62
TENDER NO. RITES/CO/ES/TENDER/STY./15-17 Seal & Signature of contractor 1 RITES LIMITED E-BID DOCUMENT For PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS TENDER DOCUMENT INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND PREQUALIFYING REQUIREMENTS - (SECTION-1) CONDITIONS OF CONTRACT - (SECTION-2) RATE SCHEDULES (A & B) - (SECTION-3) TENDER NO. RITES/CO/ES/SECURITY/TENDER/15-17 July 2015 RITES LIMITED (Schedule ‘A’ Enterprise of Govt. of India) RITES BHAWAN No. 1, SECTOR-29, GURGAON – 122 001 (HARYANA)

RITES LIMITED E-BID DOCUMENT LIMITED E-BID DOCUMENT For PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS TENDER DOCUMENT INSTRUCTIONS

Embed Size (px)

Citation preview

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 1

RITES LIMITED

E-BID DOCUMENT

For

PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS

TENDER DOCUMENT

� INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND PREQUALIFYING REQUIREMENTS

- (SECTION-1)

� CONDITIONS OF CONTRACT - (SECTION-2) � RATE SCHEDULES (A & B) - (SECTION-3)

TENDER NO. RITES/CO/ES/SECURITY/TENDER/15-17

July 2015

RITES LIMITED (Schedule ‘A’ Enterprise of Govt. of India)

RITES BHAWAN No. 1, SECTOR-29,

GURGAON – 122 001 (HARYANA)

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 2

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS 1. RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites

Bids through E Tendering system in two packet system for providing security services to RITES Office and Residential premises in Haryana, Delhi & NCR regions from reputed agencies empanelled / registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India (DGR). Firms registered under Micro, Small and Medium Enterprises (MSME) are free to participate and shall have relaxation as admissible under “Public Procurement Policy”. In tender, participating MSME registered agencies quoting price of L1+15% shall be allowed to provide security services by bringing down their price to L1 price in a situation where L1 price is from a firm other than MSME.

1.1 Bid Schedule and Address:

S.No. Description Detailed information

i. Tender Reference No. RITES/CO/ES/Tender/Security/15-17

ii. Name of work Providing security services to RITES Office and Residential premises in Haryana & Delhi regions.

iii. Estimated cost of work – Haryana Region – Delhi Region

Rs. 128.22 lacs Rs. 40.59 lacs

iv. Earnest Money Deposit – Haryana Region – Delhi Region

Rs. 1,28,000/- Rs. 41,000/-

v. Completion Period 12 months from the date of Award (extendable to further 12 months on mutual consent)

vi. Tender Type Open (only for agencies with valid registration / empanelment with DGR)

vii. Tender Sales Start Date & Time � Document can be downloaded

from E-Procurement Portal of RITES Https://rites.eproc.in

� Tender document cost to be submitted along with Bid.

29.07.2015 10.00 hrs.

viii. Tender sale end date & time 18.08.2015 16.59 hrs. ix. Pre Bid clarifications start date & time

(only through e-mail) 29.07.2015 12.00 hrs. E-mail: [email protected]

x. Pre bid clarifications receipt end date & time

02.08.2015 17.00 hrs.

xi. Bidding submission start date & time (on-line submission)

29.07.2015 12.00 hrs.

xii. Bidding submission closing date & time (on-line submission)

18.08.2015 17.00 hrs.

xiii. Date & time of Pre Bid Meeting 07.08.2015 11.00 hrs.

xiv. Technical Bid opening date & time Venue

19.08.2015 11.00 hrs. 2nd Floor, Centre Wing,

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 3

(Opening of bids will be done in the presence of bidder or their authorised representative, who choose to be present).

RITES Bhawan, Plot No.1, Sector 29, Gurgaon (Haryana) – 122 001.

xv. Name and address for communication & Bid related queries

Sh. R.K. Marwah, AGM/Adm. & Trg. Centre Wing, 2nd Floor, RITES Bhawan, Plot No.1, Sector 29, Gurgaon (Haryana) – 122 001. E-mail: [email protected]

xvi Cost of Tender Document (non refundable)

Rs. 5,000/-

(Throughout these bidding documents, the terms “bid” & “Tender” and their derivatives are synonymous) (For the purpose of this tender the “Bidder or Vendor or Contractor” means Vendor participating in the bidding process)

2. It is advised to study the Tender document carefully. Submission of bid shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

3. The response to this Tender should be full and complete in all respects. The bids without tender fee, EMD and incomplete or partial bid shall be rejected. Bidder must quote for all the items asked for in this tender.

4. Bidder shall bear all costs associated with the preparation and submission of the bid. RITES will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

5. RITES reserves the right to change the dates mentioned in above table. Changes/ amendment/corrigendum, if any, related to the tender document will be posted on E-procurement portal of RITES. Bidders in their own interest must check the website before submitting the bids.

6. Bidders shall satisfy the Qualification Criteria as given in Annexure-I of tender document.

7. Scanned copies of Earnest Money Deposit and cost of tender document of the amounts specified for the work in the above table, in the form of Demand Draft / Pay Order drawn from any Scheduled Bank in favour of M/s RITES Limited, Gurgaon, has to be uploaded along with tender document.

8. RITES Ltd. reserves the right to reject lowest or any other tender or all the tenders and accept any tender either in whole or in part without assigning any reason whatsoever.

9. Bids should be submitted online in the prescribed format given at RITES e-Procurement portal. No other mode of bid submission is accepted.

Addl. General Manager (Admn. & Trg.)

ES Division, 2nd Floor, RITES BHAWAN Plot No. 1, Sector- 29, Gurgaon-122 001.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 4

INSTRUCTIONS TO BIDDERS

1.0 RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites Bids through E Tendering system in two packet system for providing security services to RITES Office and Residential premises in Haryana, Delhi & NCR regions only from reputed agencies with valid registration / empanelment with Directorate General of Resettlement (DGR) (Ministry of Defence) Govt. of India.

1.1 Total Estimated value of rate contract for 12 months is as follows: � For Gurgaon Region - Rs. 128.22 lacs � For Delhi Region - Rs. 40.59 lacs

1.2 Period of rate contract will be 12 months from the date of award with provision of extension for another one year or the period will be decided with mutual consent.

1.3 The contract shall be terminated on 30 days notice in case services are not found satisfactory, violation of any Government laws, rules and regulations, or for any other valid reason. Under extreme circumstances RITES shall have the right to terminate the contract with a notice period of less than 30 days. In this regard, the decision of RITES shall be final and binding.

2.0 SCOPE OF WORK

2.1 The broad objective of the security agency is to render Security Services viz round the clock (7 days a week) security in 3 shifts of 8 hours each on all days throughout the year including national holidays monitoring the safety and security of buildings and equipments installed in the premises for the work of “Providing Security Services for RITES Office Complexes and residential premises located in Haryana / Delhi / NCR Regions” as per detail given below.

A) Delhi Region: Security of RITES Regd. Office on 12th Floor, Core-I, Scope Minar, Laxmi Nagar, New Delhi, RITES Flats, Ashok Vihar, Office-cum-Residences of Directors at G.K.-II and s against theft and pilferage of all equipments, articles in RITES Office Complexes and residential premises during the contract period; to handle riotous situation in the RITES Complexes and to deal with Police authorities including filing of FIR etc. In case of any theft, the agency shall be liable to pay damages equivalent to replacement value of the item. The agency should also ensure physical security of concerned personnel at residential complexes and to check unauthorized movement/access of unsocial elements.

B) Haryana Region: Security of RITES Corporate Offices at RITES Office Complex, RITES Bhawan, No.1, Sector 29, Gurgaon (ROC-I); RITES Office Complex, No.144, Sector 44, Gurgaon

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 5

(ROC-II), Office-cum-Residences of Directors at Gurgaon against theft and pilferage of all equipments, articles in RITES Office Complexes and residential premises during the contract period; to handle riotous situation in the RITES Complexes and to deal with Police authorities including filing of FIR etc. In case of any theft, the agency shall be liable to pay damages equivalent to replacement value of the item. The agency should also ensure physical security of concerned personnel at residential complexes and to check unauthorized movement/access of unsocial elements

2.2 The detail of total deployment of guards at all locations in Haryana and Delhi is given below:

(a) Haryana

Locations Supervisor (in shift duties)

Security Guards (in shift duties)

Armed Guard

(night shift)

Personal Security

Guard with CMD

Corporate Office, ROC-I, Sector-29, Gurgaon

3 28 (including one Lady Guard in day duty)

1 1

ROC-II, Sector-44, Gurgaon Nil 9 1 Nil Office-cum-residence of CMD at Gurgaon

Nil 3 Nil Nil

Office-cum-residence of CVOat Gurgaon

Nil 3 Nil Nil

Total: 3 43 2 1 (B) Delhi

RITES Registered Office, 12th Floor, Scope Minar, Laxmi Nagar, New Delhi

Nil 6 Nil Nil

RITES Flats, Ashok Vihar, New Delhi

Nil 6 1 Nil

Residence of Director Technical, at GK-II, New Delhi

Nil 3 Nil Nil

Total requirement: Nil 15 1 Nil

2.4 Bidders are advised to personally visit all the sites and evaluate environment of culture and behavior of jobs in Offices and at residential complexes essentially before submission of bids. Locations/quantity may change during the period of contract.

2.4.1 Bidders can quote their rates either for both locations OR for single location i.e. Gurgaon and / OR Delhi separately in two Rate Schedules (A & B) (Section-3).

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 6

2.5 Activity to be performed by security Guards at Office premises and residential premises and the broad spectrums of security services under each stage are detailed below. However, this list is only indicative and the numbers of Guards can vary and depend on the requirement of the services of each location:

• To maintain discipline. • Record all the details of visitor(s) like Name, address, mobile number

purpose of visit, name of the officer to whom they intent to visit and time of incoming and outgoing.

• To check and ensure the authentic purpose of visitor(s) in the RITES premises.

• Guards have to ensure that there should not be any occurrences of thefts in premises and cooperate in the situations of robbery, crime, Riots and investigation.

• To check all the belonging at time of entry and exist of visitors, employees of RITES, contractors’ manpower which have engaged for/with RITES directly or indirectly.

• All kinds of items/equipments (any form) should be checked and registered properly at the time of entry and exit.

• Guards should have basic knowledge for recognition for electronic items/gadgets that they could identify.

• All kinds of weapons are strictly prohibited in building. It should be surrender at main gate or first step.

• To cooperate and helpful to all personnel of RITES. • Regular monitoring of office building and its floors beyond office hour

and holidays. • In the situation of disaster especially for firefighting, they have to prove

their presence. • Guards on duty should inspect the material/containers thoroughly while

taking the garbage out of office premises by Housekeeping staff. • Guards should have all the essential contact numbers of nearby police

station, hospitals etc. • Hoisting of National Flag in RITES Office Complex every day. • Guards should be well familiarized with their tasks. • All security personnel deployed shall be in clean & ironed uniform and

must display their ID Cards duly issued and signed by the Contractor while on duty.

2.6 In addition, Contractor has to ensure that complete security and safety is provided by Security Guards either these are mentioned in above activities or not.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 7

2.7 No Security Guards should be deployed continuously for two shifts in a day and for more than 6 days’ duty at any site of RITES office premises or residential complexes. The Guards should be allowed weekly off after every six days continuous working. Failing which, suitable deduction will be made from monthly bill.

2.8 Out of the total deployment of guards at least 60% of guards deployed will be ex-

servicemen. The security supervisors should be retired defense personnel of level of Subedar and above. Documentary evidence will required to be submitted at the time of taking up to assignment.

2.9 None of the guards deployed on duty shall be more than 55 years of age.

2.10 Before deployment of staff, their bio-data/credentials must be verified by the Contractor and be produced along with all relevant certificates for the approval of RITES. The Officer-In-Charge reserves the right to verify these certificates from their original and their issuing authority. During execution of work, any change of staff shall be got approved from RITES including the bio-data of new staff .The Contractor is also required to provide police verification of all the Guards before deployment in RITES. In case change of staff is made without approval of his bio-data from RITES, such staff shall be taken as absent from the duty and recovery shall be made as per appropriate clauses / conditions of tender.

2.11 Supervision will be done by the agency to ensure compliance of all terms & conditions of the contract as per different Laws of concerned State and Centre.

2.12 Non-compliance of the terms & conditions of the Agreement such as delay in

wages to guards, absence from duty of the guards, compliance to statutory requirement etc. would invite penalty @ � 2000/- per day subject to a maximum of 2% of the monthly fee payable to the agency. This shall be in addition to amount deductible towards default, as applicable.

2.13 Personnel deputed by agency shall not claim any employment in RITES and are

sole liability of the agency.

3.0 QUALIFICATION CRITERIA TO BE SATISFIED

3.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

3.2 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities. Suitable documents proving such claim shall be attached by the bidder.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 8

4.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION

ON QUALIFICATION CRITERIA 4.1 The information to be furnished and the documents to be enclosed shall be as per

Clause 21.0 & 22.0 hereinafter. 5.0 PRE-BID MEETING

5.1 The Tenderer or his official representative is invited to attend a pre-bid meeting which will take place at the Office of AGM/Admn. & Trg., 2nd Floor, Centre Wing, RITES Bhawan, No.1, Sector-29, Gurgaon-122001 on date fixed as mentioned in Para 1.1 above.

5.2 The Tenderers are required to submit any question on issues relating to the tender, in writing so as to reach AGM/Admn. & Trg., not later than 5 (five) days before the date fixed for the meeting.

5.3 The purpose of the meeting will be to clarify the issues raised and to answer supplementary questions on such issues.

5.4 Any modifications of the Tender Document which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum, and will be uploaded on RITES E–Procurement portal https://rites.eproc.in or RITES website http://www.rites.com only. No separate/individual clarification shall be sent.

5.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a tenderer.

5.6 Any clarification / corrigendum / amendment / further information will be uploaded on RITES E–Procurement portal https://rites.eproc.in or RITES website http://www.rites.com only.

6.0 ACCESSING / PURCHASING OF BID DOCUMENTS

(a) To participate in the E–Bid submission for RITES, it is mandatory for the bidders to get their firms registered with E–Procurement portal https://rites.eproc.in.

(b) Bidder should enroll themselves on the E-Procurement portal by clicking the option “New Registration” link available on the home page. A Bidder Registration link containing the detailed guidelines for e-procurement system is available on the RITES E-Procurement portal. During registration, the bidders should provide the correct/true information including a valid email-id. All correspondence shall be made directly with the contractors/bidders through the email-id provided. The registration charges are INR 4382.04 (Inclusive of Taxes)

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 9

and this is required to be paid to M/s C1 India Pvt. Ltd. through integrated E–payment gateway. The registration will be approved only after receipt of payments. Validity of registration is for three years. In case of any difficulty faced during registration you are requested to contact e-Tendering Helpdesk Number provided on E-Procurement portal.

(c) It is mandatory for all bidders to have class – III Digital Signature Certificate

(DSC) in the name of the person who will sign the bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link http://www.cca.gov.in.

(d) Bidders can view / download complete bid documents from RITES E–

Procurement portal https://rites.eproc.in or RITES website http://www.rites.com (e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and

safety of the same. (f) Following may be noted: � Bids can be submitted only during validity of registration of bidder with

RITES E–Procurement portal. � The amendments / clarifications to the bid document, if any, will be posted

on E-Procurement portal / RITES website only. � If the firm is already registered with E–procurement portal of RITES and

validity of registration has not expired, the firm is not required to obtain fresh registration.

6.1 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify through e-mail only mentioned in Table under Section-1 - Para 1.1. Request for clarifications, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website.

7.0 AMENDMENT OF TENDER DOCUMENT

71 Before the deadline for submission of tenders, the Tender Document may be

modified by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 10

7.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall become a part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded up to 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/

corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

8.0 PREPARATION AND SUBMISSION OF BIDS (a) Detailed tender document may be downloaded from E–procurement portal of

RITES prior to the deadline for submission of bids. The bids shall be submitted online following the instructions appearing on the screen. Users are requested to map their system as per the System settings available on the link “System Requirement and Registration Manual” on the E-Procurement portal.

(b) After downloading / getting the tender document/schedules, the Bidder should go

through them carefully and then submit the documents as asked, otherwise bid will be rejected. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidders are advised that prior to bid submission they should read the Bid Submission manual available on E-Procurement portal on RITES website.

(c) Bidders must ensure that all the pages of the documents must be digitally signed

by authorised signatory and serially numbered. (d) The bids shall be submitted online following the instructions appearing on the

screen. Insert your eToken/SmartCard in your computer and Log onto E-procurement portal using the User-Id and Password chosen during registration. Then enter the password of the eToken/SmartCard to access the DSC.

(e) Prior to bid submission, bidder should get ready with the documents to be

uploaded as part of the bid as indicated in the tender document/schedule. Generally they can be in PDF/ZIP formats. No other format is accepted. If there is more than one PDF document, then they can be clubbed together in a ZIP file for uploading. Maximum Single file size permitted for uploading is 20 MB. One can upload multiple of such files in case information to be uploaded in single file exceeds 20MB.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 11

(f) The bid both technical & financial should be submitted online in the prescribed format. No other mode of submission is accepted.

(g) Bid shall be digitally signed by the Authorized Signatory of the bidder and

submitted “on-line”. No hard copy of the documents (except those specifically asked for in the tender document) are required to be submitted.

(h) The bidders will have to accept unconditionally the online user portal agreement

which contains the Terms and Conditions of NIT including General and Special Terms & Conditions and other conditions, if any, along with on-line undertaking in support of the authenticity regarding the facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder.

(i) The bidder has to digitally sign and upload the required bid documents one by one

as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the tender/bid document including terms and conditions without any exception and have understood the entire document and are clear about tender requirements.

(j) The bidders are requested to submit the bids through online e-tendering system

before the deadline for submission of bids (as per Server System Clock displayed on the portal). RITES will not be held responsible for any sort of delay or the difficulties faced during online submission of bids by the bidders at the eleventh hour.

(k) The bidder may seek clarification online only within the specified period. The

identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of bidders as far as possible. The clarifications given will be visible to all the bidders intending to participate in that tender. The clarifications may be asked from the day of “Pre Bid Clarification Start Date and Time” till “Pre Bid Clarification End Date and Time”.

9.0 TENDER VALIDITY 9.1 The Tender shall be valid for a period of 120 days from the due date for

submission of Tender or any extended date as indicated in sub para below. 9.2 In exceptional circumstances, during the process of evaluation of tenders and

prior to the expiry of the original time limit for Tender Validity, RITES may request that the Tenderers may extend the period of validity unconditionally for a specified additional period. The request and the tenderer’s response shall be made

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 12

in writing/ e-mail. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

10.0 Cost of Tender Document & Earnest Money deposit (EMD)

During bid submission the bidder has to select the payment option as offline to pay the cost of tender document and EMD and enter details of the instruments. In case of exemption form payment of cost of tender document and EMD, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission. The onus of proving that the bidder is exempted from payment of cost of tender document and/or EMD lies on the bidder. In this connection, it should be noted that mere opening of bid does not mean that the bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid shall be treated as non-responsive.

10.1 Cost of Tender Document / processing fee 10.1.1 The cost of tender document is Rs. 5,000/- (Rupees five thousand only) which is

non refundable. It shall be in the form of a Banker’s Cheque/ Pay Order/ Demand Draft favoring “RITES Ltd.” issued by a scheduled commercial bank, payable at Gurgaon / Delhi. No other mode of payment will be accepted. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if: (i) The bidder is found ineligible. (ii) The bidder does not upload all the documents as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded. (iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority. (iv) The bidder does not deposit physical instruments of EMD before the prescribed date and time set for bid submission closing.

10.2 Earnest Money deposit (EMD) 10.2.1 The Tender should be accompanied by total earnest money as per following

details: � For Gurgaon Region - Rs. 1,28,000/- � For Delhi Region - Rs. 41,000/- in any of the forms given below:

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 13

10.2.2 Banker’s Cheque / Pay Order / Demand Draft issued by State Bank of India or

any Scheduled Commercial Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi.

10.2.3 Any Tender not accompanied by scanned copies of the instruments for payment of Earnest Money and cost of tender document in an acceptable form shall be rejected as non-responsive.

10.3 Upload scanned copy of acceptable instruments for EMD and cost of Tender document in different files (Either in PDF or zip format) during on-line submission of Bid. These instruments shall be submitted in “ORIGINAL” in a sealed envelope to AGM/Admn. & Trg., 2nd Floor, Centre Wing, RITES Bhawan, No.1, Sector-29, Gurgaon – 122 001 before the prescribed date and time set for bid submission closing. Failing which the bid shall be rejected and the bidder shall be debarred from tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is condoned by the Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the tender details (tender no., tender name etc.).

10.4 Refund of Earnest Money

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed subject to provisions of Clause 10.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable and remaining unsuccessful bidders will be released within seven days of the Accepting Authority’s decision on acceptance or otherwise of the tender subject to provisions of Clause 10.4 (b). The bidder shall submit RTGS/NEFT Mandate Form as per performa given in Annexure VII, dully filled in.

10.5 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer:

i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender which are not acceptable.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 14

b) In case the Tenderer is found to have made any misleading or false representation in the documents submitted in proof of the qualifying requirements with a view to get qualified on the strength of such document(s).

c) in the case of a successful Tenderer, if the Tenderer:

i) fails to furnish the Performance Guarantee within the period specified elsewhere in the tender document. or

ii) fails to commence the work without valid reasons within the period as

specified in the tender document after the date of issue of Letter of Acceptance.

10.6 In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer

shall not be allowed to participate in the re-tendering process of the work.

11.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWAL OF BIDS 11.1 The Tenderers shall submit offers which comply strictly with the requirements of

the Tender Document as amended from time to time. Alternatives or any modifications by the tenderer shall render the Tender invalid.

11.2 The bidder can modify, substitute, re-submit or withdraw its E–bid after

submission but prior to the deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by the bidder on or after the deadline for submission of bids. Withdrawal of bid after the deadline for submission of bids would result in the forfeiture of EMD.

11.3 Any modification in the Bid or additional information supplied subsequently to

the deadline for submission of bids, unless the same has been explicitly sought for by RITES, shall be disregarded.

11.4 For modification of E–bid (Technical Bid), bidder has to detach its old bid from

E–procurement portal and upload / re-submit digitally signed modified bid. 11.5 For withdrawal of bid, bidder has to click on withdrawal icon at E–procurement

portal and can withdraw its E–bid. 11.6 After the bid submission on the portal, an acknowledgement number will be

generated by the system which should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 15

11.7 The time settings fixed in the server side & displayed at the top of the tender site,

will be valid for bid submission, in the e-tender system. The bidders should follow this time during bid submission.

11.8 All the data being entered by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission & will not be viewable by any one until the date & time specified for bid opening.

11.9 The bidder should logout of the tendering system using the normal logout option

available in the portal and not by selecting the (X) exit option in the browser. 12.0 AUTHORITY TO SIGN

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure III.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure III.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure IV. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure III.

13.0 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts

in the Financial offer will however be accepted.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 16

iii) RITES reserve the right to accept or reject any conditional rebate/discounts. 14.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS 14.1 RITES will open all valid Tenders received, in the presence of the Tenderers or

their representatives who choose to attend in the office of AGM/Admn. & Trg. on the date specified in para 1.1 above. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

14.2 Opening of bids will be done through online process. RITES reserves the right to

postpone or cancel a scheduled bid opening at any time prior to its opening. Information of the same will be displayed at RITES E-procurement portal.

14.3 Bid opening committee will open the bids online in the presence of bidders or

their authorized representatives who choose to attend on opening date and time. Also the bidders can participate online during the bid opening process from their remote end through their dashboard. The bidder’s representatives, who are present, shall sign in an attendance register. RITES shall subsequently examine and evaluate the bids in accordance with the provision set out in the tender document.

14.4 It will be the bidder’s responsibility to check the status of their Bid on-line

regularly after the opening of bid till award of work. Additionally, information shall also be sent by system generated e-mail to bidder regarding deficiencies in the documents, if any and also request for clarification from the bidder. A system generated SMS alert will also be sent to the bidder. No separate communication will be sent in this regard. Non-receipt of e-mail and SMS will not be accepted as a reason of non-submission of deficient documents or confirmatory documents within prescribed time.

14.5 The bids will be evaluated for qualifying criteria as mentioned in Clause 3.0

hereinbefore. RITES shall not be responsible for any postal delay in receipt of all original documents including the cost of tender document and EMD. In case of non-receipt of these documents in original within the aforesaid period, the bid will be treated as non-responsive.

14.6 Two Packet System

(a) (i) Envelope 1 containing scanned copy of Earnest Money along with Mandate

Form as per Annexure VII, Cost of Tender Document and scanned copy of Authority to sign document of all the Tenderers will be opened first and checked.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 17

If any of the document(s) so furnished are not as per tender stipulations, the Envelope 2 of PACKET A (Technical Bid) and PACKET B (Financial Bid) will not be opened and the bid is treated as rejected. The Envelope 2 of PACKET A (Technical Bid) of other Tenderers who have furnished scanned copies of Earnest Money, cost of Tender document and Authority to sign as per tender stipulations will then be opened.

(b) RITES will scrutinize the Technical Bids accepted for evaluation to determine

whether each Tenderer

(i) has submitted ‘Authority to sign’ as per Clause 12.0 above. (ii) meets the Qualification Criteria stipulated in Clause 3.0; and

(iii) conforms to all terms, conditions and specifications of the Tender Document without any modifications or conditions.

(c) If required, RITES may ask any such Tenderer for clarifications on his Technical

Bid. If a Tenderer does not submit the clarification/document requested, by the date and time set for clarification, the bid of such Tenderer is likely to be rejected. PACKET B (Financial Bid) of Tenderers whose Technical Bids are not found acceptable will not be opened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated through e-mail the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their

representatives who choose to be present, RITES will open the E-envelopes containing the PACKET B (Financial Bid) through online process.

15.0 RITES’ RIGHT ON ACCEPTANCE WHOLE OR PART OF ANY

TENDER (i) If required, RITES may ask any Tenderer the breakdown of unit rates. If the

Tenderer does not submit the clarification by the date and time set for clarification, such Tender is likely to be rejected.

(ii) The competent authority of RITES does not bind himself to accept the lowest

or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

16.0 RITES’ RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 18

The competent authority RITES reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

18.0 MISCELLANEOUS RULES AND DIRECTIONS 18.1 The Tenderer shall not be permitted to tender for works if his near relative is

posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in RITES. Any breach of this condition by the Tenderer would render his Tender to be rejected.

18.2 In the case of any Item rate tender where unit rate of any item/items appears

unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

18.3 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture.

19.0 SIGNING OF CONTRACT AGREEMENT 19.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a ‘Letter of Acceptance’ prior to expiration of the Bid Validity period. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

19.2 Within the period & amount as specified in Tender Document, the successful

Tenderer shall submit performance guarantee.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 19

19.3 The Tenderer whose Tender is accepted shall be required to submit at his cost

stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance. Successful Tenderer will be required to attend RITES office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The period of 28 days will be extended suitably.

20.0 Pre Qualification Performa

The bidder shall fill the pre qualification performa at Annexure VIII . The bid will be evaluated only considering those details and corresponding documents as mentioned in Annexure VIII and no other details/ certificate/ document will be taken in to consideration while evaluating the bid to decide weather the bidder is qualified or not. For similar work experience the details of only those works mentioned in Annexure VIII may be given in Performa no. 1 attached to Annexure I.

21.0 List of Documents to be scanned and uploaded within the period of bid

submission:-

1. Banker’s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in accordance with Clause 10.1 hereinbefore

OR In case of MSME registered firms, document in support of registration as MSME firm so as to have orders under the MSME Procurement Policy & also to claim exemption from payment of cost of Tender Document. Other firms i.e. other than MSME eligible for exemption from cost of Tender Document may also attach document in support of exemption.

2. Banker’s Cheque/ Pay Order/ Demand Draft towards Earnest Money Deposit (EMD) in accordance with Clause 10.2 hereinbefore

OR In case of MSME registered firms, document in support of registration as MSME firm so as to have orders under the MSME Procurement Policy & also to claim exemption from payment of EMD. Other firms i.e. other than MSME eligible for exemption from payment of EMD may also attach document in support of exemption.

3. Authority to Sign (if required as per Clause 12.0 hereinbefore) in the format given at Annexure III / Annexure IV as applicable.

4. Documents in support of meeting the criterion of Annual Financial Turnover in accordance with Para 1 of Annexure I.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 20

5. Certificates in support of meeting the criterion of Similar Work Experience in accordance with Para 2(a) of Annexure I.

6. Details of Similar works completed in the format given at Performa 1 in Annexure I.

7. Solvency Certificate in accordance with Para 3(i) of Annexure I. 8. Documents (Audited Balance Sheets, Profit & Loss Statements and

Auditor’s Reports) in support of meeting the Profitability criterion in accordance with Para 4 of Annexure I.

9. Documents in support of meeting the criterion of Net Worth in accordance with Para 5 of Annexure I.

10. Declaration by the Bidder in the format given in Performa 3 of Annexure I .

11. RTGS/NEFT details as per Annexure- VII 12. Annexure VIII duly filled in. 13. Self-attested copy of a certificate confirming that the applicant is

empanelled / registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India and is valid as on date of opening of tenders.

14. Self attested copy of a certificate confirming registration with P.F. Department.

15. Self attested copy of a certificate confirming registration with ESI Department.

16. Self attested copy of PAN no. allotted by competent authority. 17. Self attested copy of License under Private Security Agencies (Regulation)

issued by the Government of National Capital Territory of Delhi AND/OR Gurgaon for deployment of security guards to work in respective States.

18. Self attested copies of Labour License from respective states. 19. Self-attested Copy of Partnership Deed/ Memorandum and Articles of

Association of the firm. 20. Self-Attested copy of Corrigendum(s), if any. 21. Any other document specified elsewhere in the Tender Document. 22. Any other document if specified in the Corrigendum(s) to the Tender

Document. 23. Self-certified copy of the Joint Venture Agreement/Memorandum of

Understanding as per Annexure II & Annexure IV (where Joint Venture is allowed).

24. Power of Attorney in favour of Lead Member as the Lead Member of JV executed by the authorized representatives of all the members of JV (where Joint Venture is allowed).

Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per

Clause 14.4 & Clause 14.6 shall be submitted by the bidder.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 21

22.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a week of the opening of Financial Bid along with originals for verification :-

1. Self-attested copy of a certificate confirming that the applicant is registered

with Directorate General of Resettlement (Ministry of Defence) Govt. of India and is valid as on date of opening of tenders.

2. Self attested copy of License under Private Security Agencies (Regulation) issued by the Government of National Capital Territory of Delhi and Gurgaon for deployment of security guards to work in respective States.

3. Self attested copies of Labour License from respective states. 4. Self attested copy of a certificate confirming registration with P.F.

Department. 5. Self attested copy of a certificate confirming registration with ESI

Department. 6. Self-attested copy of PAN/TAN issued by income Tax Department 7. Self-attested copies of all the documents specified in Clause 21.0 above.

23.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation,

whether mentioned in the documents submitted by bidders or not, to verify the credentials and general reputation of the bidder and where JV is allowed the credentials and general reputation of lead member & each Member of Joint Venture.

24.0 COURT'S JURISDICTION

24.1 Any suit or application, arising out of any dispute or difference on account of this bid or any matter in relation to the Award of the contract or for the enforcement of Arbitration clause under the Contract, shall be filed in a Competent Court at Gurgaon only and no other court of any other District of the country shall have any jurisdiction in the matter.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 22

ANNEXURE – I QUALIFYING CRITERIA

1. The bidder should have empanelled / registered with Directorate General of

Resettlement (Ministry of Defence) Govt. of India. The Bidder should submit self attested copy of ‘Valid’ empanelment / registration certificate.

2. License under Private Security Agencies (Regulation) Rules 2009

The Contractor should have valid license issued by Delhi Private Security Agencies (Regulation) Rules 2009 issued by the Government of National Capital Territory of Delhi for deployment of security guards to work in Delhi State AND/OR from the Haryana Private Security Agencies Rules 2009 issued by Haryana Government for Security Agencies to be deployed to work in Haryana under Private Security Agencies (Regulation) Act 2005. The Contractor who have valid licenses from Delhi State AND/OR from Haryana Government shall only be eligible. The Bidder should submit self attested copies of License under Private Security Agencies (Regulation) Rules 2009 issued by concerned States, as the case may be.

3. Labour License The bidder should have valid labour license for providing security personnel (in

case of requirement) from both Delhi AND/OR Haryana States. The Bidder should submit self attested copies of Labour License issued by

concerned States (in case of requirement). 4 Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover, as detailed below: � Rs. 168.81 lacs in any one of the last 3 Financial Years for apply for both

regions i.e. Haryana and Delhi. � Rs. 128.22 lacs in any one of the last 3 Financial Years for apply only for

Haryana Region.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 23

� Rs. 40.59 lacs in any one of the last 3 Financial Years for apply only for Delhi Region.

Notes:

� The financial turnover will be taken as given under the head “Income” in audited

Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

� Closing stocks in whatsoever manner should not form part of turnover. � Weightage of 7% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

� For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2015-16, the last three Financial Years will be 2014-15, 2013-14 and 2012-13. For a Tender opened on (say) 05.09.15 (F.Y. 2015-16), with weightage of 7% compounded annually, the weightages to be applied on the Turnover of the previous three Financial Years will be : F.Y. 2014-15 = 1.070; F.Y. 2013-14 = 1.145; F.Y. 2012-13 = 1.225.

� The Bidder should furnish Annual Financial Turnover for each of the last 3

Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

� The Bidder should submit self attested copy of Auditor’s Report along with

Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

� If the Audited Balance Sheet for the immediately preceding year is not available

in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

� In case JV is permitted the following provisions will apply:

Normal Works

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 24

The Partner-in-charge/Lead Member shall singly meet this criterion. 5. WORK EXPERIENCE

a) Similar Works Experience

(i) For works in normal areas (other than difficult areas)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture: For apply for both the regions i.e. Haryana and Delhi - at least one similar work of minimum value of Rs. 135.0 lakhs OR at least two similar works each of minimum value of Rs.84.40 lakhs OR at least three similar works each of minimum value of Rs.67.52 lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date i.e. shall not be considered. For apply for only for Haryana region - at least one similar work of minimum value of Rs. 97.77 lakhs OR at least two similar works each of minimum value of Rs.61.11 lakhs OR at least three similar works each of minimum value of Rs.48.23 lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

For apply for only for Delhi region - at least one similar work of minimum value of Rs. 32.47 lakhs OR at least two similar works each of minimum value of Rs.20.29 lakhs OR at least three similar works each of minimum value of Rs.16.23 lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

Similar Works Similar Works shall mean the work for providing security services carried out in India.

Notes:

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 25

� A weightage of 7% (compounded annually from the date of completion of the work to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

� Only such works shall be considered where physical completion of entire work is

over. � The Bidder should submit the details of such similar completed works as per the

format at Proforma-1 enclosed. � Works carried out by another Contractor on behalf of the Bidder on a back to

back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

� Credential certificates issued by Govt. Organizations / Semi Govt. Organizations

of Central or State Government; or by Public Sector Undertakings / Autonomous bodies of Central or State Government; or by Public Ltd. Company listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer.

� The cut off date shall be calculated backwards from the last stipulated date for

submission/ opening of Tender. � In case JV is permitted the following provisions will apply:

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion.

6. SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT

LIMIT

(i) A Solvency Certificate of minimum solvency of Rs. 67.52 lakhs (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder for apply for both the regions i.e. Gurgaon and Delhi.

(ii) A Solvency Certificate of minimum solvency of Rs. 48.88 lakhs

(suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 26

required to be submitted by the bidder for apply only for Gurgaon region.

(iii) A Solvency Certificate of minimum solvency of Rs. 16.24 lakhs

(suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder for apply only for Delhi region.

Notes:

� The certificate so produced by the Bidder may be got verified from the issuing Bank.

� In case JV is permitted the following provisions will apply:

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

(ii) The bidder should furnish a declaration that he has not failed to service the

principal amount or interest or both of a loan amount / credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

Notes: � In case a bidder has defaulted in servicing his loan / credit limit during past one

year, he shall be disqualified. � The declaration may be included in the Declaration to be submitted in Performa

3 to this Annexure. � In case JV is permitted the following provisions will apply:

Normal Works The Partner-in-charge / Lead Member shall sign the declaration.

7. PROFITABILITY

The Bidder should be a profit (net) making firm and should have made profit during any two of the past 3 Financial Years immediately preceding the

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 27

deadline for submission of bids. If the audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheets of the three financial Years immediately preceding the previous Financial Year shall be considered. The Bidder should furnish figures of net profit of last 3 years in a tabular form and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last three Financial Years. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

Notes:

� In case JV is permitted, the following provisions will apply: Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

8. NET WORTH The Bidder should have positive Net Worth of at least 30% of the Estimated Cost

of work. This will be worked out as the average of the Net Worth from the Audited Balance Sheet of the last three financial Years immediately preceding the deadline for submission of bids. If the Audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheets of the three Financial Years immediately preceding the previous Financial Year shall be considered.

In case JV is permitted, the following provisions will apply:

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion 9. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA

IN CASE OF BOTH LARGE AND NORMAL WORKS a) Sub-Contractor’s Experiences and Resources

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 28

Sub-Contractors’ Experiences and Resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria.

b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

10. DISQUALIFICATION ON CERTAIN GROUNDS

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under Para 10.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of any contract awarded to them, having been determined during the

past three years prior to the deadline for submission of bids. c) Their business banned or suspended by any Central/State Government

Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant

details as per the prescribed format. A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 29

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION

COMPLETED DURING THE LAST 5 YEARS S. No.

Client’s name, & Address

Name of work

Agreement/ Letter of Award No. and date

Contract Value Date of start

Date of completion

Ref. of document (with page no.) in support of meeting Qualification Criterion

Awarded Actual As per

LOA

Actual

SEAL AND SIGNATURE OF THE BIDDER Note :

1. In support of having completed above works, attach self attested copies of the

completion certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations / Semi Govt.

Organizations of Central or State Government; or by Public Sector

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 30

Undertakings / Autonomous bodies of Central or State Government; or by Public Ltd. Company listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Company the Bidder should also submit documentary proof that the Public Ltd. Company was listed in Stock Exchange in India or Abroad when the work was executed for it.

3. Information must be furnished for works carried out by the Bidder in his own

name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back

basis, the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last stipulated

date for submission of Bid, which meet the Qualification Criterion need be included in this list.

7. Only those works mentioned in Annexure VIII shall be given in this Performa.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 31

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

________________________________________________________________________ Note: Banker’s Certificate should be on letter head of the Bank.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 32

Proforma 3 DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements

and attachments in proof of the qualification requirements; ii) During the past three years prior to the deadline for submission of bids, no

contract awarded to us has been determined. iii) No Central / State Government Department/ Public Sector Undertaking or

Enterprise of Central / State Government has banned/suspended business dealings with us as on date.

iv) We have submitted all the supporting documents and furnished the relevant

details as per prescribed format and we agree to submit, without delay additional information / documents which may be demanded by RITES Ltd.

v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1

does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be

submitted subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We have not failed to service the principal amount or interest or both of a loan

account / credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

viii) *The original instruments of EMD and Cost of Tender Document, in physical

form shall be deposited by us with RITES Ltd. before the prescribed date and time set for bid submission closing. Failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

OR

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 33

* We are exempted from payment of cost of Tender Document and EMD and the certified copies of original documents in support of such exemption shall be deposited by us with RITES Ltd. before the prescribed date and time set for bid submission closing and original documents produced on demand, failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

(* Delete whichever is not applicable)

ix) We understand that in case any statement/information/document furnished by us

or to be furnished by us in connection with this offer, is found to be misleading or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER Signing this document

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 34

ANNEXURE II

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

From _______________ _______________ To RITES Ltd ____________ Dear Sir, Re: RITES Tender Notice No.________________ dated _______ for_____ (Name of

Work) We wish to conform that our company / firm (delete as appropriate) has formed a Consortium with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________ (Members who are not the Lead Member of the Consortium should add the following paragraph) * * The Consortium is led by _________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of Attorney in favour of ______ (name of the Lead Member) (Member who is the Lead Member of the Consortium should add the following paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 35

binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Consortium.

The precise responsibility of the Lead Member and other Members of the Consortium in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval. We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member. In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium. We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed. We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claming our first on-account bill. Encl: Annexure. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 36

Seal Witness 1 Witness 2 Name Name Address Address Occupation Occupation Note : 1. To be executed by each Member of the Consortium individually.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 37

ANNEXURE III

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2:

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 38

Name: Name: Address: Address: Occupation: Occupation: Notes:

- In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has to be the one employed by the Lead Member.

- The mode of execution of the Power of Attorney should be in accordance

with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 39

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney) Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium. Dated this the ________ day of _______ 20 _______________

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 40

(Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company) ____________ (* Strike out whichever is not applicable) Seal of firm / Company Witness 1 Witness 2 Name: Name: Address: Address: Occupation: Occupation: Notes: - To be executed by all the members individually, in case of a Consortium. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 41

ANNEXURE V

FORM OF AGREEMENT (ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

(To be entered with the party to whom the work is awarded)

Agreement no. ____ dated ______ THIS AGREEMENT is made on ____ day of ________ between RITES Limited, (a Govt. of India Enterprise) registered under Indian Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi-110092 and its Corporate Office at RITES Bhawan, No.1, Sector-29, Gurgaon-122001 (Haryana), representing through Chairman & Managing Director, RITES Limited, hereinafter called the ‘Company’ (which expression shall, wherever the context so demands or requires, include their successor in office and assigns) on the one part and M/s ___________________________, hereinafter called the Contractor (which expression wherever the context so demands or requires, include his/their successors and assigns) of the other part. WHEREAS THE Company is desirous to get executed the work of “providing security services to RITES Office & Residential premises in Haryana and Delhi regions” and has by Letter of Acceptance/Award No. ____________ dated ____________ accepted the offer, which was submitted by the Contractor for the execution and completion of such works in response to Counter Offer issued vide RITES Letter No. _______________ dated ___________. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement, words and expressions shall have the same meaning as are

respectively assigned to them in the Terms and Conditions of contract hereinafter referred to.

2 The following documents in conjunction with Addendum/Corrigendum to Tebder

Documents shall be deemed to form and be read and construed as part of the agreement viz:

a) This Form of Agreement.

b) The Letter of Acceptance/Award No. _____________ dated _________.

c) RITES Tender Document including corrigendum etc. (uploaded).

Contd..2.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 42

3. The aforesaid documents shall be taken as complementary and mutually

explanatory of one another, but in the case of ambiguities or discrepancies, shall take precedence in the order set out above.

4. In consideration of the payment to be made by the Company to the Contractor as

hereinafter mentioned, the Contactor hereby covenants with the Company to execute and complete the works in conformity in all respects within the provisions of the contract.

5. The Company hereby covenants to pay to the Contractor in consideration of the

execution and completion of the works at contract price at the time and in the manner prescribed by the contract.

In WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written. SIGNED SEALED AND DELIVERED BY Shri Shri _________ (for RITES Limited) In the capacity of In the capacity of: Partner/Proprietor _____________________________ On Behalf of: On behalf of: M/s _________ RITES Limited In the presence of: In the presence of : 1._______________________ 1. _______________________ RITES Limited/Gurgaon 2._______________________ 2._______________________ RITES Limited/Gurgaon

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 43

ANNEXURE -VI

Guidelines on Banning of Business Dealings

1. Introduction 1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of

Article 12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to entertain any particular Agency due to its poor / inadequate performance or for any other reason. 2.3 The banning shall be with prospective effect, i.e., future business dealings.

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated as ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose of these guidelines. MD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 44

may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or

Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department. The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 45

suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the

State, so warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is

convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors,

Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other

public sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on

the Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in

complying with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the

Agency for malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts; (Note: The

examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 46

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is

called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of

RITES, necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of

the case, a final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a

reasoned order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority

banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which

shall be communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 47

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been

banned. 11.1 Depending upon the gravity of misconduct established, the Competent Authority

of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for

more information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the

same, the banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the

ban order, depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 48

ANNEXURE VII

MANDATE FORM

To

RITES Ltd. ___________________

Dear Sir,

Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)

We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below: (TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A) TELEPHONE NO. WITH STD CODE

(B) MOBILE NO.

4 BANK PARTICULARS

A BANK NAME

B BANK TELEPHONE NO. WITH STD CODE

C BRANCH ADDRESS WITH PIN CODE

D BANK FAX NO. WITH STD CODE

E 11 CHARACTER IFSC CODE OF THE BANK

(EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING IN THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH

CREDIT OTHERS H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER (PAN)

6 E-MAIL ADDRESS

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 49

I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit it not effected at all for reasons of incomplete or incorrect information, I / We would not hold RITES Ltd. responsible. Bank charges for such transfer will be borne by us. Date: ________ SIGNATURE

(AUTHORISED SIGNATORY)

Name______________________

BANK CERTIFICATION It is certified that the above mentioned beneficiary holds bank account No. __________________ with our branch and the Bank particulars above are correct. Date: ___________ SIGNATURE

(AUTHORISED SIGNATORY)

Name _____________________ OFFICIAL STAMP

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 50

ANNEXURE VIII

Pre-Qualification Performa Name of Work

Tender No.

Name of the Bidder:

Details of Cost of Tender Document Paid by Banker’s Cheque / Pay Order / Demand Draft. (Clause No. 10.1 Section 1)

Name & Address of Issuing Bank

Amount Date of Issue

Instrument placed at

Details of EMD paid by Banker’s Cheque/ Pay Order/ Demand Draft (Clause No. 10.2 Section 1)

i) (Gurgaon) ii) (Delhi)

Empanelment Number / registration number with Directorate General of Resettlement (Ministry of Defence) Govt. of India (as per Para 1 of Annexure-I – Qualifying Criteria )

S.No. Empanelment Number /

registration number Issue Date Valid up to Remarks

1 (For Gurgaon)

2 (For Delhi)

License under Private Security Agencies (Regulation) Rules 2009 (as per Para 2 of Annexure-I – Qualifying Criteria)

S.No. Issuing

Authority License No. Issue Date Valid up to Remarks

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 51

1 (Gurgaon)

2 (Delhi)

Labour License (as per Para 3 of Annexure-I – Qualifying Criteria)

S.No. Issuing

Authority License No. Issue Date Valid up to Remarks

1 (Gurgaon)

2 (Delhi)

Annual Financial Turnover (as per Para 4 of Annexure-I – Qualifying Criteria)

S.No. Financial Years Turn Over (Rs.

In Lacs) Documents Placed at:

Remarks

1 2014-15

2 2013-14

3 2012-13

4 2011-12*

*(Only in case the audited Balance Sheet for the year 2014-15 is not available)

Similar Work Experience (as per Para 5 of Annexure-I – Qualifying Criteria) S. No.

Name of work

Name of Client

Actual Date of Start

Actual Date of Completion

Actual Completion Cost

Completion Certificates Placed at :

Remarks

1

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 52

2

3

4

Solvency Certificate (as per Para 6 of Annexure-I – Qualifying Criteria) Sl No.

Name & Address of Issuing Bank

Solvency Amount in Rs.

Date of Issuance

Document Placed at:

Remarks

1.

Profitability (as per Para 7 of Annexure-I – Qualifying Criteria) S.No. Financial

Years Profit with (+) sign or Loss with (-) sign (In Lacs)

Documents Placed at:

Remarks

1 2014-15

2 2013-14

3 2012-13

4 2011-12*

*(Only in case the audited Balance Sheet for the year 2014-15 is not available)

Net Worth (as per Para 8 of Annexure-I – Qualifying Criteria)

S.No. Financial Years Networth in Rs. Documents Placed at: Remarks

1 2014-15

2 2013-14

3 2012-13

2011-12*

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 53

*(Only in case the audited Balance Sheet for the year 2014-15 is not available)

Other documents to be submitted along with Tender documents: Sl No. Particulars Document

Placed at: Remarks

1 Declaration by the bidder as per Proforma-3

2 Self Attested Copy of Partnership Deed/ Memorandum and Articles of Association of the firm.

3 Written Power of Attorney of the signatory of the Tender on behalf of the tenderer. (Annexure-III)

4 List of similar works satisfying qualification criterion completed during the last 5 years as per Proforma-1 of Annexure-I

5 Self attested copy of Corrigendum/Minutes of Pre-Bid Meeting, if any.

6 RTGS/NEFT details as per Annexure- VII

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 54

SECTION – 2

TERMS & CONDITIONS OF CONTRACT

Bidders may please read the following Terms & Conditions before filling up the rates: 1.0 The security agency shall be responsible for security of RITES Office Complexes,

in Gurgaon, RITES Registered Office at SCOPE Minar, Delhi, RITES Flats, Ashok Vihar, Delhi, residences of Directors in NCR, and all equipments, articles in the Complexes against theft and pilferage during the contract period and also security of the manpower. In case of any theft, the agency shall be liable to pay damages equivalent to replacement cost of the item.

2.0 The Contractor shall have Private Security (Regulation) Rules, 2009 and Labour license from the appropriate authority and shall comply with all the conditions of the license, applicable Labour regulations laws including amendments, if any.

3.0 The security staff provided by the Contractor should be duly verified by Police, well trained, dedicated, well behaved and will maintain proper discipline and respect for office norms in all respects. The agency shall submit authenticated proof in support of Police verification.

4.0 The security staff provided should be smart, presentable, dressed in neat and clean uniform with baton on duty. The employees of the Contractor shall display their photo ID cards duly issued and signed by the Contractor while on duty.

5.0 Armed guards deployed by the agency shall have valid Armed License. Agency shall submit self attested copies of Armed License along with original for verification.

6.0 Contractor shall monitor their work performance, attendance & Leave records etc. of personnel deployed by him. Contractor shall maintain records in accordance with contract Labour requirements and submit the same for inspection by RITES officials periodically.

7.0 In case it is observed that the agency is not complying with any requirement of the contract, labour laws, regulations or any other such legal stipulations/provisions in letter and spirit, and also deficiencies are observed in security services such as non-deployment of the required number of personnel of specified categories, in specified timings or improper attention or laxity in attending to security matters including turnout, uniform, alertness or any other security related parameters not mentioned above, a penalty @ Rs. 2000/- per day subject to a maximum of 2% of the monthly fee payable shall be imposed on the agency and the same shall be deducted from the monthly bills. This shall be in

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 55

addition to amount deductible towards default, as applicable. A written communication/notice shall be sent to the agency and in case corrective action is not taken within the stipulated time-frame, RITES shall be at liberty to forfeit performance security deposit / security deposit, impose penalty, as mentioned above, and in extreme cases, terminate the contract. The decision of RITES shall be final and binding in this regard.

8.0 The Contractor shall use their own communication equipments like mobile phones wireless sets at all Sites for speedy communication amongst security personnel, supervisors and RITES officials.

9.0 The Contractor shall ensure that Guards and Supervisors shall be well trained in fire prevention, evacuation of the Complex in case of emergency / disaster and any other matter related to safety and security such as investigation, search operation, parade / drill, etc.

10.0 The security personnel shall perform fire drill in the first week of every month invariably in the ROC-I with prior intimation to the Officer-In-Charge and send a detailed report after every drill to RITES.

11.0 The Contractor shall assist RITES, including parade by guards (sometimes with additional manpower) in ceremonial dress, hoisting of National flag, etc. at functions/ events like Republic Day, Independence Day etc.

12.0 The Contractor will be responsible for hoisting of National Flag as per norms, and its maintenance and replacement at his cost.

13.0 The security services are initially for a period of 12 months from the date of contract, further extendable for a period of 12 months or for few months with the mutual consent of both RITES and Contractor.

14.0 The security agency shall submit every month attendance record of Security

Supervisors and Guards actually deployed (attendance record on actual basis). 15.0 The security agency shall submit monthly bills by 10th of subsequent month

along with copy of actual attendance record (as per Labour Laws) and proof of other statutory payments made by the security agency. RITES reserve the right to verify any bill / claim of the security agency. The bills submitted by the agency will be verified by RITES and entered in the Measurement Book (MB) and the agency will be required to sign in the MB before sending the Bill for payment.

16.0 Any suit or application arising out of any dispute or difference on account of this contract or any matter in relation to the award of the contract or for the enforcement of arbitration clause under this contract, shall be filed in a competent

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 56

court at Gurgaon only and no other court of any other district of the country shall have any jurisdiction in the matter.

17.0 The contract shall be terminated on 30 days notice in case services are not found satisfactory, violation of any Government laws, rules and regulations, or for any other valid reason. Under extreme circumstances RITES shall have the right to terminate the contract with a notice period of less than 30 days. In this regard, the decision of RITES shall be final and binding.

18.0 All other terms and conditions shall be the same as contained in Private Security (Regulation) Rules, 2009 of State Government’s Guidelines and our tender document.

19.0 RITES Officer-In-Charge or his nominated officer can carry out any surprise inspection, without any notice and deficiencies in service equipment, spares, manpower or any other position of contract pointed out in inspection register maintained by Contractor or through other means shall be made good by Contractor failing which risk & cost provisions for deficient service shall be invoked.

20.0 The quoted rates should be valid for a minimum period of 12 months from the date of award of the contract.

21.0 Conditional bid will be rejected unconditional rebate will be accepted.

22.0 A Performance Guarantee @ 5% of the total contract value, will be submitted by successful bidders within 7 days from the date of issue of award letter in the shape of Bank Guarantee (as per RITES’ Format) or Demand Draft / Banker’s Cheque / Pay Order from any Scheduled Bank in favour of “RITES Limited” payable at “Gurgaon”. No payment will be released unless Performance Guarantee is submitted and agreement is executed.

23.0 The security deposit @ 5% of the total contract value (after adjusting EMD) will be submitted by successful bidders in the shape of Demand Draft / Banker’s Cheque / Pay Order from any Scheduled Bank in favour of “RITES Limited” payable at “Gurgaon”, after issue of award letter. If the contractor fails to submit the SD, the same shall be deducted @ 5% of the gross amount of each running bill till the sum along with the sum already deposited as EMD will amount to SD of 5% of the contract value.

24.0 The performance guarantee will be released without interest after satisfactory completion of contract.

25.0 Security deposit will be released without interest within 60 days of satisfactory completion of the contract.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 57

26.0 In case the selected bidder does not deposit the Performance Guarantee or refuses to the items as per intent / work order placed from time to time, EMD/ Performance Guarantee amount shall be forfeited and the firm will also be black-listed for 3 years.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 58

RITES LIMITED

E-BID DOCUMENT

For

PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS

TENDER DOCUMENT

(SECTION-3)

� RATE SCHEDULES (A & B)

TENDER NO. RITES/CO/ES/SECURITY/TENDER/15-17

July 2015

RITES LIMITED

(Schedule ‘A’ Enterprise of Govt. of India) RITES BHAWAN

1, SECTOR-29, GURGAON – 122 001

(HARYANA)

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 59

RATE SCHEDULE (A)

FOR PROVIDING SECURITY SERVICES TO RITES OFFICE AND RESIDENTIAL PREMISES IN HARYANA REGION

S.

No. Manpower required No. of

Manpower required

Rate per Manpower /

per year (Rs.)

Net Amount per year (Rs.)

1. Supervisors (in shift duties of 8 hrs. each)

3

2. Security Guards (in shift duties of 8 hrs.)

42

3. Lady Guard (in day duty and 6 days in a week from Monday to Saturday)

1

4. Armed Guards (night shift)

2

5. Personal Security Guard 1 Total: 49 1. Bidder shall quote all inclusive rates Per Manpower / Per Year, which includes

following:

� Monthly Minimum Wages of security personnel (as per Central Sphare) � Provident Fund � ESI � EDLI � HRA � Leave wages � Uniform & washing allowance � Transportation � Relieving charges (for providing weakly off to Guards) � Bonus (if applicable) , � Gratuity (if applicable), � Incidental charges � All risk & insurance liabilities � Contractor’s profit and establishment / overhead charges � Compliance of various labour laws, statutory obligations and other

obligations stipulated in the tender documents or implied.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 60

1.1 The above rates shall exclude Service Tax, which will be dealt with as per

prevailing rules. 2.0 All liabilities of personnel deployed will be of the successful agency. No

compensation what so ever shall be paid on any account by RITES due to injury/death while performing duty.

3.0 On award of work, the rates accepted by RITES will be fixed for 12 months from

the date of award of work irrespective of changes what so ever during the period of contract. Payment will be released proportionately to the contractor on monthly basis on submission of bill. However, the Contractor shall pay wages to security staff as per rates fixed by Minimum Wages for Scheduled Employment applicable for Area ‘A’ as per Classification of Area in the Central Sphere as circulated by Ministry of Labour and Employment and also as revised from time to time as per details given below: a) The rates of wages for Security Guards/Armed Security Guards shall be in

accordance with “Minimum Wages for Scheduled Employment under ‘Watch & Ward’ as applicable under Area ‘A’ as per Classification of Area in the Central Sphere and all applicable allowances.

b) The rates of wages of Security Supervisor should not be less than the rates under ‘Construction’ as per Skilled category as applicable under Area ‘A’ as per Classification of Area in the Central Sphere and all applicable allowances.

4.0 On completion of each month and after disbursement of wages to the security

personnel, the contractor shall submit detailed month wise Wage Sheet and attendance sheet (as per samples available in this office), along with their monthly bill for verification. to this office.

AGM/Admn. & Trg.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 61

RATE SCHEDULE (B)

FOR PROVIDING SECURITY SERVICES TO RITES OFFICE AND RESIDENTIAL PREMISES IN DELHI REGION

S.

No. Manpower required No. of

Manpower required

Rate per Manpower

/ per year (Rs.)

Net Amount per year

(Rs.)

1. Security Guards (in shift duties of 8 hrs.)

15

2. Armed Guards (night shift)

1

Total: 16

1. Bidder shall quote all inclusive rates Per Manpower / Per Year, which includes

following:

� Monthly Minimum Wages of security personnel (as per Central Sphare) � Provident Fund � ESI � EDLI � HRA � Leave wages � Uniform & washing allowance � Transportation � Relieving charges (for providing weakly off to Guards) � Bonus (if applicable) , � Gratuity (if applicable), � Incidental charges � All risk & insurance liabilities � Contractor’s profit and establishment / overhead charges � Compliance of various labour laws, statutory obligations and other

obligations stipulated in the tender documents or implied.

1.1 The above rates shall exclude Service Tax, which will be dealt with as per prevailing rules.

2.0 All liabilities of personnel deployed will be of the successful agency. No

compensation what so ever shall be paid on any account by RITES due to injury/death while performing duty.

TENDER NO. RITES/CO/ES/TENDER/STY./15-17

Seal & Signature of contractor 62

3.0 On award of work, the rates accepted by RITES will be fixed for 12 months from

the date of award of work irrespective of changes what so ever during the period of contract. Payment will be released proportionately to the contractor on monthly basis on submission of bill. However, the Contractor shall pay wages to security staff as per rates fixed by Minimum Wages for Scheduled Employment applicable for Area ‘A’ as per Classification of Area in the Central Sphere as circulated by Ministry of Labour and Employment and also as revised from time to time as per details given below: c) The rates of wages for Security Guards/Armed Security Guards shall be in

accordance with “Minimum Wages for Scheduled Employment under ‘Watch & Ward’ as applicable under Area ‘A’ as per Classification of Area in the Central Sphere and all applicable allowances.

d) The rates of wages of Security Supervisor should not be less than the rates under ‘Construction’ as per Skilled category as applicable under Area ‘A’ as per Classification of Area in the Central Sphere and all applicable allowances.

4.0 On completion of each month and after disbursement of wages to the security

personnel, the contractor shall submit detailed month wise Wage Sheet and attendance sheet (as per samples available in this office), along with their monthly bill for verification. to this office.

AGM/Admn. & Trg.