HARYANA STATE WAREHOUSING CORPORATION

E-Tender Document for Outsourcing of Security Service

Name of work/ : Outsourcing of Notice/Tender Security Services Opening date : 08-05-2020 (10:00AM) Closing date/ Last Date : 21-05-2020 for online submission of (5:00 PM) Tender Date of opening of : 22-05-2020 Technical Bid

BAYS NO.15-18, SECTOR-2, PANCHKULA – 134112

HARYANA STATE WAREHOUSING CORPORATION BAY NO. 15 - 18, SECTOR - 2, PANCHKULA - 134112 EPABX : 0172 –2578830-32 FAX : 2586900 E-mail: [email protected]

Notice Inviting E-Tender E-Tender Notice

Haryana State Warehousing Corporation invites online e-tenders under two bid system from professionally competent and financially sound interested Securities Agencies for providing security services:-

Sr. Name of Work EMD to be Tender Downloading ofOpening Tender of Document and on line Bid No. deposited Document Fee preparation/ Technical Bid (Date & Time) and hash submission E-Services (Date & Time) fees

1. Outsourcing Rs. 1.00 Lakh Rs. 5,000+ 08-05-2020 22-05-2020 of Security (Rs. One Lakh only) Rs. 1,180 (10:00 AM) to Services For each Circle Rs. 6,180/- For each Circle 21-05-2020 (5:00 PM)

The Tender forms (non-transferable) containing terms & conditions and specifications/Job description of the above mentioned terms and conditions may be downloaded from Website: https://etenders.hry.nic.in

For further details and e-tendering schedule visit website https://etenders.hry.nic.in Possession of Digital Signature Certificate (DSC) and registration of the Security Agency on the portal i.e. https://etenders.hry.nic.in is a prerequisite for e-tendering.

ELIGIBILITY CRITERIA

Bidders are requested to see clause No. 3 of the tender document for eligibility criteria and documents required therein.

OTHER DETAILS:-

E- tender is invited for below mentioned work in single stage two cover system i.e. Request for Pre-Qualification/Technical Bid (online Bid under PQQ/ Technical Envelop) and Request for Financial Bid (comprising of price bid Proposal under online available Commercial Envelop)

Sr. Name of EMD to be Tender Start Date & Expiry Date & No. Work deposited Document Time of Bid Time of Bid Fee and Preparation Preparation & E-services & Submission fees Submission 1. Outsourcing Rs.1.00 Lakh Rs. 5,000+ 08-05-2020 22-05-2020 of Security (Rs. One Lakh Rs. 1,180 (10:00 AM) Services only) Rs. 6,180/- to For each For each 21-05-2020 Circle Circle (5:00 PM)

Under this process, the Pre-qualification/Technical online bid Application as well as online Price Bid shall be invited at single stage under two covers i.e. PQQ/ Technical & Commercial Envelop. Eligibility and qualification of the Applicant will be first examined based on the details submitted online under first cover (PQQ or Technical) with respect to eligibility and qualification criteria prescribed in this Tender document. The Price Bid under the second cover shall be opened for only those Applicant whose PQQ/Technical Applications are responsive to eligibility and qualifications requirements as per Tender document.

1. The payment for Tender Document Fee and e-Service Fee shall be made by eligible bidders online directly through RTGS/NEFT & Internet Banking Accounts and the payment for EMD can be made online directly through RTGS/NEFT or OTC Please refer to ‘Online Payment Guideline’ available at the Single e-Procurement portal of GoH (Govt. of Haryana) and also mentioned under the Tender Document. 2. SUBMISSION OF TENDER:- Tender shall submit their offer in electronic format on the above mentioned website on or before the schedule date and time as mentioned above. No offer in physical form will be accepted and any such offer, if received by Haryana State Warehousing Corporation will be out rightly rejected. 3. Intending tenderers are advised to visit the place of operations for acquainting themselves with the nature of work, infrastructure facilities and functioning of all operations at the site in their own interest before submitting the tender. 4. No definite volume of work to be performed during the currency of the contract can be guaranteed by Haryana State Warehousing Corporation. No claim shall lie against corporation on this court.

5. The Haryana State Warehousing Corporation reserves the right to accept/ reject the tenders without assigning any reason; the decision of the Corporation shall be final and binding on tenderer. 6. NIT is the part of Tender Document and therefore bidders are requested to read the complete tender document and comply all the conditions mentioned therein. 7. If the day fixed for opening of tender is subsequently declared a holiday, the tenders will be opened on the next working day following the Holiday but there will be no change in the time for opening indicated above. 8. Tenders to remain open for acceptance for 90 days inclusive of date of tender opening (technical bid). 9. Intending bidders will be mandatorily required to online sign-up (create user account) on the website https://etenders.hry.nic.in to be eligible to participate in the e-Tender. The outsourcing agency will be required to make online payment of Rs. 1,00,000/- (Rs. One lakh Only) For Each Circle towards EMD fee in due course of time. The intended bidder who fails to pay EMD fee under the stipulated time frame shall not be allowed to submit its bids for the respective event/Tenders. 10. The interested bidders shall have to pay mandatorily E-Service fee (under document fee-Non refundable) of Rs. 1,180/- (Rupee One Thousand One Hundred Eighty Only) online by using the service of secure electronic payments gateway is an online interface between bidders and online payment authorization networks.

The Payment for document fee/ E-Service fee can be made by eligible bidders online directly through RTGS/NEFT & Internet Banking. The interested bidders must remit the funds at least T + 1 working day (Transaction + One working Day) in advance before the expiry date & time of the respective events. And make payment via RTGS/NEFT to the beneficiary account number specified under the online generated challan. The intended bidder/ Agency thereafter will be able to successfully verify their payment online, and submit their bids on or before the expiry date & time of the respective events/Tenders at https://etenders.hry.nic.in.

The Bidders can submit their tender documents (Online) as per the dates mentioned in the key dates:- KEY DATES

Sr. HSWC Stage Bidder’s Stage Start date and Closing date and No. time time 1 Release of - 08-05-2020 21-05-2020 Tender (10:00 AM) (5:00 PM) 2 - Downloading of Tender 08-05-2020 _ Document/Online Bid (10:00 AM) Preparation/Submission to 21-05-2020 (5:00 PM) 3 Opening of - 22-05-2020 _ Technical Bid (10.00 AM Envelope Onward)

Important Note:-

1. The Applicants/bidders have to complete ‘Application/Bid Preparation & Submission’ stage on scheduled time as mentioned above. If any Applicant / bidder failed to complete his / her aforesaid stage in the stipulated online time schedule for this stage, his / her Application/ bid status will be considered as ‘Applications /bids not submitted’. 2. Applicant/Bidder must confirm & check his/her Application/bid status after completion of his/her all activities for e-bidding. 3. Applicant/Bidder can rework on his/her bids even after completion of ‘Application/Bid Preparation & submission stage’ (Application/Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Applicant/Bidder Stage.

MANAGING DIRECTOR

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable. 1. Registration of bidders on e-Procurement Portal:- All the bidders intending to participate in the tenders process online are required to get registered on the centralized E-Procurement Portal i.e. https://etenders.hry.nic.in. Please visit the website for more details. 2. Obtaining a Digital Certificate:- 2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificate are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India. 2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – https://etenders.hry.nic.in. 2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority of Sub-certifying Authority authorized by the controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from. 2.4 The bidder must ensure that he/she comply by the online available important guidelines at the portal https://etenders.hry.nic.in for Digital Signature Certificate 2.5 Bid for a particular tender must be submitted online using the digital certificate (Signing), which is used sign the data during the stage of bid preparation. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies). 2.6 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney / lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm. 2.7 In case of any change in the authorization, it shall be the responsibility of management/ partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user. 2.8 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

3. Opening of an Electronic Payment Account: For purchasing the tender documents online, bidders are required to pay the tender documents fee online using the electronic payments gateway service. For online payments guidelines, please refer to the home page of the e- tendering portal website – https://etenders.hry.nic.in 4. Pre-requisites for Online bidding: In order to operate on the electronic tender management system, a user’s machine is required to be set up. A help file on system setup/Pre-requisite can be obtained from https://etenders.hry.nic.in. The link for downloading required java applet are also available on the Home page of the e-tendering Portal. 5. Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed N.I.T. and the time schedule (Key Dates) for all the tenders floated through the single portal eProcurement system on the Home Page at https://etenders.hry.nic.in . 6. Download of Tender Documents: The tender documents can be downloaded free of cost from the E-Procurement portal https://etenders.hry.nic.in . 7. Key Dates: The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice inviting Tenders. 8. Online Payment of Tender Document Fee + eService fee & EMD Fees & Bid Preparation & Submission (Technical & Commercial/Price Bid): 8.1 Online Payment of Tender Document Fee + e-Service fee: The online payment for Tender document fee eService Fee & EMD-cum-Security Amount Deposit can be made using the secure electronic payment gateway. The payment for Tender Document Fee + eService Fee shall be made by bidders/ Vendors online directly through RTGS/NEFT & Internet Banking Accounts and the Payment for Security Amount Deposit shall be made online directly through RTGS / NEFT & OTC. The secure electronic payments gateway is an online interface between contractors and RTGS/NEFT /online payment authorization networks.

8.2 PREPARATION & SUBMISSION OF ONLINE APPLICATIONS/BIDS:

(i) Detailed Tender documents may be downloaded from e-procurement website (https://etenders.hry.nic.in) and tender (bid) mandatorily be submitted online following the instruction appearing on the screen. (ii) Scanned copy of Documents to be submitted/uploaded for Prequalification or Technical bid under online Technical Envelope: The require documents (refer to DNIT) shall be prepared and scanned in different file formats (in PDF/JPEG/MS WORD formt such that file size is not exceed more than 10 MB) and uploaded during the on-line submission of PQQ or Technical Envelope. Only Electronic Form (Refer Tender document). The bids are to be submitted only in online mode. No manual bid shall be accepted.

9. ASSISTANCE TO THE BIDDERS:

For any query or training bidders can contact the help desk of Single e- Procurement portal (https://etenders.hry.nic.in) as below address mentioned below:-

0120-4200462, 0120-4001002

NOTE:-

(A) Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal https://etenders.hry.nic.in. (B) For help manual please refer to the ‘Home Page of the e-Procurement website at https://etenders.hry.nic.in. and click on the available link ‘How to …?’ to download the file.

1

HARYANA STATE WAREHOUSING CORPORATION

BAY NO. 15 - 18, SECTOR - 2, PANCHKULA - 134112 EPABX: 0172 –2578830 - 32, FAX: 2586900

E-mail: [email protected].

INVITATION TO TENDER AND INSTRUCTIONS TO BIDDERS/BIDDING AGENCIES FOR OUTSOURCING OF SECURITY SERVICES IN HSWC

Haryana State Warehousing Corporation (hereinafter called the Corporation) invites online tenders, UNDER TWO BID SYSTEM, for outsourcing Security services in HSWC for a period of Two Years from 01-07-2020 or such later date, as may be decided, which can be extendable for a period of one year at the sole discretion of the Corporation on the same rates, terms & conditions.

1. Introduction: Haryana State Warehousing Corporation (HSWC) is a statutory body created under Act of Parliament (58 of 1962) with the twin objectives of providing scientific storage facilities and to make available credit against the goods deposited in warehouse through Warehouse Receipt HSWC is handling approx. 25.00 Lakh MT of storage capacity through a network of 111 warehouses across the State.

2. Scope of Work The Scope of security services shall include the security and safety of all moveable/immovable assets of the Corporation in its owned (covered and open) & Hired (covered & open) campuses. The list of warehouses and physical premises under various District Offices of HSWC (subject to increase and/or decrease as per requirement) where watch & ward duties are proposed to be outsourced is available at Annexure – II.

The Service Provider shall ensure that:- 1. The safety and security services are provided round the clock on 24x7 basis. 2. The safety of stock in open and covered shall be governed in the following manner:

1.

2

For covered godowns: The agency on signing of contract shall verify the stock available in the godowns and shall take over the stock by physical counting of bags. The details of stock including the type of commodity and its counting in number shall be physically counted and recorded in the register which shall be jointly singed by Warehouse Manager/ Incharge and Security Guard/Incharge. Thereafter, every movement in and out of the campus shall be recorded by the security guard in a well-maintained register. The security guard shall also sign the gate pass for both inward & outward movement of stock. Thus, the responsibility of total quantity of stock (physical in number) shall be of the security agency. The stock can be checked anytime by the authorized person of HSWC and if any quantity is found short, the same shall be the responsibility of security agency and the recovery shall be made from the Service Provider and if needed be the bank guarantee of the Service Provider deposited with the Corporation shall be revoked without any notice to offset the losses due to numerical shortage of stock. In case of heavy movement, the security agency is bound to increase the number of security guard to ensure that every vehicle is off loaded and dispatched in the minimum possible time. For this purpose, the concerned District Manager shall send e-mail or verbal intimation to the security agency to increase the security guards for inward or outward movement of stocks as and when required. In case any penalty is imposed on the Corporation due to delayed movement of food grain due to shortage of security guards the same shall be recovered from the Service Provider .

For storage in open: The security agency shall thoroughly check the premises for storage and ensure that this area can be properly guarded by a security agency as is where is basis from the angle of theft/burglary. The Corporation will not provide any kind of security ancillaries viz barbed wire fencing, CCTV Cameras etc. He shall also ensure that sufficient security guards are present all the time to ensure that the stock is taken care of from all the vagaries of weather. The security agency has to ensure that the stock is also properly guarded in case of storm, rain, hailstones etc. i.e in case of rains it is the duty of the security agency to cover the stocks in no time and in case of hailstorm/strong winds, agency has to ensure that the covers are securely fastened. Any loss due to rain, storm/hailstones by not covering the stocks shall be the responsibility of the security agency and shall be recovered from the Service Provider as per the assessment done by District

1.

3

Manager and if needed be the bank guarantee of Service Provider deposited with the Corporation shall be revoked without any notice to offset the losses due to damage of stocks.

General Term & conditions: - 1. The agency shall take over charge of the premises and stocks in covered and open as is where is basis for security purpose. 2. All incoming and outgoing vehicles shall be checked and recorded in the prescribed main gate register by the security personnel deployed at the main gate. Physical contents of the vehicle shall be checked with respect to the vehicle Number and gate pass No. and shall be duly recorded in the main gate register. 3. The Service Provider shall deploy such additional personnel so as not to impede the operations of warehouse during receipts/dispatches, on a requisition from the concerned Manager/Incharge/District Manager on 24 hours notice. 4. No inward/outward movement of stocks, is allowed without proper gate pass/invoice. 5. In the event of any theft or burglary of stocks, FIR is to be lodged by the concerned Manager/Incharge of the warehouse/concerned DM with the police within 24 hours. 6. The Corporation obtains Insurance cover against the risk of theft/burglary on 10% first loss basis. Therefore, in case of any loss of HSWC due to theft/burglary, the entire amount thereof shall be recovered from the Service Provider till final settlement of claims by the Insurance Company. The Service Provider shall be liable for full compensation of the loss not covered in the Insurance, besides any unsettled claims by the Insurance Company and such amounts shall be recoverable from the Service Provider. 7. The Service Provider shall also be liable to make good the loss due to negligence of the security personnel on any account. 8. The list of warehouses: Owned (covered and open) & Hired (covered & open) alongwith their respective capacities in MTs and number of physical campuses is attached at Annexure-II. However, the Service Provider shall undertake due diligence of the volume of operations at specific warehouses before offering their bids. Any new center can be added/deleted for which a written notice shall be given to the Service Provider and no consent of the Service Provider is required. It is mandatory on the part of the Service Provider to accept the offer of HSWC unconditionally. 9. Bidders/bidding agencies are required to quote in the price bid as per Annexure-III(1-9). In

1.

4

case the rates are quoted in a manner other than mentioned above, the bid/s is/are liable to be ignored. The bidder should not incorporate any condition in the tenders as conditional tenders shall be rejected. 10. VOLUME OF WORK: - No definite volume of work to be performed can be guaranteed during the currency of the contract. 3. Eligibility Criteria Whether proof/ Supporting Sr. Documentary proof to be Eligibility Criteria documents No. uploaded uploaded. (YES/NO) I) The agency should have been TURNOVER (IN CRORE) providing similar services with good (With page No.) track record for the last three years i.e. 2016-17, 2017-18 & 2018-19 and 2016-17 2017-18 2018-19 must have a turnover of at least Rs. (In crore) (In crore) (In crore) 2.00 Crores in each year. The agency

must be in business of providing Concerned supporting security services for last three documents for the years in consecutive years. question.

II) The Bidders/bidding agencies must AUDIT BALANCE SHEET have a positive net worth based on (IN CRORE) financial year (2018-19) for which accounts i.e. profit and loss account 2016-17 2017-18 2018-19 (Page No.) (Page No.) (Page No.) and balance sheet is submitted in the tender. Audited balance sheet of last three years i.e. 2016-17, 2017-18 & 2018-19 along with copy of the satisfactory performance certificate Concerned supporting provided by the clients, shall be documents for the years in submitted by the bidder, in support. question. III) Solvency Certificate from any Page No.______Scheduled Bank for Rs. 50.00 lakhs * (Separate Solvency Certificate for The solvency certificate should be submitted in any of the each circle). The certificate should formats as given in Annexure-VI not be issued six months prior to the duly signed and stamped. The date of submission of tender or should format is for the purpose of have validity as on last date of guidance. Minor deviation in submission of tender. wording of the solvency Note:- certificates can be accepted in * In case, a party intend to apply for 9 case it is valid as on date of circles solvency of Rs. 4.50 crore is submission of the tender or is

1.

5

required. issued not more than six months before the last date of submission of tender. IV) Bidders/bidding agencies should not Page No.______have been blacklisted/ terminated by HSWC, or any department of Undertaking in this regard Haryana State or State Government compulsory ink signed by the or any other Public Sector authorized signatory as per Undertaking as on the last date of Annexure-V. submission of bid. V) Bidder should be a 1) For Registered (1) Registered Company/LLP in India Company/PSU statutory under Companies Act, 2013 OR body (2) Registered Partnership Firm i) Copy of Certificate of OR Incorporation (3) Proprietorship ii) Copy of Memorandum of OR Association (4) Public Sector Undertaking/ iii) Copy of Articles of statutory body Association OR iv) Current list of Directors (5) Cooperative society OR 2) For Partnership Firm (6) Others. i)Copy of partnership deed (If the tenderer is a partnership ii)List of partners firm/LLP, there shall not be any iii)Copy of registration of reconstitution of partnership without Partnership deed. the prior written consent of the 3) For proprietorship Corporation) i)Declaration of Proprietorship/Sole Proprietorship compulsory ink signed as per Annexure –VII 4) For LLP i)Copy of Limited Liability Partnership Agreement ii)Copy of certificate of registration iii)Current list of Partners 5) For Cooperative society i) Bye-Laws (of co.operative Society) ii) Registered Co-op. Societies should furnish the proof of Registration with Registrar of Co-op. Societies or Taluk Co-op. Officer along with a

1.

6

resolution passed by the Society to participate in the tender enquiry. 6) For others i) Notarized copy of certificate of Incorporation.

Page No.______VI) Income Tax Returns Page No.______

Certified Copies of the ITR for preceding three financial years. In case ITR for immediately preceding financial year is yet not filed, ITR for the financial year previous to the preceding three financial years along with audited balance sheet and profit and loss a/c of the relevant year can be uploaded. VII) PAN Number Page No.______

Copy of PAN Card VIII) GST number Page No.______

Copy of valid GST Registration Certificate. IX) Employee Provident Fund Page No.______Number Copy of Employee Provident Note:- Fund Number Employees Detail/ECR not required X) ESI Registration number. Page No.______

Copy of ESI Registration number. XI) Labour license for employing Page No.______manpower more than 300 numbers. Copy of Labour license from concerned department. XII) Compliance certificate of three years Page No.______regarding EPF, ESI, Labour Welfare Fund & GST (for the applicable years) Copy of Compliance certificates. duly certified by a Chartered Accountant. XIII) The bidders / bidding agency should Page No.______

1.

7

be registered with the Police Copy of registration indicating Department of Haryana under the the number & date of Private Security Agencies (Regulation) registration and registration to Act, 2005 notified in Haryana on operate in entire state of 31.08.2009. Haryana, duly self-attested. XIV) Similar Work Experience: The Page No.______Outsourcing Agency/ Security Agency should have at least One Security Copy of Work order on Contract contract for providing round the clock Agreement on a Notarized Stamp Security Services to any Central or completion certificate or TDS Government Institution/ Central Certificate, clearly showing the Government Department/ State amount of work Government Institution/ State completed/Executed during last Government Department/ Public Financial Year as per Sector/ Private Company/ Annexure-IV. Multinational Company having contract value/Executed value of not less than Rs. One Crore only under Single Work Order/Contract. The Security Agency shall submit as proof against above.

4. The contract, if any, which may eventuate from this tender shall be governed by the terms and conditions of the contract as contained in the invitation/instructions to the tenderer, as given in the Appendixes of this tender. 5. Submission of Tender: a. The technical bids have to be uploaded only in an online mode. No hard copies of bids shall be accepted in any case. It is the responsibility of the bidding agency to upload legible documents which are properly scanned. However, in case any document is not legible, the Corporation may ask for the original copy of the document which is not legible. However, in no case, an additional document can be added after the bids are closed or by manual submission. b. The E-Tender fees shall be Rs. 5000/- (Five Thousand) + GST and the E-service shall be Rs.1180/- (One Thousand one hundred eighty only) + GST. c. The bidders are required to deposit an earnest money of Rs. 1.00 lakh (Rs. One Lakh only) for each circle, in online mode. No drafts etc. in lieu of earnest money is accepted. EMD has to be submitted only in online mode. The EMD of successful bidder shall be converted into security.

1.

8

d. The bidders whose bid is the lowest and is accepted by the Competent Authority is required to deposit a bank guarantee of Rs. 50.00 Lacs (Rs. Fifty lacs only) for each circle for a period valid for three years from the date of submission of the bank guarantee. The Corporation has right to get the bank guarantee verified from the concerned bank. e. GST as applicable from time to time shall be levied. f. The financial bids of only those agencies shall be opened which qualify the technical bids. g. In order to ensure best services are provided by the security agency, the bids quoting service charges of 3% or below 3% shall not be accepted. h. The decision of the competent authority i.e. Managing Director shall be final and binding. Any bid can be accepted or rejected without giving any reason. 6. Selection of lowest bidder: In case more than one bidder quotes the same rates, then the work shall be allotted to the bidder who has the highest financial turnover during the financial year 2018-19. In case the turnover is also same to the smallest decimal, then the turnover of previous year (s) shall be taken into account. 7. Corrupt Practices: Any bribe, commission and advantage offered or promised by or on behalf of the tenderer to any officer or servant of the Corporation shall (in addition to any criminal liability which the tenderer may incur) debar his tender from being considered. Canvassing on the part or on behalf of the tenderer will also make his tender liable to rejection. 8. Period of Validity: The bid shall be valid for six months from the actual date of opening of the bids. If any bidder withdraws his bid before the said period or makes any modifications in the terms and conditions of the tenders which are not acceptable to HSWC, without prejudice to any other right or remedies, HSWC shall be at liberty to forfeit the entire said Earnest Money Deposit. 9. Due to COVID-19 and consequent lockdown, the bidder who have applied for renewal/obtaining of license under Private Security Agencies (Regulation) Act-2005 and the same is awaited, such bidder is eligible to apply for tenders. However, the copy of application for renewal/obtaining of license must be attached with the technical bid documents. In case, the bidder fails to produce the said license by 10-06-2020, the tender of such bidder will be rejected and subsequently, the tender will be allotted to next lowest bidder.

1.

9

1.

10

GENERAL TERMS & CONDITIONS GOVERNING THE CONTRACT FOR APPOINTMENT OF SECURITY AGENCY.

1. The Bidders/bidding agencies must submit their offers for providing following watch & ward services and manpower in the HSWC’s Godowns/Storage Points in all the 9 Circles, Premises & Offices etc. in Haryana as per details given below & details of locations is mentioned in Annexure - II: -

Bid HSWC Circle Tentative Locations 1 Ambala 23 2 Kurukshetra 9 3 18 4 Sirsa 18 5 Fatehabad 30 6 Panipat 17 7 Rohtak 25 8 Rewari 20 9 Palwal 18 Total 178

Note: - No. of centres/locations can be increased/decreased as per requirement.

2. The Service Provider shall obtain the license at his own as and when required, under the existing law/Act or any future enhancement by the State Govt., Union Govt., for performance or work under the contract and also ensure that the license and other statutory requirements for this purpose are kept valid during the currency of this contract. The Service Provider shall be bound by the provisions of all the labour laws and are applicable to him and fulfill the obligation arising there under from time to time. Breach of act in this regard shall be liable for penalty, which shall be decided by the corporation at its sole discretion. 3. It will the responsibility of the Outsourcing Agency/Security Agency to follow/comply with all legal provisions under relevant labour laws and enactments. Outsourcing Agency/ Security Agency shall also be responsible for compliance of all legal provisions connected with employment of Security Guards. 4. The Outsourcing Agency/ Security Agency will make payments to its employees in their Bank Account through ESCROW account only. 5. The Security Guards (without weapon) to be deployed should be physically and mentally fit and should be of sound health. The medical fitness certificate from a qualified MBBS doctor in respect

1.

11

of the outsource security guards without weapon shall be obtained by the concerned DMs from the outsourcing agency before the outsourced manpower starts functioning. 6. Persons to be deployed as Security Guards/Agents for covering/de-covering should be minimum 10+2 in any stream experienced, smart, well disciplined, intelligent and hard worker personnel in the age group of 21-45 years with good health and sound mind, who can read/write both Hindi and English languages. Preference shall be given to the person having knowledge of computer. The Service Provider is bound to provide copies of credentials of qualifications of each security guard to the concerned Manager/Incharge/District Manager consequent upon his taking charges at any center(s). The Outsourcing Agency/Security Agency shall impart proper training to the security guards by issuing training certificate before deploying them to provide services in HSWC. 7. Ex-serviceman shall be deployed as per State Govt., Union Govt. instructions issued from time to time. 8. The Security Guards/Manpower to be deployed shall be marked on the App to be provided by the security agency. 9. Agency shall pay wages as per Minimum Wages Act of the Haryana Government Notification as amended from time to time to the Security Guards/Manpower/ persons deployed by it during the period of Contract. The responsibility for any penal action arising out of violation of the Statutory Provisions shall solely lie with Outsourcing Agency/Security Agency and HSWC shall not be responsible for any penalty/legal liability in this respect. The Outsourcing Agency/Security Agency will be paid service charges as per rates finalized against this tender. 10. The Security Guards/ Manpower provided by the Agency shall be paid as per Minimum Wages Act of the Haryana Government Notification as amended from time to time, Provident Fund & ESI services or any other charges/services as applicable under the Law. The Outsourcing Agency/Security Agency shall deploy its employees in such a way that they get weekly rest as required under various Labour and other relevant Laws. 11. The Outsourcing Agency/Security Agency shall ensure that there is no shortage of manpower at anytime during the contract in force and Guards do not have to work over time. 12. The Outsourcing Agency/Security Agency shall provide uniform to each Security Guard consisting of two trousers, two shirts, cap or turban (as the case may be) one woolen jersey (in winter) a pair of shoes, line yard with whistle, beret belt, badge and name plate. Agency shall also

1.

12

keep rain coats, woolen over coats for use by the Security Guards for patrolling duty during rains/winter season. It is the responsibility of the Security Agency to provide the uniform to its Outsourcing Agency/Security Agency. All safety rules and regulations will be observed by the persons engaged under this contract. The wearing of uniforms while on duty in the HSWC shall be compulsory. The Outsourcing Agency/Security Agency shall provide whistle, lathi and torch to the security guards. If any person, while on duty, is found without uniform, penalty shall be charged @ 500/- rate per day for each lapse and the amount of penalty will be recovered from the service charges of the Outsourcing Agency/Security Agency. In case (s) of repeated default HSWC may terminate the services of the Agency, as deemed fit in its sole discretion. 13. The Security Guards/Manpower to be provided by the Outsourcing Agency/Security Agency will be screened before their deployment by the District Manager of the concerned office of HSWC in association with the Outsourcing Agency/Security Agency concerned. Security Agency must get

the police verification of each and every Security Guard/person done before their deployment in HSWC. The Outsourcing Agency/Security Agency shall not engage any security guard/personnel without verifying their character and other antecedents. The security guards/personnel convicted by the Court or un-trained to perform the job, shall not be engaged. If any Outsourcing Agency/Security Agency is found defaulter and any loss is caused to HSWC recovery of the same shall be effected from the defaulting Outsourcing Agency/Security Agency. 14. The Security guards/personnels so deputed shall wear the Identity Card issued to them by the concerned Outsourcing Agency/Security Agency. Name of the person so deputed shall also be displayed on the chest of the person during hours of duty. It is emphasized that no person shall be deputed by the agency without proper Identity Card and the name tag. 15. The Outsourcing Agency/Security Agency is required to provide security guards/manpower as per norms: - For Covered Godowns (Owned & Hired) + open storage inside warehouse premises: -

Capacity Security Guard (In MTs) Per Complex Upto 15000 3 15001-30000 3 + 1 Night 30001& above 3 + 2 Night

For Open Hired Storage: -

1.

13

Capacity Security guard required (In MTs) Per Complex 0-5000 3 5001- 15000 3 + 1 Night 15001-50000 3 + 2 Night 50001-above 3 + 3 Night

16. The DMs/Managers/Incharges are not authorized to hire any manpower in excess to the norms mentioned above. In case additional manpower is required, prior approval of the Competent Authority must be obtained. 17. The Outsourcing Agency/Security Agency shall obtain required license under the Contract Labour (Regulation and Abolition) Act, 1970 and submit a self attested copy of the same to HSWC 18. The Outsourcing Agency/Security Agency shall submit the proof of deposit of EPF in the account of each security guard/manpower deputed every month, failing which District Manager/In- Charge of HSWC shall be authorized to withhold the service charges and HSWC may proceed to cancel the service contract of the Outsourcing Agency/Security Agency. GST shall be deposited by the Outsourcing Agency/Security Agency in time regularly as applicable under the law. 19. The Outsourcing Agency/Security Agency shall submit bills signed/verified by Warehouse Manager and completed in all respect with necessary documents on a monthly basis for the services rendered to enable HSWC to verify and process the same. Payment will become due and payable by the Corporation within 7 working days of submission of invoice by the Service Provider to the concerned District Manager. Payment of the bill so submitted will be released by HSWC after submission of copy of challan of EPF/ESI/GST Proof of previous month immediately. 20. The contract of Outsourcing Agency/Security Agency will be for a period of two years, which may be extended further for a period of one year at the sole discretion of HSWC on the same rates, terms and conditions subject to satisfactory performance of the services and statutory compliance of all the terms and conditions. The performance of the Outsourcing Agency/Security Agencies will be reviewed after every 6 months and if the performance of Outsourcing Agency/Security Agency is found unsatisfactory, the contract of that Outsourcing Agency/Security Agency will not be extended further. If during the period of 6 months, the performance of the Outsourcing Agency/Security Agency is found/reported unsatisfactory, the

1.

14

contract of that agency is be liable to be terminated. 21. A Service Agreement will also be executed with successful Outsourcing Agency/Security Agency on a non-judicial stamp paper of Rs 100/- value at his cost within 7 days of the acceptance of the tender as per proforma given at Annexure-I. The notice inviting tender, all the schedules, appendices and Annexures to the tender documents and terms and conditions enumerated therein are to be read and construed as a part of this tender and shall be binding on the tenderer. 22. That the Outsourcing Agency/Security Agency will maintain two separate prescribed registers for inward and outward movement of the goods giving details as per specified columns of the registers. No stocks of food grains and stock articles will either removed out or entered into the premises of the storage points without proper gate pass, cart slip duly signed by the Store Keeper/Incharge of the storage point. Another register shall be maintained for entering the names of the persons, date, time and reasons for opening and closing of the godowns within the premises of the storage point. The register shall be signed jointly by the security agency and HSWC officials authorized for the purpose. The list of such authorized officials will be provided by the concerned Head of the office. 23. The Outsourcing Agency/Security Agency shall keep the property of HSWC indemnified through a Fidelity Bond of Rs. 5,000/- (Rs. Five thousand only) within 7 days (inclusive holidays) from date of engagement, issued by a nationalized General Insurance Company against any loss by way of theft, fire, riots, mishandling, act of omission, commission, negligence or otherwise and the claims whatsoever by persons deployed by the Outsourcing Agency/Security Agency for the execution of the agreement. In case any employee of the Outsourcing Agency/Security Agency so deployed enters into dispute/litigation of any nature whatsoever, it shall be the sole responsibility of the Outsourcing Agency/Security Agency to contest/defend the same case, the entire cost on this account shall be borne by the Outsourcing Agency/Security Agency himself and it shall ensure that no financial or other legal liability of any nature comes on HSWC in this respect. 24. The tender shall remain valid and open for acceptance for a period of 180 days from the last date of submission of tender. 25. The Tender of any Outsourcing Agency/Security Agency, who has not complied with one or more of the condition prescribed in the Terms & Conditions/minimum of technical parameter, will be summarily rejected.

1.

15

26. Wages of the Security Guard/manpower will be paid on the basis of their presence duly certified by the concerned Manager. 27. Conditional tenders will also be summarily rejected. 28. The tenderer must quote Service charges in percentage upto two decimal places in Price Bid. The rates shall be quoted in the Price bid template at Annexure-IV and it should include all liabilities on security personnel towards salary, overtime, insurance, bonus, medical facilities, provident fund, ESI scheme etc. as per the statutory obligations applicable from time to time. The Service Charges shall also include cost of two trousers, two shirts, cap or turban (as the case may be) one woolen jersey (in winter) a pair of shoes, line yard with whistle, beret belt, badge and name plate. Agency shall also keep rain coats, woolen over coats for use by the Security Guards. The service Charges at 3% (Three percent) or below 3% will not be accepted. 29. The contract rates shall include any incidental and contingent work although not specifically mentioned in the contract but is necessary for its completion in an efficient manner. 30. All the persons engaged by the Service Provider shall be on his pay roll and be paid by him and the Corporation will have no liability, whatsoever in this regard. The Service Provider shall make full and regular payment of wages and all allowances etc. to the persons engaged by him as required under any law or the time being in force. 31. The Service Provider shall abide by all applicable local, State or central laws in force. 32. The Service Provider shall not sublet or share any part of the contract or under any circumstances directly or indirectly to any person(s), agency(s), firm(s) Corporation(s) whatsoever. 33. It will the responsibility of the Outsourcing Agency/Security Agency to follow/comply will all legal provisions under relevant labour laws and enactments. Outsourcing Agency/Security Agency shall also be responsible for compliances of all legal provisions connected with employment of Security Guards. 34. The Security Agency shall submit the proof of deposit of EPF in the account of each security guards deputed every month, failing which District Manager shall be authorized to withhold the service charges and HSWC may proceed to cancel the service contract of the security agency. GST shall be deposited by the Security agency in time regularly as applicable under the law. 35. The Agency shall pay as per Minimum Wages Act of the Haryana Government Notification as

1.

16

amended from time to time, to the Security Guards/persons deployed by it during the period of Contract. The Agency is bound to pay the minimum wages as per Minimum Wages Act of the Haryana Government Notification as amended from time to time for security guards (without weapon). The responsibility for any penal action arising out of violation of the Statutory Provisions shall solely lie with Security Agency and HSWC shall not be responsible for any penalty/legal liability. The Security Agency will be paid service charges as per rates finalized against this tender. The Security Guards provided by the Agency shall be paid minimum wages, Provident Fund & ESI services, relieving charges or any other charges/services as applicable under the Law. The Security Agency shall deploy its employees in such a way that they get weekly rest as required under various Labour and other relevant Laws. 36. The Security Agency is required to provide manpower as per requirement/indicative norms of HSWC and accordingly, a comprehensive plan of operation/deployment of Security Guards (without weapon) in each circle shall be submitted by the Security Agency to the concerned District Manager in advance. 37. The Service Provider employing more than 20 (twenty) workmen on any day of the preceding 12 months of the contract, as contract labour, shall be required to obtain requisite license at his cost from the appropriate licensing officer before undertaking the contract work. 38. The Service Provider shall be liable for non-compliance of the provisions of any act, laws, rules directly to indemnify the corporation against all action suits, proceedings, claims, losses, damages etc. which may arise under the Employees Provident Fund Act, Family Pension and Deposit Linked Insurance Scheme & Establishment Act or any other Act or status not herein specifically mentioned but having direct or indirect application for the persons engaged under his contract. 39. The Corporation in its sole judgment may terminate this contract by giving a month notice without assigning any reason thereof and the Service Provider and his security personnel shall vacate the area of operation for this purpose on the expiry of such period in the event of such termination of the contract. The refund of security deposit and release of bank guarantee would be subject to deduction of any dues, penalties, other recoveries etc. 40. The Service Provider shall indemnify the Corporation from all or any legal implication or consequence that may arise out of the labour laws/rules. Decision of the Corporation in this regard shall be final and binding.

1.

17

41. Nothing under this contract shall confer any right or lien on the personnel supplied by the Security Service Provider to claim any direct employment under the Corporation or to be treated at any time as an employee of Corporation. All administrative and financial responsibilities/liabilities including those arising out of any Acts/rules framed/to be framed by Haryana/State Govt. or any other administrative notification of competent authority shall be borne by the Service Provider . 42. Income tax and any other statutory deductions as applicable from time to time shall be deducted from Service Provider’s monthly bill/bills, necessary income tax deduction certificate shall be issued to the Service Provider. 43. For non-fulfillment of any obligation under the contract, the corporation reserves the right to withhold the payment due to the Service Provider in part or full till such period as corporation may consider necessary for smooth working and make such payment to the Service Provider only after fulfillment of the obligation. 44. The Service Provider, being the Employer, shall be directly or exclusively responsible for any liability arising due to any difference or dispute between him and his personnel engaged. The Service Provider shall be responsible for settlement of any claim/dues in case of any of the Service Provider ’s employees sustaining injury or death or disability; whether partial or 100% and/or temporary or permanent during and in the course of duty hours and/or coming from and/or going to the place of his duty or damages to any of the persons employed by the Service Provider or his property within the premises of the Corporation. The Service Provider shall maintain first aid facilities for his employees. 45. The Service Provider shall not be provided any residential accommodation at the work place(s) and transportation to work place. The Corporation shall have no other liability whatsoever, except as expressly provided under the contract. 46. It should be understood and agreed that there is no employer-employee, master-servant or principal-agent relationship between the corporation and the Service Provider and or the Service Provider’s employees in any manner whatsoever and that the Service Provider has to render services to the corporation as an independent Service Provider. 47. Any failure on the part of the Service Provider at any time, to ensure the strict observance of the performance of any of the terms & conditions of the contract or non exercise of any right mentioned in the contract shall make the service provider liable.

1.

18

48. All disputes & Differences arising out of or in any way touching or concerning this contract, whatsoever, shall be referred to the sole arbitrator, appointed by the Managing Director or the person appointed by the Managing Director, Haryana State Warehousing Corporation. The service provider specifically agrees to the appointment of the Arbitrator by the Managing Director, HSWC knowing fully well that HSWC will be one of the party to the dispute to be referred for arbitration. The service provider cannot question the arbitration proceedings/award on this ground. There will be no objection to such appointment. The award of such Arbitrator shall be final and binding on the parties. However, in respect of any civil dispute arising out of contract the jurisdiction shall be at Civil Court of Panchkula. 49. HSWC reserves the right to accept or reject any or call tenders without assigning any reasons/notice whatsoever and is not bound to accept the lowest tender. HSWC also reserves the right to scrap the tender enquiry at any stage without assigning any reason and HSWC will not be liable for any costs and consequences incurred by the intending Bidders/bidding agencies. 50. All the health advisories issued by the Central/ State Govt. from time to time shall be strictly followed by the manpower deployed by the service providers. 51. The service provider will submit the bills of security guards deployed in the circle to concerned District Manager in the 1st week of every month, in case the service provider fails to submit the full bill within prescribed period, the service provider will be warned in first instance and if the same thing is repeated by the service provider the Corporation reserves right to take any action/terminate the contract of service provider.

1.

19

Documents required for Technical Bid: Checklist: The tender form must be accompanied by the following documents, failing which the tender shall be rejected. Documents required for Technical Bid: Checklist: The tender form must be accompanied by the following documents, failing which the tender shall be rejected. Sr. Description Page No. No. 1. Turnover of 2016-17, 2017-18 and 2018-19 2. Audited Balance sheet of 2016-17, 2017-18 and 2018-19 as per clause 3 (II) of the Eligibility Criteria. 3. Solvency Certificate from any Scheduled Bank for Rs. 50.00 lakh (for each circle) as per clause 3 (III) of the Eligibility Criteria. Note:- In case, a party intend to apply for 9 circles solvency of Rs. 4.50 crore is required. 4. Undertaking regarding Non-Blacklisted as per clause 3 (IV) of the Eligibility Criteria. 5. Documents regarding status of the Agency/Firm/Company as per clause 3 (V) of the Eligibility Criteria. 6. Certified copies of Income Tax Returns for preceding last three years as per clause 3 (VI) of the Eligibility Criteria. 7. Copy of PAN Card as per clause 3 (VII) of the Eligibility Criteria. 8. Copy of valid GST Registration as per clause 3 (VIII) of the Eligibility Criteria. 9. Copy of Valid Provident Fund Registration Number as per clause-3 (IX) of the Eligibility Criteria. 10. Copy of valid ESI registration number as per clause 3 (X) of the Eligibility Criteria. 11. Copy of Labour License from concerned Department as per clause 3 (XI) of the Eligibility Criteria. 12. Copy of compliance certificates as per clause 3 (XII) of the Eligibility Criteria. 13. Copy of registration indicating the number & date of registration and registration to operate in entire State of Haryana, duly self attested as per clause 3 (XIII) of the Eligibility Criteria. 14. Work Experience Certificate as per clause 3 (I) of the Eligibility Criteria at Annexure-IV

1.

20

Annexure-I SERVICE AGREEMENT

This agreement is made on this between THE HARYANA STATE WAREHOUSING CORPORATION established under Warehousing Corporations Act, 1962 having its Corporate office at Bay Nos. 15-18, Sector-2, Panchkula-134112 through its District Manager (hereinafter referred to as the “Corporation” which expression shall unless by or repugnant to the context, be deemed to include its successors in office and assignees) of the first part. AND M/s , a sole proprietorship firm and having its place of business at , sole proprietor (hereinafter referred to as “Service Provider ” which expression shall unless repugnant to the context of meaning thereof, by deemed to mean and include its/his/her/their respective heirs, executors, administrators or successors, the survivor(s) of them and the executors, administrators and successors of the surviving partners, as the case may be) of the second part.

1.

21

NOW, THEREFORE, THIS AGREEMENT WITNESSED AND IT IS AGREED BY AND BETWEEN THE PARTIES AS UNDER

a) Whereas the Service Provider has agreed to take over the Security of all the ____ Warehouses (Owned & Hired) /Open Campuses (Owned & Hired) containing _____ physical locations, subject to increase and/or decrease as per requirement. b) The Service Provider undertakes to operate and provide services to the Corporation as per its requirements and as elaborated in the Tender Document containing Scope of work and General terms and conditions annexed herewith this agreement duly signed by the Service Provider in token of having accepted all the terms & conditions thereof. c) The Period of Two Years from the date of joining or such later date, as may be decided, which can be extendable for a period of one year at the sole discretion of the Corporation on same rates, terms & conditions. d) This is agreement shall be deemed to have been made/executed at for all purposes. In the event of any dispute related to the interpretation or rights or liabilities arising out of this agreement, the same shall, at first instance, be amicably settled between the parties. e) In case of any dispute, the matter shall be referred for sole arbitration to the Managing Director, HSWC or his representative whose decision shall be final and binding on both the parties to the agreement. The jurisdiction of Civil Court shall be at Panchkula.

1.

22

IN WITNESS WHEREOF THE CORPORATION AND THE SERVICE PROVIDER ABOVE SAID HAVE HEREUNTO SUBSCRIBER THEIR HANDS ON THE DAY MONTH AND YEAR FIRST MENTIONED ABOVE IN THE PRESENCE OF THE FOLLOWING WITNESSES.

SIGNED, SEALED AND DELIVERED

Signature (Service Provider) with stamp: - Signature (HSWC) with stamp: -

Name & Designation: - Name & Designation :-

Witnesses:

Signature:- Signature:- Name:- Name:- Designation:- Designation:-

1.

23

Annexure-II List of District office/ Warehouses/premises / along with address and capacity as on 31-12-2019. (Figures of Capacity and number of complex is tentative and may change)

Sr. Number of Sr. Name of Number of Circle No. Capacity (in physical No. warehouse/ physical storage Address (District Name (Ware MT) complex/s District Office point (Open) Offices) house) (Covered) 1. Ambala District Office Ambala. Pvt. Hired Godown, Jagadhri (C) Pvt. Hired Godown, 29000(C) Jagadhri (C) + Guru Nanak Rice 1. 02 04 Jagadhri 19000(O) Mill (O) = Manakpur Inst. Area 48000 Road. (O) Bilaspur Anaj Mandi (O/2 Stg. Pt.) 7697(C) SWH, Naneola (C) + 2. Naneola 3308(O) 02 01 HSAMB godown (C) = Naneola Anaj Mandi 11005 (O) 16000(C) + SWH, Ambala City (C) 3. Ambala City 5400(O) 01 01 = Manakpur plinth (O) 21400 4. Saha 6700 01 00 SWH, Saha (C) 5. SWH, Radour (C) Pvt. Hired Godown Radour 29570 03 00 (C) HSAMB Godown (C) 6. Mullana 9180 01 00 SWH, Mullana (C) 7. Shahzadpur 10164 01 00 SWH, Shahzadpur (C) 8. 5000 (C) SWH, Sadhaura (C) Sadhaura + 60(O) 01 01 = 5060 (O) 9. Nasirpur 18326 01 00 SWH, Nasirpur (C) SWH, Yamuna Nagar 21700(C) (C) + Pvt. Hired Godown 10. Yamuna Nagar 3371(O) 02 01 (C) = Jagadhri Anaj Mandi 25071 (O) Total 16 7 1.

24

2. Kuruksh District Office Kurukshetra etra 11. Kurukshetra-I Amin Road, 16020 01 00 Kurukshetra. 12. Kurukshetra-II New Grain Market, 14600 01 00 Salarpur Road, Kurukshetra. 13. Ismailabad -Ambala 14030 01 00 main Road, Ismailabad. Near Anaj Mandi, Pehowa. 14. Pehowa 16504 02 00 Gurudwara Road , Pehowa 15. Barara Road, Shahabad 13000 01 00 Shahabad 16. Pipli Kurukshetra –Ladwa 32915 01 00 Road, GT-Road, Pipli. 17. G.Garhu State Warehouse G. 4000 01 00 Garhu 18. Ladwa State Warehouse 20180 01 00 Ladwa 09 00 3. Office

Kaithal 19. HSAMB Godowns, behind 0 Kaithal-I ITI, Kaithal 14500 02 0 Near Anaj mandi, Kaithal. 20. Kutubpur Road , Kaithal-II 15180 01 0 Kaithal Siwan Road, Kaithal 64800(C) + (C) 4840(O) 21. Kaithal-III 03 00 Warehouse campus = (O) 69640

22. 5300 (C) Near Anaj Mandi, + Kalayat 1621 (O) 01 00 = Warehouse campus 6921 (O) 23. 10000(C) + 01 00 Kaithal Road ,Pundri

1.

25

4400(O) Warehouse campus = (O) 14400 24. Rajaund 8932(C) SWH, Rajaund (C) + 1950(O) 01 01 = HSAMB phars (O) 10882

25. Jakholi 17286(C) SWH, Jakholi (C) + 7090(O) 01 01 = HSAMB phars (O) 24376 26. Siwan 14590(C) SWH, Siwan + 3300(O) 01 00 = Warehouse campus 17890 (O) 27. -l 19380 01 00 SWH, Cheeka-I 28. Cheeka-ll 48896 01 00 SWH, Cheeka-II 29. Pai 17907(C) State Warehouse Pai + 2304(O) 01 00 = Warehouse campus 20211 (O) 30. Santokh Majra 15092 01 00 SWH, Santokh Majra 31. Kaul 5670 Near PHC, Dhand 01 00 Road, Kaul. Total 16 2 4. Panipat District Office Panipat 32. Panipat-I Industrial Area, 8000 01 00 Panipat 33. Panipat-II New Grain Market, 12500 01 00 Panipat. 34. Gharaunda-I Near Liberty 11820 01 00 Complex, GT Road, Gharaunda 35. Gharaunda-II New Anaj Mandi, 22040 01 00 Gharaunda. 36. Barsat State Warehouse 3540 01 00 Barsat 37. Tarori 7680 01 00 SWH, Tarori 38. Bapoli 24433 01 00 SWH, Bapoli 39. Jundla 12000 01 00 SWH, Jundla 40. Pungthala 19550 01 00 SWH, Pungthala 41. Madlauda 8000 01 00 SWH, Madlauda 42. Nigdhu 23760 01 00 SWH, Nigdhu 43. Israna 17772 01 00 SWH, Israna 1.

26

44. 12100 01 00 SWH, Gohana 45. Salwan 5977 01 00 SWH, Salwan 46. Gheer 9830 01 00 SWH, Gheer 47. Samalkha 7000 01 00 SWH, Samalkha 48. Nissing Sambhli Road, 13840 01 00 Nissing 17 0 5. Fateha District Office Fatehabad bad Balra Road, Jakhal (C) 30902(C) + Balra Road, Near Police Station, Jakhal 49. Jakhal 12814(O) 02 01 (C) = (O) 43716 Bhattu Road, 50. Fatehabad 30000 01 00 Fatehabad (O) Bherian Road , 29580(C) Uklana. (C) + New Anaj mandi, 51. Uklana 774 02 01 Uklana (newly = created campus) (C) 60354 (O) Near New Grain Market, Barwala. 52. Barwala 68150 02 00 Opp. FCI godowns, Barwala Hansi Spinning Mill 53. Hansi 70051 02 00 Complex, Hansi. Road, Hansi. Behind Anaj Mandi, 54. Bhuna 14785 02 00 Tohana Road, Bhuna.

24200(C) Bhiwani Road Opp. + BDPO 55. Bawani Khera 2700(O) 02 01 Office (new campus) = 26900 Munak Road back 56. Tohana-II 45000 02 00 side of Railway Station, Tohana 57. Rattia 7000 01 00 SWH, Rattia SWH, Kohlawas 35770(C) + 58. Kohlawas 12000(O) 03 01 = 47770 Near Anaj Mandi 17944© Tohana 59. Tohana-I + 02 01 Anaj Mandi Road, 1200(O) Tohana 1.

27

= 19144 Near Anaj Mandi, 60. Dharsul 19000 01 00 Dharsul

61. Bhattu 5000 01 00 62. Bhiwani 7400 02 00 25 5

6. Sirsa District Office Sirsa 38000(C) Near Old Housing + oard Colony. (C) 63. Sirsa-I 6010(O) 02 01 Near Suraj Theatre, = Sirsa (C) 44010 (O) 7000(C) Near Anaj Mandi, + Dabwali. (C) 64. Dabwali 3356(C) 01 01 (O) = 10356 65. Rania Road, Jeewan Jeewan Nagar 15000 02 00 Nagar 28948(C) Near Railway Station, + Opp. FSD godowns 66. Ellenabad 5059(O) 02 00 (Old HSWC godowns) = Warehouse campus 34007 (O) 67. 21800(C) SWH, Rania + Rania 1200(O) 02 00 Warehouse campus = (O) 23000 68. 5000(C) SWH, Kalanwali 01 00 Kalanwali +1700(O) Warehouse campus = 6700 (O) 69. Rori 4130 01 00 SWH, Rori 70. Baraguda 14474 02 00 SWH, Baraguda 71. 7500(C) SWH, Bani (C) + Bani 01 01 (O) 16000(O) = 23500 Sangaria Road Near New Anaj Mandi ( 72. Chautala 21660 01 00 newly created campus), Chautala. 15 3 1.

28

7. Rohtak District Office Rohtak Sugar Mill Road, 73. Rohtak-I 8000 01 00 Rohtak. New Anaj Mandi, 74. Rohtak-II 7500 01 00 Rohtak. 21090(C) Hatt Road, Saffidon. + Ratta Khera 75. Saffidon-I 19000(O) 01 01 Complex, Saffidon. = 40090 76. Saffidon-II 31600 01 00 51216(C) Near Telephone + Exchange, 77. Jullana 01 01 7256(O) Jind-Jullana Road, = 58472 Jullana. 78. Nayabans 17864 01 01 SWH, Nayabans 14322 (C) SWH, Gugaheri + 01 00 79. Gugaheri 582(O) Warehouse campus =14904 (O) 7310(C) SWH, Jind + 02 02 80. Jind 15389(O) = 22699 21454(C) Jind Road, . 81. Uchana + 24428(O) 01 01 = 45882 9000(C) Rohtak Road, Meham + 82. Meham 01 00 Warehouse campus 2200(C) (O) =11200 Anaj Mandi, Dhamtan Dhamtan 83. 26670 02 00 Sahib M/s. Sudesh Sahib Devi(Hired) 5010(C) State Warehouse Dhanauri (C) 84. Dhanauri + 130(O) 01 01 (O) = 5140 18700 (C) SWH, Nagura (C) + 85. Nagura 01 01 28200(O) (O) = 46900 Gohana Road, Lakhan 7540 (C) Majra 86. Lakhan Majra +1200 (O) 01 00 = 8740 Warehouse campus (O) 4880 (C) SWH, Alewa. 87. Alewa + 1000(O) 01 00 Warehouse campus = 5880 (O) 17 8 8. Rewari1. District Office Rewari

29

Near Anaj Mandi, 88. Rewari-I 11223 02 00 Bharawas Road, Rewari. Near Mini 89. Rewari-II 40596 02 00 Secretariat, Rewari SWH, N/Chaudhary 90. N/Chaudhary 9500 02 00 (C) (C) SWH, Ateli (C) 91. Ateli 11520 02 00 (C)

10000(C) SWH, Narnaul (C) 92. Narnaul + 2500(O) 02 01 (C) = 12500 Warehouse campus (O) SWH, M/Garh (C) 8000(C) (C) 93. M/Garh + 2700(O) 02 00 Warehouse campus = 10700 (O) SWH, Rampura(C) 02 00 94. Rampura 25158 (C) SWH, Kanina(C) 02 00 95. Kanina 9345 (C) Near Mini Secretariat, 20300(C) Jhajjar. (C) 96. Jhajjar + 520(O) 02 00 (C) = 20820 Warehouse campus (O) 97. Bahadurgarh 10000 01 00 SWH Bahadurgarh 19 1 9. Palwal District Office Palwal Vill. Devli (Bhagola), Palwal 00 98. Palwal-I 21200 02 Near Anaj Mandi, Palwal. Village Rattipur, Palwal- III 99. 00 Hathin (Rattipur) 27392 01 Road, Palwal. Near Sabji Mandi 100. Hodal-I 24674 02 00 ,Hodal. Village Kheri 101. Kheri Kalan 10865 01 00 Kalan, Near BPTP colony. 15216(C) Rewari Road, Tauru. 102. Tauru +1695(O) 01 01 (C) = 16911 (O) Nuh-Tauru Road, 103. Nuh 8940 01 01 Nuh.

1.

30

9850 (C) Gurgaon-Alwar Road, Ferozpur + F.P.Zhirka. 104. 01 00 Zhirka 1000 (O) Warehouse campus = 10850 (O) Near Anaj Mandi, 105. Pataudi 8000 01 00 Pataudi 106. Sewli 16632 01 00 SWH, Sewli 107. Sewari 20790 01 00 SWH, Sewari 108. Badauli 9854 01 00 SWH, Badauli 109. Hathin 10310 01 00 SWH, Hathin 110. Pinangwan 3000 01 00 SWH, Pinangwan Anaj Mandi, Farukh 111. Farukh Nagar 6000 01 00 Nagar 16 2

Note :-

Total no. of warehouses : 111 Total no. of District Offices (under HSWC circle) : 09 Total premises : 120

Number of centers/locations can increase or decrease as per requirement.

1.

31

Annexure –“III(1)” HARYANA STATE WAREHOUSING CORPORATION PRICE BID TEMPLATE FOR SECURITY SERVICES FOR AMBALA CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total :-

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

32

Annexure –“III(2)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR KURUKSHETRA CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

33

Annexure –“III(3)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR KAITHAL CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

34

Annexure –“III(4)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR SIRSA CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

35

Annexure –“III(5)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR FATEHABAD CIRCLE

Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

36

Annexure –“III(6)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR PANIPAT CIRCLE

Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

37

Annexure –“III(7)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR ROHTAK CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

38

Annexure –“III(8)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR REWARI CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

39

Annexure –“III(9)”

Haryana State Warehousing Corporation PRICE BID TEMPLATE FOR SECURITY SERVICES FOR PALWAL CIRCLE Sr. No. Descriptions Rate 1. Basic Wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 2. EPF As applicable 3. ESI As applicable 4. Relieving wages Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time 5. Service Charges Rates (In Rates (in figures) words) ______Percent ______% 6. Tenderer who will quote service charges of 3% or less than 3% will be rejected. 7. The tenderer must quote service charges in percentage upto two decimal places only. 8. GST as applicable 9. Total: -

1. I/We agree to provide uniformed security guards (without Weapon) and endeavor to provide security to the HSWC for providing safety, monitoring and surveillance. Rates quoted include our all statutory obligations under the minimum wages act, contract labour (R&A) Act, weekly-off replacement charges, cost of uniform of personnel deployed by the security agency etc. 2. Minimum Wages Rates as per the Notification of Haryana Govt. as amended from time to time for security guards (without weapon), EPF, ESI, Relieving charges and services charges etc. as applicable shall be paid monthly. 3. The Tenderer should quote the rate of service charges both in figures and words. 4. I/We undertake to abide the terms and conditions as laid down in the tender document and the service agreement in case the work order is allotted to me/us in near future.

Seal & Signature (Authorized signatory)

Name of agency:-______Name of signatory:-______Designation:______Date:______

40

Annexure-IV

WORK EXPERIENCE CERTIFICATE (on client Letter Head)

It is certified that M/s. ______had provided/ been providing watch & ward/security services to and

this premises located at ______vide contract/Agreement/MOU bearing No. dated for the period from (date) to (date) and the performance of the firm was satisfactory during the period of contract.

The Financial component of the watch and ward/security contract for the subject services was Rs. (in words) Rs. During the contract/Year.

Signature of the organization or its authorized signatory

Name:

Designation:

Date and seal:

41

Annexure- V (Compulsory ink signed) CERTIFICATE OF GOOD RECORD HARYANA STATE WAREHOUSING CORPORATION 1. Whether your firm or any of its partner/company had been blacklisted by HSWC, or any department of Central or State Government or Yes/No any other Public Sector Undertaking as on last date of submission of bid? 2. Whether your or any of the partner of the partnership firm’s contract was terminated before expiry in last three years of Contract period or EMD Yes/No forfeited by HSWC, during the last three years as on the last date of submission of bid? Note – Strike off whichever is not applicable otherwise tenderer shall be ineligible. Remarks______4. I/We hereby solemnly declare that the Proprietor/ Partner / Director of this Firm/ Company mentioned at SI. Nos. is/are common/not common (Strike off whichever is not applicable) with any other Firm/Company who has applied for pre-qualification against same advertisement. In case of common Proprietor/Partner/Director in other firm who has also applied for prequalification against same advertisement, please mention the name of the Firm/ Firms. 5. Declaration about relationship with Employee of HSWC I/We hereby solemnly declare that the Proprietor/one or more Partners/Directors of this firm/ company has relationship/has no relationship (Strike off whichever is not applicable) with the employee of HSWC (name and designation, place of posting of employee to be mentioned). DISQUALIFICATION CONDITIONS a) Bidders/bidding agencies who have been blacklisted or otherwise debarred by HSWC or any department of Central or State Government or any other Public Sector Undertaking as on the last date of submission of bid will be ineligible. b) Any tenderer whose contract with the HSWC has been terminated before the expiry of contract period at any point of time during last three years from the last date of the submission of the bid will be ineligible. c) While considering ineligibility arising out of any of the above clauses, incurring of any such disqualification in any capacity whatsoever (even as a proprietor, partner in another firm, or as Director of a company etc.) will render the tenderer disqualified.

(Signature & Seal) (Authorized Signatory)

42

Annexure- VI

Format of Solvency Certificate

(Format 1)

No…………………………….…..

To …………………………….….. …………………………….…..

This is to state that to the best of our knowledge and information, Mr. / Ms. / M/s ………….. a customer of our Bank is respectable and can be treated as good up to a sum of Rs………. (Rupees in words ………………………………….). It is clarified that this information is furnished without any risk and responsibility on our part in any respect whatsoever more particularly either as guarantor or otherwise. This certificate is issued at the specific request of the customer.

Place: Date:

For BANK MANAGER Signed and Stamped)

Format 2

No…………………………….…..

To …………………………….….. …………………………….…..

This is to certify that as per information available, Shri / Smt. / Ms… ...... ,is Solvent upto Rs……………….. (Rupees …………..…………………………………………) This certificate is valid for the period from …………………….. to ……………………… This certificate is issued without any guarantee or responsibility on the part of the Bank or any of its employees.

Place:

Date:

For BANK MANAGER (Signed and Stamped)

43

Annexure- VII UNDERTAKING (For Sole Proprietary Firm)

(Compulsory ink signed)

I…………………………………………….R/o…………………………………………………………………………………………… ………………………………………………do hereby solemnly affirm and declare as under:-

1. That I am sole Proprietor of ………………………………………………(Sole Proprietor Firm Name) 2. That the office of the firm is situated at…………………………………………….... ……………………………………………………………………………………………..

Place: Date:

(Authorized Signatory)