SOFTWARE TECHNOLOGY PARKS OF INDIA Department of Electronics & Information Technology, Ministry of Communications & Information Technology, Govt. of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403 Website: www.noida.stpi.in TENDER DOCUMENT (STPIN/PUR/QUO/13-14/06 dated 19/08/2013) AMC FOR PEST CONTROL SERVICES AT STPI-NOIDA, GURGAON & JNU 1. MODE OF TENDERING: SEALED TWO-BID SYSTEM Tender to be submitted in Sealed Two-Bid System in Separate Covers as per the following: Cover-I: Cover II: Technical Bid containing specified annexure(s) Financial Bid The bid has to be submitted in single sealed cover labeled as under: TENDER FOR AMC FOR PEST CONTROL SERVICES AT STPI NOIDA, GURGAON & JNU & addressed to: The Director Software Technology Parks of India Ganga Software Technology Complex Sector-29, Noida-201303 2. DATE & TIME OF PRE-BID MEETING: 29/08/2013; 11:00 Hrs 3. LAST DATE & TIME FOR SUBMISSION OF BID: 10/09/2013; 15:00 Hrs 4. DATE & TIME FOR OPENING OF TECHNICAL BID: 10/09/2013; 15:30 Hrs 5. DATE & TIME FOR OPENING OF FINANCIAL BID: Shall be conveyed separately 6. VALIDITY OF BID: 90 days from the specified date of closing of bids Page 1 of 9
TABLE OF CONTENTS S. No. Content Page No. (A) Technical Bid containing following: 1. Eligibility Criteria & General terms and conditions and 3-5 instructions to bidders 2. Scope of work & other conditions as per Annexure-I 6 3. Checklist for Pre-qualification bid as per Annexure-II 7 4. Declaration for blacklisting as per Annexure-III 8 (B) Format for Financial bid as per Annexure-IV 9 Page 2 of 9
GENERAL TERMS AND CONDITIONS AND INSTRUCTIONS TO BIDDERS 1. Eligibility Criteria a. The bidder shall have an experience of at least 3 years or more as on the date of closing of bid. Relevant document viz. Copy of ROC/MoA/Partnership deed etc as applicable for the same has to be furnished. b. The bidder should submit copy of two Work Orders along with Performance Certificates/Completion Certificate. At least one work order out of two work orders should be from Govt. Departments or PSUs. The work orders must be a period of 1 year or more and have been executed during the last 3 Fin. Years (i.e. 2010-11, 2011-12 & 2012-13). c. The bidder should have a valid license to stock and use of permissible insecticide for commercial pest control operation. (Copy of the relevant document must be furnished). d. The bidders are required to submit the following documents (self-attested) along with bid document. a) Copy of VAT/Sales Tax (Undertaking must be submitted if not applicable duly specifying reason thereof) b) Service Tax Registration (Undertaking must be submitted if not applicable duly specifying reason thereof) c) PAN No. (Company or individual in case of proprietorship firm). 2. General Terms and Conditions STPI-Noida invites bids for providing the AMC for Pest Contol from reputed vendors who comply with general terms and conditions and scope of work as per following at STPI Noida: i) The bid document can be downloaded from our website URL: www.noida.stpi.in ii) The bid should be submitted in Sealed Cover duly filled with all supporting documents & annexure. The bid shall consist of two parts - Technical bid and Commercial bid. Both the bids are to be placed in two separate sealed envelopes (clearly super scribing 'Technical bid' and 'Commercial bid') which in turn are to be placed in one sealed cover. The bids of all the parties whose Commercial Bid is not in a separate sealed cover or the rates quoted by them find mention in their Technical Bid shall be rejected forthwith. All the information sought under the head Annexure I are to be given in Technical bid and the rate quoted in Annexure III for the same will have to be mentioned only in the Commercial bid. The Commercial bids of only those persons/bidders shall be opened whose Technical bids are found to be eligible. iii) Bid should be submitted with forwarding on letter head of Bidder. Each page of bid document must be signed and stamped by authorised signatory to ensure the compliance with the scope & services and general terms and conditions. No overwriting, corrections and cutting is permitted. iv) Bid validity should be 90 days from the specified date of closing. Page 3 of 9
v) Pre-bid meeting will be held on 29/08/2013 at 11:00 hours at STPI Noida Office. The pre-bid queries, if any, should reach to the The Director, Software Technology parks of India, Ganga Software Technology complex, Sector 29, Noida, (UP) 201303 upto 17:00 hours on 27/08/2013. Bidders/ their authorized representatives may attend the meeting even if they themselves do not have any clarifications to seek. vi) The completely filled bid document, duly sealed (with sealing wax/sealed with tape from all four sides) should be addressed to The Director, Software Technology Parks of India, Ganga Software Technology Complex, Sector-29, Noida (UP) 201 303 and should reach on or before 14:00 hrs on 28/08/2013 by registered post or by hand duly super scribed on the top of envelope as Quotation Bid for providing AMC for Pest Control Services at STPI Noida. STPI will not be responsible for postal or any other delays. Quotations received in an envelope that is damaged/torn or merely stapled will be summarily rejected. vii) Bids once submitted shall not allowed to be withdrawn. Any default after acceptance of bid shall be deemed to be non compliance to the terms of contract. 3. Award Criteria Contract will be awarded on the basis of the lowest commercial bid evaluated for the lumpsum rate quoted (Inclusive of all applicable Taxes) by eligible bidders who comply all terms and conditions. In case the rates quoted by two or more bidders are identical, STPI reserves the right to award the contract based on the decision of Director, STPI Noida. 4. Payment Terms Payment will be released at the end of each quarter against invoice produced subjected to satisfactory performance report by concerned officer. 5. Termination by default: i) STPI reserves the right to terminate the agreement at its discretion at any time without assigning any reason, thereof. ii) The STPI Noida may, without prejudice to any other remedy for breach of contract, by written notice of default sent to bidder, terminate the Contract in whole or part: a. If the Bidder fails to provide services within the time period specified in the contract or any extension thereof granted by the STPI Noida. b. If the Bidder fails to perform any other obligations under the Contract. 6. Rejection of the bid i) The bidder is expected to examine all instructions, formats, terms & conditions, & scope of work in the bid document. Failure to furnish all information required as per bid document or submission of bid which is not substantially responsive to the bid document Page 4 of 9
in every respect may result in rejection of bid. In respect of interpretation/clarification of this bid document and in respect of any matter relating to this bid document, the decision of STPI-Noida will be final. ii) The bidder will have to furnish the requisite document as specified in the bid document, failing which the bid is liable to be rejected. iii) The bids received after specified date & time will not be considered. iv) The bids received through Fax/Telex/photocopy will not be considered. 7. Blacklisting Company/Firm blacklisted by Govt./PSU/Corporate organization as on the date of closing of bid are not eligible to Bid (Undertaking for the same has to be furnished as per Annexure III). If at any stage of bidding process or during the currency of contract, such information comes to knowledge of STPI, the STPI shall have right to reject the bid or terminate the contract, as the case may be, without any compensation to the bidder. 8. Arbitration All disputes or difference whatsoever arising between the parties out of or relating to the construction, meaning and operation or effect of the purchase order/work order or the breach thereof shall be settled by reference to arbitration as per Indian Arbitration Act. 9. Force Majeure If, at any time, during the continuance of the agreement, the performance in whole or in any part by either party of obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the enemy, civil commotion, subrogate, fire, floods, earthquakes, explosions, epidemics, strikes and quarantine restrictions by acts of God, (herein after referred to as eventualities) then provided notice of the happening of any such eventualities is given by either party to the other within two days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim of damages against the other in respect of such non performance or delay in performance. Performance of the contract agreement shall, however be resumed as soon as practicable after such eventuality has come to an end. This contract will be effective for one year from the date of signing the contract unless terminated. The contract may be renewed for a further period of two years, one year at a time as mutually agreed upon, subject to satisfactory performance of the bidder. I have read and understood all terms and condition and agreed upon. Signature & Seal of the Bidder Page 5 of 9
SCOPE OF WORK & OTHER TERMS & CONDITIONS Annexure-I 1. The General Pest Control includes the following activities through the use of permitted Insecticides as per Government of India and WHO norms. a) General Disinfections treatment on monthly basis. b) Rat / Rodant Control treatment on monthly basis. c) Termite Control treatment. d) Mosquito Treatment on fortnight basis. 1. The area to be covered for the Pest Control Services are follows : Sr. No Location Area ( Sq. Mtr) 01 STPI Noida Ganaga Software Technology Complex, Block-IV Sector 29, Noida - 201303 2715.3 02 STPI Gurgaon Hartron Complex, Sector 18, Electronic City, Gurgaon 03 STPI JNU Library Builiding, JNU Campus 60.00 70.00 2. The Pest control should cover all the places like spray under the tables, chairs, Almirahs, on and around the pile of files, on wooden furniture, on false ceiling, on all staircases, in the lobby, on all toilets drain ducts, in all stores and any hidden space under the furniture and should leave no space unattended. 3. The chemicals / pesticides used by the agency must be purchased from reputed concern and should be ISI Marked and/or WHO approved. 4. The Bidder must ensure that the pest control once done shall remain effective up to next cycle of pest control failing which it shall have to be done again without any cost. 5. The pest controlling exercises are to be undertaken preferably on Saturday / Sunday. 6. The quoted rates should include the cost of pesticides and related labour and transportation charges etc. NO OTHER CHARGES ARE APPLICABLE. 7. Logbook to be maintained for all visits and the same will be kept at STPI concerned deptt. 8. The Bidder is advised to visit the place of work for assuring the nature and volume of work realistically before quoting the rates. 9. No deviation from the above mentioned scope of services will be accepted. Signature & Seal of the Bidder Page 6 of 9
Annexure II CHECK-LIST FOR PRE-QUALIFICATION BID FOR AMC FOR PEST CONTROL Sl. No. Documents asked for Compliance ( YES / NO ) (a) (b) (c) (d) (e) (f) (g) (h) Details of the Authorized person of the firm/agency, with name, designation, address and office telephone numbers. If the bidder is a partnership firm, name designation, address and office telephone numbers of Directors/Partners also. Self-attested copy of the Relevant document to prove their experience of at least 3 years or more in this field. Self-attested copy of the PAN card. Self-attested copy of Sales Tax / VAT Registration No. Self-attested copy of Service Tax Registration No. Self-attested copy of license to stock and use of permissible insecticide. Copy Work Orders or Performance certificate/ Completion Certificate. Any other relevant document(s), if required. Page number at which document is placed I have physically inspected the premises and understand the volume of work and I agree to the terms and conditions laid down in the Tender. Signature & Seal of the Bidder Page 7 of 9
ANNEXURE- III DECLARATION We declare and confirm that we have not been blacklisted or deregistered by any central/ state government department or public sector undertaking and none of our works had ever been terminated by client after award of contract, during last three years. We acknowledge the right of the Employer, if he finds to the contrary, to declare our Tender to be noncompliant and shall be liable for cancellation without any notice at the sole discretion of STPI Signature & Seal of the Bidder Page 8 of 9
FORMAT FOR FINANCIAL BID (On letterhead) ANNEXURE-IV Sl. No. Building Area ( Sq. Mtr) Yearly Rate for Pest control 01 STPI - Noida 2715.3 02 STPI - Gurgaon 60.00 03 STPI - JNU 70.00 Total Area 2845.3 Applicable Taxes TOTAL ( inclusive of all Taxes) Signature of Authorized Signatory Name of the agency with seal Page 9 of 9