ि ई-ि fRदा ा
ा k ौद ोf Vा
(ए ा f f Vा f 2006 f f ` तहत ाf त) ( ा , ा त ा द ा ा Vाf त Vा )
f , , 5, ो ¸ -342037( ो : 0291- 2659520, 0291- 2659521)
15622(6)/BLDG-HORTICULTURE/2018 fद ा 20/01/2022
ि ई-ि fRदा ा
fR -ि , ोR ¸ Rा ा Rा औ R
ा ो ह` ¸ ाRिR ि fRदा ि `
ाl
ा k ौद ोf Vा ो ¸ (f ) ओ ` -f ा k ा त f f दा f , ो ¸ Vा
f , ो ¸ Vा ा ा ी औ ा ो (2500sqm) हत¸` ए ईए , ` `, ए kए ए , ` ` ी ˛ त ` ` दा `
f , ो ¸ ाई ǐ ा f ई-f f दा ह`त¸ f त ता ह I f ` द ा ा ा f ा ा f ह ` ा f ा , ा f ` ` 7 , ा k Vा /f ा f त ा ो f ाfदत f ा ह I ई-f f दा ोf औ ई- f f दा द ता ` ात ˛ CPP ो ( ी ी ी ी) ए f ाई ▇▇▇▇▇://▇▇▇▇.▇▇.▇▇/▇▇▇▇▇▇▇/▇▇▇▇▇▇▇ 7 ह I
f f दा ा ` ¸ ो ह f f f दा ी द ो f त ` ` ` ई f f दा द ता ` fदए ए f दˇ ए तfi ो
ा ा ी ढ़ , औ 7 ` ाद हk ो k द f त I
f f दा ` f ए `द ` ाई ा ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇(▇▇▇▇ Portal) ` हk ी ा f ा ा ` ा, ोई ा ी ा हk f ा ाए ा, f , ो ¸ , Vा ` ा f ा f ी ा ताए
ाf / / ए ी /f f दा ा ो ी ा ा ी ा ` ा f ा f त ह I
ई- f f दा द ा ी:-
ाइ f f दा ा ` ा f fतfV: | 20/01/2022 ा 6:00 |
ाइ f f दा ा ` fत fतfV: | 31-01-2022 ाह 2:00 |
Pre-Bid Date & Time for receipt of query / clarification on the tender if any. Query / clarification to be sent by e-mail only | ▇▇▇▇▇▇▇▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇.▇▇ 24/1/2022, 3:00 PM |
f f दा ¸ ` ा fतfV ए (त ी ): | 01-02-2022, ाह 4:00 |
f ती f f दा ¸ ` fतfV ए ो - अर्नेस्ट मर्नी आवश्यक: रु. 25,000/- नर्नफ्ट के पक्ष में डीडी के | त ी ो ता ` ा ` f f दा ा ो रूf प मf ें तो f ा म ें ाद ेय` IाI , |
f f दा ¸ǐ -
ाइ `द ` ो ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇(▇▇▇▇ Portal) ी ˛ त हो ा
¸f f9 त If ी ी f fत(द ता ` ी fद) ` ा ` , ` ाइ ा f ए ए द ता ` ो हk ǐ ा ` f ए f ा f ा ाए ाI
ा: ह ई-f f दा 19 ˛ ( ` fहत) ह , f f दा ा ` ¸ ो ह ी ˛ ह ता 7
ो ी ाइ ा I
f , 5, ो ¸ - 342037, ा Vा
ता:-0291–2659520; ाई ▇▇▇.▇▇▇▇.▇▇.▇▇/▇▇▇▇▇▇▇
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
ा k ौद ोf Vा
(ए ा f f Vा f 2006 f f ` तहत ाf त) ( ा , ा त ा द ा ा Vाf त Vा )
f , , 5, ो ¸ -342037( ो : 0291- 2659520, 0291- 2659521)
Notice Inviting E-Tender
National Institute of Fashion Technology (NIFT), Jodhpur invites online short notice e-Tender in two Bid systems for Horticulture and Plantation work (2500 sqm) to NIFT, Jodhpur Centre from the Registered contractor of CPWD ,MES, Railways, MTNL, SAIL, other Govt. Deptt. or who have executed related works in Govt. deptt ,PSUs, Government Institutes/bodies. As per details of e-tender document. The e-tender notice and e-tender documents are available on CPPP Portal.
i.e. ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ and same is also available for viewing on the “Tenders” link of the NIFT website i.e. ▇▇▇▇▇://▇▇▇▇.▇▇.▇▇/▇▇▇▇▇▇▇/▇▇▇▇▇▇▇ .
The Tenderers are requested to read the instructions in the e-Tender; Terms and conditions carefully before quoting the rates in Tender Schedule and comply with the same there after amendments made if any. Application to this tender will be accepted only through the online mode through ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal). No other mode of tender shall be considered as such tender shall not be accepted. The right to accept or reject any/ or all the tenders/quotations from any or all parties without assigning any reason is reserved to NIFT.
Time Schedule for Tender Process:
OPENING DATE FOR ONLINE SUBMISSION OF TENDER | 20/01/2022 from 6:00 PM |
CLOSING DATE FOR ONLINE SUBMISSION OF TENDER | 31-01-2022 up to 2.00 PM |
Pre-Bid Date & Time for receipt of query / clarification on the tender if any. Query / clarification to be sent by e-mail only | ▇▇▇▇▇▇▇▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇.▇▇ 24/1/2022, 3:00 PM |
Date and time of opening of tender (Technical Bid) | 01-02-2022 up to 4.00 PM |
Opening Date and Time of Financial Bid(s) | will be notified to the technically qualified bidders only |
Note:- Tender Fee- Nil
Earnest Money Required: Rs. 25,000/- in the form of DD in favour of NIFT, payable at Jodhpur
For applying online, the Firm should get itself registered at
▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal).
Only documents submitted online only will be considered for evaluation.
Note: This tender document contains 19 pages (Total no. of pages including Annexures)and bidders are requested to submit the signed and scanned all the pages.
NIFT CAMPUS, KARWAR, JODHPUR- 342037, RAJASTHAN
Ph: 0291 – 2659520; website:- ▇▇▇.▇▇▇▇.▇▇.▇▇/▇▇▇▇▇▇▇
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
INDEX
S. No. | Particulars | Page No. |
1. | Introduction | 4 |
2. | Notice Inviting E-Tender | 4 |
3. | Process of online Registration & Submission of Bids | 5 |
4. | Selection Criteria of Bidder | 6 |
5. | Terms & Conditions | 7-13 |
6 | Technical bid | 14 |
7 | Undertakings Annexures | 15 |
8 | Price Bid | 16-17 |
9 | Drawing | 18-19 |
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
1. INTRODUCTION
National Institute of Fashion Technology (NIFT) is a statutory Body governed by the NIFT Act 2006 & set up by the Ministry of Textile, Govt. of India for the promotion and development of education and research in field of Fashion Technology. NIFT provides Fashion business education across the country through its network of 17 campuses. NIFT has its head office at New Delhi with its campuses located at Bengaluru, Bhopal, Bhubaneswar, Chennai, Gandhi Nagar, Hyderabad, Jodhpur, Kangra, Kannur, Kolkota, Mumbai, New Delhi, Patna, Punchkula, Raebareli, Shillong and Srinagar.
NIFT, Jodhpur campus was established in the year 2010 and imparting education to 5 (Five) undergraduate and 1 (One) post graduate programmes. However the present campus of NIFT, Jodhpur has been shifted in its permanent new building in 2015-16 at Karwar, Jodhpur.
2. NOTICE INVITING E-TENDER
National Institute of Fashion Technology (NIFT), Jodhpur invites online e-Tender in two Bid systems for Horticulture and Plantation works(2500 sqm) to NIFT, Jodhpur Centre from the Registered contractor of CPWD ,MES, Railways, MTNL, SAIL, other Govt. Deptt. or who have executed related works in Govt. deptt ,PSUs, Government Institutes/bodies. As per details of e-tender document. The e-tender notice and e-tender documents are available on CPPP Portal. As per details given in Technical Bid (Annexure-I). The Tenderers are requested to read the instructions in the e-Tender; Terms and conditions carefully before quoting the rates in quotations/Tender schedule and comply with the same there after amendments made if any. Application to this tender will be accepted only through the online mode ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal). No other mode of tender shall be considered and such tender shall not be accepted. The right to accept or reject any / or all the tenders from any or all parties without assigning any reason is reserved.
Time Schedule for Tender Process:
OPENING DATE FOR ONLINE SUBMISSION OF TENDER | 20/01/2022 from 6:00 PM |
CLOSING DATE FOR ONLINE SUBMISSION OF TENDER | 31-01-2022 up to 2.00 PM |
Pre-Bid Date & Time for receipt of query / clarification on the tender if any. Query / clarification to be sent by e- mail only | ▇▇▇▇▇▇▇▇.▇▇▇▇▇▇▇@▇▇▇▇.▇▇.▇▇ 24/1/2022, 3:00 PM |
Date and time of opening of tender (Technical Bid) | 01-02-2022 up to 4.00 PM |
Opening Date and Time of Financial Bid(s) | will be notified to the technically qualified bidders only |
It is highly recommended that the bidders should not to wait till the last date of bid submission to avoid complications like internet connectivity issue, network problems, system crash down, power failure, browser compatibility issue, system compatibility issue, improper digital signature certificate problem etc. In view of this context National Institute of Fashion Technology will not be responsible for any such eventualities.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
3. PROCESS OF ONLINE REGISTRATION & SUBMISSION OF BIDS
a) Interested bidders should apply online and submit their tender and the bids along with scanned copies of all the relevant certificates, documents, etc. in support of their technical & price bids – all duly signed – on the ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal). Tender document is also available for viewing on the “tenders” link of the NIFT website i.e. ▇▇▇▇://▇▇▇▇.▇▇.▇▇/▇▇▇▇▇▇▇.
b) Applications/Bid to this tender will be accepted only through the online mode through ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal) No other mode of application will be considered & the application will not be accepted.
c) For applying online, the firm should get itself registered at
▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal).
d) The bidder needs to mention his Company Name, Address and User-ID to register in CPPP Portal.
e) The basic requirements for registration and applying for tender online are as under:
⮚ Operating System should be at least windows 7.
⮚ Java version: Java 8 updates 25.
⮚ Use Internet Explorer 8 and above.
⮚ All java add-ons must be enabled in the system.
⮚ Always use Class III B Digital Signature Certificates (DSC) having Signing andEncryption both.
f) The bidder should ensure that it complies with the above requirements before applyingfor tender upto 31-01-2022 2:00 PM
g) The tenderer must upload self-attested copies of all the relevant documents and send required Bid Security (Earnest Money Deposit) on or before the closing date of the tender.
h) Documents submitted online only will be considered for evaluation.
i) Online financial bid may be submitted/filled separately as per format given in CPP Portal (Financial Bid).
j) The online financial bid will be opened on the date which will be communicated to only those bidders who are found to be technically qualified after evaluation of technical bids.
k) The interested bidders are advised to read carefully the entire tender document before submitting their tender and the tender documents not received online in prescribed format and/or are found incomplete in any respect will be summarily rejected.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
4. SELECTION CRITERIA OF BIDDER
The selection of eligible bidder will be based as per following terms & Conditions:
Technical Bid: The financial bid will be opened only of those bidders who will qualify technical bid.
Financial Bid: The financial Bid(s) will be evaluated on the basis of Grand total value of the) (including GST, all charges/ etc. & the work order will be issued on Grand total value of the scope of works Horticulture and Plantation works at NIFT, Jodhpur campus.
5. DOCUMENTS REQUIRED
Tender shall be accompanied by the relevant documents with Technical Bid (Annexure–I)
duly certified by the firm.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
6. Basic Requirements terms & Conditions
The basic requirements for registration and applying for tender online are as under:
1. In case, the tender document not received online in prescribed format and/or found incomplete in any respect, the tender offer will be summarily rejected.
2. Only the Technical Bids will be opened on the date of online tender opening. Price bids of only those bidders will be considered for opening whose offer is complete and technically acceptable in all respects.
3. The name and address of the tenderer shall be clearly written in the space provided in e- tender. The tender should be filled in and submitted in strict accordance with the instructions laid down here in; otherwise the tender is liable to be ignored.
4. Bid Security (Earnest Money Deposit): The tenderer are required to submit Earnest Money Deposit (EMD) of Rs.25000/-(Twenty Five Thousand Only) in the form of Demand Draft favouring National Institute of Fashion Technology, Jodhpur alongwith their offer. Offers received without earnest money or with earnest money less than the amount specified above shall be summarily rejected.
Exemption of EMD :The Micro and Small scale industrial units registered under small scale industries of Appropriate Central/State Govt. and holding subsequent registration with CSPO/NSCI/DGS&D/UDYAM registration certificates for the item under tender will be eligible for exemption from payment of EMD on submission of duly attested copies.
5. The Earnest Money deposited shall be forfeited if the tenderer withdraws or amends impairs or derogates from the tender in any respect within the period of validity of his tender. If the successful tenderer fails to furnish the security deposit as required in the contract within the stipulated period, the EMD shall also be liable to be forfeited by the Purchaser i.e. NIFT and NIFT shall be entitled to initiate appropriate legal actions against the tenderer for the losses suffered by it as a result of the same
6. Offers received without earnest money or with earnest money less than the amount specified above shall be summarily rejected and online tender will not be opened whose EMD not received before due date and time of opening of tender .
7. The Earnest Money of the successful tenderer shall be returned after the security deposit as required in terms of tender is furnished by the tenderer. The Earnest Money to other than lowest bidders will be returned after finalization of the L-1.
8. Dispute, if any, arising out of the supply of Items shall be settled by mutual discussion and Director, ▇▇▇▇ ▇▇▇▇▇▇▇ decision will be final and binding upon both the parties.
9. Tender shall be accompanied by the relevant documents covered in the tender.
10. Prices may be quoted for the items as per annexure “B” of Price bid.
11. The rates quoted should be on FIRM & FIXED basis.
12. Bidder must be registered for GST, PAN etc. and should enclose copies of relevant certificates
13. NIFT, is statutory Institute under NIFT Act 2006, governed by the Ministry of Textiles, Govt. of India. The equivalent will be used for educational purpose, if any educational discount is applicable, may be mentioned clearly in price bids.
14. Tenderer must have to quote each and every item given in the tender, the consolidated rates will not be considered and tender will be rejected.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
15. The supply order will be issued to the bidder on the basis of overall total quoted lowest price.
16. NIFT Jodhpur reserves the right to change the quantity/drop any item or part thereof at any time before placing the work order.
17. National Institute of Fashion Technology, Jodhpur reserves the right to accept or reject any or all the offers either fully or partly without assigning any reason
18. In case of any doubt during technical evaluation, clarification may be sought by NIFT after the approval of the competent authority.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
7. General Terms and Conditions
1. Work shall be completed within 30 days after issue of the work order.
2. Conditions For Horticulture Work
2.1 The contractor shall be responsible for arrangement of all necessary tools and plants required at site of work for which nothing extra shall be paid by the department.
2.2 Grassing will be done with selection no. 1 grass including supplying good earth if needed including watering and maintenance of lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing.
2.3 Plantation of tree, Hedge, ground cover will be done with healthy, well developed tree, Hedge, ground cover plants established at the site including watering, removal of unserviceable material etc.
2.4 All garden rubbish/waste/garbage etc. generated due to any operation from Horticulture works and in lawn areas whatsoever shall be disposed off on daily basis by the contractor to the specified common disposal point and nothing extra shall be paid on this account. After the collection of full truck load of the said rubbish/waste/garbage etc., the same shall be disposed off by the contractor to the authorized dumping ground, in case of nonremoval/disposal in the specified period, as penalty Rs. 2000/- (Rs. Two Thousand only) per day shall be recovered from the contractor.
2.5 The contractor or his supervisor will regularly meet with the site officer-in-charge for taking the direction.
2.6 The plants should be fresh, healthy and disease free.
2.7 In case of any causality of hedge, trees or any other plants, during maintenance period, contractor will have to replace the trees/hedge/other plants of the same height and specification at his own risk and cost and nothing extra shall be paid for the same, in case agency fail store place recovery of the Rs. 150/- per hedge, Rs. 400/- per tree show be done. The decision of the building department shall be final and binding in this regard.
2.8 The rejected and substandard material should be removed from the site of work immediately; the Department shall not be responsible for any damage/loss of rejected material. If the same will not be removed within five days then necessary recovery shall be made @ Rs. 500 /- per day.
2.9 The staff deployed for horticulture work must have good knowledge about horticulture works operations like hedge cutting, lawn mowing, planting of trees/seedlings, lawn maintenance.
2.10 The Department shall not be responsible for any injury, or death of any worker at site due to accident during functioning of the equipment or by negligence of the contractor/agency.
2.11 The contractor shall follow provision of contract labour (Abolition and regulation) Act 1970 & minimum wages Act.
2.12 The maintenance work will start after the completion of development work.
8 CONDITIONS FOR PLANTS
8.1 The entire quantity of Plants as mentioned in Schedule of Quantities will be taken as and when required at site.
8.2 The plants should be fresh, healthy, disease free and as specified in the Schedule of Quantity.
8.3 The main stem or trunk should be strong up to the required height.
8.4 The Plants should be true to the variety and the named varieties should be tagged.
8.5 The supply will be taken at site of work.
8.6 The moss stick used should be made of plastic pipe, straight and properly fit in the pot.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
8.7 The moss stick should be covered the Plants, in case of Plants supplied with moss stick.
8.8 Good earth and manure used for filling the pot/poly bag free from any inert material and mixed to proper ratio.
8.9 Pot/Poly bag used for filling the Plants should be in proper size good quality not damaged.
8.10 There should be proper drainage in pots for Plants.
8.11 There should be no stagnation of water in the pots.
8.12 The height of the plant will be measured from top of the pots.
9. The rates shall include cost of labours & material for the works complete in all respects.
10. The quoted rates shall include all taxes, and GST as applicable and no extra shall be payable on this account.
11. Rates shall be valid for three months from the date of opening of tender.
12. Water and Electricity will be provided free of cost at one point for bonafide use.
13. Security deposit will be 5% of the tendered value of the work. The security deposit shall be collected from the bill of the contractor at the rates aforementioned and the earnest money deposited at the time of tenders will be treated as part of security deposit. The same shall be released after completion of 3 month from the date of handing over of completed work.
14. The payments shall be released against submission of bill by the contractor after completion of the work. The stages to be decided in consultation with the Engineer-in-charge. Payment shall be released after completion of work in-toto as per actual measurement of works actually executed and accepted by the Engineer-in-charge.TDS (GST/IT) will be deducted as applicable.
15. Please note that aforesaid work is to be completed within 30 days in all respect from the date of issue of work order failing which a penalty of Rs. 1500/- per day will be imposed, However, the gross amount on account of penalty will not exceed the limit of 10% of the total value of the contract/ amount quoted by the firm.
16. Any dispute arises out of this tender is subject to the jurisdiction of Jodhpur Court only.
17. Payment will be made through NEFT only. The required information for making payment through NEFT duly vetted by your banker should be provided along with the invoice.
18. Approval for the drawings and sketches ,if necessary including those of the plant and machinery that would be used their locations arrangements for conveying and handling materials etc. should be obtained from Engineer in-charge well in advance for each item of work.
19. No escalation /Variation of the prices on any account will be considered for adjustment/payment.
20. The bidder shall inspect the site of work and thoroughly familiar himself with the nature of work, site conditions and access to the site and location before submission of the tender.
21. Proper care should be taken to provide adequate protection to the existing structures and cables (Telephone, computer etc),all such installations against any damage/defect to the existing structure arising due to faulty execution of work shall have to be rectified as directed to the satisfaction of Engineer In Charge without any extra charges.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
22. Quality control: Regular appraisal of the quality control to the Engineer in charge should be made for effective improvement in the work execution incharge techniques to ensure satisfactory quality of work.
23. No overwriting, correction, insertion shall be permitted in any part of the tenderdocument.
24. The date of the Bid Security (EMD) should be after the publication of this tender.
25. Late tenders will not be considered at all.
26. National Institute of Fashion Technology, Jodhpur reserves the right to accept or reject any or all the offers either fully or partly without assigning any reasons and is not bound to accept the lowest bid since due weightage shall be given to several factors (as shall be decided by NIFT) besides the commercial bid.
27. Conditional Bids/Vague offers like “Duties as applicable” shall not be considered.
28. NIFT, Jodhpur reserves the right to cancel the bid.
29. As per the Govt. of India policy circular 1(2)/2016/MA dated 10th March 2016 relaxation shall be provided toStartups/MSME/MSE/NSIC in public procurement on prior experience & Turn over criteria subject to meeting quality and technical specifications.
30. Restrictions under Rule 144 (xi) of the General Financial Rules (GFRs), 2017: - In this regard OM No. 6/18/2019-PPD dated 23rd July, 2020 issued by Ministry of Finance, Department of Expenditure, Public Procurement Division and further OM No. F.18/37/2020-PPD dated 8th February, 2021 will be followed by NIFT and the same will be binding on the tenderers.
31. In case L-1 is more than one, then the overall average turnover of previous 05 years any 03 years of the bidder on higher side would be the selection criteria in this regard and selection of successful bidder in such situation will be final in all respect and will be binding on all the bidders.
32. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused due to negligence on his part. No hindrance shall be caused to traffic during the execution of work.
33. The contractor shall be responsible for all injury to persons, animals or things, and for all damage, whether such injury or damage arises from carelessness or accident in any way connected therewith. This clause shall be held to include inter-alia any damage due to causes as aforesaid to work, building (whether immediately adjacent or otherwise) and to roads, streets, footpaths, bridges or ways as well as all damage caused to the buildings and works forming the subject of this contract by inclemency of weather. The contractor indemnifies the Employer and holds him harmless in respect of all expenses arising from such injury or damages as aforesaid and also in respect of any award of compensation or damage consequent upon such claim including legal costs.
34. The contractor shall comply with all the provisions of the minimum wages Act, 1948, contract labor ( regulation and abolition ) Act, 1970, and rules and orders framed there under and other labor laws affective contract labor and Apprentice Act, 1961 and the rules and orders framed there under that may be in force or brought into force from time to time.
35. The clause of Force Majeure will be applicable as per rules/guidelines issued by GOI fromtime to time.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
36. The Force Majeure clause in the contract frees both parties from contractual liability or obligation when prevented by such events from fulfilling their obligations under the contract. The Force Majeure clause does not excuse a party’s non-performance entirely, but only suspends it for the duration of the Force Majeure. The contractor/firm has to give notice of Force Majeure as soon as it occurs and it cannot be claimed ex-post facto.
37. Contractor shall obtain a valid license under contract labor (R&A) Act 1970 and contract labor (R&A) Central rules 1971 before commencing work and which should be valid till the completion.
38. The clause of Force Majeure will be applicable as per rules/guidelines issued by GOI from time to time.
39. CONCILIATION & ARBITRATION
a. If any dispute(s) or difference(s) of any kind whatsoever arise between the parties, the parties hereto shall negotiate with a view to its amicable resolution & settlement through a Committee appointed by Director – NIFT Jodhpur Centre.
b. In the event no amicable resolution or settlement is reached between the parties within 30 days after receipt of notice by one party, then the disputes or differences as detailed above shall be referred to & settled by the sole Arbitrator to be appointed by Director – NIFT Jodhpur Centre.
c. The Arbitration proceedings shall be in accordance with the provision of the Arbitration& Conciliation Act, 1996 & Laws of India as amended or enacted from time to time.
d. The venue of the Arbitration shall be based upon the NIFT Jodhpur. The language of the arbitration proceedings shall be in English.
e. The Arbitrator will give the speaking & reasoned award.
f. The cost incurred during arbitration, if any, shall be borne by the supplier.
40. APPLICABLE LAW & JURISDICTION
a. All matters connected with this shall be governed by the Indian Law both substantive & procedural for the time being in force & shall be subject to the exclusive jurisdiction of Indian Courts at Jodhpur.
b. The agency should not sublet the work or any part of the work to any other agency without written consent of NIFT.
c. Decision of the Director-NIFT jodhpur will be final and binding in case of work requirement and in all the matters relating to technical and commercial terms and specifications including right reserved to reject the tender.
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
41. VALIDITY
a. Rates quoted should be valid for a period of three months from opening of FinancialBid.
b. The Tender should be submitted and signed by a duly authorized person, giving fullname of the firm with its current business address.
c. The bidders should satisfy themselves before submission of the tender to NIFT that theymeet the qualifying criteria and capability as laid down in the Tender document.
All papers of the Tender Document will be signed and Stamped by the bidder.
Purchase Officer
Encl. As above.
Signature of Tenderer :---------------------------------------------------------------------------------------
Name of the Authorized Signatory :------------------------------------------------------------------------
Name of the Company/Firm :--------------------------------------------------------------------------------
Seal of the Company/Firm :-----------------------------------------------------------------------------------
Address :-----------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------
Contact No.:------------------------------------------------------------------------------------------------------
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
Technical Bid (Annexure–I)
Name of the Company/firm.........................................................................................................
Name of the authorized person (who signs on the tender document)……………………………..
Address of the Company/firm.................................................................................................. ..........................
E-mail ID:……………………………………………………………………………………………
Phone No. ......................... . . . .. (Mob.).............................Fax........................................
Eligibility Criteria for Selection:
S.N o. | Particulars | Proof Required | Submitte d (Y/N) | Page No. of Bids Submitte d |
1 | E-Tender documents (1 to 16 pages) duly completed and signed but without indicating the rates as a ▇▇▇▇ ▇▇ ▇▇▇▇▇▇▇▇▇▇ of the bid conditions. | Proof Required | ||
2 | Earnest Money deposit Rs. 25000/- (Date of DD must be after the publication of tender) | Proof Required | ||
3 | Registration Certificate for related scope of work with appropriate authority | Proof Required | ||
4 | Copy of GST Registration certificate | Proof Required | ||
5 | Copy of the PAN no. of the Firm | Proof Required | ||
6 | Proof for having successfully completed similar works like Horticulture/Plantation/maintaining Forest/Plants/trees ets or something else relating to the work required for Horticulture during previous 05 years any 03 years experience should be either of the following : One completed work costing not less than 80%(Rs.10 lacs each) of total estimated value of work or two completed works each costing not less than 60%(Rs.7.50 lacs each) of total estimated value of work or three completed works each costing not less than 40% (Rs.5 lakhs each) of total estimated value of work. Attested copies of the certificates/testimonials of satisfactory completion of the work obtained from an officer not below the rank of Estate Engineer/in charge of the work of the Department. | Proof Required | ||
7 | Work experience as a sub contractor should not be considered as the requisite qualification. | Proof Required | ||
8 | The average annual financial turnover of the bidding firm during previous 05 years any 03 years should be at least fifty lacs (50 lakhs) Certificate year wise financial turnover of the bidding firms duly certified by chartered accounts must be attached. | Proof Required | ||
9 | Profit/loss :The bidder should not have incurred any loss(profit after tax should be positive) in during previous 05 years any 03 years last three years consecutive balance sheet, duly audited and certified by the Chartered Accountant. | Proof Required | ||
10 | Solvency Certificate amount equal to 40% of the estimated cost ( 5 lacs)issued by bank should be enclosed. | Proof Required |
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
Annexure – II
Sub: Undertaking/Acceptance of Terms & Conditions of Tender.
Tender Bid No. ………………………..
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender’ from the web site(s) / portal namely:- ▇▇▇▇▇://▇▇▇▇▇▇▇▇.▇▇▇.▇▇/▇▇▇▇▇▇▇▇/▇▇▇ (CPPP Portal).
2. I / We hereby certify that I / We have read entire terms and conditions of the tender document from Page No. 01 to 19 (including all annexures) and I / We shall abide by the terms / conditions/ clauses contained therein.
3. I / We hereby unconditionally accept the tender conditions of above mentioned tenderdocument(s).
4. I / We do hereby declare that our Firm has not been blacklisted / debarred by NIFT Jodhpur & its Campuses and any Government Department / Public Sector Undertaking.
Signature of the Tenderer with seal
I ACCEPT ALL TERMS & CONDITIONS MENTIONED IN ABOVE TENDER DOCUMENTS FULL SIGNATURE & STAMP OF THE TENDERER
Annexure ‘B’
PRICE BID of Horticulture and Plantation works at NIFT, Jodhpur
▇.▇▇. | Description | Units | Qty. | Rate per unit in Rs. | GST (In Rs.) | Total in Rs. |
1 | Filling mixture of earth and sludge or manure in the desired proportion in trenchers flooding with water and leveling (Cost of Supplying earth and sludge or manure and mixing included) | Cum | 375 | |||
2 | Flooding the ground with water including making karies and dismantling the same. | Sqm | 2500 | |||
3 | Fine Dressing of the ground. | Sqm | 2500 | |||
4 | Applying of Geo compost 0.5 kg for sqm magnesium 0.01kg per sqm, Znic 0.01 kg per sqm DAP 0.01 kg per sqm. duly preparation of ground be for turfing as per directions of EE/ work- in-charge. | Sqm | 2500 | |||
5 | Providing & laying selection no 1 grass turf with earth 50 mm to 60 mm thickness of exiting ground prepared with proper level and rowing with tools wooden and then rolling of surface with tight rolle the surface smoothen and light watering the same. | Sqm | 2500 | |||
6 | Providing and stacking & plantation of hedge bougainvillea ( Variaty, butiana, lady marry ▇▇▇▇▇▇ , ▇▇▇▇▇▇, ▇▇▇▇▇, Scarlet Queen, Variegated, Glabra, Formosa, peruviana odissi, paratha, subhra, thima, Refulgens ) of height 30 cm to 45 cm with 2- 3 Branches in 20 cm Plastic post & as per directions of EE/ work- in-charge. | Nos | 13000 | |||
7 | Providing and stacking & plantation of Washingtonia filifea palm stem ht. 175-200 cm with 10-12 healthy leaves lush green leaves well developed in big size HDPE Bags as per direction of the EE/ work- in-charge. | Nos | 06 | |||
8 | Providing and Stacking of lxora of height 45- 60 cm, with 3.-4 branches in earthen pots of size 20 cm as per direction of the EE/ work- in-charge. | Nos | 100 | |||
9 | Providing and stacking & plantation of Conocarpos of height 175-200 cm, in big size of poly bags as per direction of the EE/ work- in-charge. | Nos | 100 | |||
10 | Providing and stacking & plantation of Raphis palm having ht. 75 cm to 90 cm with 12 to 15 equal suckers, well developed, full of fresh & healthy leaves from bottom to top in 25 cm size Earthen Pot/Plastic pot & as per direction of the EE/ work- in-charge. | Nos | 60 |
11 | Providing and stacking & plantation of Furcaira variegated well developed with fresh & health foliage 8 to 10 leaves in 30 cm Earthen Pot as per direction of the EE/ work- in-charge. | Nos | 20 | |||
12 | Providing and stacking & plantation of Areca palm having ht. 1.20m to 1.45m with 5-6 suckers well developed, fresh and healthy lush green 25 cm size of Plastic Pot & as per direction of the EE/ work- in-charge. | Nos | 60 | |||
Grand Total in Rs. |
(Grand Total cost in word Rupees_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _)