Quotation documents for providing security services at Balasore NAVTEX station,odisha

Similar documents
INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

TENDER NOTICE. Sub: Quotation for annual contract for Horticulture work in DGCA.

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

No. RLIC/MP/HOO/ Dated: 13th February, Notice inviting tenders for outsourcing security service

Notice Inviting Tender.

CUTTACK DEVELOPMENT AUTHORITY

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

DATED: DUE ON

TENDER DOCUMENT SECURITY CONTRACT

Short Term Tender Notice for Hiring of Vehicle for Bihar Skill Development Mission,Patna

INTERNATIONAL GARMENT FAIR ASSOCIATION

भ रत य बध स थ न, लखनऊ

Terms & Conditions of Tender for Security Services

Telephone : Fax :

NOTICE INVITING TENDER

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

CCI/GNT/ ADM / S.G/ / Date: SHORT TENDER NOTICE FOR ENGAGEMENT OF SECURITY GUARDS ON CONTRACT BASIS FOR GODOWN SECURITY.

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

F. No. 22(7)/NBB/Security/2019 Dated :

NOTICE INVITING QUOTATION (NIQ) FOR

NOTICE: TENDER KISS DELHI

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ

Kamla Nehru Institute of Technology Sultanpur (U.P.) Phone: Notice Inviting Short Term Tender

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

NOTICE INVITING TENDERS

PART- I INVITATION TO TENDER. Tender for Operating Staff Canteen of Central Tool Room & Training Centre, Kolkata

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

Sports Authority of India, Sports Training Centre, Dharamshala.

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

Life Insurance Corporation of India

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

Tender Document No. A-7(1)MCR/Admn/ dated

THE STATE TRADING CORPORATION OF INDIA LTD (A GOVT. OF INDIA ENTERPRISE)

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

Madhav Institute of Technology & Science, Gwalior

Persons to clean the institute including washrooms

GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER NOTICE NO. 2/Security Guard/

for SUPPLY OF HP TONER CARTRIDGE

GJ/RPFC/BRD/ADMN-II/File (77)/Vol.II/13 Date: 25/04/2017 TENDER NOTIFICATION

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

KTDC Hotels & Resorts Ltd KTDC/CM/UF/

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

at 13:30 hrs

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

MANAGER MAINTAINANCE (STR)

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

Tender Notice for security services

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

NOTICE INVITING TENDER FOR AWARD OF CONTRACT FOR PROVIDING SECURITY GUARDS (WITHOUT ARMS)

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

NOTICE INVITING TENDER

INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI

INTERNATIONAL GARMENT FAIR ASSOCIATION

INDIAN INSTITUTE OF MANAGEMENT INDORE PRABANDH SHIKHAR, RAU-PITHAMPUR ROAD, INDORE PHONE: / ; FAX:

Tender No.: BL/LS/DEL/05T/MAY18 Date: Notice Inviting E-Tender

NORTHERN INDIA REGIONAL COUNCIL (NIRC) THE INSTITUTE OF COMPANY SECRETARIES OF INDIA (ICSI)

TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI

No. CWC/RO-CH/Pur/e-tender/ICP-Attari/RO/HOV/ / E-TENDER NOTICE

No. D-34015/1/2013-Admn.(NR) Government of India Staff Selection Commission (NR) Department of Personnel & Training

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT

West Bengal Tourism Development Corporation Limited

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

INDIAN INSTITUTE OF SCIENCE BENGALURU

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

PFC CONSULTING LIMITED. (A Wholly Owned Subsidiary of Power Finance Corporation Ltd.) (A Government of India Undertaking)

NIT FOR TENDER NO. CGI 3644 P17

Village Issapur, Najafgarh, Delhi NOTICE: TENDER - KISS DELHI

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Gautam Buddha University Greater Noida

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

GURU GHASIDAS VISHWAVIDYALAYA (A Central University established by the Central Universities Act, 2009, No.25 of 2009) KONI, BILASPUR (C.G.

TENDER DOCUMENT OF PURCHASE OF: Free Wheel Ratchet Bearing - NSS 30. M/s. Address. Details of Contact person in SPMCIL regarding this tender:

Sub: Invitation of sealed quotations for hiring of taxi /vehicles on hire basis under two bid system for IGNOU RC Cochin reg.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE

Corrigendum to the Tender Notification Published in Sakal, Pune Shahar on 4 th August, 2013 (Sunday) for Manpower Outsourcing Services

TENDER DOCUMENT TENDER ID : BAN

Transcription:

Govt. of India Kolkata-700 088 Phone-033-24013978, 24010241, Fax No-033-24016757 E-Mail- directorrkol @yahoo.co.in Quotation documents for providing security services at Balasore NAVTEX station,odisha 1. Name of the Firm : 2. Date of sale /download: ----------------------------

Govt. of India Kolkata-700 088 Phone-033-24013978, 24010241, Fax No-033-24016757 E-Mail- directorrkol @yahoo.co.in Name of Work : Providing Security service at Balasore NAVTEX station, at Odisha Index Sl.no. Description No. Of Pages 1 Short Quotation Notice 1 2 General Terms & conditions 2 3 Special Conditions of the Contract 3 4 Bid Form 2 5 Price Schedule 1

Government of India Deep Bhawan D-372/2, Taratala Road, Kolkata 700 088 Telephone No.: 033 24019151/ Fax: 033 2401 6757 No-3Dev-1(26A)/2015 -Station Dated: 04.12.2015 Notice Inviting Quotation For and on behalf of President of India, The Director,, Kolkata, invites sealed quotation from local licensed/ registered private security agencies having a valid registration/license certificate from competent government authority and experiences of providing such security services to any Central/state government department/ public sector organization/autonomous bodies & institutes for the work Providing security services at Balasore NAVTEX Station, Odisha.Quotation documents can be either downloaded from the website www.dgll.nic.in / or collected from this office / or concerned said Station free of cost from 07/12/2015 to 18/12/2015. Completed Quotation documents along with EMD of Rs 5000/ in favour of Director of Lighthouses & Lightships, Kolkata payable at Kolkata should be submitted to this office up to 17.00 hrs on 21/12/2015. DIRECTOR

GENERALTERMS & CONDITIONS 1. The bidder is required to submit the filled up quotation documents along with all documents like Pan card, Registration/ license certificate, EPF/ESI/Service tax registration certificate and experience certificate up to 17.00 Hrs on 21/12/2015 in the office of Director, Kolkata. Rate quoted less than Central Government minimum wages for security guard (unarmed) will not be accepted and bid will be rejected. If state government minimum wages for security guard (unarmed) is more than central government minimum wages for security guard (unarmed), then minimum state government wages for security guard (unarmed) shall be quoted and state government wages shall be considered. It is the responsibility of bidder to check which minimum wages(central or state) is more so that they should quote accordingly. ESI/EPF/Service tax will be reimbursable as per actual after production of proof of being paid as per government rules. 2. EMD shall be submitted along with completed quotation in form of Demand Draft fixed deposit receipt/ of any Nationalized/ scheduled Bank in favour of Director, payable at Kolkata having validity period of 90 days from date of last day of submission of tender. Quotations without valid EMD in prescribed form shall be summarily rejected without assigning any reasons and any intimation to bidders. 3. The successful bidder shall be required to submit a performance bank guaranty within 15 days from date of issue of letter of acceptance of bid, equivalent to 10% of the contract value, which will remain valid up to period of six months beyond the date of expiry of period of contract. The E.M.D. of the successful bidder will be returned on the acceptance of work order and submission of performance bank guaranty. The Performance guarantees shall be returned after satisfactory completion of contract period or extended or reduced contract period. 4. The time period of the contract is one year and may be extended further for a period of three months on the same rates and terms & conditions, if agreed mutually. 5. The Director of Lighthouses and Lightships (DLL) does not bind himself to accept the lowest or any bid. He reserves right to reject any or all of the bids received without assigning any reason. He also reserves right for himself of accepting the whole or any part of the bid and bidder shall be bound to perform the same at the rates quoted. All bids in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Canvassing in any form is strictly prohibited and the bids submitted by the contractor who resort to any form of canvassing will be summarily rejected. The bid shall remain valid in all the respects for a period of three months from the date of opening the bids. 6. The bid shall remain valid in all the respects for a period of 90 days from the last date of submission of bids. 7. The Director also reserves the right to increase the number of security personnel at the same approved rates and the terms/conditions. 8. The Earnest Money Deposit shall be forfeited if: - (a) The bidder withdraws his bid during validity period. (b) The bidder makes any modification in the terms and conditions of the bid at his own or any information furnished by bidder is incorrect. (c) The bidder does not accept corrigendum/addendum issued by undersigned (d) The successful bidder fails to submit Performance Guarantee or fails to sign the agreement within specified time. (e) The successful bidder fails to complete the work satisfactorily within specified time.

9. Price quoted by the bidder shall remain fixed and valid until completion of work and no extra amount shall be paid due to escalation in cost of materials, labours or any other input required for execution of works whatever may be the reason for escalation. 10. All the future correspondences in this connection shall be addressed to: The Director, Deep Bhavan,, D-372/2, Taratala Road, Kolkata-700 088, Phone No 033-2401-3978 and Fax- 033 24016757. 11. If at any stage during the period of work the contractor ceases work or refuses to fulfill his part of the contract, the DLL shall have power to rescind the contract, of which rescission notice in writing to the contractor under the hand of the DLL shall be conclusive evidence of the contractor s default and the whole of the Performance Bank Guarantee submitted by the contractor shall stand forfeited and be absolutely at the disposal of the DLL. The DLL shall, moreover, have the power to adopt any measure for the completion of work in any manner he may choose. In the event of such a course being adopted any expenses which may be incurred in excess of the sum which would have been paid to the contractor, if the whole work would have been executed by him shall be realized from the contractor from any money which may be due to him under this contract or any other contract or otherwise. In the case when the contract has been rescinded under the aforesaid provision the contractor shall have no claim for compensation for any loss sustained by him for reasons of his having purchased any material or having entered into any engagement or made any advance on account of the execution of the supply of stores. But, on the other hand, the DLL shall be entitled to take possession of any or part of any material, which has been supplied by the contractor. In which event the contractor shall be entitled to such payment therefore as may be considered reasonable by the DLL. 12. If at any time after the commencement of the work, the DLL shall for any reasons what-so-ever does not require the whole work thereof as specified in the bid to be carried out, the DLL shall give notice in writing of the fact to the contractor, who shall have no claim to any payment of compensation what-soever on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of the full amount of the work not having been carried out, neither shall he have any claim for compensation by reason of any alternations having been made in the conditions of the contract. 13. If the contractor or his working people damage or destroy any part of the equipment on which they may be working or fault appear after they have worked on the equipment, the contractor shall upon receipt of a notification in writing on that behalf make the same good at his own expense or in default the DLL may get the same made good by other source and deduct the expense from any sum that may be then or at any time thereafter may become due to the contractor. 14. The contract shall not be assigned or sublet whole or any part of the work without the written approval of the DLL. 15. In the event of any question, dispute or difference arising under these conditions or in connection with this contract (except as to any matter the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Director or some other person appointed by him. It will be no objection that the arbitrator is a Government Servant that he had to deal with the matters to which the contract relates or that in the course of duties as a government servant he has expressed views on all or any of the matters in the dispute or differences. The award of the arbitrator shall be final and binding on the parties to this contract. Director

Govt. of India Kolkata-700 088. Special Condition of Contract 1. Scope of work (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii) (xiii) (xiv) (xv) (xvi) (xvii) (xviii) (xix) The contractor shall provide 02 personals of security guard (each 08 hrs shift 02 PM to10 PM and 10 PM to 6AM) night as per requirement) at Balasore Navtex station at Odisha. In case of additional requirement the department will give requisition in advance and the contractor shall be paid at his quoted rate. The contractor shall arrange security guard during leave of any of his personnel engaged for the work in the campus and no extra payment will be made for the same. Guard post will be as per the direction of the in-charge of station. The contractor shall provide properly trained, disciplined and uniformed security guards in physical and mental health. Further he should ensure that the same sets of personnel are engaged and there should not be frequent changes of the personnel for the specific work. The Guard provided by contractor should be literate, courteous and polite in behavior and always alert for watch and ward and no child labour below 14 years shall be engaged for any purpose as per the standing instruction of G.O.I. The Guard provided by the contractor should be competent for security and watch and ward related duty including handling of the entries at the gate preventing entry of unauthorized persons/ stray animals in the compound. The contractor shall be paid the quoted rate per Security Guard per shift of 08 hours. The security Guard on duty shall not be provided with any accommodation /tea/ meals etc. by the department. The supervisors of the Contractor shall visit at regular intervals and check that the guards are performing duties with full alert. Guards on duty shall always wear and maintain presentable neat uniforms. The duration of the contract shall be for one year, which may be extended for a period of 03 months at the same approved rate and terms & conditions if mutually agreed. No escalation/ compensation shall be payable to the contractor on account of price rise due to labour cost. The Contractor shall be solely responsible for the efficient security arrangement of the Lighthouse/station premises in accordance with the conditions/clauses set herein. During his duty hours the guard on duty shall take all necessary steps to ensure that no untoward incidence or suspicious movements of persons occur inside the premises. In case of any abnormality, the guard may report the matter immediately to the Director, or his authorized official on the station for further action. The guard may carry out the instructions of the Director or his authorized official in respect of ensuring security on day to day basis. The contractor shall be responsible to post one security guard per shift. The security personnel shall be of good physique and well conversant in English/Hindi. The security guards posted at the station shall extend helping hands to the station staff. The Contractor shall be responsible to replace security personnel periodically at least once in six months. The contractor shall replace any of the security staff at the instance of the Director if at any time he feels so. The Contractor shall make random surprise checks at least once in a fortnight to assess the degree of alertness of the security personnel posted at the premises at his own cost. He shall furnish his reports with regard to the surprise at his own cost. He shall furnish his reports with regard to the surprise checks made at the premises. Director or his authorized representative may also carry out surprise checks. The findings of such checks would be communicated to the Contractor for suitable action by the Contractor, if any, desired by the Director

(xx) It shall be the responsibility of agency to provide suitable Uniforms and other items like cap belt lanyard with a Whistle, shoes, badges, Batons(Lathis), gumboots, raincoats, umbrellas shall be supplied by the Contractor. Nothing extra payment for the same will be admissible (xxi) The Contractor will be principal employer of the security guards employed and shall be solely responsible for payment of wages to the security men provided by him for the security purposes. (xxii) In case either of the parties wants to terminate contract before or at the completion of the initial period of one year, they should give one month prior notice in writing from the date from which such termination of contract would come into effect. In the absence of any such prior notice of one month by both the parties, it will be deemed to have satisfactory agreed to extend the period of contract for a further period. (xxiii) The rate mentioned would be firm and stable during the period of contract and the contractor shall not be entitled for any increase in the service charges during the period of agreement. Any dispute or difference with regard to this shall be referred to the City Civil Court, Kolkata, for a decision. 2. Responsibilities The personnel engaged by the Contractor will be responsible for protection of all the assets in their respective areas, prevent tress passes and prevention of stray animals to enter inside the campus area and also extend helping hand to the staff of the station. 3. Terms of Release of Payment (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) The Contractor shall be paid on monthly basis on submission of pre-receipted bill along with a statement of employees employed during the previous month, wages paid and EPF remitted etc. before 7 th of every month No relieving charges and other extra charges are payable. The installation is to be manned for security 24 hours on all the 7 days in a week. The service charges as mentioned in para 2 are inclusive of all Sundays, Festival Holidays and National Holidays. Monthly invoices submitted by the Contractor towards security charges shall be settled by the Director within 15 days from the date of receipt of the invoice, subject to deductions if any, as per the terms of this contract. The Contractor shall be solely responsible for payment of minimum wages to the Security personnel posted at the premises every month and the payment of their wages shall in no way be linked with the Bills to be paid by the Director The Contractor shall not approach the Director for loans/advances etc. The Contractor being the principal employer of the security personnel, shall be solely responsible for recovery of ESI and PF contribution from salaries of the security personnel deployed by him and shall remit the same to the concerned authorities in time along with his contribution as applicable. The contractor shall be solely responsible for the welfare of his staff as per Govt. laws. The Contractor shall produce the temporary ESI Identity Cards within 10 days and the copies of PF declaration and nomination forms from the date of posting of security personnel which will be followed by permanent issue of Identity Card. The Contractor shall reimburse the Department for any amount payable by the Department to any Government authority by way of tax/penalty etc. in respect of the employment of the security personnel. Also the Department reserves the right to set off any amount due from the Contractor arising out of the above from the amount payable to the Contractor by the Department.

4. Tender rates to cover taxed and dues/contractor to comply with labour Law: (i) (ii) (iii) (iv) (v) (vi) The contractor shall comply with all statuary requirements of law governing the conditions related to working and payment liabilities including the wages, bonus, ex-gratia as well as any compensation payable under any labour laws. The department shall not be liable for bearing any financial burden/liability due to negligence by contract or his failure to comply with labour to any other laws in such matters. The contractor shall make payment of wages and statutory liabilities as per statutory provision whenever due to the Security Guard. Necessary taxes shall be deducted from the payment of the contractor as per statutory provisions. Contractor shall employ persons preferably in the age group of 23 yrs to 45 yrs as Security guards. In case of absence of any guard posted at the station proportionate amount will be deducted from the bills of the Contractor for the period of absence. 5. Termination /Cancellation of Contract: In case of delay in fulfilling the contractual obligation the contract will be deemed to have been cancelled. The department reserves the right to cancel the agreement in case the quality of work of the contractor is not found to be satisfactory. 6. Manner of Correspondence: All correspondence and services of notices with the contractor shall be way of registered post and procedure prescribed in Civil Procedure Code shall be followed for such matters. 7. Liquidated Damages/Penalty Clause: (i) (ii) In case of any lose theft to the property of the department due to negligence of the contractor; the recoveries shall be affected from the Contractor s bill and for any amount in excess to this the Contractor shall make good of the losses. In case of failure of the Contractor to provide Security Guard for reasons whatsoever, Directorate reserves the right to employ any other guards from any agency at the cost of the contractor and it shall be effected from the bills of the contractor and if need be from Performance Guarantee. Director.

Govt. of India Kolkata-700 088 From To The Director Directorate of Lighthouses & Lightships, Kolkata-700 088. Sub: BID FORM AND PRICE SCHEDULE Sir, Having examined the tender documents for providing Security services at Balasore NAVTEX station,odisha, I/we hereby acknowledge the receipt of the same 1. Should this bid be accepted, I/We agree to abide by the various terms and conditions stipulated in bid form and offer to carry out the works in conformity with the said documents for the sum of Rs. or such other sums as may be ascertained in accordance with price schedules attached here to and made part of this bid. I/We also agree to abide by and fulfill all the terms and provisions of the Special and General Conditions of the Contract. 2. I/We undertake, if my/our bid is accepted, to provide security services as per terms and conditions of the contract. 3. The E.M.D. for a sum of Rs 5000/ in the form of Bank Guarantee, DD/ pay order/cash receipt deposit is enclosed along with bid. The full value of E.M.D. will be absolutely forfeited to the President of India without prejudice to any other rights or remedies of the President of India, should I/We fail to fulfill the contract. 4. I/We agree to abide by the price quoted in the bid for the period of 03 months from the date of opening of bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period. 5. I/we agree to submit a performance bank guarantee equal to 10% of the contract value, which shall remain valid upto a period of 06 months beyond the period of contact. 6. Current Income Tax certificates are enclosed as required. Dated day of 2015

Name & address of the Bidder Signature of the bidder or authorized representative Duly authorized to sign the bid for and on behalf of in the capacity of. Witness: Signature : Name & address Director Lighthouses & Lightships For and on behalf of the President of India

Sl.No. Govt. of India Kolkata-700 088 Price Schedule of works for providing security services at Balasore Navtex station, Odisha Description Quantity Wages per guard per day (each 08 hrs shift) 1. Supply of Security Guard(Civilian) 02 Nos. Security Guard Rs. (Rupees. Only) EPF@. % on total amount of wages marked A. ESI@. % on total amount of wages marked A Contract period Service charge & Overheads @. % on total amount of wages marked A Amount for one year for 02 Guards( 2 x wage per guard per day x365) 365 days (Marked A) Service Tax@ % on total amount of wages marked A +Total EPF+ Total ESI+ Total Service Charges & Overheads.. Grand Total (Rupees.Only) Important points for filling the bids- 1. Wages means Basic Wage including Variable Dearness Allowance. Wages quoted less than central government minimum wages for security guard (unarmed) will not be accepted and bid will be rejected. If state government minimum wages for security guard (unarmed) is more than central government minimum wages for security guard (unarmed), then minimum state government wages for security guard (unarmed) shall be quoted and state government wages shall be considered. It is the responsibility of bidder to check which minimum wages (central or state) is more so that they should quote accordingly. Wages quoted shall be paid to security guard and in that part nothing shall be taken by the contractor 2.No Column of price schedule shall be left blank. 3. Income tax IT and surcharges at the present prevailing rate will be deducted for the bills of contractors. It shall not be reimbursable from department. 4. No other payment towards charge like bonus, national holidays etc. will be paid separately & contractor has to absorb in his profit/surcharge.5. Proof of ESI/EPF/Service tax payment will be submitted to office along with bill for payment. 6. Conditional bids will be summarily rejected.7. Service charges & Overheads shall be quoted only as % of total amount of wages. Quoted in other form shall not be accepted. Place and date: Signature of the bidder: Director of Lighthouses and Lightships