tender document for

Transcription

tender document for
TIRUMALA TIRUPATI DEVASTHANAMS: TIRUPATI
TENDER DOCUMENT
FOR
PROVIDING “FACILITY MANAGEMENT SERVICES
FOR
KITCHEN,DINING
HALL
MANAGEMENT,
PREPARATION
AND
DISTRIBUTION
OF
ANNAPRASADAMS INCLUDING TRANSPORTATION
OF FOOD,SANITATION & MAINTENANCE OF S.V.
ANNAPRASADAM,
TIRUCHANOOR
AND
‘ANNAPRASADA
VITHARANA
CENTRES’
AT
SRINIVASAM & VISHNU NIVASAM COMPLEXES,
TIRUPATI”AND GOVERNMENT/ TTD HOSPITALS AT
TIRUPATI.
-1-
INDEX
NAME OF WORK: PROVIDING
“FACILITY MANAGEMENT SERVICES FOR
KITCHEN,DINING HALL MANAGEMENT, PREPARATION AND
DISTRIBUTION
OF
ANNAPRASADAMS
INCLUDING
TRANSPORTATION
OF
FOOD,SANITATION
&
MAINTENANCE OF S.V. ANNAPRASADAM, TIRUCHANOOR
AND
‘ANNAPRASADA
VITHARANA
CENTRES’
AT
SRINIVASAM & VISHNU NIVASAM COMPLEXES, TIRUPATI”
AND GOVERNAMENT/TTD HOSPITALS AT TIRUPATI.
(TENDER DOCUMENT NO.:_
)
PART – I : TECHNICAL BID
S.NO.
1.
DESCRIPTION
PAGE NO.
01
COVER PAGE
2.
INDEX
02
3.
NOTICE INVITING TENDER
03 to 08
4.
INSTRUCTION TO TENDERERS
09 to 19
5.
PROPOSAL FORMS
20 to 27
6.
GENERAL CONDITIONS OF CONTRACT & ANNEXURES
28 to 55
PART – II : FINANCIAL BID
S.NO.
1.
DESCRIPTION
PAGE NO.
56 to 58
BILL OF QUANTITIES
-2-
TIRUMALA TIRUPATI DEVASTHANAMS
TIRUPATI
NOTICE INVITING TENDER (NIT)
(To be published in NEWS PAPER)
Tender document No.
PROVIDING
“FACILITY
MANAGEMENT
SERVICES
FOR
KITCHEN,DINING HALL MANAGEMENT, PREPARATION AND
DISTRIBUTION
OF
ANNAPRASADAMS
INCLUDING
TRANSPORTATION OF FOOD ,SANITATION & MAINTENANCE OF
S.V. ANNAPRASADAM, TIRUCHANOOR AND ‘ANNAPRASADA
VITHARANA CENTRES’ AT SRINIVASAM & VISHNU NIVASAM
COMPLEXES, TIRUPATI AND GOVERNAMENT/TTD HOSPITALS
AT TIRUPATI”
Name Of Work
Period of Contract
Form of Contract
Date & Time Of
Pre-bid meeting
Date
&
Time
Submission of Tender
Date & Time For
Opening of Tender
a) Technical Bid
b) Financial Bid
24 Months
Lump Sum
__________at 3.00 P.M. (IST), in the chambers of the Dy.Exe.Officer,
Annaprasadam Trust, TTD Admn.Buildings, Tirupati.
Of
__________ upto 3.00 PM
Technical Bid will be opened on _____________ at 3.15 P.M (IST)
After evaluation of technical bid, the financial bid will be opened. The
date of opening of financial bid will be intimated separately.
Cost of Tender document
(Non-refundable) to be paid
in the shape of Demand
Rs.5,000/Draft in favour of
Executive Officer, TTD,
Tirupati
The Tenderer can download the tender document from www.tirumala.org or obtain the tender document
from the O/o Dy.Exe.Officer, Annaprasadam Trust, TTD Admn.Buildings, Tirupati, upon payment
of the bid cost by Demand Draft In case of downloaded document from www.tirumala.org , the tenderer
shall submit the cost of bid document by way of Demand Draft / Pay order payable at Tirupati drawn in
favour of the Executive officer, TTD, Tirupati issued by scheduled banks and along with the Technical
bid. The cost of bid document is non-refundable.
Dy. Executive Officer,
Annaprasadam Trust,
T.T.D. Admn.Buildings, Tirupati
Chittoor Dist., Andhra Pradesh.
Tel No.: (0877) – 226 4375, 226 4449
9849370010, 9885826261
-3-
NOTICE INVITING TENDER
(To be put up in website)
WORKS: PROVIDING “FACILITY MANAGEMENT SERVICES FOR KITCHEN, DINING HALL
MANAGEMENT, PREPARATION AND DISTRIBUTION OF ANNAPRASADAMS
INCLUDING TRANSPORTATION OF FOOD, SANITATION & MAINTENANCE OF
S.V. ANNAPRASADAM, TIRUCHANOOR AND ‘ANNAPRASADA VITHARANA
CENTRES’ AT SRINIVASAM & VISHNU NIVASAM COMPLEXES, TIRUPATI AND
GOVERNMENT/ TTD HOSPITALS AT TIRUPATI”
TENDER DOCUMENT NO. : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
Preamble:
TTD is providing Annaprasadam to the pilgrims visiting to Tirumala and Tirupati. As a part of said
Scheme, Annaprasadam is now being provided to the pilgrims at Tiruchanoor and in Srinivasam Complex,
Tirupati and in Vishnu Nivasam Complex, Tirupati and the food is being cooked in the Kitchen available in
the S.V.Annaprasadam, Tiruchanoor, Srinivasam Complex, Tirupati and is being served in Dining hall
available in S.V.Annaprasadam, Tiruchanoor, Srinivasam Complex, Tirupati and Dining halls in Vishnu
Nivasam Complex, Tirupati and also food to be transported for the distribution of Attendants at
Government /TTD Hospitals at Tirupati.
Tirumala Tirupati Devasthanams (TTD) invites sealed tenders from established and reputed professional
firms/organizations, who are engaged and having experience in Facilities Management Services (FMS) of
Kitchen & Dining hall management to express their interest to provide “FACILITY MANAGEMENT
SERVICES FOR KITCHEN, DINING HALL MANAGEMENT, PREPARATION AND DISTRIBUTION OF
ANNAPRASADAMS INCLUDING TRANSPORTATION OF FOOD ,SANITATION & MAINTENANCE OF
S.V. ANNAPRASADAM, TIRUCHANOOR AND ‘ANNAPRASADA VITHARANA CENTRES’ AT
SRINIVASAM & VISHNU NIVASAM COMPLEXES AND GOVERNAMENT/TTD HOSPITALS AT
TIRUPATI”
For cooking purpose, TTD established kitchen facility at S.V.Annaprasadam, Tiruchanoor and
SRINIVASAM COMPLEX, TIRUPATI for preparation of required food for serving in dining halls in
S.V.Annaprasadam, Tiruchanoor and SRINIVASAM & VISHNU NIVASAM COMPLEXES and Government /
TTD Hospitals at Tirupati . No separate Kitchen is available at Vishnu Nivasam Complex, Tirupati. Required
food for serving in Dining halls in Vishnu Nivasam Complex, Tirupati is also to be prepared at Kitchen
available in Srinivasam Complex, Tirupati only and the same is to be conveyed to the dining halls at Vishnu
Nivasam Complex and Hospitals at Tirupati daily. Required vehicles for transportation will be provided by
TTD for conveyance of food from Srinivasam Complex to respective places.
The required Annaprasadams have to be prepared and supplied during the Brahmostavams of all
Local Temples Viz.,
01. Sri Govindarajaswamyvari Temple, Tirupati
02. Sri Kodandaramaswamyvari Temple, tirupati
03. Sri KalyanavenkateswaraSwamyvari Temple, Srinivasa Mangapuram
04. Sri Prasasanna Venkateswara Swamyvari Temple, Appalayagunta.
05. Sri KalyanavenkateswaraSwamyvari Temple, Narayanavanam
06. Sri Padmavathi Ammavari Temple, Tiruchanoor
07. Sri Kapileswaraswamyvari Temple, Tirupati (Sivarathri day)
08. Sri Annamacharya Jayanthi day at Tallapaka.
Normal menu items consists of –
S.V.Annadanam:Tiruchanoor:
 IN ALL THE DAYS: Chakkar Pongal, White Rice, Curries, Sambar, Rasam, Butter Milk &
Chutney to be prepared and served for not more than 5,000 pilgrims per day
basing on the pilgrims movement as per the indent given by the concerned.
-4-
Annaprasada vitharana Centres, Srinivasam & Vishnu Nivasam Complexes, Hospitals
: Tirupati:
 IN ALL THE DAYS: Sambar Bath & Curd bath with Chutney to be prepared and served for
not more than 10,000 pilgrims and 6,000 Attendants per day basing on
the pilgrims movement as per the indent given by the concerned.
Brahmostavams of Local Temples:
 For all the Brahmostavams and other important days Sambar Bath & Curd bath to be
prepared and served basing on the orders communicated by the
concerned.
As per the above menu (or) as modified by TTD, food is to be prepared and supplied as per the
indent given by the concerned.
Apart from this, as and when required, the works entrusted by the
concerned Dy.Exe.Officer(AT)/ Catering Officer to be attended. Serving of food in dining halls is excluded
from the scope of the contract. However, necessary arrangements in Kitchen for preparation of
Annaprasadam for serving is to be provided by FMS agency only.
On an average about 5000 pilgrims have to be served at S.V. Annaprasadam, Tiruchanoor in the
Afternoon session only. 6000 pilgrims will be served in Srinivasam Complex dining hall & Vishnu Nivasam
Complex, Tirupati dining halls during normal days. In addition food is to be supplied to 3000 persons at
Government/TTD hospitals at Tirupati in both the sessions. During peak days like weekends, festival days
etc., Annaprasadam will be served for about 8000 to 10000 persons a day Srinivasam Complex dining halls
& Vishnu Nivasam Complex,Tirupati dining halls in both the sessions i.e. Afternoon and Night.
During the Brahmostavams of Local Temples and other important days the Sambar Bath and Curd
Bath has to be prepared and supplied as per the orders communicated by the concerned Temples
authorities.
Preparation of food in Kitchen at S.V. Annaprasadam, Tiruchanoor
starts from 5.00 AM to 1.00 PM; Annaprasadam will be served in dining halls
& dining halls to be operated from 10.30 A.M to 3.30 PM in one Shift only.
During the Brahmostavams of Sri Padmavathi Ammavari Temple, Tiruchanoor
the kitchen and dining hall has to functioned in both the sessions i.e.
Afternoon and Night. During the Brahmostavams of Local Temples, the
prepared food should be transported from S.V.Annaprasadam, Tiruchanoor to
the Temple concerned.
Preparation of food in Kitchen at Srinivasam Complex, Tirupati starts
from 5.00 AM to 1.00 PM for Morning session preparation; from 2.00 PM to
10.00 PM for afternoon session preparation.
Annaprasadam will be served
in Srinivasam Complex dining halls & Vishnu Nivasam Complex,Tirupati
dining halls from 12.00 Noon to 2.30 PM in 1st Shift and 2nd shift starts from
7.00 PM to 9.30 P.M. The prepared food should be transported from
Srinivasam Annaprasada Vitharana Centre to Vishnu Nivasam Annaprasada
Vitharana Centre, Tirupati. In addition food is to be supplied to 3000
attendants at GOVERNMENT/TTD HOSPITALS AT TIRUPATI in both afternoon and
night.
-5-
The contractor is expected to take charge of the Annaprasadam area in S.V.Annaprasadam,
Tiruchanoor and Srinivasam Complex, Tirupati, Dining halls area at Vishnu Nivasam Complex, Tirupati and
related areas in its present condition and provide facility management services for Kitchen and Dining hall
management serving of food and sanitation and maintenance of connected areas in good condition. It is the
responsibility of the contractor to ensure to provide satisfactory services.
The F.M.S. includes Preparation of food, Serving of food in dining halls, carrying food to Vishnu
Nivasam Complex Dining halls, Hospitals serving food in dining halls, cleaning the dining halls and other
areas, sanitation and maintenance by using necessary machinery, man power etc.
Kitchen facility: TTD will provide all necessary equipment, vessels in Srinivasam Complex Kitchen and at
S.V.Annaprasadam, Tiruchanoor. TTD will provide necessary gas/steam, Vegetables, grains
at S.V.Annaprasadam,Tiruchanoor and Srinivasam Complex, Tirupati at their cost. The
agency has to provide necessary man–power in cooking and cleaning of Rice, grains,
vegetables, cutting of vegetables etc. Also the agency has to maintain sanitation/hygiene in
kitchen/preparation areas etc., using necessary consumables, machinery, appliances etc., as
directed by the officer-in-charge.
Dining hall facilities: The dining hall at S.V.Annaprasadam, Tiruchanoor, Srinivasam Complex &
Vishnu Nivasam Complex, Tirupati are provided with Dining tables/ chairs. The agency has to
provide services for conveying food from the kitchen, serving food, cleaning the same for every
meals session including sanitation with necessary consumables, machinery, appliances etc., as
directed by the officer-in-charge.
The agency shall take necessary steps for orderly maintenance of waiting pilgrims in
Q-lines / waiting halls of S.V.Annaprasadam, Tiruchanoor and Annaprasada Centres in Srinivasam
complex & Vishnu Nivasam Complex, Tirupati.
1.2
BRIEF SCOPE OF WORK:
Overall job includes providing facility management services for kitchen, Dining hall management,
sanitation and maintenance of Annaprasadam premises at Tiruchanoor , Srinivasam complex and Dining hall
management, sanitation and maintenance of Annaprasadam areas in Vishnu Nivasam Complex and
transportation of food to the Govt./TTD Hospitals, Tirupati.
The brief scope of work includes –
Kitchen Management:- Preparation and Serving of Food, cleaning of food grains and vegetables,
cutting vegetables etc. Cleaning of kitchen premises and vessels, crockery etc at S.V.
Annaprasadam, Tiruchanoor and Srinivsam Complex, Tirupati.
Dining hall management:- conveyance of food from kitchen to various dining halls, Distribution of
eating leaves/ plates, serving of prepared food and water in the dining halls to the pilgrims,
removing used leaves/disposable plates and disposing, Cleaning of dining halls, dining tables for
each and every food serving, cleaning of crockery for every dining session etc. at
S.V.Annaprasadam, Tiruchanoor and Srinivsam Complex, Tirupati. TTD will provide necessary
vehicle for conveyance of cooked food from Srinivasam complex to Vishnu Nivasam Complex and
Hospitals, Tirupati and also conveyance of empty vessels back.
Tranasportation:1.The prepared food should be transported from Srinivasam complex to Vishnu Nivasam
Complex Annaprasada Vitharana Centre and hospitals Tirupati. After completing the distribution of
Annaprasadams the empty vessels have to be brought back to the Srinivasam Complex
Annaprasada Vitharana Centre, Tirupati.
2. The prepared food should be transported from S.V.Annaprasadam,Tiruchanoor to the local
Temples during the Brahmostavams and other fairs and festivals as per the instruction of the
officer In-charge. The food should be distributed to the piligrims and after completing the
distribution of Annaprasadams the empty vessels has to be brought back to the
S.V.Annaprasadam,Tiruchanoor.
-6-
Sanitation and hygiene management: The job includes mechanized sanitation using necessary
machinery which includes the cost of materials for clean, hygienic, dry and tidy maintenance
including detergents, disinfectants, deodorants, insecticides etc., in kitchen, dining halls,
varandahs, wash areas, premises, toilets & bath rooms etc., inside the building and surroundings
areas etc.,
2.0
i)
TENDER DETAILS
Name of Work
: “FACILITY MANAGEMENT SERVICES FOR KITCHEN AND
DINING
HALL
MANAGEMENT,
PREPARATION
AND
DISTRIBUTION OF ANNAPRASADAMS SAMBAR BATH, CURD
BATH WITH CHUTNEY INCLUDING TRANSPORTATION OF
FOOD, SANITATION AND MAINTENANCE OF ‘ANNAPRASADA
VITHARANA CENTRES’ IN SRINIVASAM & VISHNU NIVASAM
COMPLEXES AT TIRUPATI AND GOVERNMENT / TTD
HOSPITALS AT TIRUPATI.
ii)
Cost of Tender document
:
Rs.5,000 /-(Rupees Five thousand only)
iii)
Earnest Money Deposit
:
Rs.2, 00,000/- (Rupees Two Lakh only)
iv)
Service Period
:
2 (Two) Years
v)
Sale of Tender documents
vi)
Last Date and Time (Deadline) for
Receipt of Bid
vii)
Date, Time & Place for Opening of
Bid (Techno-Commercial Part)
viii)
ix)
Last Dat e for
receipt o f
Tenderer’s Queries
Date & Time of Pre-Bid Meeting
x)
Venue of Pre-Bid Meeting
_________ To _____ up to 5 PM IST
O/o the Dy.E.O(AT, TTD, Tirupati (or) can be down
loaded from TTD Website through Tirumala.Org. If
Tender schedule down loaded from Website, D.D.
towards the Tender document fee of Rs.5,000/- (Rupees
five thousand only) should be enclosed in favour of E.O.,
TTD, Tirupati along with Tender. The date of E.M.D
shall be on or after date of advertisement and on or
before the last date of submission of Tender.
: ____________ up to 3 PM (IST)
: ______________at 3.15PM (IST), In the presence of
Tenderer‘s Representative at following address:
:
______ up to 5 PM (IST)
:
________
:
3 PM (IST) at
O/o Dy. Executive Officer, Annaprasadam Trust,
T.T.D.Admn.Buildings, Tirupati,
Chittoor Dist., Andhra Pradesh
xi)
Bid to be submitted at
:
O/o Dy. Executive Officer (APT),
T.T.D.Admn.Buildings, Tirupati
Chittoor Dist., Andhra Pradesh.
-7-
3.0
QUALIFICATION CRITERIA
A. Individuals/Firm/Agencies professing Hindu Community alone eligible to participate in Tenders.
B. Individuals/Firm/Agencies intending to participate shall fulfill the following qualification
criteria:
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.1.6
EXPERIENCE CRITERIA
Minimum 5 years experience in the field of providing Catering facilities.
The firm /organization shall be registered.
The firm/organization should have proven capabilities of providing cooking & dining facilities for
500 Nos., capacity in each location in reputed Rest houses/Guest houses/Hostel/ Hotels/ Hospital
for at least 2 (Two) reputed large organizations in India ( completed in last 5 years or in progress
with at least completed period of one year). The experience furnished will be judged based on
the nature of work done, documentation submitted, payment received based on the payment
certificates and bank scrolls, type of organization to which the services were extended.
Acceptance / rejection of the experience certificates are at the sole discretion of TTD based on
TTD’s perception.
Valid Registration of firm /organization with ESI & EPF and Central Excise for Service Tax.
Registration under Labour laws.
Permanent Account Number issued by Department of Income Tax.
3.2
Financial Criteria
3.3
3.4
Annual turnover during the last 5 (FIVE) financial years should be not less than Rs.20.00 lakhs
in each year. The turnover should be exclusively from relevant contracts. This should be clearly
indicated and to be proved by the applicant (2009-2010 to 2013-2014).
In house works / Self certification of works will not be accepted. Agreement copies and work orders
alone will not be considered as they should be supported by the experience certificate issued by the
agreement authority.
Documents Required
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
Brief description of the company/organization/firm including its structure and the number of
employees.
Name and complete address of the organization including branches if any.
Status of the organization: Proprietor/Partnership/Regd. Company.
The Experience Certificates shall be issued only by the competent authorities i.e., not less than
the agreement concluding authority (copy of agreement shall be enclosed and should be
attested).
Bankers and their Addresses.
Reference list of major clients with the contact details performed during the last five years
giving the nature and scope of services, method and technology applied, manpower deployed,
total value of the contract and other relevant details.
Attested copies of Firm Registration Certificate, recent IT Assessment Order, PAN/TIN Card,
Service Tax Registration Certificate, PF and ESI Registration Certificates.
Attested copies of Registration Certificate and License from the licensing officer under Contract
Labour (Regulation and Abolition) Act, 1970 to carry out FMS as described earlier.
List of full-time key-employees with qualifications, experience (only senior & middle
management) and the number of years of service in the organization.
Attested copies of Income Statement and Balance Sheet of the firm/company and Turnover
from relevant activities for the last 5 (FIVE) years (2009-2010 to 2013-2014).
List of equipment proposed to be deployed for the work.
Declaration as detailed in Form – G.
4.0
SUBMISSION OF BID:
4.1
The Tender document shall be submitted in four Envelopes as detailed below and properly sealed:
-8-
Envelope 1:
The envelope shall be superscribed on the top of cover as “Technical bid”, shall consists of the
following:
(a) Complete set of Tender documents (Technical Bid only), duly filled in and signed by the
tenderer on all pages (including Schedules and Annexures).
(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD) obtained from any
Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD, TIRUPATI.
E.M.D : Rs.2,00,000/- ( [Refer clause 5.0]) as payable at Tirupati.
(c) Tender document fee (if downloaded from Web site) by Demand Draft (DD) obtained from
any Scheduled Banks drawn in favour of the EXECUTIVE OFFICER, TTD, TIRUPATI(Rs 5000/-)
Envelope 2:
The envelope shall be superscribed as ‘Qualification of Tenderer’, complete set of documents
listed under 3.1 to 3.4 under the caption qualification criteria with all supporting documents duly
filled in and signed by the tenderer on all pages. The documents such as experience certificates,
copies of agreement, financial turn over, copies of PAN, Service tax registration, PF & ESI
registration, etc., shall be submitted along with proper attestation.
Envelope 3:
The envelope should be super scribed as “Financial bid”, Complete set of Financial Bid of the
tender document and copy of the minutes of the pre bid meeting duly signed by the tenderer on
all pages.
Envelope 4:
The envelope should contains all the above three sealed envelopes and shall be super scribed on
top of the cover in the name of work.
5.0
EARNEST MONEY DEPOSIT
Tenderers have to deposit EMD for Rs.2,00,000/-(Rs Two lakhs) by way of Demand Draft
obtained from any Scheduled Bank drawn in favour of EXECUTIVE OFFICER, TTD, TIRUPATI
along with the tender. The Demand Draft towards EMD can be initially for 3 months and the same
shall be extended up to tender validity period as and when required by TTD. No Cheque will be
accepted. The EMD does not bear any interest.
If TTD cancels the tender on any administrative reason the EMDs of all the tenderers will be
refunded. How they will not be with any interest what so ever.
EMD will be forfeited in the event of any refusal or delay on the part of the successful tenderer to
accept the offer of award of work or sign and execute the contract on acceptance of his tender.
EMD shall also be liable for forfeiture in case the contractor delay the commencement of work as
per the contract. EMD of unsuccessful tenderers will be refunded after expiry of tender validity
period or after finalization of tenders whichever is earlier. EMD of successful tenderer will be
retained as security deposit.
The successful tenderer has to pay further EMD at the rate of 2.50% of Tender Contract Value,
less the EMD already paid at the time of tender, by Demand Draft from any Scheduled bank
drawn in favour of E.O., TTD, Tirupati at the time of concluding the agreement.
The department will retain from each payment due to the contractor at the rate of 2.5% from
running bills until completion of the whole of the work. On satisfactory completion of the whole
work, the EMD & FSD will be refunded, after the completion of the contract period subject to the
condition that the contractor hand over the T&P, fittings and other inventory of articles in good
condition to the satisfaction of the department and also on submission of NO DUE certificate from
the concerned departments.
-9-
INSTRUCTIONS TO THE TENDERERS
- 10 -
1.0
GENERAL
1.1
Introduction
Tirumala Tirupati Devasthanams (TTD) invites sealed tenders from established and
reputed professional firms/organizations, who are engaged and having experience in
Facilities Management Services (FMS) of Kitchen & Dining hall management and in
maintaing the hotels, Hostels with catering facilities to express their interest to
provide “FACILITY MANAGEMENT SERVICES FOR KITCHEN,DINING
HALL MANAGEMENT PREPARATION AND DISTRIBUTION OF
ANNAPRASADAMS
INCLUDING
TRANSPOTATION
OF
FOOD,
SANITATION
&
MAINTENANCE
OF
S.V.ANNAPRASADAM,TIRUCHANOOR
AND
ANNAPRASADA
VITHARANA CENTRES’ AT
SRINIVASAM COMPLEX & VISHNU
NIVASAM COMPLEX,TIRUPATI AND GOVERNAMENT/TTD HOSPITALS
AT Tirupati and at Govt and TTD Hospitals at Tirupati.”
It shall be tenderer's responsibility to have thorough understanding of the reference
documents, work areas, site conditions and specifications included in the Tender
Document.
1.2
Confidentiality of Document
Tenderer shall treat the Tender Document and contents thereof as confidential. If at any
time, during the bid preparation stage, tenderer decides to decline to bid, all documents
must be immediately returned to TTD.
1.3
Cost of Bidding
All direct and indirect costs associated with the preparation and submission of bid
(including clarification meetings and site visit, if any), shall be to Tenderer’s account and
TTD will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
1.4
Site Visit
Tenderer is advised to visit and examine the site, its surroundings and familiarize
himself with the existing facilities and environment, and collect all other vital
information which he may require for preparing and submitting the bid and
entering in to the Contract. Claims and objections due to ignorance of existing
conditions or inadequacy of information will not be considered after submission of the bid
and during implementation.
The site of Work is located i n T I R U P A T I & T I R U C H A N O O R , Andhra
Pradesh. Any loss to the property/ life of the prospective tenderer due to prospective
tenderer’s negligence shall be the prospective tenderer’s responsibility. Prospective
tenderer shall keep TTD indemnified from any legal consequences arising there from.
- 11 -
- 12 -
2.0
TENDER DOCUMENT, CLARIF ICATION AND AMENDMENT
2.1
Tender Document
The Tender Document shall consist of the following and should be read in conjunction
with any amendment issued subsequently.
i)
ii)
iii)
iv)
v)
Notice Inviting Tender (NIT).
Instructions to Tenderers and its attachments.
General Conditions of Contract and its Annexure.
Technical Specifications / Standards, if any
Financial Bid
The Tenderer is expected to examine the Tender Document, including all
instructions, terms, specifications in the Tender Document. Failure to furnish all
information required as per the Tender Document or submission of a bid not
substantially responsive to the Tender Document in every respect could result in rejection
of the Bid.
Tender documents once issued are non-transferable in other name and shall at all
times remain the exclusive property of TTD with a license to the Tenderer to use the
Tender Documents for the limited purpose of submitting the bid.
2.2
Pre bid meeting and Clarification Requests by Tenderer:
The details presented in this Tender Document have been compiled with all reasonable
care. However, it is the Tenderer’s responsibility to ensure that the information provided
is adequate, clearly understood and it includes all documents as per the Index.
Tenderer shall examine the Tender Document thoroughly in all respects and if any
conflict, discrepancy, error or omission is observed, Tenderer may request clarification in
the pre-bid meeting.
On any on the date before of the pre bid meeting all the intended tenderers will be
permitted to see the activities going at Tiruchanoor and Tirupati as is where basis.
Pre-bid meeting will be held at the Office of the Dy. Exe. Officer, Annaprasadam
Trust, TTD Admn.Buildings, Tirupati on __________ at 3.00 p.m. (IST). All the
tenderers should attend the same duly submitting their points which require clarification in
writing. The queries received within due date will only be considered. Clarifications
furnished in the pre-bid meeting will be the part of the bid document.
The minutes of the pre-bid meeting will be communicated to all the tenderers who
participate the pre-bid meeting. Also a copy of the same will be published as corrigendum
in the TTD web site www.tirumala.org. The minutes of the pre-bid meeting shall be
submitted along with bid document duly signed in all pages, failing which, the tenders are
liable for rejection. Not attending the meeting, does not relieve the tenderers from the
decisions taken at the pre-bid meeting.
The response to queries / clarifications of the tenderers shall not form part of Tender
Document unless issued as an Amendment/Addendum.
- 13 -
3.0
PREPARATION OF BIDS
3.1
Joint Venture / Consortium Bids
3.2
Joint Venture / Consortium Bids are not acceptable.
Language of Bid
The Bid, all correspondence and documents relating to the bid, between tenderer and
TTD, shall be written in English language only. Any printed literature furnished by
Tenderer can be written in other language provided that literature is accompanied by
an authenticated English/Telugu translation, in which case for purpose of
interpretation of the Bid, the English /Telugu translation shall govern.
3.3
Compliance to Tender Document Requirement
TTD expects Tenderer’s compliance to the requirements of Tender Document without
any deviation. Any Bid containing exceptions / deviations to the following
stipulations / conditions shall be liable for rejection:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
3.4
Time Schedule
Scope of Work
Scope of Supply
Security Deposit
Suspension of Works
Force Majeure
Arbitration
Bill of Quantities (B.O.Q)
Unsolicited Post Tender Modifications
Tenderers are advised to quote as per terms and conditions of the Tender
Document and not to stipulate deviations/ exceptions. Once quoted, the tenderer shall
not make any subsequent price changes, whether resulting or arising out of any
technical/ commercial clarifications and details sought on any deviations, exceptions
or stipulations mentioned in the bid unless any amendment to Tender Document is
issued by TTD. Similarly, no revision in quoted price shall be allowed should the
deviations stipulated by him are not accepted by TTD and are required to be
withdrawn by him in favour of stipulation of the Tender Document. Any
unsolicited proposed price change will render the bid liable for rejection.
3.5
Documents Comprising the Bid
Tenderer is required to make a Bid/ proposal in a format as outlined below in order to
achieve the objective of maintaining uniform proposal structure from all the
Tenderers:
i)
The Bid should be prepared by the Tenderer and shall be submitted in 4
separate sealed envelopes:
a)
Envelope – 1
- Technical Bid
b)
Envelope – 2
- Qualification of Tenderer
c)
Envelope – 3
- Financial Bid
d)
Envelope – 4
- This contains sealed envelopes 1,2,3
- 14 -
Envelope 1:
The envelope shall be superscribed on the top of cover as “Technical bid”, shall consists
of the following:
(a) Complete set of Tender documents (Technical Bid only), duly filled in and signed by the
tenderer on all pages (including Schedules and Annexures)
(b) Earnest Money Deposit as stated hereunder by Demand Draft (DD) obtained preferably
from any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,
TIRUPATI.
E.M.D. : Rs.2,00,000/- (Two lakhs only) and payable at Tirupati.
(c) Tender document fee (if downloaded from Web site) by Demand Draft (DD) obtained
from any Scheduled Bank drawn in favour of the EXECUTIVE OFFICER, TTD,
TIRUPATI.
Envelope 2
The envelope shall be superscribed as ‘Qualification of Tenderer’, complete set of
documents listed under the caption qualification criteria of tenderer with all supporting
documents duly filled in and signed by the tenderer on all pages. The documents such as
experience certificates, copies of agreements, financial turn over, copies of PAN, Service
tax registration, PF & ESI registration, etc., shall be submitted along with proper
attestations.
Envelope 3
The envelope should be superscribed as “Financial bid ”, Complete set of Financial
Bid of the tender document and copy of the minutes of the pre bid meeting duly signed
by the tenderer on all pages.
Envelope 4
The envelope should contains all the above three sealed envelopes and shall be
superscribed on top of the cover “the name of work.”
3.6
Bid Prices
Tenderer shall quote price after careful analysis of cost involved for the performance
of the work considering all parts of the Tender Document. In case any activity though
specifically not covered in description of item under BOQ but is required to
complete the work as per scope of work, scope of supply, specifications, General
Conditions of Contract or any other part of Tender Document, the prices quoted shall be
deemed to be inclusive of cost incurred for such activity.
Prices quoted by the Tenderer, shall remain firm, fixed and valid until completion of
the Contract performance period and will not be subject to variation on any account
except as otherwise specifically provided in the Contract documents.
Tenderer shall quote/fill the rate in rupees in round figure (without any figure in
decimal i.e. paisa).
Alternative bids will not be considered.
3.6.1
Rates to be in figures and words
The tenderer should quote in English both in figures as well as in words the rates
and amounts tendered by him in the Bill of Quantities for each item and in such a way
that interpolation is not possible. The amount for each item should be worked out and
entered and requisite totals given of all items, both in figures and in words. The tenderer
amount for the work shall be entered in the tender and duly signed by the tenderer.
- 15 -
3.6.2
Corrections and Erasures:
All corrections and alterations in the entries of the tender papers will be signed full by
the tenderer with date. No erasures or overwriting are permissible.
3.7
Currencies of Bid & Payment
Tenderers shall quote the prices in Indian Rupees only.
All payment to be made by TTD shall be made in Indian Rupees only.
3.8
Arrangement of Bid
3.8.1
The b i d s h a l l b e n e a t l y a r r a n g e d with consecutively numbered pages. It
should not contain any terms and conditions, which are not applicable to the bid. All
documents shall be properly indexed and flag marked for easy identification as per
the requirements of the Tender Document.
3.8.2
The bid and all details submitted by the Tenderer shall be signed and stamped on each
page by a person legally authorised to enter into agreement on behalf of the Tenderer.
Corrections/ alteration, if any, shall also be signed by the same person. Tenderer shall
submit Power of Attorney in favour of the person who signs the bid and subsequent
submissions on behalf of the Tenderer.
The bid shall contain the name, residence and place of business of person or persons
making the tender and shall be signed by the Tenderer with his usual signature.
Partnership firms furnish the full names of all partners in the Bid. It should be signed
in the partnership name by all the partners or by duly authorized representative
followed by the name and designation of the person signing. Bid by Corporation shall
be signed by an authorized representative and Power of Attorney on the behalf of
Corporation shall accompany the Bid. A copy of Partnership Deed in the case of
partnership firm or Article of Association in the case of limited company shall be
furnished.
3.9
Transfer of Tender documents purchased by one intending Tenderer to another is not
permitted.
Bid Validity
3.9.1
Bid shall remain valid for acceptance for a period of 04 (FOUR ) months from the last
date of submission of the bid. The Tenderer shall not be entitled during the said period to
revoke or cancel his bid or to vary the bid except and to the extent required by TTD
in writing. In case of withdrawal of the bid during the bid validity period, EMD of such
tenderer shall be forfeited by TTD and also results in proscribing the tenderer from
participating in any TTD tenders for a period of 3 years.
3.9.2
TTD may request the tenderer for extension of the period of validity of bid. If the
tenderer agrees to the extension request, the validity of EMD/Bid Security shall also be
suitably extended.
Tenderer may refuse the request of extension of bid validity
without forfeiting his EMD/Bid Security. However, tenderers agreeing to the request for
extension of validity of bid shall not be permitted to modify the bid because of
extension, unless specifically invited to do so.
- 16 -
3.10
Earnest Money Deposit / Bid Security
The bid must be accompanied by Earnest Money for the amount indicated in
Notice Inviting Bid in form of Bank Demand Draft in favour of “The Executive
Officer, TTD, Tirupati payable at Tirupati from any Scheduled bank. The Demand Draft
towards EMD can be initially for 3 months and the same shall be extended up to tender
validity period as and when required by TTD. EMD shall be submitted in Envelope – 1 of
the Bid. No interest shall be allowed on the Earnest Money Deposited by the
Tenderer. Any bid not accompanied by EMD as stated above and tender document
fee will be rejected.
The Earnest Money Deposit will be forfeited if the tenderer fails to deposit the
requisite further Earnest Money Deposit or fails to start the work within a period of 15
(Fifteen) calendar days or fails to execute the agreement within 15 (Fifteen) days after
the receipt of letter of acceptance of tender or Letter of Intent.
If the Tenderer, after submission, revokes his bid or modifies the terms and
conditions thereof during the validity of his bid except where TTD has given opportunity
to do so, the earnest money shall be liable to be forfeited. TTD may at any time cancel
or withdraw the Invitation to Bid without assigning any reason and in such cases the
earnest money submitted by Tenderer will be returned to him with out any interest .
EMD of unsuccessful tenderers will be refunded after expiry of tender validity period
or after finalization of tenders whichever is earlier. EMD of successful tenderer will be
retained as security deposit.
The successful tenderer has to pay further EMD at the rate of 2.5 % of Tender
Contract Value, less the EMD already paid at the time of tender, by Demand Draft
obtained from any Scheduled bank drawn in favour of E.O., TTD, Tirupati at the time of
concluding the agreement within the time period indicated in General Conditions of
Contract.
If the successful Tenderer fails or refuses to sign the agreement or furnish the further
EMD and Security Deposit within the specified period, the earnest money shall be
forfeited without prejudice to his being liable to any further loss or damage incurred in
consequence to the action taken by TTD. EMD shall also be liable for forfeiture in case
the contractor delays the commencement of work as per the contract.
The department will retain from each payment due to the contractor at the rate of 2%
from running bills until completion of the whole of the work. On satisfactory completion
of the whole work, the EMD & FSD will be refunded, after the completion of the contract
period subject to the condition that the contractor handed over the T&P, fittings and other
inventory of articles in good condition to the satisfaction of the department and also on
submission of NO DUE certificate from the concerned departments.
4.0
SUBMISSION OF BID
Bid must be submitted in original and as per details given in other clauses given
hereunder. The rates shall be filled in the BOQ given in the Tender documents.
Minutes of pre bid meeting to this tender document, if issued, must be signed and
submitted along with the Tender document.
- 17 -
4.1
All pages to be initialed
All the pages of the Tender document should be initialed by the Tenderer. All pages
of Tender documents shall be initialed or signed wherever required in the bid papers by
the Tenderer or by a person holding power of attorney authorizing him to sign on behalf
of the Tenderer before submission of Bid.
4.2
One Bid per Tenderer
Tenderer shall submit only one bid comprising 4 Envelopes. A tenderer, who
submits or participates in more than one bid, will be disqualified.
4.3
Date, Time & Place of Submission
Bid must be submitted by the due date and time mentioned in the Notice Inviting Tender
or any extension thereof as duly notified in writing by TTD, in the office of the
Dy. Executive Officer (Annadanam Trust), Tirumala at the following address:
The Dy. Executive Officer,
S.V.Annaprasadam Trust,
T.T.D. Admn.Buildings, Tirupati
Chittoor Dist., Andhra Pradesh.
Tel No.: (0877) – 226 4449, 226 4375
9849370010.
4.4
Due to certain reasons, if the TTD office happens to be closed on the scheduled stated date of
tender submission or opening, the date and time will be extended to the next working day.
4.5
Tender documents received after the due date will not be considered, but however it
will be returned made available to the respective contractor as unopened, at their own
cost and expenses. Tenders received after due date and time, on account of any reasons
whatsoever will be returned to tendered agency unopened. Telegraphic tenders shall
not be entertained.
5.0
5.1
BID OPENING
Opening of Envelopes 1 and 2 (Technical Bid)
Envelope 1 and 2 will be opened prior to the opening of Envelope 3 (Financial
Bid) by the authorized officer, TTD and the documents will be scrutinized.
Technical Evaluation of the tenderers will be done based on the details provided
and documents submitted in Envelope 2 and independent verification of the
performances of the tenderers clients by TTD.
5.2
Clarification & Additional Information in evaluation
Tenderers are requested to submit all the details/ documents in the first instance
itself so as to complete the evaluation. However, during evaluation, TTD may request
Tenderer for any clarification on the bid. However additional or outstanding
documents will not be entertained.
5.3
Opening of Envelope – 3 (Financial Part of Bid)
5.3.1
Envelope 3 of tenderers who are technically qualified and who have paid EMD will be
opened in the presence of the Tenderers or their authorized representatives who choose to
remain present in the office of the Dy. Exe. Officer, S.V.Annaprasadam Trust, TTD,
Tirupati on the date to be intimated after opening and evaluation of the technical bid.
- 18 -
5.3.2
The bid offers are read out and the signatures of the Tenderers present are taken in the bid
opening register.
5.3.3
The Financial Bid of the Unqualified Tenderers will not be opened and kept in safe
custody till the tenders are finalized and thereafter shall be returned to tenderers concerned
along with E.M.D.
Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy of non-adherence Conditions the Tender accepting
authority shall communicate the same which will be binding both on the tender Opening
authority and the Tenderer. In case of any ambiguity, the decision taken by the Tender
Accepting Authority on tenders shall be final.
5.3.4
5.4
Evaluation and Comparison of Price Bids
The Dy. Executive Officer (AT) / Officer In- charge will evaluate and compare the price
bids of all the qualified Tenderers.
A) The prices quoted by the Tenderers shall be checked for arithmetic correction, if any,
based on rate and amount filled in by the Tenderer in the SOR formats. If some
discrepancies are found between the rate/ amount given in words and figures, the total
amount shall be corrected as per the following procedure, which shall be binding upon
the Tenderer:
i)
ii)
iii)
When the rate quoted by tenderer in figures and words tallies but the
amount is incorrect, the rate quoted by the Tenderer shall be taken as
correct and amount reworked.
When there is difference between the rate in figures and words, the rate which
corresponds to the amount worked out by the Tenderer, shall be taken as correct.
When it is not possible to ascertain the correct rate in the manner
prescribed above, the rate as quoted in words shall be adopted and amount
reworked.
The price bids of the Tenderers shall be rejected if they do not quote rates for certain
items.
B) Negotiations at any level are strictly prohibited. However, good gesture rebate, if offered
by the lowest tenderer prior to finalization of tenders may be accepted by the tender
accepting authority.
Selection of Tenderer among the lowest & equally quoted tenderers will be in the
following orders:
a) The tenderer whose turnover in similar works is higher will be selected.
5.5
b) Even if the above criteria is same for equally quoted tenderers, sealed quotations will
be obtained from them for revised offers and the lowest offer can be considered.
Process to be Confidential
Information relating to the examination, clarification, evaluation and comparison of
Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the
award to the successful Tenderer has been announced by the tender accepting authority.
Any effort by a Tenderer to influence the processing of Tenders or award decisions may
result in the rejection of his Tender.
- 19 -
No Tenderer shall contact the Dy. Executive Officer or any authority concerned
with finalization of tenders on any matter relating to its Tender from the time of the
Tender opening to the time the Contract is awarded. If the Tenderer wishes to bring
additional information to the notice of the Dy. Executive Officer, it should do so in
writing only.
Before recommending / accepting the tender, the tender recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specifically experience. The authenticated agreements of previous works
executed by the lowest tenderer shall be called for.
Tenders will be finalized by the Executive Officer / TTD Board according to the
powers vested with them.
5.6
TTD Right to Accept or Reject a Bid
The right of acceptance of Bid will rest with TTD. However, TTD does not bind
itself to accept the lowest Bid and reserves to itself the authority to reject any or all the
Bids received without assigning any reason whatsoever.
Bids in which any of the particulars and prescribed information is missing or
incomplete in any respect and/ or the prescribed conditions are not fulfilled are liable
to be rejected.
Canvassing in connection with Bids is strictly prohibited and Bids submitted by the
Tenderers who resort to canvassing will be liable f o r rejection. Bid containing
uncalled for remarks or any additional conditions are liable to be rejected.
6.0
AWARD OF WORK
The Tenderer, whose bid is accepted by TTD, shall be issued Letter of Acceptance
by RPAD/ Fax/email prior to expiry of bid validity. Any format is to be accepted by the
successful tenderer.
TTD shall not be obliged to furnish any information/ clarification/explanation to the
unsuccessful tenderers as regards non-acceptance of their bids, except for refund of EMD
to unsuccessful tenderers. TTD shall correspond only with the successful tenderer.
7.0
FIRMS INELIGIBLE TO TENDER
a. A retired officer of the Govt. of AP or Govt. of India or TTD executing works is
disqualified from tendering for a period of two years from the date of retirement without
the prior permission of the Government/TTD respectively.
b. The Tenderer who has employed any retired officer as mentioned above shall be
considered as an ineligible tenderer.
c. The contractor himself or any of his employees is found to be Gazetted Officer who
retired from Government/TTD Service and had not obtained permission from the
Government for accepting the contractor’s employment within a period of 2 years from
the date of his retirement.
d. The Contractor or any of his employees is found at any time after award of contract, to be
such a person who had not obtained the permission of the Government/TTD as aforesaid
before submission of the tender or engagement in the Contractor’s service.
- 20 -
e. Contractor shall not be eligible to tender for works in the office where any of his near
relatives are employed in the rank of Superintendent and above on the administrative side
and Asst. Catering officer and above on the Catering side. The Contractor shall intimate
the names of persons who are working with him in any capacity or are subsequently
employed. He shall also furnish a list of Gazetted /Non-Gazetted TTD Employees
related to him. Failure to furnish such information tenderer is liable to be removed from
the list of approved contractors and his contract is liable for cancellation.
8.0
ABNORMAL RATES
The Tenderer is expected to quote rate for each item after careful analysis of cost
involved for the performance of the completed item, considering all specifications and
conditions of contract. This will avoid loss of profit or gain in case of curtailment or
change of specification for any item. In case it is noticed that the rates quoted by the
Tenderer for any item are unusually high or unusually low it will be sufficient cause for
the rejection of the Bid unless TTD is convinced about the reasonableness of the rates
on scrutinizing the analysis for such rate to be furnished by the Tenderer on
demand.
- 21 -
PROPOSAL FORMS
- 22 -
FORM-A
INFORMATION ABOUT TENDERER
1.0
IN CASE OF INDIVIDUAL / ANY
OTHER IDENTITY
1.1
Name of Business.
1.2
Whether his business is registered.
1.3
Date of commencement of business.
2.0
IN CASE OF PARTNERSHIP
2.1
Name of Partners
2.2
Whether the partnership is registered.
2.3
Date of registration of firm.
3.0
IN CASE
OF
LIMITED LIABILITY
COMPANY OR COMPANY LIMITED BY
GUARANTEES
3.1
Amount of paid up capital
3.2
Name of Directors
3.3
Date of Registration of Company
4.0
Copies of the audited balance sheet of the tenderer
for the last 5 years.
5 .0
GENERAL
5 .1
Income Tax PAN No.
5. .2
Provident Fund Registration No.
5.3
Service Tax Registration No.
5.4
Copy of Acknowledgement of Income Tax return
for the last 5 years.
Signature of Tenderer
- 23 -
FORM – B
DETAILS OF SIMILAR PAST EXPERIENCE DURING LAST 5 YEARS (2009-2014)
SL.
NO.
DESCRIPTION OF
WORK
POSTAL ADDRESS OF
CLIENT & NAME OF
OFFICER IN CHARGE
CONTRACT
VALUE
IN Rs.
STARTING
DATE
COMPLETION
DATE
CONTRACT
PERIOD
WHETHER
COPY OF
CONTRACT/
COMP. CERT
SUBMITTED
Note: Copies of work completion certificate(s) of above mentioned jobs should be submitted by the Tenderer along with this FORM.
SIGNATURE OF TENDERER
:
NAME OF TENDERER
:
TENDERER’S SEAL/STAMP
:
- 24 -
REMARKS
FORM-C
DETAILS OF PROPOSED MACHINERY
The Tenderer shall submit the details of the machinery proposed to be deployed in the following format
MACHINERY PROPOSED
Sl.
No.
Name of the premises
1
Srinivasam Complex
Kitchen
2
Srinivasam Complex
Dining halls
3
Vishunu Nivasam Dining
halls
4
S.V.Annaprasadam ,
Tiruchanoor, Dining and
Kithchen
OTHER MACHINERY
PROPOSED
Remarks if
any
SIGNATURE OF TENDERER
:
NAME OF TENDERER
:
TENDERER’S SEAL/STAMP
:
- 25 -
FORM-D
DETAILS OF ANNUAL TURNOVER DURING THE LAST 5 YEARS 2009-2014
The Tenderer shall submit the details of annual turnover during the last five financial years (2009-2014). The turnover should be exclusively from
FMS contracts related to relevant field only.
Sl.No.
Year
Annual Turnover in similar
works (in Rs.)
1
2
3
4
5
Note: Attested copies of Income Statement and Balance Sheet of the firm/company and Turnover shall be attached.
SIGNATURE OF TENDERER
:
NAME OF TENDERER
:
TENDERER’S SEAL/STAMP
:
- 26 -
Remarks
FORM –E
DECLARATION BY THE TENDERER
I / WE ………………………………………………………………. have gone through carefully all the Tender conditions and solemnly declare that I / we will abide
by any penal action such as disqualification or black listing or determination of contract or any other action deemed fit, taken by, the Department against us, if it is found that
the statements, documents, certificates produced by us are false / fabricated.
I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in any department in Andhra Pradesh or in any State or in Central Govt or
Government Organisations or TTD due to any reasons.
SIGNATURE OF TENDERER:
NAME OF TENDERER
:
TENDERER’S SEAL/STAM P:
- 27 -
FORM-F
CHECK LIST FOR SUBMISSION OF BID
Tenderer is requested to fill this check list and ensure that all details/documents have been furnished
as called for in the Tender Document along with duly filled in, signed & stamped checklist with
"ENVELOPES”
Please tick the box and ensure compliance:
(A)
UNDER SECTION – I
(A.1) Information about Tenderer as per FORM-A
Submitted
(A.2) EMD/ BID SECURITY
Tenderer to confirm that EMD/ Bid Security has been
submitted by them as per Tender Performa.
Submitted
(1)
DD
DD No.
Bank name
For Rs.
Dated
Original shall be submitted along with original Bid.
(B)
UNDER SECTION -2
(Proposal Forms)
(B.1) Past Experience as per FORM-B
Submitted
(B.2) Power of Attorney in Favour of the person who has signed
the bid on stamp paper of Appropriate value.
Submitted
(B.3) Partnership Deed in case of partnership firm and Article of
Association in case of limited company.
Submitted
(B.4) List of proposed machinery as per FORM-C
Submitted
(B.5) Details of Annual Turnover during 2009-2014 as per FORM-D
Submitted
- 28 -
C)
UNDER SECTION - 3
(C.1) Declaration by Tenderer as per FORM –E.
Submitted
(C.2) Price Part i.e., Schedule of Rates in separate sealed
envelope
Submitted
(D) UNDER SECTION – 4
(D.1) Technical Details/ Documents specified in Technical Bid.
Submitted
Not Applicable
(E) CONF IRM THE FOLLOWING
(E.1) All pages of the bid have been page numbered in
sequential manner.
YES
(E.2) The bid has been submitted in requisite number of copies
as specified in Special Instructions to Tenderers
(E.3)
(E.4)
YES
Tender Document marked “Original” Tender, Compliance
Letter for Addendum/ Amendment, if any, has been
submitted along with Bid, duly signed and stamped on each
page.
YES
Bill of Quantities
duly signed and stamped on each page has been submitted.
YES
SIGNATURE OF TENDERER:
NAME OF TENDERER
:
TENDERER’S SEAL/STAMP:
- 29 -
GENERAL CONDITIONS
OF
CONTRACT
- 30 -
SCOPE OF WORK/SUPPLY, TIME SCHEDULE AND FACTORS TO BE
CONSIDERED FOR PRICING
(CHAPTER – I)
Preamble:
1.
2.
TTD is providing Annaprasadam to the pilgrims visiting to Tirumala and Tirupati. As a part of said
Scheme, Annaprasadam (Sambarth Bath & Curd Rice) is now being provided to the pilgrims in
Srinivasam Complex, Tirupati, Vishnu Nivasam Complex, Tirupati and patient attendants at Govt.
Hospitals and TTD Hospitals at Tirupati and the food is being cooked in the Kitchen available in
the Srinivasam Complex, Tirupati and is being served in Dining halls available in Srinivasam
Complex, Tirupati , Dining halls in Vishnu Nivasam Complex, Tirupati and to the patient
attendants at Govt and TTD Hospitals at Tirupati .
TTD is providing Annaprasadams to the pilgrims visiting to Tiruchanoor. As a part of said scheme,
Annaprasadams i.e. Chakkar Pongal, Curries, white rice, Sambar, Rasam, Chutney, butter milk
being provided to the pilgrims at S.V.Annarprasam, Tiruchanoor and the food is being cooked in
the kitchen available in the S.V. Annaprasadam, Tiruchanoor and being served in the Dining
Halls available in the S.V.Annaprasadam, Tiruchanoor and Out side Temples.
Tirumala Tirupati Devasthanams (TTD) invites sealed tenders from established and reputed
professional firms / organizations, who are engaged and having experience in Facilities Management
Services (FMS) of Kitchen & Dining hall management and maintaining hotels/ Hostels with catering to
express their interest to provide, “FACILITY MANAGEMENT SERVICES FOR KITCHEN, DINING HALL
MANAGEMENT PREPARATION AND DISTRIBUTION OF ANNAPRASADAMS INCLUDING
TRANSPORTAION OF FOOD, SANITATION AND MAINTENANCE OF ‘ANNAPRASADA VITHARANA
CENTRES’ AT SRINIVASAM & VISHNU NIVASAM COMPLEXES, GOVT./TTD HOSPITALS AT TIRUPATI
AND S.V.ANNAPRASADAM, TIRUCHANOOR”
For cooking purpose, TTD established kitchen facility at SRINIVASAM COMPLEX, TIRUPATI for
preparation of required food for serving in dining halls in SRINIVASAM & VISHNU NIVASAM COMPLEXES
AT TIRUPATI”. No separate Kitchen is available at Vishnu Nivasam Complex, Tirupati. Required food for
serving in Dining halls in Vishnu Nivasam Complex, Tirupati is also to be prepared at Kitchen available in
Srinivasam Complex, Tirupati only and the same is to be conveyed to the dining halls at Vishnu Nivasam
Complex, Tirupati daily. Necessary transportation to be borne by the Tenderer for conveyance of food from
Srinivasam Complex to Vishnu Nivasam Complex, Tirupati.
Further, at S.V.Annaprasadam, Tiruchanoor TTD established kitchen facility for preparation of
required food for serving in dining halls and at outside Temples. No separate kitchen in available for
preparation and serving of food during the Brahmostavams and other fairs and festivals at Local Temples of
TTD. For serving of Annaprasadams during the Local Temples Brahmostavams, the same is to be
transported from S.V.Annaprasadam, Tiruchanoor. Necessary transportation will be borne by T.T.D. for
conveyance of food from Tiruchanoor to Local Temples.
Normal menu items consists of –
S.V.Annaprasadam, Tiruchanoor:
IN ALL THE WEEK DAYS: Chakkar Pongal, White Rice, Curries, Sambar, Rasam, Butter
Milk and Chutney to be prepared and served for not more than 5,000
pilgrims per day basing on the pilgrims movement as per the indent given
by the concerned.
Annaprasadavitharana Centres, Srinivasam & Vishnunivasam Complexes and Govt./TTD
Hospitals, Tirupati
IN ALL THE WEEK DAYS: Sambar Bath & Curd bath with Chutney to be prepared and served for not
more than 10,000 pilgrims per day basing on the pilgrims movement as per the
indent given by the concerned and 6,000 patient attendants.
- 31 -
BRAHMOSTAVAMS OF LOCAL TEMPLES:
For all the Brahmostavams and other important days Sambar Bath & Curd Bath to be
prepared and served basing on the orders communicated by the concerned.
As per the above menu (or) as modified by TTD, food is to be supplied as per the indent given by the
concerned. Apart from this, as and when required, the works entrusted by the concerned catering staff to
be attended. Serving of food in dining halls is in excluded the scope of the contract. However, necessary
assistance in Kitchen for preparation of Annaprasadams for serving is to be provided by FMS agency only.
On the average about 5000 pilgrims have to be served at S.V. Annaprasadam,Tiruchanoor in the
afternoon session only. 6000 pilgrims will be served in Srinivasam Complex dining halls & Vishnu Nivasam
Complex,Tirupati dining halls during normal days in both the sessions. During peak days like weekends,
festival days etc., Annaprasadam will be served for about 8000 to 10000 persons a day Srinivasam Complex
dining halls & Vishnu Nivasam Complex,Tirupati dining halls in both the sessions i.e. Afternoon and Night. In
addition food is to be supplied to the attendants of Govt./TTD Hospitals, at Tirupati.
During the Brahmostavams of Local Temples and other important days Sambar Bath and Curd Bath
has to be prepared and supplied as per the orders communicated by the concerned Temple authorities.
Preparation of food in Kitchen at S.V.Annaprasadam, Tiruchnoor start
from 5.00 AM to 1.00 PM; Annaprasadam will be served in dining halls &
dining halls to be operated from 10.30 A.M to 3.30 PM in one Shift only.
During the Brahmostavams of Sri Padmavathi Ammavari Temple, Tiruchanoor
the kitchen and dining hall has to function in both the sessions i.e. Afternoon
and Night. During the Brahmostavams of Local Temples, the prepared food
should be transported from S.V.Annaprasadam, Tiruchanoor to the Temple
concerned.
Preparation of food in Kitchen at Srinivasam Complex, Tirupati starts
from 5.00 AM to 1.00 PM for Morning session preparation; from 2.00 PM to
10.00 PM for afternoon session preparation. Annaprasadam will be served in
Srinivasam Complex dining halls & Vishnu Nivasam Complex,Tirupati dining
halls from 12.00 Noon to 2.30 PM in 1st Shift and 2nd shift starts from 7.00
PM to 9.30 P.M. The prepared food should be transported from Srinivasam
Annaprasada Vitharana Centre to Vishnu Nivasam Annaprasada Vitharana
Centre and GOVERNMENT/TTD HOSPITALS AT TIRUPATI. In case of any shorten the
food is to be supplied from Tiruchanoor also.
The contractor is expected to take charge of the Annaprasadam area in S.V.Annaprasadam,
Tiruchanoor and Srinivasam Complex, Tirupati, Dining halls area at Vishnu Nivasam Complex, Tirupati and
related areas in its present condition and provide facility management services for Kitchen and Dining hall
management serving of food and sanitation and maintenance of connected areas in good condition. It is the
responsibility of the contractor to ensure to provide satisfactory services.
The F.M.S. includes preparation of food, serving of food in the dining halls, carrying food to Vishnu
Nivasam Complex Dining halls, Govt./ TTD Hospitals at Tirupati and to the Local Temples whenever
required, cleaning the dining halls and other areas, sanitation and maintenance by using necessary
machinery, man power etc.
Kitchen facility : TTD will provide all necessary equipment, vessels in Srinivasam Complex Kitchen and
- 32 -
at S.V.Annaprasadam, Tiruchanoor. TTD will provide necessary gas/steam, vegetables,Oil, grains.
The agency has to provide necessary man–power in Cooking and cleaning of Rice, grains,
vegetables, provisions, cutting of vegetables etc. Also the agency has to maintain
sanitation/hygiene in kitchen/preparation areas, etc., using necessary consumables, machinery,
appliances etc., as directed by the officer-in-charge.
Dining hall facilities:
The dining halls at S.V.Annaprasadam, Tiruchanoor, Srinivasam complex &
Vishnu Nivasam Complex, Tirupati are provided with Dining tables/ chairs. The agency has to
provide services for conveying food from the kitchen, serving food, cleaning the same for every
meals session including sanitation with necessary consumables, machinery, appliances etc., as
directed by the officer-in-charge.
The agency shall take necessary steps for orderly maintenance of waiting pilgrims in Qlines / waiting halls of S.V.Annaprasadam, Tiruchanoor and Annaprasada Vitharana Centres in
Srinivasam complex & Vishnu Nivasam Complex, Tirupati.
1.2
Indicative List of Work
An indicative list of works (this is only indicative but not exhaustive) that the contractor is
expected to provide in minimum in connection with kitchen and dining hall management, sanitation
and maintenance (water supply/ sanitary/Electrical) of ‘Annaprasadam’ in Srinivasam &
Vishnunivasam ,Tirupati and at S.V.Annaprasadam, Tiruchanoor are noted below:
The areas covered under this contract are (as per areas specified in Annexure-II) SRINIVASAM COMPLEX: Kitchen, dining halls, food grain and oil, stores, grains/vegetables
cleaning areas, washing areas, hand wash areas located inside the Annaprasada Vitharana
Centre.
VISHNU NIVASAM COMPLEX- Dining halls, hand wash areas and other related areas located
inside the Vishnu Nivasam, Tirupati
S.V.ANNAPRASADAM, Tiruchanoor:
Kitchen, dining halls, food grain and oil, stores,
grains/vegetables cleaning areas, washing areas, hand wash areas located inside the
Annaprasadam.
SCOPE OF WORK:
Kitchen Management: - The job includes providing the following services in connection with
preparation of food as per the menu noted above and for the No .of persons specified above.
Accordingly, the firm shall provide the following assistance services in the kitchen. TTD will post
one administrative / supervisory staff. All necessary Cooks, workers shall be provided by the FMS
agency.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
Conveyance of grains, Oil tins, Oil packets, vegetables, etc. from Lorries into store.
Providing Cooks
Providing assistance in cooking as helpers to the cooks etc.(preparation of food)
Conveyance of provisions from store to Kitchen before starting cooking.
Providing personnel for cleaning of food grains such as rice, dals, Provisions and
cutting vegetables etc.
Providing personnel for cleaning of vessels, machinery, kitchen premises with
necessary consumables, machinery etc.
Providing personnel for loading of food into pans and other related assistance in
preparation of food.
Providing necessary operators for kitchen machinery such as boilers, destoner,
Vegetable cutter etc., (however maintenance of machinery is excluded). Those
operators shall be with relevant qualifications & experience.
The prepared food should be transported from Srinivasam Complex to Vishnu
Nivasam Complex Annaprasada Vitharan Centre, Tirupati, Govt./TTD Hospitals,
Tirupati.
- 33 -
(j)
The prepared food should also be transported from S.V.Annaprasadam, Tiruchanoor
to all local Temples and other places whenever required. Necessary man power has
to be deployed by the Agency.
Dining hall Management:- The job includes providing the following services in connection with quick
serving of food including water to the pilgrims in the dining halls including maintaining cleanliness
by cleaning of dining tables and mechanized cleaning of dining halls etc.,
(a) conveyance of food from kitchen to various dining halls through floor lift / trolleys
provided by TTD, loading, unloading etc.,
(b) Distribution of disposable eating leaves/ plates, serving of prepared food and water in
the dining halls to the pilgrims as per the instructions of the TTD. Adequate number of
personnel shall be engaged separately for each and every hall for quick food serving and
to render other services as directed by the Officer-in-charge.
(c) Removing used leaves/disposable plates and disposing at the point of disposal. Separate
bins provided with bio-degradable bio compostable covers mounted on trolleys/ other
suitable systems shall be engaged for collection of used leaves/ disposable plates.
Trolleys and bins for this purpose shall be provided by the agency. On filling of each
collection bag (shall be provided by agency) with used plates, the same shall be sealed
and conveyed to the specified point of disposal, with in the premises of building.
(Further disposal shall be done by TTD Health department). No eaten plates shall be
disposed openly. For this purpose, separate workers shall be engaged other than those
engaged in food serving and cooking.
(d) Mechanized Cleaning of dining halls and cleaning dining tables for each and every food
serving. Always the halls shall be maintained dry with the help of driers, if required.
(e) On completion of every food session, collection of used drinking water glasses and jugs,
conveying to the vessel cleaning point, cleaning of glasses, drying and keeping ready for
immediate usage. Cleaning of crockery articles such as water glasses, jugs, water drums
for each and every usage using appropriate cleaning powders and dish washing
machinery. (Dish wash machinery will be supplied and maintained by TTD. However it
shall be operated by the agency. This is applicable for relevant items if dish washing
machinery is provide by TTD).
(f) Continuous ensuring of clean, dry environment in hand wash, drinking water points.
Sanitation and hygiene management: The job includes mechanized sanitation using necessary
machinery which includes the cost of materials for clean, hygienic, dry and tidy maintenance
including detergents, disinfectants, deodorants, insecticides etc., Mechanized cleaning includes
continuous cleaning and clean maintenance of kitchen, dining halls, verandahs, wash areas,
premises, toilets & bath rooms (inside the dining premises) etc., inside the building and
surroundings areas.
(a) Cleaning of cooking utensils such as pans, plates, Trays, Rice, sambar, etc., cooking
systems as and when needed using appropriate cleaning chemicals, detergents etc., On
closure of every day, all the vessels, utensils, drinking water glasses, jugs etc., of every
dining hall, kitchen etc., shall be cleaned and properly stocked as directed by TTD, for
next day’s usage.
(b) Collection and disposal of kitchen waste to the specified points regularly. Separate bins
shall be provided with bio-degradable bio compostable covers mounted on trolleys/
other suitable systems shall be engaged for collection of kitchen waste. On filling of
each collection bag, the same shall be sealed and conveyed to the specified point of
disposal, with in the premises of building (Further disposal shall be done by TTD Health
department). No open disposal of kitchen waste is permitted. For this purpose, separate
workers shall be engaged other that engaged in food serving and cooking.
(c) Sweeping, cleaning of kitchen frequently as and when required to maintain clean and
tidy.
(d) Continuous Cleaning/ moping of vessel wash, wash areas, drinking water points area
etc., to ensure the areas are always clean.
(e) Daily sweeping and moping of connected offices, stores etc. The interval of cleaning in
a day is as directed by TTD.
(f) Cleaning of all types of drains connected to the buildings and surface drains.
- 34 -
(g) Mechanised sweeping and moping of interiors of the building (Other than kitchen)
including corridors, lounges, staircases etc., continuously, to ensure them always clean
and dry.
(h) Daily on completion of dining session, water jet cleaning shall be carried out in hand
wash areas, water points, vessel wash areas, kitchen.
(i) Immediate removal of chocking/ blocking of drains, sanitary out lets etc.,
(j) Cleaning and maintenance of all dust bins. The garbage collected in the dust bins shall
be deposited at the place specified by the TTD, with in the compound. The TTD will
make arrangement to convey the same.
Water supply/sanitary/ electrical maintenance of the areas:
(a)
Plumbing (water supply and sanitary):- This job mainly includes minor repairs pertaining
to all sanitary & plumbing etc., including necessary spares, nails, screws, etc.,
(b) Immediate repairs pertaining to plumbing (including cost of materials and labour) such
as replacement of taps, nylon pipes, small GI pipes and specials.
(c) Carryout all kinds of repairs of sanitary, water works immediately, which includes
replacement of taps, fixtures with necessary cost of materials and tools and labour etc.,
The materials used shall be as approved by the Engineer-in-charge.
(d) Replacement of nylon pipes of wash basins, spares of flush tanks, grating plates etc.,
Electrical:- The job includes cleaning, repairs and maintenance of water coolers, fans, Tube lights, CFLs,
ordinary lights, , Switches, exhaust fans, etc.,
(a)
(b)
(c)
(d)
(e)
Repairs and maintenance of fans, etc., such as replacement of relays, capacitors,
fan blades, fan motors and other necessary repairs etc., to keep in good working
conditions duly recording in the defect register, including cost of spares, Labour and
tools etc., The spares used shall be as approved by the department.
Repair of water heaters by replacing heating element etc.
Replacement of burnt out lights & light fixtures, lamps, chokes, starters, switches,
sockets, isolators, MCBs, calling bells/buzzers etc.,
Rewinding of ceiling fans, wall mounting fans & exhaust fans etc.,
Operation of lifts by engaging lift operators including regular cleaning (Excluding lift
repair & maintenance).
Periodical activities: - The periodicity shall be as directed by TTD.
(a) weekly Vacuum cleaning of walls, furniture, doors and windows, inside and out side
cobweb removal etc.,
(b) Periodical Disinfestations using approved sprays etc.,
(c) Cleaning of all electrical equipment and fixtures, fans, light fittings, etc.,
(d) Cleaning of water drain pipes, roofs, wall surfaces inside and out side using vacuum
cleaners.
(e) Cleaning of ceramic / glazed/stone tiles inside halls, kitchen, bath rooms, toilets,
verandahs etc., with machinery and chemicals etc.,
(f) Cleaning of spit marks on walls by water cleaning where ever necessary as directed by
the department.
1.3
GENERAL CONDITIONS:
(a) Exclusive staff shall be employed for food servicing in each and every dining hall
separately in shifts during total dining hours of the day. Separate staff shall be engaged
for cleaning/sanitation job. The staff employed for sanitation / cleaning shall not be
engaged for serving purpose and vice versa. Similarly separate exclusive staff shall be
employed for assistance in cooking.
(b) The contractor shall deploy adequate servers/cleaning staff for each dining hall
separately such that cleaning & serving shall be done without delay.
(c) All the cleaning materials and consumables shall be of best and branded quality and of
standard make, environmental friendly and it should be got approved from TTD, before
use on the work. While using the materials, adherence to the manufacturer’s
instructions shall be maintained.
(d) The contractor is expected to keep adequate spares of water supply and electrical
fixtures and other consumables.
- 35 -
(e) Separate qualified & experienced electricians and plumbers shall be engaged for each
shift separately.
(f) All the replaced electrical materials shall be of existing make and model or equivalent
makes as approved by the department.
(g) The related defects noticed or noted in the register shall be rectified immediately.
(h) All Goods to be conveyed from Srinivasam to Vishnunivasam, Hospitals shall be brought
by raising invoice duly mentioning the particulars of the materials & quality and
necessary permission shall be obtained for the conveying the materials from Vigilance
wing of TTD.
(i)
It is to inform that the dining halls will be in utilization from 11.00 AM to 11-00 P.M on
all days during the year. The agency shall attend the general cleaning of cob web
cleaning, tiles cleaning etc., during night shift after closing of dining session and before
start of next day session. Daily on closing of dining session flooring of entire kitchen,
dining halls, wash basins etc., shall be cleaned using necessary machines and chemicals.
(j) From 8 AM to 12 PM (Mid night) the dining halls will be in operation and as such
optimum number of machine operators and Helpers shall be deployed along with
machinery, such that each dining hall shall have a separate crew and machinery and
within short time gap between dining sessions, cleaning of floor and dining tables shall
be completed quickly without time delay. In
dining halls for each serving session will
be made around 300 persons at Srinivasam and
150 persons at
Vishnunivasam and 350 persons at S.V.Annaprasadam, Tiruchanoor.
(k) The agency shall engage sufficient staff in 2 shifts and the staff shall be made available
in 2 shifts schedule according to the requirement for due fulfillment of jobs under the
scope of the work.
(l)
The building with all the fixtures & furnishings shall be handed over by the department
in working condition to the agency. After cessation of the contract, the agency should
hand over back the same in working condition.
(m) The firm shall take all safety precautions with necessary safety accessories. All safety
accessories, tools shall be provided to their workers while working in Kitchen, food
court, conveying of food etc., the firm shall take all precautions to all their workers and
machinery. If, any accident occurs, it is the risk and responsibility of the agency and for
which the agency shall take all preventive steps. Well experienced staff alone shall be
employed to handle activities in Kitchen, dining hall, conveying food etc.,
(n) The firm shall maintain necessary big size ladders, for cleaning roofs, repair of electrical
fittings etc.,
(o) The firm shall maintain check list in approved format in all halls and supervisor
deployed shall maintain the same and shall be produced for verification of TTD as and
when required.
(p) Water & electricity required for the job will be free of cost from TTD of the FMS
authority.
(q) The agency shall deploy well experienced personnel for kitchen assistance with sound
physique capable to lift big pans, vessels etc., dining hall serving and sanitation job
separately. The personnel attending for cleaning and sanitation job should not be
engaged for serving and cooking assistance.
(r) Servers and cleaners engaged in dining hall shall invariably maintain personal hygiene
with neat hair cut etc., and shall wear apron, caps, gloves, etc., while on service. They
shall be washed and used regularly. This is totally the responsibility of the Agency.
(s) For cleaning tables, necessary cleaning pads, clothes shall be procured and used by the
agency.
(t) The firm shall attend any miscellaneous works entrusted at different places at Tirupati
through the available workers.
(u) Whenever the Authorized TTD representative wishes to verify the labour & workers
engaged, the contractor shall make all the labour/workers assembled at specified place
in the premises of the building.
(v) The machinery operators engaged shall have experience in the related field.
- 36 -
Specific conditions :
(a)
The preparation shall be made as per indent depending upon the rush, placed by
the Catering Officer / Asst. Catering Officer / Manager or Catering Supervisor
concerned.
(b)
Tenderer should see that the workers shall wear uniform, apron and maintain
personal hygiene.
(c)
The Tenderer is liable for any legal action in case of food poison, contamination and
complaints about quality of food also. The cost will be recovered from the
successful tenderer and liable for action under appropriate law in the case of any
complaints proved on FOOD QUALITY.
(d)
The Tenderer shall abide by all the laws in force.
(e)
No extra payment shall be made to the Tenderer for excess production items over
the prescribed scales and indented items.
(f)
Tenderer should close and begin the daily entrusted catering work as per the
directions of the Catering Officer / in-charge of the Annaprasadam, Tirupati.
(g)
If any staff engaged by the tenderer / contractor attempt for theft / steals cooked
items or raw materials provisions /vegetable etc., and T&P Articles , a penalty of
6 times of value of stolen articles will be collected from the agency. In addition the
persons responsible are liable for criminal prosecution.
(h)
Staff employed by the contractor should work under the control of the
Officer / in-charge during the duty hours specified.
(i)
No interest will be paid on the payment due to the contractor if the some is delayed
on administrative reasons etc.
(j)
The contractor should take all time precautions for the safety of his employees /
workers in the performance of the contract period and TTD will not take any
responsibility or liability in case of accident / death of licensee / tenderer
employees.
(k)
TTD do not bind them to accept the lowest or any tender or to give any reasons for
its decision.
(l)
In case of catering staff / contract staff deployed by the tenderer go on strike,
agitation or remain absent or remain in active in a manner not conducive to TTDs
interest. The Tenderer shall promptly replace them by efficient persons.
(m)
All the food items prepared and supplied should be tasty and delicious and the
licensee for work contract or tenderer alone is responsible for food free from
adulteration / food poisoning that may take place in the Annaprasadam (Meals) and
other beverages etc., supplied by the Tenderer and the Annaprasadam
management shall have no responsibility what so ever in this regard.
(n)
The Tenderer should certify every day before serving meals items / food items, etc.,
that all the items are prepared as per the specification and terms and conditions
and also cooked items are free from adulteration and tested and certified by the
qualified or any competent authority.
(o)
The scope of work includes cleaning of steel plates for serving food in the dining
halls.
(p)
The shift of work should be clearly mentioned and to be followed as per labour act.
(q)
Any kind of sub contract shall not be entertained.
(r)
Scope of work includes maintenance of fire extinguisher in kitchen, stores, Dining
halls etc., by deploying trained and experience personnel.
Catering
1.3.1 Materials:
1. All the cleaning materials and consumables shall be of the best and branded quality and of
standard make and it should be got approved by TTD, before use on the work. While using the
materials, adherence to the manufacturer’s instructions shall be maintained.
- 37 -
1.4
SOPs:Cleaning Services: The following procedure is suggested for cleaning various important areas and
firm shall ensure to provide satisfactory services duly following the same.
Cleaning procedure:-
(a) Corridors:
• Place appropriate warning signs wherever it is applicable.
• Clear the area from any debris and litter across the steps and wall edges
• Clear and clean the dust bins and replace the liners- As per requirement.
• Clean the overhead for any obvious dusts like cobwebs etc. - Check all POP materials mounted overhead for
its cleanliness and right position- Once a day.
• Clean all the cleanable/washable vertical surfaces including, up to accessible level– Once a day
• Clear the planters for any leaves and debris. Wipe clean outer surface - Once a day
• Check and remove labels, stickers and chewing gum stuck on the floor, walls and columns with a putty knife.
• Remove the foot matting to the designated place and dry mop the floor for with lose dust.- As and when
require
• Mop/ Scrub clean the floor with an auto scrubber-drier– For every dining session in dining hall and as and
when required in all other areas.
Scrub staircase with single disc machine once in day.
• Vacuum the foot matting and ensure the floor/mat are dried thoroughly before placing it back – As and
when required.
• Dust mop the floor – Three/ Four times a day, depending on the traffic.
• Clean all the glass area using Window cleaning kit tools and Taski R3 or approved equivalent .- Once a day
• Report and record for any unusual observations or damage to the facility head
Deep cleaning:
• Scrub clean/ Replace the dirty / damaged dust bins- As per requirement.
• Thorough cleaning of ceilings, light fittings, AC vents and other electric / electronic fittings using a vacuum
cleaner or a manual dusting tools. – Once a week.
• Wipe the columns with appropriate cleaner – Twice a week
• If washable wash foot matting with High Pressure water jet- Every day.
• Buff and polish SS metal surfaces like handles, railings, etc.,– Every day.
(b)Surroundings/ Periphery cleaning
Applicable to the entire periphery of the Srinivasam & Vishnu Nivasam Annaprasadam premises covering all
entrances, driveways, Walkways, parking, fencing, drains, etc
Equipments:
Automatic / Manual Sweeper, Dust pan + Broom, Trolley mounted dustbins, HP jet cleaner
Chemicals: All the external areas TASKI Spiral with 2-3% dilution or approved equivalent
Cleaning Procedure:
i) Daily cleaning:
• Clear and clean the dust bins along with liner and convey to the disposal point, replace the liner – As and
when it required.
• Pick up the debris, litter – As per requirement
• Sweep drive ways, walk way, car park, etc,– As and when required
• Wipe and clean all entry gates.- At frequent intervals
• Mop Sweep the security cabins - Once every shift
• Note and report for any damage in the facility or premises
- 38 -
ii) Deep cleaning
• Scrub cleaning of dust bins – once in a week
• Scrub clean and remove stains from car park and driveways- Once in a week.
• Cleaning of car park, drive ways, walk ways and open drains by
Water jet machine - Once in two days
© Doors, windows and glass façade cleaning
Objective:
To clean all the glass surfaces exposed to internal and external ambience by reducing dirt/ dust levels and
removing stains with appropriate cleaning equipment, tools, chemicals and methodology.
Scope:
All glass surfaces exposed to internal and external ambience.
Equipment:
Window washer, Window squeegee, Long arm access poles, Scrappers
Chemicals:
TASKI R3 (or) approved equivalent
Cleaning procedure:
• Put-on appropriate safety equipments.
• Arrange tools & equipments required for the task
• Prepare cleaning agent as per manufacturer’s instructions
• Select manageable portions of glass surface. Start cleaning the glass surface either from left to right or right
to left by removing stubborn stains and deposits with the help of a glass scrapper or a stubborn stain remover.
• Apply the cleaning agent Taski R3 or approved equivalent with a window washer from top to bottom and
squeeze of the surface in the same way.- Four times a week.
• Ensure the selected portion is cleaned thoroughly before proceeding to the adjacent section.
(d) Food court:Scope:
All cleanable surfaces related to food serving and dining area
Frequency: As mentioned in the task.
Equipments: Dry mopping system, Wet mopping system, Scrubber machine Ergo 165, Wet & dry vacuum
Vacummat 22, Dusters & wipes
Chemicals: Suma Extra, Suma Bac & Suma Tab or approved equivalents.
Cleaning procedure:
Daily cleaning:
(After/before Facility hours)
- 39 -
1.
2.
Place appropriate warning signs wherever it is applicable.
Clean the overhead for any obvious dusts like cobwebs etc.. Check all POP materials mounted
overhead for its cleanliness and right position.
3. Clear the floor area from any debris and litter across.
4. Clear and clean the dust bins and replace the liners.
5. Clean all the cleanable/washable vertical surfaces including glass, upto accessible level.
6. Check and remove labels, stickers and chewing gum stuck on the floor, walls and columns with a
putty knife.
7. Scrub clean the floor with an auto scrubber-drier Swingo 755E – Two times in a day or more times if
required.
8. Wipe tables with Suma Bac or equivalent as approved by the department with once in a Batch.
9. Remove the warning signs once the floor is dried up absolutely and leave it open for service.
10. Report and record for any unusual observations or damage to the facility head.
Daily cleaning:
(During Facility hours)
1. Damp mop the floor half hourly / hourly depending on the traffic. Clear spillages and debris wherever it is
found.
2. Clear the bin bags periodically whenever filled beyond 3/4th capacity
3. Conditions cleaning of wash areas including wash basins area with continuous postings of appropriate &
required persons.
Deep cleaning:
In case of major stain and spillages a spray cleaning may be performed to remove the soil which would
be a less noisy cleaning activity during business hours
(e) TOILETS:








Before applying the Harpic Chemical Flush once and Apply toilet bowl cleaner Harpic Chemical inside
the WC and Urinals and spread evenly with a toilet brush - Once in a shift.
Spray disinfectant Taski R1 or equivalent approved Chemical and scrub the walls, counter tops,
washbasins, partitions and fixtures using a trigger sprayer and mild scrubbing pad. – Every one hour.
Clean the mirrors with Taski R3 or equivalent approved Chemical glass cleaner. Spray the cleaner on
to the glass and squeeze with a wiper. Or spray on to a dry duster and wipe off the glass. – Once in a
shift
Wipe the complete area sprayed with Taski R1 or equivalent approved disinfectant cleaner once in a
shift
Go back to WC and Urinals to scrub it with toilet brush and flush. Scrub clean the toilet seat, seat
cover and the outer surfaces of the WC & urinals with Taski R1 or equivalent approved Chemical
disinfectant cleaner and wipe it dry- Once in a Hour
Provide liquid soap Taski Softcare star or equivalent approved Chemical - As per requirement
Replace the Urinal Screen and Auto Air-freshener refills – As per requirement.
Finally spray Task R5 or equivalent (Air freshner) Scented Phenyl to be used as directed by the
department.
Deep cleaning:


Use Crew Emerel or equivalent approved with the help of Power Pad for removal of any stubborn
stains and water streak marks and hard water deposits – Once in a day.
Scrub clean the toilets with Taski R1 or equivalent approved Chemical to remove scaling on the
floors at 2% dilution -Once in a day or at increased frequency as per requirement. Descaler can be
used once in week.
Note : The dilution of the chemicals to be used shall be as per the manufacturer’s guidelines.
Safety guidelines:
1.
2.
3.
4.
5.
Ensure personal safety of the worker himself.
Safe handling of cleaning agents and equipment
Ensure user safety
Proper and visible cordoning of the work area while CIP (Cleaning in Process)
Safe handling of cleaning agents and equipment.
- 40 -
6.
7.
Ensure the safety of the all surfaces where the task is performed.
Ensure the safety of the equipment and tools for higher performance standards and longer life.
Personal hygiene habits and grooming:
1.
2.
3.
4.
5.
6.
7.
8.
Take bath daily prior to reporting for work.
Brush teeth minimum twice a day.
Finger nails should be short and unvarnished.
Hair should be neat, trimmed, combed & restrained.
Uniform should be changed daily and whenever gets soiled.
Refrain from wearing jewellery, rings, bracelets, dangling ear rings, wrist watch while on job.
Use appropriate head gear or hair nets.
Refrain from unsanitary personal habits such as scratching the head, placing fingers in the body
parts, in and about the mouth, nose and uncovered sneezing, coughing
9. Refrain from unsanitary work habits such as wiping hands on apron or rags, improper handling of
equipment, utensils, excessive contact with food and food contact surfaces
10. Refrain from working with infected cuts, sores.
11. Non-infected wounds should be covered with water wash proof bandages.
1.5
COORDINATION AND INSPECTION OF WORK:
The Coordination and inspection of the day-to -day work under the contract shall be
the responsibility of the Contractor/ Firm.
However, the TTD’s or its authorized
representative shall have the authority to inspect the work regularly and give
observations / instructions, if any, to the Contractor.
In case of any disagreement
between the Contractor and the TTD on the performance level of FMS / its
personnel, the matter shall be discussed and resolved through discussions. The
written instructions regarding any particular job will normally be passed by the TTD
or i t s authorized representative. A work order book will be maintained by the Contractor
for each section in which the aforesaid written instructions will be entered. These will
be signed by the Contractor or his authorized representative by way of
acknowledgement within 12 hours. This shall be in addition to instructions or orders
issued in writing by the TTD.
1.6
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
The following activities are excluded from the scope of FMS Contract:
Other than the Serving and Cooking areas in S.V.Annaprasadam,Tiruchanoor and Srinivasam ,Vishnu
Nivasam Complexes, and TTD/Government hospitals at Tirupati.
Maintenance of motor driven vehicles and providing of drivers for the same.
All carpentry works/repairs / Replacement of damaged doors, windows and other joinery.
Replacements of damaged water closet, wash basins, flush tanks and urinals.
Replacement of all down fall pipes, Sanitary pipes and specials Replacement of damaged water
supply and sanitary lines, manholes, etc.,
Except replacement of bulbs, chokes, starters for lights, repairs of fans, exhaust fans, replacement of
switches, windings, all other electrical works are excluded.
Repairs and maintenance of all external sanitary/sewage lines/manholes, etc.,
Maintenance of lifts (except operators).
Repairs/ Replacement of all furniture.
All kinds of civil works/ civil repairs, all welding operations etc.
All kinds of leakages of roof, walls, etc.
Dismantled debris disposal
Repairs and Replacement of damaged domes/ chandliers & decoration lights (except replacement of
lights, tubes).
Maintenance of kitchen machinery such as boilers, stores etc., in kitchen
Fire safety equipment & its maintenance
Repairs & maintenance of Dining tables/chairs.
Repairs & maintenance of vessels.
Providing conveyance facility for prepared food to various places from Srinivasam.
Repair and replacement of all sanitary and water supply lines.
- 41 -
20. Repairs and maintenance of water purifying systems including line taps etc.,(Except cleaning).
21. Except repairs/ replacement of taps, nylon pipes, gratings, flush tank spares, all other water supply
items are excluded.
22. Entire cooking system, steam generation units, gas system, all mechanical equipment maintenance/
spares, pumps are excluded.
23. Vessels /dish washing machinery maintenance. (Except operator)
24. Repairs/maintenance of all external Electrical cables, lines, appliances etc.
25. Repairs and maintenance of solar water supply system and its pipeline (excluding taps inside the
bath rooms and common points)
26. Repairs and maintenance of distributor boards, panel boards, pillar boxes (inside or outside).
27. Providing security /watch guard.
1.7
Quality Assurance
Detailed quality assurance programme to be followed for the execution of Contract under
various divisions of works will be mutually discussed and agreed to. The C o n t ra cto r shall
establish, document and maintain an effective quality assurance system. Quality Assurance
System and plans/procedures of the Contractor shall be furnished in the form of a QA
manual. This document should cover details of the personnel responsible for the quality
assurance and plans or procedures to be followed for quality control. The quality assurance
system should indicate organizational approach for quality control and quality assurance at all
stages of work at site. Specialised personnel shall be available round the clock and if a
person is multi trade specialist also it will be acceptable, however one person cannot be an
expert in more than two fields. The specialization and the capacity of the personnel deployed
shall be to the satisfaction of the department.
TTD reserves the right to inspect/witness, review any or all stages of work at site as
deemed necessary for quality assurance.
1.7.1
Inspections/Surveys on performance
1.7.1.1 Performance
It is expected that the Contractor to provide high quality facility management services. Subject to
conditions laid down in this document, the contractor is free to use equipment, manpower and
material at appropriate level (subject to TTD approval). Payment claims under contract will be
entertained only when the performance of services is found to be satisfactory. The decision of the
TTD in assessing the performance shall be final.
1.7.1.2 Payment Terms
The bill shall be prepared by the contractor in the form prescribed by TTD on monthly basis after
completion of month after deducting necessary TDS, taxes, retention money etc.. The bill, in
proper form, must be duly accompanied by details of work carried out in that month and must
show deduction for all previous payment.
The Contractor’s Bills should be prepared based on the actual work done and in proportion to the
contracted amount. If any areas/part of the areas or services to be rendered under any category
are deleted temporarily/permanently from the scope of work, the proportionate amount or the
proportionate amount on the services rendered, will be deducted and vice versa.
The FMS evaluation committee will meet once in a month or more based on the necessity and
reviews the performance of the agency. Based on the recommendations of the FMS evaluation
committee the payment will be released after deducting the fines if any imposed by the committee.
1.7.1.3 Termination of Contract
- 42 -
If the services provided by the contractor are unsatisfactory and/or grading assessed is 5 and
below on 10 point scale and/or frequent complaints are received regarding poor quality of services,
the TTD will not hesitate to rescind the contract and terminate the contract and EMD and
additional Security deposits under its custody shall stand to be forfeited along with the work done
but not paid & with held amounts. The scoring will be based on 4 points for quality of cooked
food,2.5 points for hygiene levels of personnel, 2.5 points for cleaners of area and 1. Point for over
all response or the firm. This will be evaluated by a committee to be appointed by TTD.
Consequently, the contractor shall vacate the premises within a period of one week of written
notice. TTD shall not be held liable for any cost, damage, expenses or any loss whatsoever that
the contractor may suffer on being served with the winding up notice. The contractor is required to
give 3 months notice in case he does not want to continue with the contract. However, under such
situation, EMD and Additional Security Deposit shall be forfeited along with the withheld amounts.
However, the TTD reserves the right of modifying the procedures/methods for inspections/surveys
on performance and decision of TTD is final in assessing the performance of agency.
1.7.2 Some of the workers should be trained for service man’s job because the scope of work includes
cooking, serving food etc. The work shall be strictly carried out as per the directions of TTD
Catering personnel and prescribed standards with required tools and plants. Some times TTD may
organize the training programmes for FMS workers/supervisors at Tirupati or Chennai or Bangalore
and training will be provided free of cost. However, the contractor has to provide for boarding &
lodging of sponsored workers at his cost.
1.7.3 The contractor / agency shall ensure that water and electricity shall be used judiciously without
wasting.
1.8
SCOPE OF SUPPLY
Tenderer shall use good standard quality materials/chemicals/detergents of standard
quality/make as approved by TTD from time to time for cleaning and other allied purposes. The
material used should be environmental friendly and should not be harmful to human beings. If
the materials are not of desired quality, the contractors will be required to replace the same on
the instructions of the TTD. As regards maintenance, replacement of consumable items shall as
per brands approved by the TTD.
All materials, equipment, consumables etc. required for successful completion of the works
and not specifically mentioned as to be supplied by TTD shall be supplied by the
Contractor at their sole cost and expense. Only the materials, which are specified as Free
Issue OR supplied by TTD, shall be supplied/issued by T T D and all other materials shall be
supplied by the Contractor at their cost.
1.9
TIME SCHEDULE
Initially the contract agreement shall be formulated for the 02 (Two) years which can be
extended further for a period of one year, at the discretion of the TTD, on the same terms
depending upon the Contractor’s performance which shall be reviewed at the end of each
year. However, TTD reserves the right to rescind the contract agreement at any time by
giving 1 (One) month notice, if the services of the Contractor are not found
satisfactory or up to the standards or at any stage or it is found that Tenderer has secured
the contract through fraudulent means or documents, information based on which the bid
of the successful tenderer has been accepted or non- fulfillment of any other serious
obligation on the part of the Contractor as per provision of tender/contract. The decision
of TTD in respect of above will be final in this regard.
1.10
Manpower
a.
The agency shall engage sufficient staff in 2 shifts and the staff shall be made available in 2
- 43 -
b.
shifts schedule, according to the requirement for due fulfilment of jobs under the scope of the
work.
Normally the contractor is suggested to follow the following shift timings for smooth running of
the job at the following places :
KITCHEN :
S.V.Annaprasadam ;; Tiruchanoor
from 5.00 AM to 1.00 PM for Morning/Afternoon meals preparation;
from 2.00 PM to 9.00 PM for evening meals preparation.
(during the Brahmostavams only)
Annaprasadavitharana center:: Srinivasam Complex ,Tirupati
from 5.00 AM to 1.00 PM for Morning/Afternoon meals preparation;
from 2.00 PM to 9.00 PM for evening meals preparation.
DINING HALLS:
S.V.Annaprasadam ;; Tiruchanoor
1st Shift from 10.30 A.M to 3.30 PM
2nd Shift from 7.00 PM to 10.30 PM.
(during the Brahmostavams only)
Srinivasam and VishnunivasamComplex dining halls
1st Shift
2nd shift
from 12.00 Noon to 2.30 PM
from 7.00 PM to 9.30 PM.
However the TTD has liberty to change/alter/extend the shift pattern for better results
during the tenure of contract.
c.
The Contractor shall ensure to employ the adequate experienced man power (excluding
weekly-offs) to provide satisfactory services. The contractor shall employ workers/ technicians/
supervisory staff with necessary provision for weekly offs as per labour rules and acts, without
claiming any extra payment. Hence, the contractors are advised to inspect the areas and quote
their rates accordingly. The contractor shall, make his own arrangements for the engagement
of all staff and labour, local or otherwise and for their payment, housing, feeding and
transport.
d.
Labour importation and amenities to labour and contractor’s staff shall be to the contractor’s
account. His quoted percentage shall include the expenditure towards importation of labour
amenities to labour and staff. The contractor shall quote taking into consideration the minimum
wages to be paid from time to time.
e.
It is also advised to engage the maximum labour force from in and around Tirupati,
compulsorily from HINDU religion only.
f.
The tenderer is informed that the TTD will not provide any accommodation for their
workers or staff and they will not be permitted to stay at Works premises after their
shifts are completed.
g.
It is the responsibility of the Contractor/ Firm to make arrangements for
transportation to his/ their workers/ staff
Uniforms/Identity cards and other Supplies
The cost of uniform, ID cards, aprons/gloves/caps and other items required for due fulfillment
of duties shall be borne by the contractor. TTD shall not pay any extra charges to the
Contractor against these items which are required for performing proper & efficient working.
However the model of uniform shall be got approved from TTD. The firm should provide 3
pairs (Pant & Shirt / Saree & Blouse/ Apron) of uniform to their workers. It is the responsibility
- 44 -
of the firm to issue necessary instructions to their workers/Technicians/Supervisors under their
control to wear the uniform regularly. The engaged man power / Labour shall have experience
in the related field.
NOTE: The firm shall employ only male workers/male supervisors for night shift.
1.10.1
1.10.2
Checks & Supervision
The Contractor shall ensure that its employees perform their duties efficiently by exercising
frequent surprise checks and by appointing sufficient supervisory staff as felt necessary by TTD.
In case it is found that any damage has occurred due to negligence, ignorance or not
performing the duty by the personnel of the Agency, all the losses so occurred to TTD property
shall be recovered from the amounts payable to the
contractor and his security deposits.
The contractor shall maintain all
registers/records/checklists in the areas as per directions of T.T.D. and submit daily/ periodical
reports as directed by the T.T.D. Based on TTD directions the contractor personnel have to
upload the details in the TTD computers provided in work place.
Facility Manager/Supervisor
Contractor shall employ and post experienced and qualified Supervisors for kitchen, dining halls
(one for each dining hall for each shift) and other areas (with SSC qualification and an
experience of 1 year in relevant FMS field).
One Facility Manager for each shift (with Diploma in catering & minimum 2 years experience in
FMS field) and Chief Facility Manager (with Diploma in Catering with 3 years experience) for
proper supervision, coordination and monitoring the work in the premises. They should be easily
accessible at any time. The TTD reserves the right to require change of a person if the person
posted is not found to be efficient and his services are not satisfactorily.
1.10.3
1.10.4
Indemnity
The contractor shall keep TTD indemnified against claims towards costs and expenses as may
be incurred by the TTD in connection with any claim that may be made by any workmen of the
contractor. The Contractor shall also execute an indemnity bond in favour of TTD in the
approved format, in this regard.
Discipline
Employee(s) / labourers engaged/deputed for the subject job by the contractor shall maintain
punctuality and discipline. Any misconduct / misbehavior on the part of the manpower deployed
by the Contractor shall not be tolerated and such person shall have to be replaced by the
Contractor at its own costs, risks and responsibilities immediately, with written intimation to the
TTD. However, TTD may at any time instruct to remove undesirable staff of the Service provider
at TTD’s sole discretion.
1.10.5
Prohibition
The Contractor shall ensure that its employee(s) / labourers refrain from smoking /
consuming alcohol and other intoxicant substance or carrying any inflammable substances etc.,
inside / outside the premises, while on duty and further, the contractor shall ensure to follow
the rules and regulations as enforced by TTD organization from time to time.
1.10.6
Mobilization Time
Lead-time of fifteen (15) days shall be given to the Contractor for deployment of personnel to
the site. Immediately after mobilization, the Contractor will be required to setup a store
in the premises, wherein material will be provided by contractor as per
the
advice and recommendation of the TTD. However, relevant record is to be maintained by the
Contractor for inspection of TTD at any time. The Contractor shall advice TTD from time to
time regarding reordering level of material in the store, which shall depend upon frequency of
consumption.
1.10.7
Action against damage to TTD’s prop erty
- 45 -
Any damage caused to the premises/interiors of the building and machinery in the building while
performing the contract, due to negligence of the Contractor’s manpower, shall be made good
immediately at his own cost or shall be recovered from the running/pending bills of the
Contractor. In this regard the decision of TTD shall be final. The Contractor shall strictly adhere
to the statutory regulations viz., Minimum Wages Act, PF Act, ESI scheme, Insurance & other
regulations covering labour contract. In TTD the strikes are banned and the staff of the
contractor also shall not go in for strike on whatever is the cause. If there is any incident of this
nature then the contractor shall take tough action against his erring employees/workers. TTD
will also be tough on the contractors if there any incidence of strikes in the contractor’s
organization at Tirupati. The contractor will be solely responsible for the inconvenience caused
to pilgrims and TTD in the absence of any services to be rendered to TTD on account of the
agreement due to the resorting of strikes/protest/dharna by his workers.
In case of any injury/accident is caused while the agency is carrying out its job, it is the
responsibility of the Contractor to attend to the need of the aggrieved, and the TTD
will stand indemnified against any claim/damage / compensation on legal basis.
1.10.8 Accommodation for Storage of Materials
The Department will not provide any accommodation but one small room will be provided free
of cost for office purpose and one room for store purpose. This accommodation is also based
on necessity from place to place.
1.11 Penalty
While TTD recognizes the good work of the contractor, it also would impose such deduction
penalties for services not up to the standard. Timely completion of the routine jobs, services and
attending to the complaints are the core issue in proving prompt services. Necessary Record /
Registers are to be maintained for logging the activities as directed by TTD from time to time. In
case of default/delay in carrying out the services, deduction as given under would be made.
Penalty per day after
expiring of the expected
time to be completed
Nature of work
Expected to be
Completed within
Delay in food service/ delay in cleaning
in dining halls
No complaint shall
arise.
20,000/- on each occasion
Clearing Drainage congestion -inside
building or outside building
4 hours
Rs.5,000/-
Replacement/Repair of electrical and
Plumbing/other items under the scope
of work
4 hours
Rs.5000/-
Noticing of un-hygiene condition/
failure to maintain dry condition in
dining halls, verandahs & wash areas
etc.
-
5,000/-
Failure
to
maintain
adequate
consumables, materials etc.,
-
5,000/-
….do…..
Rs 500-/- per instance per
worker
Not wearing
Uniforms
of
identity
by
cards/
any
- 46 -
worker/technician/supervisors
In addition to the above the officer-in-charge inspects the stores at random and noticing
inadequate stock of consumables maintenance materials may impose suitable penalty
subjected to the higher of Rs.10,000/- or the value of deficient stock per instance.
In addition to this the quality control reports will also be taken into consideration for imposing
necessary penalties. Further if any TTD senior officers/Catering department/Reception
department/Health department/Engineering department/ Srivari sevakulu or pilgrims
complaints on maintenance then suitable penalties (Based on the gravity of the nonperformance) will be imposed as per the conditions of the rooms/surroundings.
It is, therefore, essential that the contractor should maintain sufficient stock of frequently
used materials, machines at site and keep proper inventory/records. Levy of compensation as
above shall not absolve the contractor from his overall responsibilities. Further, suitable
penalties will be imposed as compensation towards non-completion of the routine activities
indicated in the scope of work by the Officer-in-charge. The Dy. Exe.Officer (AT) or such other
authority designated by TTD shall be the final authority for decision in such matters which
cannot be challenged.
The Contractor has to provide excellent services with devotion to God. The TTD will
closely monitor and recognize such services and to that extent an appreciation letter will be
issued to the firm.
1.12
COMPETENT AUTHORITY FOR DECISION
It shall be accepted as an inseparable part of the contract that in matters regarding
competency, efficiency, conduct and behavior, the decision of the Officer of TTD who has signed
the contract, shall be final and binding on the contractor in all such matters.
****
- 47 -
GENERAL OBLIGATIONS
(CHAPTER – II)
2.1
CONTRACTOR TO OBTAIN HIS OWN INFORMATION
The Contractor in fixing his rate shall for all purpose whatsoever is deemed to have
himself independently obtained all necessary information for the purpose of preparing his
tender. The correctness of the details, given in the Tender Document to help the Contractor
to make up the tender, is not guaranteed.
The Contractor shall be deemed to have examined the contract documents, to
have generally obtained his own information in all matters whatsoever that might affect
carrying out the works at the scheduled rates and to have satisfied himself to the
sufficiency of his tender.
Any error in description or quantity or any other aspect in scheduled rates or
omissions there from shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawings and specifications at
the scheduled rates. He is deemed to know the scope, nature and magnitude of the work
and the requirements of materials and labour and the type of work involved etc.; and as to
what all he has to do to complete the works in accordance with the contract documents
whatever be the defects, omissions or errors that may be found in the Contract
Documents. The Contractor shall be deemed to have visited the surroundings and to have
satisfied himself as to the nature of all existing structures, if any, and also as to the
nature and condition of the Railways, roads bridges and culverts, means, of transport and
communications whether by land, water or air, and as to possible interruptions, there to
and the access and agrees from the site to have made enquiries, examined and satisfied
himself as to the sites for obtaining r e q u i r e d materials to perform the work satisfactorily
as per the agreed terms, the sites for disposal of surplus materials, the available
accommodation as to whatever required as depots and such other buildings as may be
necessary for executing and completing the works, to have made local independent
enquiries as to the variations thereof, storms, prevailing winds, climatic conditions and all
other similar matters affecting these works. The Contractor is deemed to have acquainted as
to its liability for payment of Government taxes (Central, State, Local bodies) customs duty
and other charges. The Contractor is deemed to have acquainted as to its liability for
payment of Government taxes, customs duty and other charges and minimum wages (as
amended from time to time) to his staff.
Any neglect or failure on the part of the Contractor in obtaining necessary and
reliable information upon the foregoing or any other matters affecting the contract shall
not relieve him from any risks or liabilities or the entire responsibility from completion of the
works at the schedule rates and time in strict accordance with the contract documents.
No verbal agreement or inference from conversation with any officer or employee of
TTD either before or after the execution of the Contract Agreement shall in any way
affect or modify any of the terms of obligations herein contained.
2.2
FORCE MAJEURE:
Any delay in or failure of performance of either party hereto shall not constitute
default hereunder or give to any claims for damages if and to the extent such delays or
failure of performance is caused by occurrence such as Acts of God or the
public enemy; expropriation or confiscation of facilities by Government authorities,
compliance with any order or request of any Governmental authority, acts of way,
rebellion or sabotage or damage resulting there from, fires, floods, explosion, riots or
illegal strikes (not of the tenderer’s staff). The Contractor shall keep record of the
circumstances referred to above which are responsible for causing delays in the completion
of work and bring these to the notice of the TTD.
- 48 -
2.3
TERMINATION OF CONTRACT
Termination:
The Department may terminate the Contract if the contractor causes a fundamental breach of
the Contract. Fundamental breaches of Contract include, but shall not be limited to the
following.
a)
The Contractor stops work for 1 hour when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Officer-in-Charge.
b)
The Contractor is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation.
c)
The Officer-in-Charge gives Notice that failure to attend to complaints/ defects is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of time
determined by the Officer-in-Charge; and
d)
The Contractor does not maintain a security which is required and
e)
If the contractor, in the judgment of the Department has engaged in corrupt or fraudulent
practices in competing for or in the executing the contract.
For the purpose of this paragraph: “corrupt practice” means the offering, giving, receiving
or soliciting of anything of value to influence the action of a public official in the procurement
process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a contract to the detriment to the
TTD and includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish Tender prices at artificial non-competitive levels and to deprive the TTD of
the benefits of free and open competition.
Notwithstanding the above the Department may terminate the contract for convenience.
If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe
and secured and leave the Site as soon as reasonably possible.
2.4
TTD NOT BOUND BY PERSONAL REPRESENTATION
2.5
The Contractor shall not be entitled to any increase on the schedule of rates or any
other right or claim whatsoever by reason of any representation, explanation or
statement on alleged representation, promise or guarantees given or alleged to have been
given to him by any person unless otherwise covered under the agreement.
IF THE CONTRACTOR DIES
Without prejudice to any of the rights or remedies under this contract, if the contractor
dies, TTD shall have the option of terminating the contract without compensation to
the Contractor .
2.6
NOTICES
Any notice hereunder may be served on the Contractor or his duly authorized representative
at the job site or may be served by registered, e - mail,fax direct to the address furnished
by the Contractor. Proof of issue by TTD of any such notice would be conclusive of
the contractor having been duly informed of all contents therein.
2.7
BANKRUPTCY
If a petition of bankruptcy be filled by or against the Contractor , TTD may, at its opinion,
and within sixty days of the filling of such petition cancel this contract and
agreement provisions contained in Clause 2.3 above shall apply in such a case.
- 49 -
2.8
PATENTS, ROYALTIES
The Contractor, if licensed under and patent covering equipment, machinery,
materials compositions of matter to be used or supplied or methods and process to be
practiced or employed in the performance of this contract, agrees to pay all royalties and
license fees which may be due with respect thereto. If any equipment, machinery, materials,
composition of matters to be used or supplied or methods and processes to be practiced or
employed in the performance of this contract is covered by a patent, then the
Contractor, before supplying or using the equipment, machinery, materials, composition,
methods or process shall obtain such licenses and pay such royalties and license fees as
may be necessary for performances of this contract. In event the Contractor fails to pay any
such royalty or obtain any such license, any suit for infringement of such patents which is
brought against the Contractor or TTD as a result of such failure will be def ended by the
Contractor at his own expense and the Contractor will pay any damage and costs awarded in
such suit. The Contractor shall promptly notify TTD if the Contractor has acquired knowledge
of any plant under which a suit for infringement could be reasonably brought because of
the use by TTD of any equipment, machinery, materials, composition, process,
methods to the supplied hereunder.
All drawings, tracings, reproducible, models, plans, specifications and copies
thereof furnished by TTD as well as all drawings, tracings, reproducible, plans,
specifications, design, calculations etc., prepared by the Contractor for the purposes
of execution of work covered in or connected with this contract shall be the property of
TTD and shall not be used for any other work but are to be delivered to TTD at the
completion of the contract.
2.9
Where so desired by TTD , the Contractor agree s to respect the secrecy
of any documents, drawings etc., issued to him for the execution of this contract, and
restrict access to such documents, drawings etc. to the minimum and further, the
Contractor agrees to execute an individual SECRECY agreement from each or any
person employed by the Contractor having access to such documents, drawings etc. In
any event the Contractor shall not issue drawings and documents to any other agency or
individual without the written approval by TTD.
LIEN
If, at any time, there should be evidence of any lien or claim for which TTD
might have become liable and which is chargeable to the Contractor, TTD shall have
the right to retain out of any payment then due or thereafter becomes due an
amount sufficient to completely indemnify TTD against such lien or claim and if such lien
or claim be valid TTD may pay and discharge the same and deduct the amount so paid
from any money which may be or may become due and payable to the Contractor. If
any lien or claim remaining unsatisfied after all payments are made, the Contractor
shall refund or pay to TTD all moneys that the latter may be compelled to pay indischarging such lien or claim including all costs and reasonable expenses.
The final payment shall not become due until the Contractor delivers to the
TTD as complete release or waiver of all liens arising or which may arise out of this
agreement or receipts in full or certification by the Contractor in a form approved by
TTD that all invoices for labour, materials and services have been paid in lieu thereof and
if required by the TTD in any case, an affidavit that so far as the Contractor has
knowledge or information the releases and receipts include all the labour and material
for which a lien could be filled.
Con tractor will indemnify and hold TTD harmless for a period of two years after
the issue of final certificate from all liens and other encumbrances against TTD on account
of debts or claims alleged to be due from the Contractor or his sub-Contractor to
any person including sub-Contractors and on behalf of TTD will defend at his own
- 50 -
expenses any claim or litigation in connection therewith Contractor shall defend or
contest at his own expense any fresh claim or litigation brought against TTD or the
Contractor by person including even after the expiry of two years from the date of issue of
final certificate.
Contractor shall indemnify and save harmless TTD from and against all actions,
suits proceedings, losses, costs damages, charges, claims and demands of every nature
and description brought or recovered against TTD by reason of any act or omission of
the Contractor , his agents or employees in the execution of the work or in regarding the
same. All sums payable by way of compensation under any of these conditions
shall be considered as reasonable compensation to be applied to the use of TTD
without references to the actual loss or damage sustained and whether or not any
damage shall have been sustained.
2.10
P UBLICITY
Contractor shall not disclose details of the work to any person or persons except those
engaged in its performance, and only to the extent required for the particular portion of
the work being done.
Contractor will not give any items concerning details of the work to the press or a news
dissemination agency without prior written approval from TTD. Contractor shall not take
any picture on site without specific written approval of TTD representative.
2.11
BILL OF QUANTITES TO BE INCLUSIVE
All the rates furnished in the tender shall be inclusive of all Labour, machinery and material
charges including all duties, wages to be hiked from time to time, service tax, other taxes if any,
No extra claim what-so-ever on this account will be entertained.
2.12
ARTICLES OF VALUE FOUND
All gold, silver and other minerals of any description and all precious stones, coins, treasure,
relics, antiquities and other similar things which shall be found in, under or upon the site
shall be the property of T T D and the C o n t r a c t o r shall only preserve the same to the
satisfaction of the TTD and shall from time to time deliver the same to such person or
persons indicated by the TTD.
- 51 -
CERTIFICATE AND PAYMENTS
(CHAP TER – III)
3.1
MOBILISATION ADVANCE
No mobilization advance shall be paid for the subject work.
3.2
Payment Terms
3.2.1 Performance
It is expected that the Contractor to provide high quality facility management services.
Subject to conditions laid down in this document, the contractor is free to use equipment,
manpower and material at appropriate level (subject to TTD approval). Payment claims
under contract will be entertained ONLY when the performance of services is found to be
satisfactory. The decision of the TTD in assessing the performance shall be final.
3.2.2 Payment Terms
The bill shall be prepared by the contractor in the form prescribed by TTD on monthly basis
after completion of month after deducting necessary TDS, taxes, retention money etc.. The
bill, in proper form, must be duly accompanied by details of work carried out in that month
and must show deduction for all previous payment.
The Contractor’s Bills should be prepared based on the actual work done and in proportion
to the contracted amount. If any areas/part of the areas or scope of work under any
category are deleted temporarily/permanently from the scope of work, the proportionate
amount scope of work basis, will be deducted and vice versa.
The FMS evaluation committee will meet once in a month or more based on the necessity
and reviews the performance of the agency. Based on the recommendations of the FMS
evaluation committee the payment will be released after deducting the fines if any imposed
by the committee.
3.2.3 Termination of Contract
If the services provided by the contractor are unsatisfactory and/or grading assessed is 5
and below on 10 point scale and/or frequent complaints are received regarding poor quality
of services, the TTD will not hesitate to rescind the contract and terminate the contract and
EMD and additional Security deposits under its custody shall stand to be forfeited along with
the work done but not paid & with held amounts. Consequently, the contractor shall vacate
the premises within a period of one week of written notice. TTD shall not be held liable for
any cost, damage, expenses or any loss whatsoever that the contractor may suffer on being
served with the winding up notice. The contractor is required to give 3 months notice in case
he does not want to continue with the contract. However, under such situation, EMD and
Additional Security Deposit shall be forfeited along with the withheld amounts.
3.3 . Compliance with all statutory requirements:
The Contractor shall comply with all statutory requirements prescribed by the local as well as
state & central government authorities from time to time and submit a monthly report along
with all the required proof of compliance to the employer along with the monthly invoice. The
contractor shall produce all the relevant statutory documents for inspection by the employer
and the government authorities.
3.4 Non-Transferability of Tender/Contract.
TTD will accept the tender documents only from the tenderer to whom it was issued and will
deal only such person or parties who are duly represented. Accordingly, the contract will be
entered into with such person or parties whose name is mentioned in the tender documents.
No transfer of tender or contract will be entertained.
3.5 Sub-letting of contract
The Contractor shall not sublet the work. However, he may be required to depute specialized
agencies for a particular work, approval of which may be sought from the TTD before
appointing. It shall be entirely contractor’s responsibility to pay timely such agencies without
any implication on the work.
- 52 -
3.6 Dispute & Differences:
Decision of the TTD regarding performance of contract, levy of compensation for Delay etc.,
and payments for contract work of extra work done shall be final and binding on the
contractor. However, any dispute arising out of this contract can be referred to Arbit ration as
per Indian Arbitration and Conciliation Act 1996.
3.7 Competent Authority for Decision
It shall be accepted as an inseparable part of the contract that in matters regarding
competency, efficiency, conduct and behavior, the decision of the Offic er of TTD who has
signed the contract, shall be final and binding on the contractor in all such matters.
3.8.
PERFORMANCE/ COMPLETION CERTIFICATE
Application for Performance/Completion Certificate:
When the Contractor fulfills his obligation under the Contract he shall be eligible to apply for
performance / completion certificate.
TTD shall issue to the Contractor the performance/completion certificate within three
months after receiving an application in writing from Contractor after verifying from the
completion documents and satisfying himself that the work/service has been completed in
accordance with the contract documents.
- 53 -
TAXES & DUTIES
(CHAPTER – IV)
4.1
Taxes & Duties
(1) The prices shall be inclusive of all taxes and levies including Service Tax as applicable
from time to time.
(2) The taxes quoted should include applicable VAT/ sales Tax/ Service Tax etc., duties
and
any other levy attracted to the item applicable from time to time. No extra
taxes & duties will be paid apart from the amount quoted. TTD will not reimburse
any of the taxes paid by the tenderer during the tenure of the contract. TTD shall be
authorized to deduct any tax as applicable from the bidder.
(3) Deduction of all statutory and necessary Tax from each bill will be made as per
Government Orders prevailing at the time of payment. Necessary tax deduction
certificate will be issued on demand by the company.
4.2
DISPUTE & DIFFERENCES
Decision of the TTD regarding performance of contract, levy of compensation for Delay etc., and
payments for contract work of extra work done shall be final and binding on the contractor.
However, any dispute arising out of this contract can be referred to Arbitration as per Indian
Arbitration and Conciliation Act 1996.
4.3
JURISDICTION
For the purpose of the notice inviting tender for facility management services, acceptance of
tender and its finalization and agreement, shall be deemed to have taken place within the state of
ANDHRA PRADESH and the courts in ANDHRA PRADESH shall have jurisdiction over the matters
arising under or out of this agreement.
5.5
Insurance:
21. Insurance
a)
The contractor shall provide necessary insurance coverage to his workmen engaged in the
execution of the contract so as to compensate the workman in case of any accidental injury
or death during the course of performing his duty. The insurance cost of personnel shall be
borne by the contractor.
The contactor shall also obtain workmen compensation policy for an amount at least Rs.2.00
Lakhs per employee and covering all the staff during the contract period for deployment at
site.
The contractor is also required to obtain third party insurance for each incident as follows:
a. Personal injury
b. Property Damage
b)
…
…
Rs.3.00 Lakhs
Rs.3.00 Lakhs
Policies and certificates of insurance shall be delivered by the Contractor to the Engineer-incharge at the time of concluding Agreement. All such insurance shall provide for compensation to
be payable to rectify the loss or damage incurred.
i)
The contractor shall furnish insurance policy in force in accordance with proposal furnished in
the Tender and approved by the Department for concluding the agreement.
ii)
The contractor shall also pay regularly the subsequent insurance premium and produce
necessary receipt to the officer-in-Charge, well in advance.
iii)
In case of failure to act in the above said manner the department will pay the premium and
double the amount will be recovered from the Contractors payments.
c) Alterations to the terms of insurance shall not be made without the approval of the Officer-in-Charge.
- 54 -
LABOUR LAWS AND SAFETY REGULATIONS
(CHAPTER – V)
5.1
LABOUR LAWS
i)
ii)
iii)
iv)
5.2
No staff below the age of 18 (eighteen) years shall be employed on the work.
The Contractor shall not pay less than what is provided under law to personnel
engaged by him or his sub -Contractors on this work, for work done other than on
item rates basis.
The Contractor shall at his expenses comply with all labour laws and keep the TTD
indemnified in respect thereof.
The Contractor shall exclusively be liable for non -compliance of the provision of any
Acts, laws, rules and regulations having bearing over engagement of labour
/ workers(s), directly or indirectly for subject work under this Contract.
CONTRACTOR TO INDEMNIFY TTD
i)
The Contractor shall indemnify TTD and every member, officer and employee of
TTD , claims, demands, costs and expenses whatsoever arising out of any failure by the
Contractor in the performance of the obligations on relevant labour laws, Acts,
regulations, etc. and under the contract documents. TTD shall not be liable for or in
respect of any demand or compensation payable by law in respect or in consequence
of any accident or injury to any workmen or other person in the employment of the
Contractor or his sub -Contractor and Contractor shall indemnify and keep indemnified
TTD against all such damage and compensation and against all claims, damage,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation
thereto.
ii)
The Contractor hereby undertakes to indemnify TTD against all actions, suits,
proceedings, claims, losses, damages etc., which may arise under Minimum Wages
Act, Fatal Accident Act, Workmen Compensation Act, S hops & Establishment Act,
Family pension & Deposit Linked Insurance scheme or any other Act or statutes not
herein specifically mentioned but having any direct or indirect application for the
person(s) engaged under this contract by him.
iii)
The Contractor shall defend, indemnify and hold TTD h a r m l e s s from any liability,
which may be imposed by the Central, State or local authorities and also from all
claims, suits arising out of or by reason of the work provided by this contract
including any liability that may arise out of accident, whether brought by the
employees/labourers of the Contractor or by the third parties or by the Central or State
Government authority or any sub -division thereof.
iv)
TTD shall not be responsible for any claim/compensation that may arise due to
damages/injuries/pilferage to the C o n t r a c t o r ’ s employee(s)/ staff/labourers under any
circumstances while an employee(s) /labourer is engaged in the TTD's duty under the
contract.
v)
The Contractor shall make regular and full payment of wages/salaries
including overtime/night halt allowance etc. as applicable as p e r rules in force
and any other payments due to his employees/labourers and furnish necessary
proof whenever required by TTD.
- 55 -
vi)
Payment of Claims and Damages
Should TTD have to pay any money in respect of such claims or demands as
aforesaid the amount so paid and the costs incurred by TTD shall be charged and
paid by the Contractor and the Contractor shall not be at liberty to dispute or
question the right of T T D to make such payments, notwithstanding same may have
been made without his consent or authority or in law or otherwise to the contrary.
vii)
In every case in which by virtue of the provision of section 12, sub section (1) of workmen’s compensation Act 1923 or other applicable provision
of Workman’s Compensation Act of any other Act, TTD is obliged to pay compensation
to workman employed by the Contractor in execution of the Works, TTD will
recover from the Contractor the amount of the compensation so paid; and without
prejudice to the rights under section 12, sub-section (2) of the said Act, TTD shall be
at liberty to recover such amount or any thereof by deducting it from the security
deposit or from any sum due to the Contractor whether under this contract or
otherwise. TTD shall not be bound to contest any claim made under section 12,
sub-section (1) of the said Act, except on the written request of the Contractor
and upon his giving to TTD full security for all costs for which might become liable
in consequence of contesting such claim.
vii) Employment Liability
a)
The Contractor shall be solely and exclusively responsible for engaging
or employing persons for the execution of work. All employees engaged by
the Contractor shall be on his/their pay-roll and paid by him/them. All
disputes or differences between the Contractor and his/their employees shall
be settled by him/them. TTD has absolutely no liability whatsoever concerning
the employees of the Contractor. The Contractor shall indemnify the TTD against
all loss or damage or liability arising out of or in the course of his/their employing
persons or relations with his/their employees. The Contractor shall make
regular and full payment of wages and salaries to his employees and furnish
necessary proof whenever required by the TTD . In case of any genuine complaint
by any employee of the Contractor or his sub -Contractor regarding non -payment
of wages, salaries or other dues, TTD reserves the right to make such
payments directly to such employee or sub -Contractor of the Contractor and
recover the amount in full along with hefty penalty for the default from the bills of
the Contractor , and the Contractor shall not claim any compensation or reimbursement thereof. The Contractor shall comply with the Minimum wages Act
applicable to the area with regard to payment of wages of his employees and also
of employees of his sub-Contractor.
b) The Contractor shall advise in writing to all his employees and the employees of his
sub-Contractor as follows:
“It is to be fully understood that your appointment is only in connection with
our facility management contract with TTD and that it does not give you any right
or claim for employment with TTD ”.
5.3
FAIR WAGE CLAUSE
The contractor shall pay not less than fair wages to labourers engaged by him on the work. The
contractor shall ensure to pay minimum wages with applicable VDA as per revisions made by
Govt. of A.P from time to time and PF & ESI contributions regularly as per rules.
“Fair” wages means wages whether for time of piecework notified by the Government from time
in the area in which the work is situated.
- 56 -
The contractor shall not with-standing the revisions of any contract to the contrary cause to be
paid to the labour, in directly engaged on the work including any labour engaged by the subcontractor in connection with the said work, as if the labourers had been directly employed by
him.
In respect of labour directly or indirectly employed in the works for the purpose of the
contractors part of the agreement the contractor shall comply with the rules and regulations on
the maintenance of suitable records prescribed for this purpose from time to time by the
Government. He shall maintain his accounts and vouchers on the payment of wages to the
labourers to the satisfaction of the officer-in-charge.
The officer-in-charge shall have the right to call for such record as required to satisfy himself on
the payment of fair wages to the labourers and shall have the right to deduct from the contract
amount a suitable amount for making good the loss suffered by the worker or workers by reason
of the “fair wages” clause to the workers.
The contractor shall be primarily liable for all payments to be made and for the observance of
the regulations framed by the Govt. from time to time without prejudice to his right to claim
indemnity from his sub-contractors.
As per contract labour (Regulation and abolition) Act. 1970 the contractor has to produce the
license obtained from the licensing officers of the labour department along with the tender or at
the time of agreement.
Any violation of the conditions above shall be deemed to be a breach of his contract.
Equal wages are to be paid for both men and women if the nature of work is same and similar.
The contractor shall arrange for the recruitment of skilled and unskilled labour local and
imported to the extent necessary to complete the work within the agreed period as directed by
the officer-in-charge in writing.
5.4
COMPLIANCE WITH LABOUR REGULATIONS
During continuance of the contract, the contractor and his sub contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notifications that may be issued
under any labour law in future either by the State or the Central Government or the local
authority and also applicable labour regulations, health and sanitary arrangements for workmen,
insurance and other benefits. Salient features of some of the major labour laws that are
applicable to industry are given below. The contractor shall keep the Department indemnified in
case any action is taken
against Department by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or
notifications including amendments. If the Department is caused to pay or reimburse, such
amounts as may be necessary to cause or observe, or for non-observance of the provision
stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on
the part of the contractor, the officer-in-charge /Department shall have the right to deduct any
money due to the contractor including his amount of performance security.
The
Department/officer-in-charge shall also have right to recover from the contractor any sum
required or estimated to be required for making good the loss or damage suffered by the
Department.
The employees of the Contractor and the Sub-contractor in no case shall be treated as of the
Department (TTD) at any point of time.
- 57 -
5.5
Salient features of some major labour laws applicable to establishment engaged in
work:
a)
b)
5.6
Workmen compensation Act 1923: The Act provides for compensation in case if injury by
accident arising out of and during the course of employment.
Employees P.F. and Miscellaneous provision Act 1952: The Act provides for monthly
contributions by the Department plus workers @ prevailing rates The benefits payable
under the Act are:
(i)
Pension or family pension on retirement or death, as the case may be.
(ii)
Deposit linked insurance on the death in harness of the worker.
(iii)
Payment of P.F. accumulation on retirement/death etc.,
c)
Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare
measures to be provided by the contractor to contract labour and in case the Contractor fails
to provide, the same are required to be provided by the Principal Department by Law. The
Principal Department is required to take certificate of Registration and the contractor is
required to take license from the designated Officer. The Act is applicable to the
establishments or Contractor of Principal Department if they employ 20 or more contract
labour.
d)
Minimum wages Act 1948: The Department is supposed to pay not less than the Minimum
wages fixed by appropriate Government as per provisions of the Act if the employment is a
scheduled employment.
e)
Payment of wages Act 1936: It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
f)
Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of
equal nature to Male or Female workers and for not making discrimination against Female
employee in the matters of transfers, training and promotions etc.
g)
Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulation of
employment of children in all other occupations and processes; Employment Child Labour is
prohibited in Building and Construction Industry.
SAFETY REGULATIONS
i.
The contractor shall take necessary precautions for safety of the workers and preserving
their health while working in such jobs, which require special protection and precautions.
The following are some of the measures listed but they are not exhaustive and contractor
shall add to and augment these precautions on his own initiative where necessary and shall
comply with directions issued by the Executive Engineer or on his behalf from time to time
and at all times.
ii.
Supply work men with proper belts, ropes etc., when working at restricted places.
iii.
Taking necessary steps towards training the workers concerned on the machinery before
they are allowed to handle them independently and taking all necessary precautions in and
around the areas where machines and similar units are working. In respect of all staff,
directly or indirectly employed in the work for the performance of Contractor’s part of
this agreement, the Contractor shall at his own expense arrange for all the safety
provisions as per safety codes of CPWD, Indian Standards Institution, the Electricity Act,
and such other Acts as applicable.
- 58 -
Annexure - I
List of General Sanitary consumables, machinery and accessories are given below for guidance.
(The materials shall confirm to ISI as per the make of ISI wherever applicable)
Equipment : the following tools and chemicals are suggested, however the firms can use the same or
equivalent materials for due performance of the job.
Taski Swingo 3500 ( Ride-on Scrubber) – 2 Nos
Taski Swingo 755E (Walk Behind Auto Scrubber) – 4 Nos
Taski Ergo disc 165 (Single Disc machine) – 2Nos
Taski Vacumat 22 (Wet & Dry Vacuum Cleaner) – 4 Nos
Jonmaster Kobra (Sweeper) – 2 Nos
Jonmaster Danubio (High pressure Jet) – 2 Nos
Mops & Tools:
Kentucky Dry Mopping System – 20 Nos
Fred Wet Mopping System – 10 Nos
Glass Cleaning Kit – 2 Nos
Telescopic pole 9 mts – 2 Nos
Telescopic Pole 11 mts - 2 Nos
Wet Floor Sign Boards – 5 Nos
Carry Basket – 10 Nos
Hand Pads with Holders – 10 Nos
Cob Web Brushes – 5 Nos
Jobby Dust Pan with Broom – 5 Nos
Plastic Floor Squezees – 10 Nos
Chemicals:Dining Halls:
Suma Extra or equivalent approved Chemical : Food Grade Floor Cleaner Concentrate for Dining Halls floor
cleaner
Suma Bac or equivalent approved Chemical: All purpose cleaner / sanitizer Concentrate for tables
Food Preparation Area:
Suma Det or equivalent approved Chemical: Manual Dish washing Detergent Concentrate
Suma Break up or equivalent approved Chemical: Floor cleaner concentrate
Suma Grill or equivalent approved Chemical: Oven / Grill Cleaner Concentrate
Suma Drain or equivalent approved Chemical: Drain Cleaner and Maintainer.
Suma Tab or equivalent approved Chemical: Sanitizing tablets.
Washroom:
1) Taski R1 Super or equivalent approved Chemical: Bathroom Cleaner-Cum-Sanitizer Concentrate.
2) Harpic Chemical: Toilet Bowl Cleaner
3) Crew Emerel or equivalent approved Chemical: Multi Surface Cream Cleanser
4) Power Pads
5) Taski R3: Glass Cleaner Concentrate.
6) Descaler
7) Taski R5 Air freshener or equivalent
Corridors:
Taski Spiral or equivalent approved Chemical: Floor Cleaner Concentrate.
The contractor shall procure all the materials required for carrying out the repairs of Civil, Electrical,
water supply and Sanitary etc.
Note: -The Materials (consumables) as noted above are for guidance. The tenderer is free to use the
required consumable for best performance duly getting approval from TTD.
- 59 -
BILL OF QUANTITIES
(Financial Proposal)
RATES SHOULD BE QUOTED IN THE FOLLOWING FORMAT
Sl.
N
o.
Probabl
e Period
of
Contrac
t
24
Months
1.
Rate in Figure
(Rupees) per
month
Description
Total Amount
in figures
(in Rupees) for
24 months
Providing
“FACILITY
MANAGEMENT
SERVICES FOR KITCHEN AND DINING
HALL
MANAGEMENT
PREPARATION
AND
DISTRIBUTION
OF
ANNAPRASADAMS
INCLUDING
TRANSPORTATION
OF
FOOD,
SANITATION AND MAINTENANCE OF
S.V.ANNAPRASADAM,TIRUCHANOOR
AND
‘ANNAPRASADA
VITHARANA
CENTRES’ AT SRINIVASAM & VISHNU
NIVASAM
COMPLEXES,
AND
GOVERNMENT /TTD HOSPITALS AT
TIRUPATI” for areas furnished in AnnexureII and as per terms & conditions.
Total amount for 24 months in words:
The contractor shall quote his offer for above items considering all the activities indicated
in the scope of work including labour force to be deployed by the tenderer for the
satisfactory service levels, machinery, materials and consumables including transportation,
taxes and overheads, Toll gate fee etc., as applicable and required for satisfactory
performance of the contract
Whenever additional canteens or areas are added or deleted, the rate for additional areas
will be considered accordingly and paid/recovered on plinth area basis of the building.
NOTE:
(1) The tenderer is informed that the TTD will not provide any accommodation for their workers
or staff and they will not be permitted to stay at works premises after their shifts are
completed.
- 60 -
(2) It is the responsibility of the Contractor/ Firm to make arrangements for
transportation to his/ their workers/ staff.
(3) The tenderer should furnish the minimum No. of workers and equipments to be provided by
him to carry out the job along with financial Bid. All the equipment to be placed shall be new or
in sound condition.
(4) The Department will provide a room for office
purpose and for accommodation of the
Supervisory staff. The department will provide one store room for storing consumables,
machinery etc., free of cost. In each area, one small room will be provided for local store
purpose free of cost
(5)The prices shall be inclusive of all taxes and levies including Service Tax as applicable from time
to time.
(6)The taxes quoted should include VAT, sales Tax, Service Tax etc., duties Toll gate fee and any
other levy
attracted to the item applicable from time to time. No extra taxes & duties will be paid apart
from the
amount quoted.
(7) TTD shall be authorized to deduct any tax as applicable from the bidder.
(8) Deduction of all statutory and necessary Tax from each bill will be made as per Government
Orders prevailing at the time of payment. Necessary tax deduction certificate will be issued on
demand by the company.
Date:
Signature & Seal of the tenderer
Name and Address:
- 61 -
Annexure -II
Areas covered under this scope of work
SRINIVASAM COMPLEX,TIRUPATI:
1
Kitchen area
:
2
Dining hall-1
:
3
Dining hall-2
:
4
Vegetable cutting area
and store rooms
:
5
Hand Wash areas
:
VISHNU NIVASAM COMPLEX,TIRUPATI :
1
Dining areas
:
2
Vessels cleaning area
:
3
Office, passage areas
:
4
Store room areas
:
5
Toilets & Wash hand
areas
:
S.V.ANNAPRASADAM:: TIRUCHANOOR
1
Dining areas
:
2
Kitchen area
:
3
Vessels cleaning area
:
4
Office, passage areas
:
5
Store room areas
:
6
Hand Wash areas
Dy.E.O(AT)
- 62 -