Tender Document for appointment of Security Agency in PEG

advertisement

PUNJAB STATE GRAINS PROCUREMENT CORPORATION LIMITED

HQs, JEEVANDEEP BUILDING, SECTOR-17C, CHANDIGARH

REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECURITY

AGENCY FOR PROVIDING SURVEILLANCESREVICES

Engagement of Security Agencies for providing round the clock Electronic

Security Systems at the designated PUNGRAINGodown complexes on pilot basis

TENDER DOCUMENT

PART -A TECHNICAL BID

Page 2 of 47

DISCLAIMER

The information contained in this tender document or subsequently provided to

Applicant, whether verbally or in documentary or any other form by or on behalf of the

PUNGRAIN or any of its employees or advisers, is provided to Applicant on the terms and conditions set out in this Tender document and such other terms and conditions subject to which such information is provided. This information is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The PUNGRAIN accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

This Tender document is not an agreement. The purpose of this Tender document is to provide interested parties within formation that may be useful to them in the formulation of their Proposals pursuant to this Tender document. This Tender document includes statements, which reflect various assumptions and assessments arrived at by the PUNGRAIN in relation to the assignment. Such assumptions, assessments and statements do not purport to contain all the information that each

Applicant may require. This Tender document may not be appropriate for all persons, and it is not possible for the PUNGRAIN, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this Tender document. The assumptions, assessments, statements and information contained in this Tender document, may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this Tender document and obtain independent advice from appropriate sources.

The PUNGRAIN, its employees and advisers make no representation or warranty and shall have no liability to any person including any Applicant under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this Tender document or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the

Tender document and any assessment, assumption, statement or information contained therein or deemed to form part of this Tender document or arising in any way in this Selection Process.

PUNGRAIN also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon the statements contained in this Tender document.

PUNGRAIN may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this Tender document.

The issue of this Tender document does not imply that the PUNGRAIN is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the assignment and the PUNGRAIN reserves the right to reject all or any of the

Proposals without assigning any reasons whatsoever.

The Applicant shall bear all its cost associated with or relating to preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the PUNGRAIN, formation of consortium or any other costs

incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Applicant and the PUNGRAIN shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an

Applicant in preparation or submission of the Proposal, regardless of the conduct or outcome of the Selection Process.

Managing Director

Pungrain

INSTRUCTIONS TO BIDDERS (ITB) for Online Tendering (e-Tendering):

1.

Tender documents are available only in electronic format which Bidders can download from website www.foodsuppb.nic.in

or https://pungrain.procuretiger.com

till the time duration mentioned in tender document.

2.

Bidders who wish to participate in online tenders will have to register themselves on https://pungrain.procuretiger.com

by paying one-time registration fees of Rs 1100, for which valid Digital Signature and encryption

Certificate (Class II) are required, using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India.

3.

No physical submission of Technical and price / commercial bid will be entertained as it should be furnished on-line only. Also no fax, e-mail, SMS, letters or any other form of communication will be entertained for the same.

4.

Any attempt to submit technical and price bid through mode other than on-line will result in cancellation of bid and forfeiture of EMD of the concerned bidder.

5.

Tender document fees and earnest money deposit in respect to tender should be submitted On-line‟ at specified dates, time and place as mentioned in tender document.

6.

Scanned copies of Mandatory documents is required to be uploaded/submitted along with Bid.

7.

Interested Bidders can view these tender documents on line. Bidders can download tender documents as mentioned above and Bidders who wish to submit their offer shall pay tender fee online.

8.

For any technical assistance, helpline on e-tendering may be called at

91-79-400 16 835 | 837 | 867 | 802 | 879 | 886 | 865 | 883 | 852 | 823 | 891

NOTICE INVITING TENDER

NOTICE INVITING ONLINE TENDER FOR ENGAGEMENT OF SECURITY

AGENCIES FOR PROVIDING ROUND THE CLOCK ELECTRONIC SECURITY

SYSTEMS AT THE DESIGNATED PUNGRAIN GODOWN COMPLEXES ON

PILOT BASIS

FROM:

Managing Director,

PUNGRAIN

Tel.No 0172-5062012 ..........

E-mail: ......... mdpungrain@nic.in

FAXNo. 0172-2701967

Dear Sir(s),

For and on behalf of the PUNGRAIN online bids in the prescribed Tender Document under two bid system is invited for the designated depot complexes as per Schedule -

I from interested, eligible tenderers for.Engagement of Security Agencies for providing round the clock Electronic Security Systems for a period of three years and extendable by another two years.

2. PUNGRAIN is using services of e-Procurement platform for the purpose of this tender. The tenderers who wish to participate in the e-Tender will have to register themselves in the e-Procurement platformhttps://pungrain.procuretiger.com or

Pungrain website www.foodsuppb.nic.inand complete the necessary formalities as prescribed.

3.

The Tenderers may contact on following contact details with regard to technical issues relating to functioning of their e-Procurement platform or any doubts regarding online submission of Bid Document:07940016802, 07940016879, 07940016867,

07940016865, 07940016816, 07940016852 (between 0900 hrs to 1700 hrs ) E- mail:- mdpungrain@gmail.com

4.

The Tender Document and other detailed terms & conditions are available in the PUNGRAIN website www.foodsupp.nic.in (for reference only) as well as at https://pungrain.procuretiger.com (for reference and online tendering).

5.

Tender shall be electronically submitted (on-line through internet) within the prescribed date and time as mentioned in the Tender document and e-Procurement portal. Submission of Hard copy of the Tender documents instead of electronic submission will not be accepted.

6.

Tenderers are advised to follow the instructions provided in the 'Instructions to the Tenderers for the e-submission of the tenders online through the e-Procurement

Platform at https://pungrain.procuretiger.com

.

Tender Publish Date

Pre - bid meeting date

Tender Document Download Start Date & Time( 1ST)

Tender Document Download End Date& Time ( 1ST)

Tender Submission Start Date & Time (1ST)

Tender Submission End Date& Time (1ST)

Tender Validity period

Tender Opening Date & Time (1ST)

Date upto which the Tender to remain open for acceptance.

7.

The last date for submission of the tenders is 3.00 PM of ................ and

Technical bids will be opened online at 3:30 P.M. on the same day in the presence of the intending tenderers/their authorized representatives who may wish to be present or view online.

8.

Tenders to remain open for acceptance up to and inclusive of sixty days from the date of opening of the Tender. The PUNGRAIN may, at its discretion, extend this day by 30 days and such extension shall be binding on the Tenderers. If the date up to which the Tender is open for acceptance is declared to be a closed holiday/Sunday, the Tender shall be deemed to remain open for acceptance till next following working day.

9.

PUNGRAIN will be holding a pre-tender meeting at PUNGRAIN HQs,

Chandigarh

............ on ........... at 11.30 A.M., interested prospective tenderers or their authorized representatives who wish to participate in the Tender enquiry may participate and seek any clarifications. PUNGRAIN reserves the right to make any alterations in the tender document suo- moto and /or based on the suggestions/ decisions arrived at the pre-tender meeting. Interested prospective tenderers or their authorized representatives who wish to participate in the Pre Tender meeting shall inform the

Corporation two days in advance of their participation by E-Mail at the contact given in the Tender Document to facilitate the Corporation for making necessary arrangements. Any modification to the tender document will be posted in the Central

Public Procurement Portal and such modification shall be binding on all the tenderers.

10.

The prospective tenderers are advised to refer to the websites for any modification to the tender Document and the tenderer shall ensure that the tender

Documents submitted by them shall contain such modifications, failing which the tenders are liable to be rejected.

11.

The tenderers shall deposit alongwith the Technical Tender online an amount of INR ................ /- (Rupees ............ ) towards Earnest Money and INR

5000/-

(Rupees Five thousand) towards Tender Processing Fee in the stipulated

PUNGRAIN account and the scanned copy / soft copy of RTGS / NEFT acknowledgment of such deposit shall be uploaded along wih the Techenical Tender.

12.

PUNGRAIN reserves the right to reject any or all the tenders and / or cancel the Tender enquiry at any stage without assigning any reason.

Managing Director

Pungrain

PROPOSAL LETTER FROM TENDERER

From

(Full Name of the Tenderer) _____

Address ____________________

Phone No. _________________

Fax _______________________

Email id ___________________

Website ___________________

To

MANAGING DIRECTOR,

PUNGRAIN

Dear Sir,

1.

With reference to your tender No. ___________________ dated

I/we submit the Online Tenders under two-bid system for the designated depot complexes as per S chedule-I for Engagement of Security Agencies for providing round the clock

Electronic Security Systems.

2.

I/We have thoroughly examined and understood all the terms & conditions as contained in the complete set of tender document and agree to adhere by them.

3.

I/We agree to keep the offer open for acceptance up to and inclusive of 60 days and to the extension of the said date by another 30 days in case it is so decided by

PUNGRAIN. I/We shall be bound by communication of acceptance of the offer dispatched by PUNGRAIN within the time. I/we also agree that if the date up to which the offer would remain open is declared a holiday for PUNGRAIN the offer will remain open for acceptance till the next working day.

4.

I/We hereby upload alongwith the Technical Tender the scanned copy / soft copy ofRTGS / NEFT acknowledgment of depositing INR /- (Rupees

Lakh)towardsEarnest Money and INR 5000/- (Rupees Five thousand) towards

Tender Processing Fee in the stipulated PUNGRAIN account.

In the event of my/our tender being accepted, I/We agree to furnish within fifteen working days of acceptance of the tender, Security Deposit as stipulated in the tender.

5.

I/We do hereby declare that the entries made in the tender document are true and also that I/We shall be bound by the acts of my/our duly constituted Attorney.

6.

I/We do hereby declare that the tenderer Firm, its proprietor or any its Partners or its sister concern, consortium or its Members who have been blacklisted have not has not been blacklisted/ debarred by any Govt. Department/Public sector undertaking. (*)

OR

7.

I/We hereby declare that the tenderer Firm, its sister concern, subsidiary, was blacklisted/debarred by ________ (here give the name of the Department/Agency) for a period of ________________ , which period has expired on . (Full details of the reasons for blacklisting/debarring, and the communication in this regard, should be given)(*}

(*) (Strike out whatever is not applicable)

8.

I/We hereby declare that the contract entered into by the tenderer Firm with any Govt. Department/Public sector undertaking has not been terminated before the expiry of the contract period at any point of time during the last five years for breach of any terms and conditions.

9.

I/We hereby declare that the Earnest Money Deposit and/or Security Deposit of the tenderer Firm has not been forfeited or adjusted by PUNGRAIN or central/state

Govt. or any central/ State PSU /Statutory Corporations during the last five years, for breach of any terms and conditions.

10.

I/We hereby declare that the tenderer Firm, its proprietor / any of the partners / any of the Directors has not been, at any time, convicted by any court for any offence and sentenced to imprisonment for a period of three years or more.

11.

I/We certify that all information furnished by the tenderer Firm is true & correct and in the event that the information is found to be incorrect/untrue, the PUNGRAIN shall have the right to disqualify the Firm without giving any notice or reason therefore or summarily terminate the contract, without prejudice to any other rights that the

PUNGRAIN may have under the Contract and Law.

(Signature of Tenderer)

(Authorized Signatory)

(Seal)

1.1

1.2

1.3

1.4

1.

1.5

2.

3.

4.

4.1

4.2

INSTRUCTION TO TENDERERS

The PUNGRAIN was incorporated under the Companies Act, 1956 ( No. 1 of

1956) in order to fulfill following objectives of the Food Policy of the

Government of Punjab:

To undertake Trade, Purchase, Storage, Movement (Including Interstate movement), Distribution and sales of Foodgrains and other Food stuffs.

Undertake procurement, import, supply and distribution of such essential commodities as identified by the government from time to time.

To make such other arrangements as to ensure the availability of essential commodities in the market at reasonable rates as may be deemed necessary.

To carry out and implement any food policies or such other policies of government, central or state as may be directly linked with the objectives of company, etc.

PUNGRAIN operates through its various PEG Depots situated in different parts of the state.

OBJECTIVE

For Engagement of Security Agencies for providing round the clock Electronic

Security Systems at the designated PUNGRAIN Godown complexes (as per

Schedule-I) to ensuresafety of properties and personnel of the corporation by installing electronic security systems consisting of access control, CCTV

Cameras, perimeter security and other detection and physical security items and gadgets detailed in the 'Brief Description of Work' and Schedule - II, in the depot and offices to make the security arrangement effective and efficient thereby to minimize storage losses arising out of theft, pilferage, mishandling, manipulation at weighbridges, rodents, birds and animals and such other causes. The Electronic Security Systems will be the property of the Tenderer and PUNGRAIN will only pay service charges on Monthly Rental basis for providing the electronic surveillance and its installation.

PLACE OF OPERATION

The designated Godown complexes of PUNGRAIN as per SCHEDULE - I to this tender document.

BRIEF DESCRIPTION OF WORK:

The tenderer shall provide round the clock Security solutions by installing electronic security systems consisting of access control points, real time CCTV

Camera with low light capability to capture even night shots. All CCTV cameras shall have web connectivity enabling online live monitoring with recording of camera footage date & time wise, online zoom, online 360 degree camera control, visitor ID cards/ tokens, perimeter security with non-lethal charged fencing, walky-talky, Biometric attendance systems and such other security items and gadgets in the depot complexes along with the support and maintenance of security systems with uninterrupted power backup to make the security arrangement effective and efficient.

The tenderer shall provide round the clock control room at Pungrain

Headquarters which will be monitored jointly by the Personnel engaged by the

Tenderer and the Pungrain. It will be the responsibility of the Tenderer that the personnel posted in the control room will keep round the clock watch over the operations activities going on in each depot and in case any abnormal/untoward activity, he will ascertain the factual position from representative of the tenderer posted in the depot and bring into the notice of the Pungrian authority for taking immediate action. It will be the responsibility of

4.3

4.4

4.5

5.

5.1

5.2

5.3

5.4

the tenderer to give connectivity between the personnel monitoring in the control room at Pungrain HQ Chandigarh and that of tenderer’s representative in each depot.

The Cameras already installed at the weighbridges will cease to function after the award of the contractor and the tenderer will install new cameras at all the weighbridges also.

The tenderer shall also redraw, modify, reinforce the security plan as and when necessary and also as intimated to the tenderer in writing or otherwise by the authorized officer(s) of the Corporation from time to time. The tenderer shall ensure safety of properties and personnel of the corporation at the designated

PUNGRAIN Depot complexes with a view to minimize storage losses. The tenderer must get themselves fully acquainted with size and location of the designated depot complexes before submission of tender and quoting the rates.

In the event of vandalism, encroachment or law and order problems, the security agency will be fully responsible for controlling occurrence of such incidents and bear the deployment of additional manpower during the period of such crisis as the situation warrants.

VOLUME OF WORK

Subject to as hereinafter mentioned the corporation do not guarantee any definite volume of work or and particular pattern of service at any time or throughout the period of contract. The mere mention of any item of work in this contract is not by itself confirm any right on the tenderer to demand that the work relating to all or any item thereof should necessarily or exclusively be entrusted to them.

The Corporation will continue deploying its own security guard at its own or by its PMS Contractor for the safety of foodgrains and others installations except the Electronic Equipment installed by the tenderer.

Pungrain will not be responsible for any theft, pilferage of the Electronic

Equipment installed by the tenderer as for the same Tenderer itself will arrange sufficient security of the same.

The tenderer shall provide sufficient number of security personnelto safe guard the electronic system and equipment installed by the Tenderer in the PEG

5.5

6.

during day or night.

Tenderer shall formulate and submit a security plan (Schedule-II) for the designated depots on the basis of the work intended under this contract.

PERIOD OF CONTRACT

Unless terminated earlier, the contract shall be for a period of three years and extendable by two years from the date of commencement of services and will expire at the end of the stipulated period. The Managing Director reserves right to terminate the contract at any time during its currency without assigning any reason thereof by giving thirty days notice in writing to the Tenderer (s) at their last known address without assigning any reason for such termination. The

7.

action of the Managing Director under this clause shall be final, conclusive and binding on the Tenderer.

ADMINISTRATIVE CONTACT & ADDRESS FOR COMMUNICATION

7.1 All communications concerning the various issues pertaining to the tender shall be directed on the address listed below. Unauthorized contact with other

PUNGRAIN officials may result in disqualification. Any oral communications

will be considered unofficialand is not binding on PUNGRAIN. Tenderer shall rely only on written instructions issued by the authorized Officer of PUNGRAIN.

Authorized PUNGRAIN Officer Managing Director

Address

Phone

Managing Director,

PUNGRAIN, Jeevandeep

Building, Sector-17,

Chandigarh.

0172-5062012

FAX

Email

Bid related queries

Address

0172-2701967 mdpungrain@gmail.com

SS Bhatoa, Executive Director

Punjab State Grains

Procurement Corporation

Limited, , Jeewan deep

Building, Sector 17, Chandigarh

Phone

FAX

Email

0172-2727051

0172-2701967 advisorpungrain@gmail.com

7.2 Any action required or permitted to be taken and any document required or permitted to be executed, under this contract by PUNGRAIN or the tenderer,

8.

may be taken or executed by the respective Authorized Officers which shall be binding on the parties.

CONSTITUTION OF TENDERS

Tenderers while submitting the bids should indicate whether they are Sole

9.

9.1

Proprietary Concern or Registered Partnership Firm or Private/Public Limited

Company/Registered Society, Registered Consortium etc. and indicate the names of all the partners or Directors or Members of the governing body & directors of the Society, as applicable. In case of consortium the names of all the directors of all the members of the consortium has to be furnished separately.

MINIMUM ELIGIBILITY CRITERIA

The tenderers who fulfill the minimum eligibility criteria alone shall apply. The tender submitted by the tenderers who do not fulfill the minimum eligibility criteria will be summarily rejected.

9.2

9.3

The tenderer firm shall have registration with PSARA, DGR and ISO certified inIndia having at least Five years' experience in providing round the clock Security Solutions. In case of consortiums, each consortium Member shall possess the stipulated five year experience in the respective relevant field i.e. electronic surveillance as the case may be and atleast one Member of the consortium shall be a registered security agency in India. Each consortium member should be ISO certified.

The tenderer shall have minimum turnover (gross income) of INR One Crore in each of the immediate preceding five financial years (2009-10, 2010-11

9.4

9.5

&2011-12, 2012- 13 and 2013-14). In case of consortiums, the gross turnover of all Members of consortiums will be counted.

The tenderer shall have in its name valid EPF, ESI, PAN and Service Tax registration. In the case of consortium the lead member of the consortium shall have the EPF,ESI, PAN and the Service Tax Registration.

The tenderer shall have a branch /franchisee in the Punjab where the designated depot complexes are situated (Schedule-I) and for which the

9.6

tender is submitted. In case of consortiums any Member of the consortium shall have a branch /franchisee in the Punjab where the designated depot complexes are situated.

The intending tenderer should be registered with Director General of

Resettlement (DGR)/PSARA.

NOTE

1.

2.

In support of the above criterion, Tenderers shall furnish documentary proof failing which the tenders are liable to be rejected.

In support of the experience criteria, tenderer shall furnish self attested copies of the work order/ copy of the Certificate issued by client/ contract/agreement issued by the organizations for which the tenderer having executed the assignment.

A declaration by way of an Affidavit duly notarized in support of having 3.

4.

successfully completed the assignments.

The tenderer shall also furnish self attested copies of the Audited Profit & Loss

Accounts and Balance Sheet of the immediate preceding five financial years

(2008-09, 2009-10, 2010-11, & 2011-12, 2012-13) and the documentary proof of the EPF, ESI, PAN/TAN and Service Tax registration.

5.

6.

7.

Copy of Registration Certificate with DGR/PSARA.

Proof of having a branch in the state.

Copy of Registration Certificate and ISO Certificate.

8. SPECIAL CONDITIONS FOR TENDER SUBMITTED BY A CONSORTIUM a.

The Tender shall contain the requisite information relating to each b.

Member of the Consortium;

One of the Members shall be nominated as Lead Member and this authorization shall be evidenced by submitting a Power of Attorney signed by the duly authorized signatories of the other Members of the c.

d.

e.

f.

Consortium as per format contained in Annexure-A)

The Tender shall contain written Power of Attorneys for authorized signatories on behalf of Members of the Consortium as per format contained in Annexure-B)

The Tender shall be signed by the duly authorized signatory of the Lead

Member which shall be legally binding on all Members of the

Consortium;

All Members of the Consortium shall be jointly and severally liable and shall be bound by the terms &conditions of this Tender and

Members of the Consortium shall enter into a legally binding Agreement amongst themselves for the purpose of submission of the Tender and for providing services as required under this Tender. The Agreement shall clearly contain - (i) details of the companies forming part of the

Consortium for this consultancy and the member which has been nominated as lead member by the other Members to the Consortium, (ii) intention to carry out all the responsibilities of the consultancy as

11.

stipulated in the Bid document, in case the Bid of the Consortium is accepted by PUNGRAIN, The Agreement shall remain valid till the prescribed time for completion of the consultancy as indicated in the Bid g.

document. A copy of the Agreement shall be submitted with the Tender.

The number of Members of the consortiums is limited to a maximum of three.

A Tenderer bidding individually or as a member of a Consortium shall h.

not be entitled to submit another Tender for the work in the same state, either individually or as a member of any Consortium, as the case may be. i.

Any one member of the consortium shall have their registered establishment in India.

CHANGE IN CONSORTIUM COMPOSITION

Change in the composition of a Consortium may be permitted by

PUNGRAIN at its sole discretion, only where: i the Lead Member is not changed; ii.

the modified Consortium would continue to meet the Qualification criteria as specifiedin Bid document;

Any change in the composition of the Consortium shall have prior approval

12.

12.1

of PUNGRAIN in writing.

DISQUALIFICATION CONDITIONS:

Tenderer, its proprietor or any of its Partners or its sister concern, consortium or its Members who have been blacklisted or otherwise debarred by PUNGRAIN

12.2

12.3

12.4

or central/state Govt. or any central/ State PSU /Statutory Corporations will be ineligible during the period of such blacklisting.

Any Tenderer, its sister concern, subsidiary, whose contract with PUNGRAIN or central/state Govt. or any central/ State PSU /Statutory Corporations, has been terminated before the expiry of the contract period for breach of any terms and conditions at any point of time during the last five years, will be ineligible.

Tenderer whose Earnest Money Deposit and/or Security Deposit have been forfeited by the PUNGRAIN or central/state Govt. or any central/ State PSU

/Statutory Corporations, during the last five years, for breach of any terms and conditions will be ineligible.

If the proprietor/any of the partners of the Tenderer firm/any of the Directors of

12.5

12.6

13.

13.1

the tenderer company/any of the Directors or Members of the governing body of the Society have been at any time, convicted by a Court for an offence involving moral turpitude, such Bidder will be ineligible.

While considering ineligibility arising out of any of the above clauses, incurring of any such disqualification in any capacity whatsoever (even as a proprietor, partner, Member in another firm, or as a director of a company etc.) will render the Bid disqualified.

An unregistered partnership firm or unregistered society shall not be eligible to apply for the bids.

SIGNING OF TENDERS

PUNGRAIN will evaluate only those tenders that are received in the prescribed formats and complete in all respects. Incomplete and /or conditional tenders shall be liable to be rejected. The tender and all related correspondence and documents in relation to the tender Process shall be in English language only.

Supporting documents and printed literature furnished by the tenderer with the tender may be in any other language provided that they are accompanied by

13.2

13.3

13.4

13.5

13.6

13.7

13.8

13.9

13.10

translations in the English language, duly authenticated and certified by the

Applicant. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the tender, the English language translation shall prevail.

The tender document shall be duly filled and signed by the authorized signatory on every page including supporting documents, annexures, schedules and appendices and scanned copy to be uploaded with technical bid.

Person(s) signing the tenders shall state in what legal capacity he / she is, or they are signing the tenders, e.g., as sole proprietor/partner of the firm, or as a

Secretary /Manager / Director etc., of a Limited Company or Authorised

Member of the society , authorised signatory of the lead member of the consortium etc.

In case of Partnership firm, the names of all partners should be disclosed and the tenders shall be signed by all the partners. The attested copy of the registered partnership deed shall be furnished along with the Tender.

In case of companies, the names of all the Directors shall be mentioned and a self-attested copy of the Resolution passed by the Company authorizing the person signing the Tender to do so on behalf of the company shall be attached to the Tender along with self-attested copy of the Memorandum and Articles of

Association of the Company.

In case of a Society, the person signing the tenders shall state the competency to sign the tenders and enter into a contract in accordance with the Rules &

Regulations and Bye laws of the Registered Society and shall produce the self-attested copies of the Rules & Regulations and Bye laws of the Registered

Society. In case of a consortium the names of all the members of the consortium and the names of the directors of each member of the consortium to be furnished along with the attested copies of the consortium agreement and power of attorney to the lead member of the consortium by all members, power of attorney to the authorized signatory by the respective members of the consortium, along with the copies of the Memorandum and Articles of

Association of each member Company of the consortium.

The person signing the Tender or any other documents forming part of the

Tender, on behalf of any other person or a Firm shall be responsible to produce a proper Power of Attorney duly executed on a non - judicial stamp paper of appropriate value, duly attested by a Notary Public in his favor, stating that he has authority to bind such other person(s), or the firm, as the case may be, in all matters, pertaining to the Contract. If at any stage it is found that the person concerned had no such authority PUNGRAIN may without prejudice to other civil/criminal remedies, terminate the Contract and hold the signatory & the

Firm liable for all costs and damages.

The Power of Attorney should be signed by all the partners in the case of a partnership concern, by the proprietor in the case of proprietary concern, the persons who are competent to bind the Society as per Rules & Regulations and

By laws of a Society and by the person who by his signature can bind the company in the case of a limited company.

If the person so signing the tenders fails to produce necessary documentary proof of his Authority as indicated above, his Tender shall be summarily rejected without prejudice to any other rights of the Corporation under the law.

If the Tenderer is a partnership firm, there shall not be any re-constitution of the partnership without the prior written consent of the Corporation till the

satisfactory completion of the Contract and in case of a Registered Society, the

Memorandum of Association and Rules & Regulations and By laws of the

Society shall not be altered/amended nor any amalgamation, division or reorganization of the society isresorted to without the prior written consent of the Corporation till the satisfactory completion of the Contract, failing which the

Contract is liable for termination treating it as breach of Contract.

13.11 The tenderer shall also furnish the declaration as per Schedule-V.

14.

EARNEST MONEY & TENDER PROCESSING FEE.

14.1

Each tender must be accompanied by Tender processing fee

(non-refundable) of INR 5000/- (Five Thousand only) inclusive of all taxes and

14.2

an Earnest Money Deposit (EMD) of INR Rs. 2 Lakh submitted online and upload along with the technical bid the scanned copy / soft copy of acknowledgment of RTGS / NEFT in favour of PUNGRAIN. The account number and other particulars are available in the e-tendering portal.

PUNGRAIN is not liable to pay any interest on the EMD. Tenders not accompanied by proof of deposit of EMD & Tender processing fee shall be summarily rejected. The Tenderers are permitted to tender on the express condition that after submission of tender, in case he resiles, or withdraws his offer, for any reason whatsoever during the Tender process, the Earnest

Money Deposited by the tenderer shall stand forfeited without prejudice to any

14.3

other rights and remedies of PUNGRAIN against the tenderer under the contract and law and the Tenderer shall be liable for any loss suffered by

PUNGRAIN on account of such withdrawal/modification etc. and the tenderer will also be debarred from participating in any other Tender Enquiry with

PUNGRAIN for a period of five years.

The Earnest Money(without interest) shall be returned to all unsuccessful

Tenderers within a period of 30 days from the date of issue of the acceptance letter and to a successful tenderer, after he has furnished the Security Deposit, if he does not desire the same to be adjusted towards the Security Deposit. No interest shall be payable on Earnest Money, in any case.

15.

15.1

15.2

15.3

15.4

15.5

SECURITY DEPOSIT:

The successful Tenderer shall, within fifteen days from the date of issue of acceptance Letter by PUNGRAIN, required to furnish Security Deposit of value 10% of contract value of which 50% by way of demand draft issued by any scheduled bank in favour of

‘Managing Director, PUNGRAIN' payable at

Chandigarh and 50% by Bank Guarantee (as per Schedule-III) issued by any scheduled Bank in India. The EMD submitted by the successful Tenderer shall be automatically converted into part Security Deposit and for remaining part he has furnish Demand Draft & BG.

The security deposit will remain with PUNGRAIN throughout the period of contract and three months thereafter.

If the successful Tenderer having been called upon by the PUNGRAIN to furnish Security Deposit fails to do so within the specified period apart from forfeiting the EMD, it shall be lawful for PUNGRAIN to cancel the contract and to award the contract at the Risk and Cost of such Tenderer.

If the successful Tenderer had previously held any contract and furnished

Security Deposit, the same shall not be adjusted against this Tender and a fresh Security Deposit will be required to be furnished.

No claim shall lie against the Corporation either in respect of interest on S.D.

or any depreciation in value of any Security.

15.6

15.7

15.8

15.9

16.

16.1

16.2

(i)

(ii)

(iii)

(iv)

(v)

16.3

16.4

If the successful Tenderer fails or neglects to observe or perform any of his obligations under the contract and / or commit breach of any of the terms & conditions of the contract and / or in the event of termination of contract, it shall be lawful for the PUNGRAIN to forfeit either in whole or in part, in its absolute discretion, the Security Deposit furnished by the tenderer or to appropriate the

Security Deposit furnished by the tenderer or any part thereof in or towards the satisfaction of any sum due to be claimed for any damages, losses, charges, expenses or costs etc. that may be suffered or incurred by the Corporation. The decision of PUNGRAIN or its authorized officer in respect of such damages, losses charges costs or expenses shall be final and binding on the tenderer.

Save as aforesaid if the tenderer duly performs and completes the contract in all respects and presents an absolute "NO DEMAND CERTIFICATE", the

PUNGRAIN shall refund the Security Deposit to the successful Tenderer after deducting all costs and other expenses that the Corporation may have incurred and all dues and other money including all losses and damages which the

Corporation is entitled to recover from the successful Tenderer. The decision of the Corporation in respect of damages, losses, charges, costs or expenses shall be final and binding on the Tenderer.

Whenever the Security Deposit falls short of the specified amount, the

Tenderers shall, make good the deficit so that the total amount of Security

Deposit shall not at any time be less than specified amount.

In the event of the security being insufficient or if the security has been wholly forfeited, the balance of the total sum recoverable as the case may be shall be deducted from any sum then due or which any time thereafter may become due to the tenderer under this or any other contract with the Corporation, should that sum also be got sufficient to cover the full amount recoverable the tenderer shall pay to the Corporation on demand the remaining balance due.

SUBMISSION OF TENDERS

The tenders shall be submitted online in two parts, viz., Part - A Technical bid and Part - B Price bid at the Central Public Procurement Portal

(https://pungrain.procuretiger.com

) as per scheduled date/time and as per instructions for submission of e- tender stipulated in the e- procurement portal.

The documents required to be uploaded as part of Technical Bid shall include the following:

A Certificate that the tenderer agree to the terms and conditions of the Bid

Documents

Scanned / soft copy of acknowledgment of RTGS / NEFT towards Earnest

Money Deposit.

Scanned / soft copy of acknowledgment of RTGS / NEFT towards Bid

Processing Fee.

Scanned copy of all the documents stipulated in the Part - A Technical Bid.

Scanned copies of documents in support of meeting the minimum eligibility criteria and all credentials, documents & copies of certificate/ information called for in the Technical Bid.

Tenders which do not comply with these instructions shall be summarily rejected.

The tender document shall be filled in by the tenderer without any overwriting/ inter-lineation clearly, neatly and accurately. Any erasures or corrections would render the proposal invalid unless the same is carried out neatly and attested by the authorized signatory with full signature.

16.5

16.6

a) b)

16.7

16.8

16.9

16.10

16.11

16.12

16.13

16.14

16.15

The tenderers shall not incorporate any condition in the bids as conditional tenders and tenders which are not submitted strictly in accordance with the tender terms are liable to be rejected.

MODIFICATION AND WITHDRAWAL OF TENDERS

Tenderer can modify and correct or upload any relevant document in the portal till the last date and time of Tender submission, as published in the e-procurement portal.

Withdrawal of bids is not allowed, once bids are submitted. So in case of withdrawal EMD is liable to be forfeited.

A tenderer (including his associate, any shareholder thereof having a shareholding of more than 5 per cent of the subscribed and paid up and share capital of such Tenderer or having ownership interest, partner, subsidiary, sister concern, consortium Member) can submit only one proposal. If the tenderer submits more than one proposal all such proposals shall be disqualified and EMD will be forfeited.

While preparing the Technical and Price Bid, tenderers shall provide correct and relevant information. If at any stage it is found that the information supplied by the tenderer is incorrect PUNGRAIN reserves the right to initiate appropriate legal proceedings including Termination of the contract & forfeiture of EMD and Security deposit.

The Technical Bid shall not include any information sought in the Price Bid. All other Bid documents except Price Bid shall be enclosed with the Technical

Proposal.

The Tenderer shall submit the financial proposal in the price bid template provided along with this bid (PART- B), online, digitally signed by the

Authorized Representative.

Tenderers are invited online only. If at any stage any of the documents submitted by the tenderer are found to be forged / fabricated, false, the

EMD/Security Deposit of the Bidder shall be forfeited without prejudice to the right of the corporation to proceed against the bidder legally.

Tenders along with annexures, schedules, appendices and supporting documents etc. must be serially numbered by the bidder. The tenderers shall submit the scanned self-attested copies of the original supporting documents along with the Technical bid document to enable the Corporation to verify & evaluate the bids. After evaluation of the online bids those tenderers who are meeting the criteria for technical qualification will be advised by PUNGRAIN to produce the Original documents furnished along with the Technical Bids for verification on the date & time to be stipulated. Tenders of tenderers who fail to furnish the Original Documents for verification on the date & time fixed for verification will be summarily rejected.

Tenderer must examine all terms and instructions included in the Documents.

Failure to provide complete and accurate information with supporting documents may result in rejection of Bids.

The costs and expenses incurred by the Bidder in connection with submission of these documents etc. are not reimbursable. The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the PUNGRAIN will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Biding process.

PUNGRAIN shall not be liable for any omission, mistake or error on the part of the tenderer while submitting the Bid.

16.16

16.17

16.18

17.

Corporation may, at its discretion, seek from any or all Tenderers clarification(s) in respect of any particulars furnished in their offer. The request for such clarifications and the response will be in writing.

Corporation at its sole discretion may require any Bidders to rectify any discrepancies noticed in the Technical Bids submitted by them such as missing signature on the page, serial numbers, missing seal, Attestation etc. It is further clarified that no new Document shall be accepted.

While submitting the bid, wherever the Power of Attorney is to be submitted by the tenderer such Power of Attorney shall be on a non-judicial stamp paper of appropriate value duly notarized by a Notary Public.

TENDER VALIDITY

Tender shall remain valid for acceptance up to 60 days from the date of opening of tender. However, the tender validity period can be extended by

18.

another 30 days at the discretion of PUNGRAIN. Such extension shall be binding on the tenderer. Any tenderer not keeping the offers open for the prescribed period shall be summarily rejected.

OPENING OF BIDS

The Technical Bids will be opened online in PUNGRAIN Headquarters,

Chandigarh at the fixed time and the date indicated in the Bid document. The bidders will be at liberty to be present either in person or through an authorized representative at the time of opening of the Technical Bid. They can view the

Bid opening online also. Price Bids of only technically qualified bidders will be opened at the time and place for which separate notice will be given.

Technically qualified bidders will be at liberty to be present either in person or through an authorized representative at the time of opening of the Price Bids or view online. If the date of opening of price bid is declared a holiday/Sunday for the Corporation, the offer will remain open for acceptance till the next working day.

19. TENDER EVALUATION:

19.1

A two-stage procedure shall be adopted in evaluating the proposals. Technical evaluation shall be carried out first, followed by the Price Bid evaluation. During the Scrutiny of the Technical bid by the designated tender evaluation committee appointed by the competent authority necessary clarification if any required by the corporation shall be furnished by the tenderer within time given by the Corporation for the same. The Corporation is at liberty to verify any or all the documents submitted by the tenderers even by referring to third parties.

After the technical evaluation is completed, opening of the Price bids will be

19.2

done online. Date and time of opening of the Price Bids of will be intimated to the technically qualified tenderers.

The tenderers should be prepared to proceed to PUNGRAIN at their own expenses and without any obligation, if called upon to do so, for an interview by the Managing Director, PUNGRAIN (or officers/authorities to act on his behalf from PUNGRAIN) at the case may be at their own expense.

20. BID EVALUATION CRITERIA

20.1 The evaluation committee, after determining whether the technical Bids are complete & responsive, without errors and is meeting all the minimum eligibility criteria shall determine the lowest rates of the technically qualified tenderers for award of contract. Selections of tenderers are entirely at the discretion of the

PUNGRAIN and PUNGRAIN shall not be required to provide any explanation or justification in respect of any aspect of the Selection Process or Selection.

20.2 Tenderer shall quote in the price bid Monthly service charges per item, for one unit, per month for every item indicated in the Price Bid including security of the electronic equipments installed by the tenderer for providing Security solutions, excluding service tax. Based on the Grand Total of "Total Amount" column indicated in the price bid the lowest tenderer (L-1) will be determined. The monthly payment will be as per the requirement stipulated by MD, Pungrain.

Tenderer are not entitled to claim any enhancement of service charges on any

21.

21.1

account. During the tenure of the contract, the Tenderer shall pay not less than minimum wages, other statutory payments and DGR rate as applicable to the personnel engaged for the security and maintenance of the equipment installed by them as notified by Appropriate Government from time to time during the currency of contract period.

AWARD OF CONTRACT:

The contract will be awarded to the successful lowest tenderer by way of issuance of acceptance letter by PUNGRAIN by post/e-mail/hand delivery under acknowledgment and the tenderer shall immediately act upon such acceptance letter. Acceptance so conveyed will constitute the contract between the Tenderer and PUNGRAIN and the contract shall be effective from the date of issue of acceptance letter. The Contract, if any, which may eventuate from this tender shall be governed by the terms and conditions as

21.2

22.

contained in the NIT, Tender documents and its Annexures, appendices & schedules. The tenderer shall be bound by the communication of acceptance of the offer dispatched by PUNGRAIN within the time.

PUNGRAIN reserves the right to accept or reject any or all the tenders and / or cancel the Tender enquiry at any stage without assigning any reason and does not bind itself to accept the Lowest tender or any tender and corporation will not be liable for any costs and consequences thereof.

COMMENCEMENT OF SERVICES

The successful tenderer shall have all necessary mandatory / statutory

Licenses, permits, approvals, sanctions from the respective Authorities, including but not limited to, under Contract Labour (R&A) Act, Private Security

Agencies (Regulation)Act, 2005 as applicable to Punjab state where the designated depot complexes aresituated (Schedule-I) and for which Tender is submitted and also to complete the installation of security systems, within 60 days from the date of issue of acceptance letter. Tenderer shall after installation and making the security systems fully functional will inform the authorized PUNGRAIN representative in writing who after checking the same will certify the start date. If the Tenderer fails to complete the installation within the stipulated 60 days' time, Corporation may at its sole discretion extend this period by another 15 days by levying Liquidated Damages @ 2% of the contract value for 15 days for each day of extension, which the Tenderer and

PUNGRAIN agree as a genuine pre-estimate of losses/damages. Even after the expiry of the extension period if the Tenderer fails to complete the installation of security systems, the contract is liable to be cancelled and fresh tender may be called for at the risk & cost of the tenderer in which case the

EMD/SD furnished by the Tenderer is liable to be forfeited. In the event of cancellation of the Tender , the tenderer shall immediately remove all his installations, but not later than 30 days from the cancellation of the contract failing which Corporation will remove such installations at the risk & cost of the

tenderer and for any damage or loss to such gadgets or its installations of the tenderer Corporation will not be responsible in any way.

23.

CORRUPT PRACTICES.

An Act of bribe, gift or advantage, given, promised or offered, by or on behalf of the Tenderer, or any one of their partners/Directors/Agents or officials, or any person on his or her behalf to any officer, officials, representative or agent of the Corporation, or any person on his or their behalf, for showing any favour or forbearing to show any disfavour to any person in relation to the Contract, shall make the Tenderer liable for termination of this Contract or any other Contract with the Corporation and the Tenderer shall be liable to reimburse the

Corporation of any loss or damage resulting from such cancellation.

Tenderers shall not indulge in any anti-competitive practices/agreements implied or express while participating in the tender.

25.6

25.7

25.8

In case of any clear indication of cartelization, the Tendering Authority may reject the relevant Tenders, forfeit their EMD /SD and also recommend the case to the Competition Commission of India or any other department having appropriate jurisdiction or Authority, for initiating necessary action including, but not restricted to, cancellation of license. Corporation reserves the right to initiate appropriate legal action against the bidders If the indication of cartelization comes to notice even after award of contract/expiry of contract.

24 NO NEGOTIATION

No negotiation will be held with any of the tenderers after the Tenders are opened. Tenderers are, therefore, requested to indicate their best rates at the very first instance.

25.

DEFINITIONS

25.1

The term "Contract" shall mean and include the invitation to tender, the tender document consisting of Technical bid & price Bid, its annexure appendixes

25.2

schedules, letter of acceptance of tender.

Tender shall mean and include the invitation to tender, the tender document

25.3

consisting of both Technical bid & price Bid, its annexure, appendices and schedules.

The terms "Corporation", " ‘Punjab State Grains Procurement Corporation’" and

"PUNGRAIN" wherever occurs shall mean the PUNGRAIN established under

Company Act, 1956(No.1 of 1956) .

25.4

The term "Managing Director" shall mean the Managing Director of PUNGRAIN whose administrative jurisdiction the PUNGRAIN depots/ offices to which the contract relates fall. The term Managing Director shall also include the other

25.5

officers for the time being authorized to execute contract(s) on behalf of

PUNGRAIN.

The term "Tenderer" shall mean the tenderer/bidder firm with whom the contract has been placed.

Electronic Security Systems: shall mean electronic & other related surveillance systems detailed at Schedule-IIA

The Term Depot complex shall mean the individual depots listed in the

Schedule -I of the tender document and include the entire depot premises, sheds, offices, godowns, silos, weighbridge cabins, all entry and exit points and such other installations permanent or temporary nature.

The term "Worker" shall mean all the personnel being engaged by the tenderer for the security and maintenance of the electronic equipment installed by the tenderer in the depots.

25.9

Security Solutions means providing services of electronic & other related surveillance systems (detailed at Schedule-IIA) round the clock in three shifts of eight hours to watch all the security points.

26.

TERMS & CONDITIONS

26.1

That during the period of contract The Tenderer shall install & maintain all Mandatory security systems to be provided at the depot complex as

26.2

26.3

stipulated in Schedule - IIA.

The security personnelof the tenderer engaged for security of electronic system installed by the tenderer must carry photo identity card at the cost of agency.

The tenderer will have to adhere by the provisions of all applicable statutes including labour, taxation and other laws applicable to its establishment during the period of its engagement and shall be solely responsible and accountable

26.4

for breach or violation of any of the provisions of any Act, Rules, Regulation,

Notification, Circulars issued from time to time by the Government of India or respective State Government as the case may be.

Confidentiality of the assignment: The tenderer will ensure that its personnel will not at any time divulge/make known, any information or other matter relating to the affairs of PUNGRAIN. Any information pertaining to the

PUNGRAIN or any other Governmental Agency involved in the project that

26.5

26.6

26.7

26.8

26.9

26.10

comes to the knowledge of the tenderer in connection with this contract, unless already available in public domain, shall be deemed to be confidential and the tenderer will be fully responsible for the same being kept confidential and held in trust, as also for all consequences of its concerned personnel failing to do so.

The tenderers shall ensure due secrecy of information and data not intended for circulation in public.

The tenderer will ensure that all its personnel engaged in the control room at

Pungrain Headquarters and in depot complexes are properly trained to carry out their duties to the satisfaction ofPUNGRAIN.

The tenderer will certify that all the personnel deployed bear good moral character and have no criminal record. Police verification of each of the tenderer's personnel engaged in the depot complex of PUNGRAIN and the control room of Headquarter to be submitted to Pungrain Headquarter before deployment and regular rotation of such personnel should be resorted to.

In case of negligence, dereliction of duty, disorderly behavior, other misconduct etc. by personnel of the agency, the agency will take proper disciplinary action against such personnel and such personnel be removed from the premises of

PUNGRAIN forthwith without any cost.

The agency will ensure statutory payment of wages to its personnel well in time irrespective of whether the payment is received by it from PUNGRAIN or not.

After the award of the contract, if the tenderer fails to deploy its personnel and/or install the electronic systems in the designated depot complex within the time stipulated(including extension if any granted), the contract is liable to be cancelled and fresh tender may be called for at the risk & cost of the tenderer.

Tenderer shall at all times throughout the tenure of the contract provide requisite number of trained personnel and maintenance & power (battery/ generator) backup to the security systems and ensure smooth uninterrupted functioning of the security systems round the clock. The tenderer shall handover the recording of the CCTV footage to PUNGRAIN every month along with the monthly bill in DVD format. If the security system is down due to power

26.11

26.12

26.13

26.14

26.15

26.16

26.17

26.18

failure, malfunctioning etc, for more than five hours in a month and /or fails to provide the requisite number of personnel the same will be treated as a breach of contract.

Reserving the right to initiate action for breach, PUNGRAIN will levy Liquidated

Damages @ double the pro-rata hourly service charges of the said items for every hour of downtime of security systems over and above the maximum permissible five hours in a Month, subject to the condition that if the down time is less than an hour, Liquidated Damages will be calculated on a pro-rata basis, subject to the further condition that the Liquidated Damages charges levied in a

Month shall not exceed 5 % of the monthly service charges .

The Tenderer and PUNGRAIN agree that the Liquidated damages stipulated herein is a genuine pre-estimate of losses/damages.

The entire CCTV footage being recorded shall be the sole property of

PUNGRAIN and the tenderer shall have no right whatsoever over such property.

The tenderers shall perform and carry out their obligations under the contract with all due diligence, efficiency, and economy in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The tenderers shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Corporation, and shall at all times support and safeguard the Corporation's legitimate interests in any dealings with the third parties.

The Tenderer shall carry out all times of services assigned or entrusted to him/them by the Managing Director or officer acting on his behalf and shall adhere by all instructions issued to him / them from time to time by the said officer. They shall render the services to the satisfaction of the Managing

Director or an officer acting on his behalf together with ancillary and incident duties, services and operations as may be indicated by the said officer(s) and are not inconsistent with the terms & conditions of the contract. The Tenderer shall always be bound to act with responsible, diligence and in a businesslike manner and to use such skill as expected of men of ordinary prudence in the conduct of their activities.

The Tenderers shall inform the Managing Director and officers authorized to act on his behalf, the name of one or more responsible representative(s) authorized to act on their behalf where the designated depots are located in day to day working and it shall be duty of each of the representatives to generally remain in touch with PUNGRAIN, to report the progress and generally to take the instructions in matter.

The Electronic Security Systems and its installations will be the property of the

Tenderer and PUNGRAIN will only pay service charges for providing the electronic surveillance, as quoted in the price Bid. After completion of the

Contract by expiry of Tenure/ Termination of Contract it shall be the responsibility of the tenderer to remove all the Electronic Security Systems and its installations as well as the Personnel of the Tenderer, immediately, but not later than 30 days from the date of expiry of Tenure/ Termination of Contract as the case may be.

The Tenderer shall provide security solution to all the designated depots for which he has submitted his tender.

27.

27.1

27.2

28.

29.

30.

30.1

30.2

30.3

30.4

PARTIES TO THE CONTRACT

The parties to the contract are PUNGRAIN represented by the Managing

Director,PUNGRAIN and the tenderer through the personauthorized to act on behalf of the Tenderer.

Notice or any other action to be taken on behalf of PUNGRAIN may be issued/ accepted by the Managing Director or any other officer so authorized and acting on his behalf.

SUBLETTING

The tenderer shall not sublet transfer or assign the contract or any part thereof without the prior written approval of Corporation. In the event of the tenderer contravening this condition the corporation is entitled to terminate the contract at the risk & cost of the tenderer and the Tenderers shall be liable for any loss or damage which the Corporation may sustain in consequence or arising out of such replacing of the contract.

RELATIONSHIP WITH THIRD PARTY

All transaction between the Tenderer and the third party shall be carried out as between two principals without reference in any event to the Corporation.

TheTenderer shall also undertake to make third party fully aware of the position aforesaid.

LIABILITY FOR PERSONNEL

All persons employed by the tenderer shall be engaged by him as his own employees/workers in all respects and all rights and liabilities under the Indian

Factories Act, or the Employees Compensation Act and Employees Provident

Fund & Misc. Provisions Act, or any other similar applicable enactments in respect of all such personnel shall exclusively be that of the Tenderer. The

Tenderer shall be bound to indemnify the Corporation against all the claims whatsoever in respect of his personnel under the Employees Compensation

Act, 1923 or any statutory modification thereof or otherwise for or in respect of any damage or compensation payable in consequence of any accident or injury sustained by any workmen or other person whether in employment of the

Tenderer or not.

PUNGRAIN shall in no way be responsible for any liabilities arising out of the tenderers contractual obligation with the tenderer's personnel, experts.

Similarly, the tenderer shall in no way be responsible for any liabilities arising out of PUNGRAIN's personnel.

The contract as entered into between PUNGRAIN and the tenderer shall in no way nullify, reduce, mitigate or absolve the parties of any responsibility, obligation or liability that may devolve upon them under any statutory/mandatory provisions prevailing in India. Liabilities of the tenderer in respect of obligatory laws remain unaffected and tenderer shall remain responsible for settlement ofclaims, if any, of third parties who may suffer damages either due to the fault of the tenderer or its employees and

Associates. Tenderer shall be solely responsible for all claims arising out of any accident, death etc. in respect of the personnel engaged by the tenderer under the contract.

The Tenderer shall comply with all Rules, Acts and Regulations made by the

State Govt./Central Govt. as in force and amended from time to time pertaining to the contract, Factories Act, Minimum Wages act including all labour Laws and maintain all prescribed record for the inspection of the competent authorities/enforcement authorities.

31.

SUMMARY TERMINATION

31.1. By Corporation

In the event of the Tenderer having been adjudged insolvent or goes into liquidation or winding up their business of the marking arrangement with their creditors of failing to observe any of the provisions of this contract or any of the terms and conditions governing the contract PUNGRAIN shall be at liberty to terminate the contract forthwith without prejudice to any other rights or remedies under the contract and to get the work done for the unexpired period of the contract at the risk and cost of the Tenderers and claim from the

Tenderers any resultant loss sustained or cost incurred.

31.1.1 The PUNGRAIN shall also have, without prejudice to other rights and remedies, the right in the event of breach by the Tenderers of any of the terms

& conditions of the contract to terminate the contract forthwith and to get the work done for the un-expired period of the contract at the risk & cost of the

Tenderers and/or forfeit the security deposit or any part thereof for the sum or sums due for any damages losses charges expenses or cost that may be suffered or incurred by the Corporation due to the Tenderer's negligence or un-workmanlike performance of any of the service of the services under the contract.

31.1.2 The tenderer shall be responsible to deploy adequate and sufficient security personnel for security and maintenance of the security system under the contract in accordance with the instructions issued by PUNGRAIN. If the

Tenderer fails to supply /install and maintain the security systems, PUNGRAIN shall at its entire discretion, without termination of the contract, be at liberty to deploy the requisite electronic surveillance system at the risk and cost of

Tenderer who shall be liable to make good to the Corporation all additional charges expenses cost of losses, expenses, damages that the Corporation may incur or suffer thereby. The Tenderer shall not however be entitled to any gain resulting from so entrustment of the work to another party by PUNGRAIN.

The decision of PUNGRAIN shall be final and binding on the Tenderer(s).

31.1.3 The Tenderer shall be responsible for losses arising from neglect carelessness, want of skill or misconduct of themselves, their servants or agents or representatives. PUNGRAIN shall have the right to ask for removal of any personnel of Tenderer deployed in PUNGRAIN, who in his opinion is hampering the smooth execution of the work and his decision regarding losses by neglect and misconduct etc. of the Tenderers, their servants and agents or representative shall be final and binding on the Tenderers.

31.1.4. If the tenderer fails to comply with the statutory legal requirements as stipulated in the terms & conditions of the Tender, his contract is liable to be terminated with one month's notice and security deposit forfeited and obtain the work under risk & cost.

2. Termination by Tenderer

The tenderer may terminate this Contract, by not less than thirty (30) days written notice to the Corporation if the Corporation fails to pay any undisputed amount due to the tenderer under the Contract, provided that if the corporation pays such amount within the notice period such termination notice shall become infructuous.

32. PAYMENT UPON TERMINATION

The Corporation shall pay remuneration for Services satisfactorily performed prior to the effective date of termination provided such termination is not on account of any breach of contract by the bidder.

33.

LIABILITY OF TENDERER FOR LOSSES SUFFERED BY THE

CORPORATION

The Corporation is entitled to claim all damages, losses, charges. Costs or expenses suffered or incurred by PUNGRAIN due to the conduct of the tenderer or his personnel arising out of the contract and such amounts will be recovered from the tenderer. The tenderer will protect the stocks, material/assets within the depot/offices from theft and pilferage and will prevent unauthorized entries in the premises. The agency will pay the damages, etc. for the loss of items within the area guarded by the agency and Pungrain will not bear any financial liability on account of any type of loss to the agency however agency will indemnify the Pungrain for any type of loss or third party claim against such losses.

34. SET OFF

Any sum of money due to payable to the Tenderer including security deposit

(returnable to the tenderer) under this contract may be appropriated by the corporation and set off against any claim of the corporation for the payment of any sum of money arising out of or under any other contract made by the

Tenderer with the Corporation.

35. INDEMNITY

The Tenderer shall defend, indemnify and hold PUNGRAIN during and after in terms of the contract harmless from and against any and all liabilities, damages, claims, fines, penalties, action, procedures and expenses of any nature arising or resulting the violation of any laws by the Tenderers or its personnel or in any way connected with the acts, amenities, negligence, breach of this agreement and failure to perform obligations under this contract.

36. NO WAIVER OF RIGHTS

Neither the inspection by the PUNGRAIN or any of their agents nor any order by PUNGRAIN for payment or any payment for acceptance of the article or any part of the work, or not invoking any of the provisions of the contract operate as a waiver of any provisions of this contract.

37. NOTICES

Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered bypost/e-mail/hand delivery under acknowledgment to an authorized representative of the respective Parties.

38. BOOK EXAMINATION

The Tenderer shall whenever required produce or caused to be produced for examination by PUNGRAIN any cost or other accounts books, accounts voucher, receipts, letters, memorandum or any copy of extract from any such document and also furnish information and returns verified in such manner as may be required for the statutory compliance/payments made to EPF/Minimum wages etc., renewed license, any or all such documents desired by

PUNGRAIN. The decision of the Managing Director on the question of relevancy of any document information or return shall be final and binding on the Tenderer. The Tenderers shall produce the required documents,

information and returns at such time and place as may be directed by

PUNGRAIN.

39. PAYMENT

39.1. Payment will be made by PUNGRAINHeadquarters on submission of bills in triplicate duly supported by biometric Records alongwith self-declaration regarding downtime of each security items, duly endorsed by Inspector/AFSO,

Pungrain posted in depot complex.

39.2. The Tenderer should submit all his/their bills by the 10 th of the following month and payment of undisputed amounts will be made through Account Payee

Cheque or ECS or such electronic mode to the Tenderer within 20 days of submission of bills in the manner prescribed.

39.3. The wages and other statuary payments to the personnel deployed by the tenderer are included in the contracted rate as such Pungrain has no liability toward the monthly payment to the employees of the tenderer.

40 LAW GOVERNING THE CONTRACT/ DISPUTE RESOLUTION

The contract will be governed by the laws of India for time being in force as amended from time to time. Any disputes arising out of this contract will be settled in the courtof law of competent jurisdiction. The courts in Chandigarh shall have exclusivejurisdiction to adjudicate the disputes arising under the contract.

41. PROHIBITION OF CONFLICTING ACTIVITIES

41.1 Neither the Tenderer nor their Personnel shall engage, either directly or indirectly, in any such activities which conflicts with their role under the assignment. The PUNGRAIN requires that the Tenderer provides at all times hold the PUNGRAIN's interests paramount, avoid conflicts with other assignments or its own interests, and act without any consideration for future work.

41.2 The Tenderer, their Associate or personnel either directly or through common third parties, shall not accept or engage in any assignment that would be in conflict with their current assignment in PUNGRAIN .A Bidder eventually appointed to provide work under the contract, and its Associates, Personnel shall be disqualified from subsequently providing goods or works or services related to the contract directly or indirectly and any breach of this obligation shall be construed as Conflict of Interest; provided that the restriction herein shall not apply after a period of One year from the completion of this assignment.

Managing Director

PUNGRAIN

SCHEDULE-1

PUNGRAIN has selected following PEG depots of depots in Punjab for having Integrated Security Solution on Pilot basis:

Sr.

No.

District Location Address

1 Amritsar Chehratta Baba Naga Overseas

2 Bathinda RampuraPhool Gurveer Kaur & Others

3 Bathinda RampuraPhool

4 Bathinda Bhuchho

5 Faridkot Kotkapura

6 Fazilka

7

Fazilka

Fatehgarh

Sahib

Sirhind

8 Moga Ajitwal

Balaji Complex

Shree Balaji

SourabhSingla

Sandeep Girhotra

R P Foundary

9

10

11

13

14

15

Muktsar

Jalandhar

Patiala

12 Sangrur

Sangrur

Sangrur

Tarntaran

Gidderbaha

Phillaur

Nabha

Malerkotla

Sunam

Lehra

Tarntaran

Jatin Agro

Gidderbaha

Warehousing

DheerAgri

Nabha Complex

M K Store

Ravinder Singh Co-

Owners

Aggarwal Co-Owners

RajanBedi&Gurcharan

Capacity(MT)

60000MT

10000 MT

30000 MT

35500 MT

14592 MT

143800 MT

22010 MT

38580 MT

45000 MT

45740 MT

25000 MT

42650 MT

40000 MT

14000 MT

20000 MT

SN

SCHEDULE -II

MANDATORY SECURITY SYSTEM TO BE PROVIDED BY THE TENDERER AT

ITEM

THE PEG DEPOTCOMPLEX

REQUIRED FEATURES /

TECHNICAL

SPECIFICATIONS

CERTIFICATION &

STANDARDS

1. VARI-FOCAL IR BULLET CAMERA

( ENTRY/EXIT)

Night vision with IR LED

20-25m range weather & dust roof

(i)

(ii)

1.3 Mega pixel .

1/3 CCD/CMOS 20-25 m IR distance.

(iii)

(iv)

ICR, 0.1 Lux/F1.2,

2.8 - 12mm / F1.4

Vari-focal Lens, IP66.

CE, FCC, UL Certified.

2. VARI-FOCAL IR FIXED BULLET

CAMERA (PERIMETER &

PASSAGE AREA)

Night vision with IR LED

20-25m range weather & dust proof

(i) 1.3 MP

(ii)

(iii)

1/3 CCD/CMOS

Day / night auto switch, super low illumination

(iv)

(v)

20-25meter

IP 66

-do-

3. VARI-FOCAL IR BULLET CAMERA

WEIGHBRIDGE

Night vision with IR LED

20-25m range weather & dust roof

(i)

(ii)

1.3 Mega pixel .

1/3 CCD/CMOS 20-25 m IR distance.

(iii)

(iv)

ICR, 0.1 Lux/F1.2,

2.8 - 12mm / F1.4

Vari-focal Lens, IP66.

-do-

4. VARI-FOCAL IR DOME CAMERA

WEIGHBRIDGE

Night vision with IR LED

15-20m range weather & dust proof

(i) 1.3 mp

(ii) ICR, 0.1 Lux/F1.2,12

VDC

(iii) 2.8 - 12mm/F1.4

Vari-focal Lens, IP66.

5. IR SPEED DOME (PTZ) CENTRAL

LOCATION

Pan tilt zoom features for close monitoring, weather

& dust proof,360 degree, day& night

(i) 540tvl

(ii)

(iii)

36X OZ

0.1 Lux

(iv)

(v)

IR Range(80m)

±0.1° preset accuracy,

360 o/s

(vi) 400°/s tilt preset speed,

360° endless pan range

(vii) 0-90 tilt range,

Weather Proof: IP66 standard with complete accessories

-do-

-do-

6 NETWORK VIDEO RECORDER 30- 60 days recording of camera footage

(i) Network Video Recorder

(16 channel)

(ii) 4 SATA interfaces,

25(P) / 30(N) fps/ch, alarm

I/O

(iii) 16/4, 1U case, 19". real-time recording

(iv) HDMI output complete and 2 TB hdd and all other required accessories.

-do-

7.

8. TURNSTILE (TRIPOODE) MAIN

ENTRY/EXIT GATE

9.

MONITOR

ACCESS CONTROL PANEL

21 inches LCD/LED.

(i) Indoor, Outdoor,1.5mm std SS304 grade stainless steel

(ii) Size 420 x 330 x 980 mm Passage Width

510mm Passage Direction

Single or Bi - direction

(iii) Operation Speed 0.2 sec Passing Speed 30 - 35 person/minute

(iv) Communication interface RS485

,Input interface +12v Level signal or dry relay switch signal

(v) Operation Voltage

AC220v ±10%, 50Hz ±10%

,Power Temp20°C - 70°C

(vi) IP Protection IP45.with complete required accessories

(i) Two Door (4 Reader)

Access Control Panel.

(ii) With Built in 2 Amps

Supply, on board TCP/IP,

(iii) Can connect to all readers which gives Wigand or Clock & Data outputs

(iv) 30000 users & 60000 transactions complete with all accessories.

CE, FCC

Certified.

CE, FCC

Certified.

-do-

10. READER

11. ACCESS CARD

12. SOFTWARE

(i) Wigand : 26 bits

(ii) ISO, ABA TK2 emulationRS232

(iii) Serial ASCII, 19200, N,

8, 1,

(iv) Read range Up to 10 cm in ideal conditions,

(v) 125 KHz, ASK,64 bits format , Manchester coding, ABS housing

Standard Proximity cards compatible with the system

(i) Online movement monitoring

(ii) Controlling user access on diff. doors on Windows platform

(iii) Client Server architecture with backend of

Oracle, SQL, SQL Express and Access.

(iv) Multi-user Operations with Multi Level Security

(v) Flexibility to assign module wise & component wise rights for better control

(vi) Wigand

Configurable from 26 bits

-do-

-do-

-do-

13. BOOM BARRIER bits to 40 bits

(vii) Lock Interface supported Fail Safe & Fail secure type of Lock assemblies

(viii) Door wise Anti pass back facility. Door

Interlocking.

(ix) Multiple doors can be grouped in such a fashion that at any given point of time only one of them is allowed to be opened

(x) Maximum 999 controllers can be supported on a single platform, Maximum up to

30 users define time zones.

(i) Boom Barrier for 5 to

7mtr.

(ii) Opening closing time

3-5 seconds.

(iii) Duty Cycle - Intensive

,complete with control card and base plates.

(iv) Aluminum Arm for

5Mtrs with Red Reflective

Strips and Red Shock proof

Rubber on arm.

(v) LED Light & push button, complete with all accessories required.

(vi) Safety Sensor.

CE/FCC/UL

Certified.

14. SEARCHLIGHT (i) Reliable microcontroller based design with brilliant

55 Watt halogen.

(ii) Over 60 minutes of constant use at full light.

(iii) Exclusive one hand operation beam.

(iv) Rugged & weather resistant, molded in ABS housing,

(v) Easy-to-carry with molded handle and shoulder strap.

(vi) Uses internal 12V / 7Ah sealed lead-acid battery.

(vii) Internal SMPS battery charger for

90 to 270 Volt operation.

(viii) Low battery warning indicates exhausted battery.

(ix) Automatic low-voltage cut-off prevents deep discharge.

(x) High reliability MOSFET for solid state switching.

Standard

15. VISITOR/VEHICLE

MANAGEMENT

SYSTEM

(i) Visitor management system complete with

Hardware and software with features

(ii) Online scheduled appointments list, centralized database management

(iii) Multiple Entrance point

(gate) support, Common

Instructions on the pass

(iv) Authorized users can access the application,

Retrieval of the past visitors data based on different criteria

(v) Returnable/

Non-Returnable Material gate passes can be issued

(vi) Key management

,Employee ID card can be issued

(vii) Web camera , printer ,

PC , 100 standard cards accessories included

16. WALKI - TALKI HAND HELD &

WALKI - TALKI BASE STATION

(i) UHF/ VHF range with

-do-

CE, FCC

Certified.

17. PUBLIC ADDRESS

SYSTEM PRE

AMPLIFIER &

BOOSTER

AMPLIFIER

Battery, Antenna,

(ii) Operating Manual &

Charger.

(iii) Range approx. 1.5 to 2

Km. without base set.)

(iv) Depends on area.

(i) 16-user group conventional repeater.

(ii) A simplex or full duplex base station or as the RF core of a trunking system.

(iii) Advanced features such as the DSP audio processing, DTMF over-the-air remote control.

(iv) Programmable

Auxiliary I/O's combined with round the-clock reliability.

(v) Add up to a superlative performing unit.

(i) 6-zone system pre-amplifier, with single or dual channel operation.

(ii) Two inputs for call stations,

Universal input for microphone , line, with speech optimized tone control

(iii) Three inputs for BGM selection and music optimized tone control.

(iv) Front panel zone selection for

-do-

18. WEATHERPROOF HORN TYPE

SPEAKER

,BGM and call station zone selection for calls.

(v) PC and trigger inputs for automated calls.

(vi) alarm tones and chimes to selected zones.

(i) Supply of XLR inputs / output,)

(ii) Direct 100V input for power expansion,

(iii) Excellent S/N >80dB,

Input level control

(iv) Multiple outputs (4ft,

8ft, 70V,

100V) 480W,24Vdc (max.

10% deviation.

(v) 60Hz to 15kHz

(+1/-3dB)

30w speakers

19. MISC. (CABLES ,CONDUITS AND

OTHER

ACCESSORIES FOR CCTV,FOR

ACCESS CONTROL, BOOM

BARRIER AND PA SYSTEM)

Cables for connectivity camera to NVR 1. CAT

6/STP

(ii) Fiber cable with accessories for the

Networking

(iii) Networking Devices

-do-

ISI Marked

and accessories

(iv)

(v)

Power Cable

25 mm MS / PVC

( Standard ISI Mark) with accessories

(vi) Power cable standard

ISI Mark 2 Core

(vii) Signal Cable 8 Core standard ISI Mark

(viii) MS / PVC ( Standard

ISI Mark) with accessories

20. BIOMETRIC

ATTENDANCE

RECORDS

Biometric Machine ISI Marked

Note : The service provider has to make the provision for data storage, data Retrieval and image management. The data should be stored for at least 60 days.

SCHEDULE II-A

Tentative norms of electronic gadgets for 25K MT to 1 Lakh MT are given below (which can be changed as per actual requirement of Depot but shall not exceed the fixed norms/ strength) :

5K MT - 25K

MT

3 per gate-

Vari-focal IR

Bullet camera

3 per WB -

Vari-focal IR Bullet camera 2, Vari-focal IR

Dome camera-1

10 perimeter -

Fixed IR Bullet camera - 8, IR

Speed Dome

(PTZ)- 2[near gate, central

25K MT - 50K

MT

50K MT - 1L

MT

3 per gate-

Vari-focal IR

Bullet camera

3 per gate-

Vari-focal IR

Bullet camera

3 per WB -

Vari-focal IR Bullet camera 2, Vari-focal IR

Dome camera-1

3 per WB -

Vari-focal IR Bullet camera 2, Vari-focal IR

Dome camera-1 location at height to overview the depot.

17 perimeter -

Fixed IR Bullet camera - 15, IR

Speed Dome

(PTZ) - 2[near gate, central location at height to overview the depot.

29 in perimeter, godowns and

1L MT - 1.5L

MT

3 per gate-

Vari-focal IR

Bullet camera

3 per WB -

Vari-focal IR Bullet camera - 2, Vari-focal IR

Dome camera-1 other locations

Fixed IR Bullet camera - 26, IR

Speed Dome

(PTZ)- 3[near gate, central location at height to overview the depot.

40 in perimeter, godowns and other locations.

Fixed IR Bullet camera - 35, IR

Speed Dome

(PTZ)- 5[near gate, central location at height to overview the depot.

1.5L MT- 2LMT 3 per gate-

Vari-focal IR

Bullet camera

3 per WB -

Vari-focal IR Bullet camera - 2, Vari-focal IR

Dome camera-1

52 in perimeter, godowns and other locations.

Note:

Perimeter cameras are to be deployed in consultation with the depot Manager and vulnerability of the site.

Norms for installation and maintenance of other Electronic Security

Equipments : -

Sizes of the Access Boom

Depot Barrier

VMS Walki-Talki Searc h

Lights

PA System

Control with

Turnstile

Upto 25K MT 1 per gate 1 per gate

1 per gate

1 base station and 5 hand set

5 1 base station and 5 Speakers

25K MT - 50

K

1 per gate 1 per gate

MT

50K MT - 1 L 1 per gate 1 per gate

MT

1 L MT - 1.5

L

MT

1.5L MT-

2LMT

1 per gate 1 per gate

1 per gate 1 per gate

1 per gate

1 per gate

1 per gate

1 per gate

1 base station and

10 hand set

1 base station and

10 hand set

1 base station and

10 hand set

1 base station and 10 hand set

10 1 base station and

10 Speakers

10 1 base station and

10 Speakers

10 1 base station and

10 Speakers

10 1 base station and

Speakers

10

Central control room at Pungrain, Headquarter, Chandigarh:The tenderer shall establish one central control room in the office of MD, Pungrain at Chandigarh for keeping close watch on all the operations of all the depot complexes centrally by installing 40 inches LCD/LED and other electronic equipments including communicating facility with the staff deployed by the tenderer in each PEG depot. The tenderer will supply/install the following mandatory items in the control room:-

Sr No. Item Required Clarification and

Feature/Technical

Specifications

Standards

SCHEDULE-III

TENDERER PROFILE

Particulars Sl.

No

1. Name of the tenderer with full address, Corporate

Office/Head Office etc. Website, E-mail ID,

Telephone etc Provide a brief description of the background of the firm/entity. The brief description should include constitution of the firm, its objectives, some of the main clients of the firm etc.

2* Name of the authorized signatory

& nature of authorization (whether power of attorney,

Board resolution etc.)

3. Nature

Government /PSU/ Private/others

4. Composition of Bidder:

State whether the Bidder is a proprietorship concern, or registered partnership firm, or a company,

Registered Society, Consortium. The name of the proprietor, or all Partners, or all the Directors of the company, Members of the consortium as applicable, shall be furnished. In case of consortiums the above particulars in respect of all the Consortium Members shall be furnished.

5.* (i) PAN Number (enclose copy)

(ii) SERVICE TAX Registration Number of the

Firm(enclose copy)

(iii) ESI Registration Number of the Firm(enclose copy)

(iv) EPF Registration Number of the Firm(enclose copy)

6.* Registration / licence No. and validity period under

PRIVATE SECURITY AGENCIES (REGULATION)

ACT, 2005(enclose copy), if applicable.

7 * Furnish Audited Profit & Loss account and balance 2009-10 sheet for immediate preceding five Financial

Years(2007-08, 2008-09, 2009-10, 2010-11, & 2010-11

2011-12)

2011-12

2012-13

2013-14

8.* Details of contracts providing Integrated Security Contract 1

Solutions of minimum value of INR Fifty lacs during Contract 2

``````````````````````````````````````````````````````````````````` Contract 3

Reference page

No. wherever required

```````````````````````````````````````````````````````````````````

```````````````````````````````````````````````````the period

2008- 09 to 2012-13(preceding five years)

*Consortium may indicate the details of all the respective relevant contracts.

9 Furnish copies of Memorandum /Article of association Or copy of Registered Partnership deed Or copy of Rules & Regulations & Bye laws of societies, consortium agreement, power of attorney etc. in respect of the tenderer, as applicable.

Contract 4

Contract 5

Declaratio n by way of notarized affidavit

10.* Enclose Board Resolution and/or

Notarized Power of Attorney indicating Authority to

Bid.

11. Furnish details of Sister concerns with the name of

Proprietor/Director/Partner thereof with the nature of business. . In case of consortiums the above particulars in respect of all the Consortium

Members shall be furnished.

12. Date & Year of Establishment / incorporation of firm.

13.* Number of years of experience in integrated security

Services. In case of consortiums, the experience of each consortium Member in the respective relevant field, individually, i.e., Man guarding or electronic surveillance as the case may be to be indicated.

14. Any other important information about the firm.

14A Whether the Tenderer or his sister concern or any the partners, proprietor, director has been blacklisted by PUNGRAIN or central/state Govt. or any central/ State PSU /Statutory Corporations at any point of time during the last five years

15. Whether the Bidder's contract with PUNGRAIN or central/state Govt. or any central/ State PSU

/Statutory Corporations, has been terminated before the expiry of the contract period for breach of any terms and conditions at any point of time during the last five years.

16. Whether the Bidder's Earnest Money Deposit and/or

Security Deposit have been forfeited by PUNGRAIN or central/state Govt. or any central/ State PSU

/Statutory Corporations during the last five years, for breach of any terms and conditions.

17. Whether the proprietor/any of the partners of the

Bidder firm/any of the Directors of the Bidder company have been at any time, convicted by a

Court for an offence involving moral turpitude.

Furnish self-attested copies of the work order/ copy of the Certificate issued by client / contract/agreement issued by the organizations for which the tenderers executed the contract.

And

A declaration by way of an Affidavit duly notarized in support of having successfully completed the assignments.

Self-attested copies of the Audited Profit & Loss Accounts and Balance Sheet of the immediate preceding five financial years (2007-08, 2008-09, 2009-10,

2010-11, & 2011-12) and the documentary proof of the PAN.

1.

2.

3.

4.

5.

DECLARATION

I ______________ Son/Daughter/Wife of _____________ is the authorized representative of the bidder firm and I am competent to sign this declaration and execute this Tender document.

I have carefully read and understood all the terms and conditions of the Tender and undertake to abide by them.

The information/documents furnished along with the above Tender are true and authentic to the best of my knowledge and belief. I/We am/are well aware of the fact that furnishing of any false or incorrect information/fabricated document would lead to rejection of my Bid at any stage without prejudice to any other rights that the Corporation may have under the Contract and Law.

I further undertake that the personnel deployed under the contract services upon completion of work will be removed from the depot complex and the entire responsibility of such personnel will be that of the tenderer.

I/We do hereby declare that I/We shall be bound by the act of my/our duly constituted attorney, Shri ___________ and of any other person who in future maybe appointed by me/us in his place to carry on the business of the concern whether any intimation of such change is given to the PUNGRAIN or not.

Yours faithfully,

( )

Signature of Tenderer

(Capacity in which signing)

Seal

For consortiums only

Annexure- A

FORMAT FOR POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY ON

BEHALF OF TENDERER

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 entity who is issuing the power of Attorney)

Know all men by these presents, that we ........................... (name of company / firm and the address of its registered office) ................. do hereby constitute, appoint and authorize

Mr./Ms. ...................................................... (name and residential address) who is presently employed with us and is holding the position of

.................................................................................................................................. a s our

LAWFUL attorney, to do in our name and on our behalf, all such acts, deeds and things necessary inconnection with or incidental to our Proposal for the work--including signing and submission of all documents and providing information/responses to thePUNGRAIN representing us in all matters before, and generally dealing with the PUNGRAIN in all matters in connection with our Proposal for the said work. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and affirm that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

For and on behalf of ............................. (Signature)

(Name, Seal and Position of Executants)

Attested (Notary Public)

For consortiums only

Annexure-B

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF A

CONSORTIUM

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 entities who are issuing the power of Attorney)

Whereas, the PUNGRAIN (PUNGRAIN) has invited Proposals from Tenderers for engagement of security agencies for providing integrated security solutions at the designated PUNGRAIN Godowns complexes -----------

Whereas, the Members of the Consortium are interested in submitting the Proposal for the said work and implementing the work in accordance with the terms and conditions of the Tender document and other connected documents in respect of the work and,

Whereas, it is necessary under the tender document for the Members of the

Consortium to nominate 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 Proposal for the work.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s ...................... , M/s .......................... and M/s .................. (furnish) respective names and addresses of their registered offices) ............................................. hereby nominateM/s ......................................................................................... being one of the Members of the Consortium, as the Lead member of theConsortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium's Proposal for the work, including submission of Proposal, participating in conferences, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with PUNGRAIN and their consultant for the work or any other person or Government

Agency, in connection with the Project until the culmination of the process of acceptance of Proposal and thereafter till the service agreement is entered into with the PUNGRAIN.

We hereby agree to ratify all acts, deeds and things lawfully done by the Lead

Member acting as our attorney pursuant to this Power of Attorney and affirm that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium for which we shall be liable jointly and severally.

Dates this the ....... Day of .........

......................... (Signature)

(Name, position and Company of Executants)

.......................... (Signature)

(Name and Address of the Attorney)

.......................... (Signatures)

(Names and Address of two Witnesses)

Note:

• To be executed by all Members of the Consortium excluding the Lead Member.

PART-B

PRICEBID

APPENDIX – I

PRICE BID

To

The Managing Director ( ... )

PUNGRAIN

Dear Sir,

I/We, submit the online price bid for appointment as Security Agency for providing security services at the designated depot complexes as per Schedule - I.

2.

I/We have thoroughly examined and understood all the terms & conditions as contained in the Tender document and agree to abide by them.

3.

I/We hereby offer to provide security services to be paid as per the rates as indicated in the schedule of price Bid. The service charges quoted by us include charges for installation of security systems and maintenance thereof and deployment of personnel to guard the security system to be provided under the contract. Further I/We undertake that the personnel engaged would be paid minimum wages notified by the Appropriate

Government and all statutory payments as fixed from time to time, except service charges, during the entire tenure of the contract.

4.

I/We undertake that I/We are not entitled to claim any enhancement of service charges on any account during the tenure of the contract.

5.

I offer to work at the rates as indicated in the price Bid, inclusive of all applicable taxes except Service Tax.

Yours faithfully,

( ____________ )

Signature of Tenderer

(Capacity in which signing)

Seal

APPENDIX - I

Continued

SCHEDULE OF PRICE BID

The below mentioned Price bid format is provided as BoQ------ .xlsalongwith thistender document at https://pungrain.procuretiger.com

. Tenderers are advised todownload this BoQ------ .xls as it is and quote their offer/rates in the permitted column andupload the same in the Price bid.

PERFORMA 'A'

PRICE BID FOR SECURITY SYSTEM(CCTV CAMERA)

For capacity upto 25000 MT s.

No.

ITEM QUANTITY RATE PER

UNIT/MONTH

TOTAL

1. VARI-FOCAL IR BULLET

CAMERA ( ENTRY/EXIT)

2. VARI-FOCAL IR FIXED

BULLET CAMERA

(PERIMETER & PASSAGE

AREA)

3. VARI-FOCAL IR BULLET

CAMERA WEIGHBRIDGE

4. VARI-FOCAL IR DOME

CAMERA WEIGHBRIDGE

5. IR SPEED DOME (PTZ)

CENTRAL LOCATION

6 NETWORK VIDEO

RECORDER

7. MONITOR

8. TURNSTILE (TRIPOODE)

MAIN ENTRY/EXIT GATE

WITH ACCESS CONTROL

PANEL, READER, ACCESS

CARD, ACCESSS

MANAGEMENT SOFTWARE

9. BOOM BARRIER

10. SEARCHLIGHT

11. VISITOR/VEHICLE

MANAGEMENT SYSTEM

WITH SUPPORTED ITEMS

12. WALKI - TALKY HAND HELD

WITH BASE STATION

13. PUBLIC ADDRESS SYSTEM

BOOSTER AMPLIFIER

14 ELECTRONIC SECURITY

SUPERVISOR

15. MISC. ITEMS (CABLES

,CONDUITS AND OTHER

ACCESSORIES FOR

CCTV,FOR ACCESS

CONTROL, BOOM BARRIER

AND PA SYSTEM)

16. BIOMETRIC ATTENDANCE

MACHINE

17. Central control room items to be installed at Pungrain

Headquarters.

Grand Total

*The composite rates should be quoted as arrived at Grand Total of the above Table.

1.

Above quoted rates are inclusive of all the required statutory obligation and the tenderer has to quote the service charges in terms of percentage (%age).

2.

3.

The Service Tax would be borne by PUNGRAIN as applicable from time to time

In case of any discrepancy/difference in the amounts indicated in figures and words

4.

the amount in words will prevail and will be considered.

Rates quoted in any other manner than the above will be summarily rejected. The quoted rates shall remain firm throughout the tenure of the contract and no revision is permissible for any reason except the enhancement in minimum wages.

5.

Evaluation for arriving for the lowest bidder will be as per the criteria as appendix - II.

Yours faithfully,

(______________)

Signature of Tenderer

(Capacity in which signing)

Seal

Download