURITY GUARD (MINISTRY OF HOME AFFAIRS) GOVERNMENT OF

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE.

The Squadron Commander (Engr), 26 SCG, NSG, Mumbai invites online percentage rate bids on behalf of from manufacturer and approved dealers of Johnson’s Lifts for the following work: NIT Name of Work and Estimated Earnest Tender Time/ Last date & Date and EMD, shall be No. Location Cost Put Money Sale cost Period of time of Time of submitted in the to Tender completio submission opening of O/o SC(Engr), 26 n of bid. tender SCG NSG, Mumbai

Annual operation, 500.0 repair and (Should be 12 months Up to 18:00 After 11:00 Within a week maintenance of 7,64,028.0 15,285.0 deposited Hrs on Hrs on after date of electrical by 09.03.2020 11.03.2020 opening of installations at 26 09.03.2020 tender. SCG NSG Mumbai up to 17:00 during year 2020- Hrs) 21 (SH: Annual repair, operation &

21 - maintenance of 05

20

4/SC(Engr)/26SCG/ 4/SC(Engr)/26SCG/ NSG/ 0 Nos passenger 0 2 lifts)

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 2. Information and Instructions for bidders posted on website shall form part of bid document. 3. The bid document consisting specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from CPP Portal (htpp://eprocure.gov.in/epublish/app) & NSG official website (http://nsg.gov.in) free of cost. 4. But the bids can only be submitted to SC(Engr), 26 SCG NSG Mumbai by uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call receipts or Fixed Deposit Receipts and Bank Guarantee of any scheduled bank towards EMD in favour RPAO,CISF (MHA), Mumbai and other documents as specified. 5. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets. 6. Contractor can upload documents in the form of JPG format and PDF format. 7. Contractor must ensure to quote rate percentage below/above the rates entered in the Schedule. The quoted rates are inclusive of all taxes, no extra will be paid over the quoted rates. 8. Contractor is advised to visit the site before tendering/quoting of rates. 9. The reimbursement of EPF & ESI contributions paid by the contractor on the part of employer is to be made on submission of documentary proof of payment provided the same is in order. 10. List of Documents other than financial instruments to be scanned and uploaded within the period of bid submission: (i) Demand Draft/ FDR/ Bank Guarantee of State Bank of India / any scheduled Bank against EMD. (ii) Enlistment Order of the Contractor. (iii) Applicable licenses/registrations or Proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOWC Welfare Board. (iv) Certificate of Registration for GST/PAN etc. (v) An undertaking that “The physical EMD shall be deposited by me/us with the SC(Engr), 26 SCG NSG, Mumbai calling the tender, in case I/We become the lowest tenderer within a week of the opening of the financial bid otherwise Department may reject the tender and also take action to withdraw my/our enlistment.”

Sqn. Cdr. (Engr), 26 SCG, National Security Guard, Mumbai-400072

CPWD-6 FOR e-TENDERING

The Sqn Commander (Engr), 26 SCG, NSG, Mumbai invites online item rate bids on behalf of President of India from manufacturer and approved dealers of Johnson’s Lifts for the following work: Annual operation, repair and maintenance of electrical installations at 26 SCG NSG Mumbai during year 2020- 21 (SH: Annual repair, operation & maintenance of 05 Nos passenger lifts).

1. The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date of submission of tender is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 7,64,028.00 This estimate however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or other Standard Form as mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 12 (Twelve) months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. The site for the work is available.

5 The bid document consisting of specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen from CPP Portal (htpp://eprocure.gov.in/epublish/app) & NSG official website (http://nsg.gov.in) free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. Earnest Money in the form of Demand draft/Fixed Deposit Receipt of a schedule bank drawn in favour of RPAO, NSG (MHA), Mumbai Shall be scanned and uploaded to the e-Tendering website within the period of bid submission. The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest tenderer within in a week after opening of financial bid failing which the tender shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The physical EMD shall be deposited by me/us with the SC(Engr), 26 SCG NSG, O/o GC, 26 SCG, NSG, Mumbai, Milind Nagar, Andheri (E), Mumbai-400072 calling the tender, in case I/We become the lowest tenderer within a week of the opening of the financial bid otherwise department may reject the tender and also take action to withdraw my/our enlistment.”

Interested contractor who wish to participate in the bid has to make following payments in the form of Demand Draft / Pay order or Demand draft of any Scheduled Bank to the e-Tendering website within the period of bid submission:

(i) Copy of Enlistment Order and other documents as specified in the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.

(ii) Cost of tenders Rs. 500/- in the form of Demand Draft (drawn in favour of RPAO, CISF (MHA), Payable at Mumbai) shall be placed in single sealed envelope superscripted Tender cost with Name of work, date & time of opening of bids and to be submitted in the office of SC (Engr), 26 SCG NSG, O/o GC, 26 SCG, NSG, Mumbai, Milind Nagar, Andheri (E), Mumbai-400072 by 09.03.2020 up to 17:00 Hrs.

(iii) The bid/tender submitted shall be opened after 11:00 hours on 11.03.2020.

9. The bid/tender submitted shall become invalid and cost of bid shall not be refunded if:-

I. The bidders are found ineligible. II. The bidders does not upload all the documents (including GST) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded. III. If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest tenderer in the office of tender opening authority. IV. The lowest bidder does not deposit physical EMD within a week of opening of tender.

10. The contractor whose tender is accepted will be required to furnish performance Guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money deposited along with tender shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or Proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOWC Welfare Board and Programme Chart (Time and Progress) within the period specified in Schedule F.

11. The reimbursement of EPF & ESI contributions paid by the contractor on the part of employer is to be made on submission of documentary proof of payment provided the same is in order.

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the bid or before submission of the bid or engagement in the contractor’s service.

17. The bid for the works shall remain open for acceptance for a period of forty five (45) days from the date of opening of bids, if any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the re-bidding process of the work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.

Sqn Commander (Engr), 26 SCG, National Security Guard, Mumbai-400072 (For and on behalf of President of India)

CPWD FORM NO 7 GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

STATE: Maharashtra CIRCLE: SC (Engg) Mumbai

BRANCH: Engineering DIVISION: 26 SCG NSG

ZONE: Dir (Engg)

ITEM RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: - Annual operation, repair and maintenance of electrical installations at 26 SCG NSG Mumbai during year 2020- 21 (SH: Annual repair, operation & maintenance of 05 Nos passenger lifts).

(i) To be submitted online by 18:00 Hours on 09.03.2020 through website http://eprocure.gov.in/epublish/app & NSG official website http://nsg.gov.in

(ii) To be opened in online after 11:00 Hours on 11.03.2020 in the office of Squadron Commander (Engineering), 26 SCG, NSG, Mumbai-400072.

TENDER

I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz. Schedule of Quantities and in accordance in all respects with the Specifications, Designs, Drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

CPWD FORM NO 7

We agree to keep the tender open for Forty five (45) days from the date of opening of tender and not to make any modifications in its terms and conditions.

A sum of Rs. 15,285.00 is hereby forwarded in Bank Draft/ FDR of a Scheduled Bank as earnest money. If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I/we agree that the said President of India or his successor in office shall without prejudice to any other right or remedy be at liberty to forfeit the said Earnest Money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the said Performance Guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works ref erred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 & 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in NSG in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee

I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected with the work as Secret / Confidential documents and shall not communicate information / derived therefrom to any person other than a person to whom I/we am/are may authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated ...... XX Signature of Contractor......

Witness: - ...... XX. Postal Address: - ......

Address: - ...... ………………………………………………………

……………………………….. ………………………………………………………

……………………………..XX. Telephone No.

Occupation: - ...... XX. Fax

E-mail

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs...... (Rupees...... …………………………………………)

The letters referred to below shall form part of this contract agreement.

(i) ……………………………………XXX. For & on behalf of the President of India

(ii) ……………………………………XXX. Signature ......

(iii) ……………………………………XXX.

(iv) ……………………………………XXX

Dated: -

Sqn Commander (Engr), 26 SCG, National Security Guard, Mumbai-400072 (For and on behalf of President of India)

XXX: - To be filled by the SC(Engr), XX: - To be filled by the Contractor

SCHEDULES (A TO F)

SCHEDULE ‘A’

Schedule of quantities - As per Page – …. To ….

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor: -

S.No Description Quantity. Rate in figures & words at which the Place of issue of item material will be charged to the contractor (1) (2) (3) (4) (5) -Nil-

SCHEDULE ‘C’

Tools and plants to be hired to the contractor: -

S.NO DESCRIPTION. HIRE CHARGES PER DAY PLACE OF ISSUE (1) (2) (3) (4) -Nil-

SCHEDULE ‘D’

Extra schedule for specific requirements/ documents for the work, if any: - NIL

SCHEDULE ‘E’ Reference to General Conditions of General Conditions of Contract for CPWD Works Contract:- 2014 with up to-date amendments 1.1 Name of Work:- Annual operation, repair and maintenance of electrical installations at 26 SCG NSG Mumbai during year 2020- 21 (SH: Annual repair, operation & maintenance of 05 Nos passenger lifts). 1.2 Estimated Cost of work: - Rs. 7,64,028.00 1.3 Earnest Money: - Rs. 15,285.00 (To be returned after receiving performance guarantee) 1.4 Performance Guarantee:- 5% of tendered value 1.5 Security Deposit:- 5% of tendered value

SCHEDULE ‘F’: -

General Rules & Directions: - Officer Inviting Tender: - Squadron Commander (Engg), 26 SCG National Security Guard, Mumbai-400072

Maximum percentage for quantity of see below items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3: Definitions:- 2(v) Engineer-In-Charge Squadron Commander (Engg), 26 SCG, National Security Guard, Mumbai-400072.

2(viii) Accepting Authority Squadron Commander (Engg), 26 SCG, National Security Guard, Mumbai-400072.

2(x) Percentage on cost of materials and 15% labour to cover all overheads and profits

2(xi) Standard Schedule of Rates Market rates 2(xii) Department National Security Guard

9(ii) Standard CPWD Contract Form GCC CPWD form 7 & General Conditions of 2014 Contract for CPWD Works-2014 with up to- date correction slips.

Clause-1: (i) Time allowed for submission of 15 days performance guarantee from the date of issue of letter of acceptance

(ii) Maximum allowable extension beyond the 07 days period as provided in (i) above

Clause-2:- Authority for fixing compensation under clause-2 Director Engineering, HQ NSG, Clause-2A:- Whether clause-2A shall be applicable Not Applicable

Clause-5:- Number of days from the date of issue of letter of 17 days acceptable for reckoning date of start.

Time allowed for execution of work. 12 months

Authority to decide (i) Extension of time Squadron Commander (Engg), 26 SCG, NSG, Mumbai-400072

(ii) Shifting of Date of Start in of delay in Director Engineering, handing over of site HQ NSG, New Delhi

Clause-6, 6A:- Clause applicable- (6 or 6A):- 6 Applicable

Clause-7:- Gross work to be done together with net Not Applicable payment/adjustment of advances for material collected for being eligible to interim payment.

Clause-7A:- Whether Clause 7A shall be applicable. Yes

Clause 8A Contractor to keep site clean. Yes

Clause-10C:- Component of labour expressed as Not Applicable percent of total value of work.

Clause-10 CA: - Not Applicable

Clause-10-CC: - Not Applicable

Clause-11:- Specifications to be followed for execution As per manufacturer specifications of work

Clause-12:- 12.2 & Deviation limit beyond which clause 12.2 30% 12.3 & 12.3 shall apply for Building work. 12.5 Deviation limit beyond which clause 12.2 100% & 12.3 shall apply for foundation works.

Clause-16:- Competent Authority for deciding reduced Director Engineering, rates. HQ NSG, New Delhi

Clause-17: - Applicable

Clause-18: - Applicable

Team Cdr (Elect) Squadron Cdr (Engg) 26 SCG, National Security Guard 26 SCG, National Security Guard Mumbai – 400072 Mumbai - 400072

Instructions for online Bid submission Instructions to the Bidders to submit the bids online thro’ the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app

1. Possession of valid Digital Signature Certificate (DSC) and enrollment/ registration of the contractors/bidders on the e-procurement /e-tender portal is a prerequisite for e-tendering. 2. Bidder should do the enrollment in the e-Procurement site using the “Click to Enroll” option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/true information including valid email- id. All the correspondence shall be made directly with the contractors/bidders through email-id provided. 3. Bidder need to login to the site thro’ their user ID / password chosen during enrollment / registration. 4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/nCode/ eMudra or any Certifying Authority recognized by CCA India on e-Token/ Smart Card, should be registered. 5. The DSC that is registered only should be used by the bidder and should ensure safety of the same. 6. Contractor/Bidder may go through the tenders published on the site and download the required tender documents/ schedules for the tenders he/she is interested. 7. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. 8. If there are any clarifications, this may be obtained online thro’ the tender site, or thro’ the contact details. Bidder should take into account the corrigendum published before submitting the bids online. 9. Bidder then log in to the site through the secured log in by giving the user id/password chosen during enrolment/registration and then by giving the password of the e-Token/Smart Card to access DSC. 10. Bidder selects the tender which he/she is interested in by using the search option & then moves it to the ‘my tenders’ folder. 11. From my tender folder, he selects the tender to view all the details indicated. 12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected. 13. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/ schedule and generally, they can be in PDF/xls/rar/zip formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with12 black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast. 14. If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids. 15. The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids. 16. Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be Posted / couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer. 17. While submitting the bids online, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets. 18. The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as applicable and enter details of the instruments. 19. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable. 20. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements. 21. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. 22. Tenderers should submit price bid in format available Annexure in CPP Portal http://eprocure.gov.in/eprocure/app and don’t change the name of downloaded Annexure. Only fill the area which is available to fill and validate by the given button in Annexure, save the file and upload the file on portal. 23. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour. 24. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date. 25. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission. 26. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. 27. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers’ public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

Squadron Commander (Engr) 26 SCG, National Security Guard, Mumbai-400072

TERMS AND CONDITIONS

1. The work shall be carried out at 26 SCG N.S.G Mumbai, Maharashtra. 2. Annual maintenance of 05 Nos lifts at 26 SCG, NSG Mumbai for the 12 months from the letter of award. 3. Payment will be released as per submitted bills. 4. All other contingents’ expenditure not specifically stated above but which is required to be incurred for smooth functioning of maintenance works, shall be incurred only after approval and will be paid as per actual cost. 5. The specified period for attending the complaints shall be 48 hours. The NSG may without prejudice to its any other right or remedy against the contractor in respect of any provision, and whether the date of completion had or has not elapsed by notice in writing absolutely terminate this contract in any of the following cases. (i) If the contractor has been given the notice by the NSG in writing fails to rectify, reconstruct or replace any defective works or that the work is being performed in an inefficient or otherwise improper manner. (ii) If the contractor and any of its deputed agency (s) persistently neglect to carry out obligations under the contract and or commits default in complying with any of the terms. (iii) If the work is not started by the contractor within stipulated time. 6. All the employees of the contractor or agency appointed by contractor will always wear uniforms on their own cost and also wear ID card issued by the NSG and will not divulge any information on the activities, training, exercise and operations pertaining to NSG premises. No drawing or photographs are to prepared and or passed on any non NSG or unauthorized person. 7. Police verification of staff/employees of contractor shall be got done by contactor. Change of staff should be intimated to NSG. 8. Non Payment of wages: - In case any complaint by any worker against the contractor is received by Engineer-in-charge, the proportionate payment due to the contractor shall be withheld from his bill and the case shall be referred to the concerned authority. 9. Periodical meeting: - A periodical review meeting shall be held with contractor’s representative with the Engineer-in-charge after every fortnight as per convenience of the Engineer-in-charge. 10. Safety of NSG assets: - Any loss caused to NSG or its assets in any manner as result of carelessness/ lack of skill/ unwarranted behavior or due to any other reason in any other form shall be recoverable from the agency. The decision of the Engineer-in-charge with regard to quantum of loss and the penalty to be imposed shall be final and binding. 11. Running Bills for the works will be prepared normally bimonthly basis and no claim will be entertained on this account by the department. 12. The Squadron Commander (Engg) will be Engineer in Charge of the work and the decision of the Engineer in charge will be final.

Team Cdr (Elect) Squadron Commander (Engg) 26 SCG, National Security Guard 26 SCG, National Security Guard Mumbai – 400072 Mumbai - 400072