Post on 08-Sep-2019
a. Cost of RFP Document: Rs.5,618/- (Non – refundable) inclusive of Service tax of
12.36%.
b. The bidder should pay the cost of the RFP document by means of Demand Draft for
Rs. 5,618/-drawn in favour of National Payments Corporation of India, payable at Mumbai and enclose the same to the TB-Part of the RFP Form.
REQUEST FOR PROPOSAL (RFP)
For Interior, Furnishing, Network Data Cabling, Electrical &Air Conditioning
Works
RFPReferenceNumber: NPCI:RFP:2014-15/15
National PaymentsCorporation ofIndia, C-9, 8th Floor, RBI Premises, BKC, Bandra (East) Mumbai – 400 051
Tel:+91-22-26573150 Email-Satish.hegde@npci.org.in Website:www.npci.org.in
2
DISCLAIMER
The information contained in this Request for Proposal (RFP) document or
information provided subsequently to Bidder or applicants whether verbally or in
documentary form by or on behalf of National Payments Corporation of India (NPCI),
is provided to the Bidder on the terms and conditions set out in this RFP document
and all other terms and conditions subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by NPCI to
any parties other than the applicants who are qualified to submit the Bids (“Bidders”).
The purpose of this RFP document is to provide Bidder with information to assist the
formulation of their proposals. This RFP document does not claim to contain all the
information each Bidder may require. Each Bidder should conduct its own
investigations and analysis and should check the accuracy, reliability and
completeness of the information in this RFP document and where necessary obtain
independent advice. NPCI makes no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of this RFP document. NPCI may in its absolute discretion, but without
being under any obligation to do so, update, amend or supplement the information in
this RFP document.
3
NOTICE INVITING BID
Notice Inviting Bid published in daily English Newspapers, „The Times of India and “The Economic Times” dated 1st October, 2014
4
NOTICE INVITING BID National Payments Corporation of India (NPCI) invites bids from competent bidders for the execution of Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai- 400 051, India. Interested parties may collect the RFP document form from the office of the Company at the below address during normal working hours
National Payments Corporation of India, C-9, 8
th Floor, RBI Premises, BKC, Bandra (East)
Mumbai – 400 051 The soft copy of the RFP document will be made available on NPCI‟s website http://www.npci.org.in. Prospective bidders satisfying the minimum eligibility criteria as laid down in the RFP document may collect the electronic copy of the RFP document including Bill of Quantity (BOQ), detailed drawings, etc. from the above mentioned address on the payment of Rs.5,618/- (non-refundable inclusive of service tax) by way of Demand Draft in favour of National Payments Corporation of India. The RFP document completes in all respects shall be submitted to the Chief Executive Officer at the above address latest by 4:00 p.m. on 21st, October 2014. Offers received without paying RFP document cost shall not be considered and shall be rejected. A pre-bid meeting to clarify any issues will be held at the above address on 14
th October,
2014 at 11:00 AM. NPCI may, at its discretion, amend / provide clarifications on the RFP including extension of the deadline for submission of bids at any time before the last date for submission of the bids. Any such amendments/ clarifications will be notified by NPCI by placing it on NPCI website and the same will be binding on all the bidders. Bidders are advised to regularly visit NPCI website for obtaining updates on the RFP. NPCI reserves the right to reject any or all of the bids without assigning any reason whatsoever.
(Signed)
Managing Director & CEO
5
CHECKLIST
The following items must be checked before the bid is submitted:
Sr. No.
Item Description Enclosure Yes /
No
1 RFP Document Cost – DD for Rs.5,618/- in favour of National Payments Corporation of India.
Envelope- 1
2 Earnest Money Deposit – DD for Rs.5,00,000/- in favour of National Payments Corporation of India.
Envelope- 1
3 Technical Bid Part of the document along with Annexure
Envelope- 1
4 Masked Price Bid Envelope- 1
5 Price Bid & BOQ Envelope- 2
Note:
Before submitting their application, bidders are advised to ensure that all the pages of the Offer including RFP notice, instructions to bidders, technical bid, price bid, etc. are signed by the authorized signatory of the bidders or their GPA holder and these documents are placed in the respective envelopes. Bidders should also ensure that the envelopes are duly sealed and super scribed in the manner prescribed in this document. NPCI reserves the right to reject incomplete applications or in cases where information submitted is found incorrect.
6
I. GENERAL INFORMATION
EXECUTION OF INTERIOR, FURNISHING, NETWORK DATA CABLING, ELECTRICAL & AIR CONDITIONING WORKS FOR NPCIOFFICE PREMISES SITUATED AT MUMBAI.
a. The RFP Document
National Payments Corporation of India invites sealed bids from interested parties /
contractors who have completed work of similar nature for the work mentioned below:
Sr.
No.
Description Details
1 Name of the Work Execution of Interior, Furnishing, Network Data
Cabling, Electrical, & Air conditioning works of
Unit No. 1001A, 10th Floor, The Capital, Plot No.
C-70, G-Block, Bandra-Kurla Complex, Bandra
(E), Mumbai- 400 051
2 RFP Document Cost Rs. 5,618/- inclusive of service tax (Non-
refundable)
3 Earnest Money Deposit Rs. 5,00,000/-
4 Performance Bank Guarantee Rs. 10,00,000/- (after adjusting EMD) (to be submitted within 14 days of the award of work contract along with acceptance of award)
5 Defect Liability Period 12 months from the date of virtual completion
6
Retention money 5% of the bill amount to be retained from each running bill.
7
Validity of Offer 180 days from the date of opening the Price Bid
8
Liquidated damages At the rate of 0.5% of the contract value per week subject to a maximum of 5% of the accepted contract value.
7
Completed application forms, as detailed in instructions, are to be submitted to:
National Payments Corporation of India, C-9, 8th Floor, RBI Premises, BKC, Bandra (East) Mumbai – 400 051
1. The prospective Bidder/ contractor meeting the minimum eligibility requirement may
collect the RFP documents consisting of Technical Bid and Price Bid from the Office
at the above mentioned address. The RFP documents will be issued between 11. 00
a.m. to 4.00 p.m. on all working days from 1stOctober 2014 excluding Bank Holidays
and Saturdays / Sundays at the aforementioned address. Last date for submission of
completed application forms is 21st October, 2014 at 4.00 p.m.
2. The RFP document is not transferable
b. Minimum Eligibility Criteria
NPCI has laid the following criteria for prequalification of contractors:
1. Interior works including Electrical, Network and Data Cabling, Air-conditioning works
for Corporate Office projects during last 3 (three) years ending 31st March, 2014 for
Govt. Departments/Public Sector undertaking/ Financial Institutions & Banks, MNC
companies having successfully completed four works of Rs 150 Lakhs each. The
experience of fit out works for Corporate Office Projects only will be considered.
2. Average annual turnover should be more than Rs 10 Cr during the last three years
ending 31st March 2014.
3. Average Annual Turnover will be considered for main bidder firm on standalone basis
and not for the Group Company or Subsidiary Company.
4. Documentary proof with respect to the details furnished in the application form
regarding eligibility criteria shall be furnished along with the application form. In this
regard, copies of the work order and completion certificate and/or such documents
shall be submitted. Incomplete applications or applications without proper proofs for
establishing their credentials will be summarily rejected and no correspondence will
be entertained in this regard.
8
5. Annual Turnover will be considered for main bidder and not for the Group Company or
Subsidiary Company.
6. The information regarding Financial Criteria and Average Annual Turnover certified
only by Chartered Accountant will be considered.
7. Profit after Tax should be Positive for the latest financial year.
8. Net worth of Prospective Bidder during last audited financial year should be greater
than Rs.300 Lakhs.
9. Joint Venture/Consortium is not permitted.
9
II. INSTRUCTIONS TO BIDDERS
1. Time schedule:
Sr. No.
Activity Schedule
1 RFP Reference Number NPCI:RFP:2014-15/15
2 Release of RFP to bidders 1st October, 2014
3 Last date for receiving Pre-bid queries in writing
13th October, 2014at 1.00 p.m. at Satish.hegde@npci.org.in
4 Pre-bid Meeting 14th October, 2014 at 11:30 am at BKC office: National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai -400051
5 Last date and time for Bid Submission
21st October,2014upto4.00 p.m.
6
Technical Bid Opening 21st October 2014at 5.00 p.m.
7 Place of Bid Submission and opening of Bids
National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai -400051
8 Name and Address for communication
Chief Executive Officer National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai -400051
9 Bid Related Queries Mr.Satish Hegde: 8108108618 Email : Satish.hegde@npci.org.in
Please note that offers received after the prescribed date will not be considered.
All the Bidders/bidders are advised in their own interest to be present on the said dates at the specified time.
Please note that the PB (Price Bid) part of the offer will not be opened along
with the TB part (Technical Bid Part). After scrutiny of the technical bid part, visits
to the sites(if decided), assessment of the offers, the PB part of only those Bidders,
whose offers are found suitable to NPCI, will be opened at a later date. The date of
opening of PB part will be intimated to those Bidders, whose offers are found
10
suitable as per TB part of the application.
2. The application form consist of the following documents, i.e.,
i. Newspaper Advertisement ii. RFP Notice iii. Checklist iv. General information v. Instructions to Bidder vi. Terms and Conditions vii. General Conditions of Contract viii. “TB (Technical Bid)” part of the application ix. “PB (Price Bid) “ part of the application including Bill of
Quantities(BOQ)
3. The offers are to submitted under two parts, i.e. „TB‟ (Technical Bid) part and “PB‟
(Price Bid) part as per the enclosed formats.
Above items i), ii), iii), iv), v), vi), vii) and viii) constitute TB part item and ix) is the PB part.
“TB (Technical Bid)” part:
All the required information as per the details called for in “TB” part is to be furnished.
a. A DD for Rs. 5,618/- towards RFP document cost and drawn in favour of National
Payments Corporation of India and
b. A DD for Rs. 5,00,000/- towards Earnest Money Deposit and drawn in favour of National Payments Corporation of India
shall be enclosed along with the Technical bid. Offers received without the above payments will not be considered.
Please do not give any indication of the price, cost and financial aspects of the offer in “TB” part.
Please put the duly filled TB part of the application along with additional information and
relevant annexure, DD for Rs. 5,618/- (including Service Tax @ 12.36%) as the case may be
etc. in a separate cover and seal the same. Please super scribe the cover as follows:
“TB” (Technical Bid) part pertaining to RFP called by National Payments Corporation of India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block,
11
Bandra-Kurla Complex, Bandra(E), Mumbai- 400 051.”
Please also mention the applicants name, full address and telephone number, mobile number (if any) on the cover. “PB (Price Bid)” part:
i. The PB part of the application shall contain nothing but price aspects of the bid
without any conditions. (If the price is subject to any conditions, the same will be disqualified)
ii. Please put the duly filled PB part of the application in a separate cover and seal the
same. Please super scribe the cover as follows:
“PB (Price Bid) part pertaining to RFP called by National Payments Corporation of India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai- 400 051”.
Please also mention the applicants name, full address and telephone number, mobile number (if any) on the cover.
4. Both the sealed covers (TB and PB) are to be kept in another separate bigger cover duly sealed and clearly indicating the name of the Bidder with full address, phone no.
“RFP called by National Payments Corporation of India for the Interior, Furnishing,
Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No.
1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex,
Bandra(E), Mumbai- 400 051.”.
Please ensure that the final sealed cover contains two closed covers pertaining to TB part and PB part of the offer.
5. All the pages of the offer (both TB part and PB part) are to be signed by the Bidder or by the authorized signatory of the Bidder
The bidders or the GPA (General Power of Attorney) holder of the bidder has to sign all the pages of the offer (both TB and PB part).
12
Incomplete applications and applications lacking in details and without signatures are liable to be rejected.
Important:
Bidders are requested to deliver the closed cover in person to the office of Managing Director & CEO, National Payments Corporation of India C-9, 8thfloor, RBI Building, Bandra-Kurla Complex, Mumbai- 400051, against acknowledgement. In case they intend to send by post/ courier it should be addressed to the said office to ensure proper receipt of their Bid offer. NPCI is not responsible if any offers sent by post / courier are lost in transit and/ or not received by NPCI in proper condition.
Signature of the Bidder with seal Place: Date:
13
III. TERMS AND CONDITIONS
The terms and conditions shall form part of the RFP Document to be submitted by the bidder
to National Payments Corporation of India hereinafter termed as “NPCI”.
A. TERMS AND CONDITIONS - TECHNICAL
1. RFP Document Cost: RFP document cost of Rs. 5,618/- inclusive of service tax
(Non – refundable) is payable along with TB (Technical Bid) Part by means of
Demand Draft favouring National Payments Corporation of India payable at Mumbai.
Offers not accompanied by RFP Cost will be rejected summarily.
The bidder shall bear all the costs associated with the preparation and submission of
bid and NPCI will in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
2. Earnest Money Deposit(EMD): i. The bidders have to submit the bid earnest money (refundable after signing of
the contract and furnishing Performance Bank Guarantee(PBG) for successful bidders and after finalizing the selection process for unqualified bidders) of Rs. 5,00,000/- (Rupees Five Lakhs Only) by way of Demand Draft(DD) along with the technical bid.
ii. The failure or omission to deposit or keep deposited the Earnest Money shall disqualify the Bidder.
iii. No interest shall be payable by NPCI in respect of such deposited Earnest Money.
iv. The Earnest Money of an unsuccessful Bidder shall be refunded after the final decision on the Bids or on expiry of the validity period whichever is earlier on presenting receipt thereof.
v. The EMD may be forfeited:
a. If a Bidder makes any statement or encloses any form which turns out to be false/incorrect at any time prior to signing of the contract
b. If he withdraws/revokes his offer or modifies/changes the same during the validity of the Bid
c. In case of successful Bidder, if the Bidder fails to Sign the contract within the specified date from the date of issuing the Letter of Acceptance.
d. Failure to submit the Performance Bank Guarantee within the stipulated period makes the EMD liable for forfeiture. In such instance, NPCI at its discretion may cancel the contract awarded to the selected bidder without giving any notice.
e. Where the bidder being technically qualified, withdraws the bid before the entire commercial evaluation process has been completed.
14
3. Validity: The Price bid will be valid for a period of 180 days from date of opening of
PB part. If the successful bidder withdraws his/her offer during the validity period or
makes modifications in original offer which are not acceptable to the NPCI without
prejudice to any other right or remedy NPCI shall be at liberty to forfeit the EMD.
4. No Binding Relationship: No binding legal relationship will exist between any of the
Respondents and NPCI until execution of a contractual agreement. Each Recipient
acknowledges and accepts that NPCI may in its absolute discretion apply selection
criteria specified in the document for evaluation of proposals for short listing /
selecting the eligible vendor(s). The RFP document will not form part of any contract
or arrangement, which may result from the issue of this document or any
investigation or review, carried out by a Recipient.
5. Submission of RFP: The bidder is expected to examine all instructions, forms,
terms and conditions and technical specifications in the Bidding Document before
submitting bid. Submission of a bid not responsive to the Bidding Document in every
respect will be at the bidder‟s risk and may result in the rejection of the bid without
any further reference to the bidder.
6. Communication: Bidders are required to submit their RFP and direct all
communications related to this RFP, through the nominated Point of Contact person.
Respondents should provide details of their contact person, telephone, fax, email
and full address(s) to ensure that replies to RFP could be conveyed promptly.
7. Amendment to Bidding Documents: At any time prior to the last Date and Time for
submission of bids, the NPCI may, for any reason, modify the Bidding Document by
amendments at the sole discretion of the NPCI. All amendments shall be uploaded
on NPCI‟s website by way of corrigendum. Any corrigendum as well as clarification
thus issued shall be a part of the Bid documents and it will be assumed that the
information contained in the amendment have been taken into account by the Bidder
while submitting the Bid.
To give prospective Bidders reasonable time in which to take the amendment into
account in preparing their Bids, NPCI may extend, at its discretion, the deadline for
submission of Bids, in which case, NPCI will notify all Bidders by placing it on
website of the extended deadline and the same will be binding on them.
8. Site Visit: The bidder must obtain himself on his own responsibility and his own
expenses all information and data which may be required for the purpose of filling
this RFP document and enter into a contract for the satisfactory performance of the
work. The bidder is requested satisfy himself regarding the availability of water,
power, transport and communication facilities, the character quality and quantity of
the materials, labour, the law and order situation, local authorities requirements,
traffic regulations etc. The bidder will be fully responsible for considering the financial
effect of any or all the factors while submitting his bid.
15
9. Queries/Clarification: Queries / Clarification if any may be taken up with the contact
persons detailed above before the deadline for submission of bids between 10.00 am
to 4.00 pm on any working days (Monday to Friday except holidays). If NPCI, in its
absolute discretion, deems that the originator of the question will gain an advantage
by a response to a question, then NPCI reserves the right to communicate such
response to all Respondents.
10. Language of the bid: The bid prepared by the Bidders, as well as all
correspondence and documents relating to the Bid exchanged by the Bidder and the
NPCI and supporting documents and printed literature shall be written in English.
11. Conditional Bids: Conditional Bids shall be summarily rejected.
12. Masked Price Bid: The bidder should submit along with the technical bid, a copy of
the actual price bid (as per the format specified by NPCI) being submitted to NPCI by
masking the actual prices. This is mandatory. The bid may be disqualified if it is not
submitted by masking it properly. NPCI reserves the right to cancel the bid at the
time of commercial evaluation, if the format/detail (except price) of „Masked Price Bid‟
does not match with the format/detail of actual Commercial Bid submitted.
13. Last Date and Time for Submission of Bids: Bids must be received by the NPCI at
the address specified in the Bid Document not later than the specified date and time
as specified in the Bid Document or as extended by the NPCI. In the event of the
specified date of submission of bids being declared a holiday for the NPCI, the bids
will be received up to the appointed time on next working day.
14. Late Bids: Any bid received by the NPCI after the deadline for submission of bids
will be rejected and returned unopened to the Bidder.
15. Modifications and/or Withdrawal of Bids: Bids once submitted will be treated, as
final and no further correspondence will be entertained on this. No bid will be
modified after the deadline for submission of bids. No bidder shall be allowed to
withdraw the bid, if the bidder happens to be a successful bidder.
16. Qualifying Bid: Only those bids which qualify in the Technical Evaluation will be
considered for Commercial Evaluation.
17. Bidder Quoting Abnormally Low Rates: Bidder quoting abnormally low / erratic
rates may be asked to submit rate analysis & NPCI shall have the discretion to
demand for additional Performance Bank Guarantee from the bidder for value that
NPCI may deem appropriate. This Performance Bank Guarantee will be treated as
an additional security deposit for due fulfilment of contract and will be retained by
NPCI for entire completion period of the project. The bidder shall undertake not to
cancel/withdraw the said Performance Bank Guarantee. In case contractor fails to
undertake the job within stipulated time or leave the same incomplete or carryout
substandard job, NPCI will be at liberty to forfeit this amount by invoking the
16
Performance Bank Guarantee.
18. Offer Acceptance: NPCI will notify all short-listed Respondents in writing or by mail
or by publishing in its website as soon as practicable about the outcome of their RFP.
NPCI is not obliged to provide any reasons for any such acceptance or rejection.
Submission / receipt of the offer does not constitute acceptance of the said offer by
NPCI. NPCI at its discretion may consider/ reject any or all the offers without
assigning any reasons whatsoever and the decision of NPCI in this regard is final
and binding.
19. Signing of contract Documents: The successful bidder shall be bound to
implement the contract within 14 days of receipt of the Notification of Award by
signing an agreement and conditions of contract attached herewith within 14 days
from the receipt of intimation of acceptance of his bid by the NPCI and submit the
PBG of Rs. 10,00,000/-. However, the written acceptance of the bid by the NPCI will
constitute a binding agreement between the NPCI and successful bidder whether
such formal agreement is subsequently entered into or not. The notice inviting bid,
general rules & instructions for the guidance of bidder shall form a part of the
contract document. The successful bidder/contractor, on acceptance of his bid by the
Accepting Authority, shall, sign on a stamp paper the contract consisting of:
a) Standard form of Agreement on stamp paper. (b) Notice inviting bid, all the documents including RFP, drawings, if any,
forming part of the RFP as issued at the time of invitation of bid and
acceptance thereof together with any correspondence leading thereto.
General Conditions, Schedules leading to Technical Specification, Special
Conditions, Technical Brochures in schedules submitted by the bidder
etc.,
(c) Price Bid / Bill of Quantities.
20. Government & Local Rules: The bidder shall conform to the provisions of all the
local laws and Acts relating to the work and to the Regulations etc. of the
Government and Local Authorities. The cost, if any, shall be deemed to have been
included in the quoted rates, taking into account all liabilities for licenses, fees etc.
that are payable in this regard and bidder shall indemnify NPCI against such
liabilities and shall be responsible for all actions arising from such claims or liabilities.
21. Carrying out the Work: The work has to be carried out strictly according to the
drawings and technical specifications and in the most workmen like manner.
Execution of non-schedule item/deviating from drawing for deliberately avoiding
schedule item without prior approval, shall not be consider at all and will attract
penalty. The bidder shall be required to prepare shop drawings as may be required in
consultation with the NPCI, Architect and PMC personnel.
17
22. Time for completion and handing over: Time is the essence of this contract. The
time stipulated in the Contract or elsewhere for handing over complete possession of
the premises in all respects including the various services shall be followed strictly.
Under no circumstances, the project would be rescheduled. In case of delay, the
successful bidder would forfeit the PBG amount and/or any other penalty that the
NPCI may decide.
23. Liquidated Damages: The liquidated damages shall be 0.5% per week subject to a
maximum of 5% of the accepted contract value.
24. Price Details: Price details are to be furnished in PB part only. No indication of the
prices shall be given in the TB part. Prices shall be expressed in Indian Rupees only.
25. Additional Documents: NPCI may call for additional documents to substantiate the
facts, if necessary after the RFP closes and all such information and material
provided must be taken to form part of that Respondent‟s response.
26. Bidder‟s Background: The bidder / contractor shall be in the business- i.e., interior
and civil work execution along with MEP Services for the past 5 years and above.
Adequate proof to this extent shall be enclosed to TB part.
27. Offer Document to be Complete in all Respects: All columns in the RFP
document must be duly filled in and no column should be left blank. Nil or Not
Applicable should be marked where there is nothing to report. All pages of the RFP
documents should be signed by the authorised signatory of the bidder. Any
overwriting or use of white ink should be duly initiated by the bidder. NPCI reserves
its right to reject the incomplete RFPs or in case where information submitted is
found incorrect. In case the space in the RFP document is found insufficient, the
vendor may use separate sheet to provide full information.
28. Canvassing: Canvassing in any form will automatically disqualify the offered.
29. Evaluation of Bids: All bids and other documents submitted shall become the
property of NPCI. Information relating to the examination, clarification, evaluation and
comparison of proposals shall not be disclosed to the bidders.
30. Contractor‟s Relatives Working with NPCI: The contractor shall give a list of his
relatives, if any, working with NPCI along with their designations and addresses.
B. TERMS & CONDITIONS – COMMERCIAL
1. Performance Bank Guarantee:
The successful bidder has to submit Performance Bank Guarantee of Rs.
18
10,00,000/- (Rupees Ten Lakhs Only) as per NPCI format within14 (fourteen) days of
receipt of the Notification of Award. This Performance Bank Guarantee will be
treated as a security deposit for due fulfilment of contract and will be retained by
NPCI for entire completion period of the project. Failure to submit the Performance
Bank Guarantee within 14 days makes the EMD liable for forfeiture. In such instance,
NPCI at its discretion may cancel the award of contract to the selected bidder without
giving any notice.
2. Rate and prices:
a. The bidders shall quote their rates for individual items both in words and figures. In case of discrepancy between the rates quoted in words and figures the unit rate quoted in words will prevail. If no rate is quoted for a particular item the contractor shall not be paid for that item when it is executed.
b. The amount of each item shall be calculated and the requisite total is given. In
case of discrepancy between the unit rate and the total amount calculated from multiplication of unit rate and the quantity the unit rate quoted will govern and the total amount will be corrected.
c. The bidders need not quote their rates for which no quantities have been given.
In case the bidders quote their rates for such items those rates will be ignored and will not be considered during execution.
d. The bidders should not change the units as specified in the bid. If any unit is
changed the bid would be evaluated as per the original unit and the contractor would be paid accordingly.
e. The bidder should not change or modify or delete the description of the item. If
any discrepancy is observed he should immediately bring to the knowledge of the Consultant/NPCI.
f. While furnishing the information in PB-Part, full details of the items/ materials should be furnished for each and every item in the respective columns as specified in BOQ. These particulars are subject to verification.
3. Mode of Payment:
a. Prices quoted in the price bid and shall be exclusive of all taxes such as VAT,
Service Tax (to be shown separately). No additional payment under any circumstances will be considered by NPCI.
b. No additional payment under any circumstances will be considered by NPCI.
c. Deduction at source for Income tax, etc. will be made as per statutory rule.
19
d. No advance payment will be made by NPCI under any circumstances.
e. Escalation: The rate quoted shall be firm throughout the tenure of the
contract and will not be subject to any fluctuation due to increase in cost of
materials, labour, sales tax, Octroi etc.
f. Retention Money: Retention Money to the tune of 5% of each running bill will
be kept with NPCI towards defect liability. This retention money shall be
payable after the completion of defect liability period. Any defects /
imperfections, etc. noticed during the currency of the defects liability period
will have to be rectified by the bidder free of cost, failing which, the said
retention money will be utilised by NPCI for rectification of the defects.
Signature of the Bidder with seal Place: Date:
20
IV. EVALUATION
1. PRELIMINARY EXAMINATION OF BIDS
a. The evaluation process would consider whether the bidder has requisite prior
experience and expertise to address NPCI‟s requirements and objectives.
NPCI will examine the bids to determine whether they are complete, whether
required information has been provided as underlined in the Bid document,
whether the documents have been properly signed, and whether bids are
generally in order.
b. Eligibility and compliance to all the forms and Annexure would be the next
level of evaluation. Only those Bids which comply to the Eligibility Criteria will
be taken up for further technical evaluation.
c. NPCI may, at its discretion, waive any minor informality, non-conformity or
irregularity in the Bid that does not constitute a material deviation provided
such waiver does not prejudice or affect the relative ranking of any Bidder.
d. To assist in the examination, evaluation and comparison of bids NPCI may, at
its discretion, ask any or all the Bidders for clarification and response shall be
in writing and no change in the price or substance of the Bid shall be sought,
offered or permitted.
e. Written replies submitted in response to the clarifications sought by NPCI, if
any, will be reviewed.
f. NPCI may interact with the Customer references submitted by Bidder, if
required.
g. If a Bid is not substantially responsive, it will be rejected by NPCI and may not
subsequently be made responsive by the Bidder by correction of the
nonconformity. NPCI‟s determination of bid responsiveness will be based on
the content of the bid itself.
2. EVALUATION Of TECHNICAL BIDS The Technical Evaluation will be based on the following broad parameters:
a. Compliance to Scope of Work (requirements) as specified in the RFP.
b. To assist in the examination, evaluation and comparison of bids NPCI may,
at its discretion, ask any or all the Bidders for clarification and response shall
21
be in writing and no change in the price or substance of the bid shall be
sought, offered or permitted.
c. Written replies submitted in response to the clarifications sought by NPCI, if
any, will be reviewed.
d. Presentations on the skills, services provided etc., from the short-listed
Bidders. Such presentations will become part of the technical evaluation.
e. NPCI may interact with the Customer references submitted by bidder, if
required.
f. Documentary evidence for the scope of work already executed by the bidder.
g. Key personnel under permanent employment with the bidder‟s firm.
3. TECHNICAL EVALUATION SCORING MATRIX
Sr. No.
Description Marks
1 Bidders credentials 10
2 Financial Strength 30
3 Experience of large projects 35
4 Infrastructure / Capabilities 25
Total Marks for Technical Evaluation 100
Bidders scoring equal to or more than 70% will qualify for Commercial Bid opening. The
commercial bids of minimum 2 and maximum 5 of the top qualifying bids shall be
opened.
4. EVALUATION Of COMMERCIAL BIDS i. NPCI reserves the right to accept any of the offers of the technically qualified
RFP provided NPCI opines that it is most suitable from all aspects including
the price and it serves NPCI‟s interest due to any reason.
ii. Commercial bids of only the Bidders who have cleared the technical
evaluation will be opened and evaluated.
iii. Arithmetic errors in the Bids submitted shall be treated as follows:
a. Where there is a discrepancy between the amounts in figures and in
words, the amount in words shall govern; and
22
b. Where there is a discrepancy between the unit rate and the line item
total resulting from multiplying the unit rate by the quantity, the unit
rate will govern unless, in the opinion of the NPCI, there is obviously a
gross error such as a misplacement of a decimal point, in which case
the line item total will govern.
c. Where there is a discrepancy between the amount mentioned in the
bid and the line item total present in the Commercial Bid, the amount
obtained on totalling the line items in the Commercial Bid will govern.
iv. The methodology for financial evaluation shall be as follows:
SUMMARY
NATIONAL PAYMENT CORPORATION OF INDIA
SR. NO. PACKAGES FOR FITOUT VENDOR AMOUNT IN
INR
1 CARPENTARY
2 DOORS
3 PARTITIONS
4 FLOORING
5 SKIRTING AND DADO
7 GYPSUM WORK
8 CIVIL WORKS
9 PAINTING
10 PLUMBING AND SANITARY FIXTURES
12 MISCELLANEOUS
14 HVAC SUPPLY LOW SIDE
15 ELECTRICAL WORKS
16 SAFETY SECURITY
17 NETWORKING
SUB TOTAL
ADD VAT @ 8%
ADD Service Tax @ 7.42%
LESS: DISCOUNT
GRAND TOTAL - INTERIOR WORKS
23
5. SUCCESSFUL EVALUATED BIDDER
6. DISCUSSION AND AWARD
1. Bidders are requested to submit their lowest possible quotes in the PB Part as only
the lowest two bidders will be called for discussing the terms of engagement and it
lies to the discretion of NPCI to extend an opportunity to these two bidders to review
their commercial offer and resubmit their revised bid in sealed cover only if they
foresee downward price reduction with reference to their earlier commercial bid.
Otherwise, the earlier bid from the bidder will be considered as the final bid.
2. After completing internal approval process, Bidder whose Bid Price is the lowest will
be declared as successful evaluated bidder who will be called L1 Bidder.
3. The successful bidder shall furnish an undertaking stating that the commercials will be valid for a period of 180 days.
4. The successful bidder will execute a contract agreement within 14 days of
award of contract and furnish the Performance Bank Guarantee of Rs.
10,00,000/-(Ten Lakhs Only)
Signature of the Bidder with seal Place: Date:
24
V. GENERALCONDITIONS OF CONTRACT
Except where provided for in the description of the individual items in the bill of
quantities and in the specifications and conditions laid down hereinafter and in the
Drawings, the work shall be carried out as per standard specifications and under the
direction of NPCI.
1. DEFINITIONS / INTERPRETATIONS :
1) The `Contract' means the documents forming the Request for Proposal
(“RFP”) and acceptance thereof and the agreement duly executed between
NPCI and the Bidder, together with the documents referred to therein
including those conditions, the specifications, bill of quantities, tender
agreement, designs, drawings and instructions issued from time to time by
the Project Manager. All these documents taken together shall be deemed to
form one contract and shall be complementary to one another.
2) In the contract, the following expressions shall, unless the context otherwise
requires, have the meanings, hereby respectively assigned to them :-
a. The `Bidder' or `Supplier' or `Contractor' shall mean the individual or
firm or Company, whether incorporated or not, undertaking the works
and shall include the legal heirs/representatives of such individual or the
partners composing firm and their legal heirs and successors, or
company's authorised and constituted attorneys/agents and permitted
assignees of such firm or company.
b. „NPCI‟‟ shall mean National Payments Corporation of India and includes
NPCI‟s representatives, successors and assigns.
c. The `Project Manager' means the Senior Manager / Manager, or Officer,
/ Engineer and/or Site Engineer who shall supervise and be in-charge of
the work or any other authorized representative or person specifically
deputed by NPCI and / or the Consultants wherever NPCI employs
them from time to time.
d. `Contract Price‟ shall mean the final accepted rates in the Price Bid
hereto.
e. `Date of Contract‟ means the `Calendar date on which NPCI and
Contractor have signed the Agreement on the Stamp Paper.
25
f. "Accepting Authority" shall mean the designated official of NPCI
`Approval' wherever used in the specifications or bill of Quantities shall
mean, respectively, approved by or approval of the `Accepting Authority'
in writing.
g. „Appellant Authority‟ shall mean the Managing Director and CEO of
NPCI who shall also be the authority to consider any extension of time
or compensation as defined in clause hereunder.
h. `Notice in writing' or `written notice' shall mean a notice in writing typed
or printed characters delivered to or sent by registered post to the last
known address private or business address or registered office address,
and shall be deemed to have been received when in ordinary course of
post it would have been delivered, and/or delivered personally, or
otherwise proved to have been received.
i. `Virtual completion' shall mean that the work/installation is complete in
all respects in the opinion of NPCI and for which the
completion/clearance certificate has been issued by the Project
Manager / Consultant and the installation is fit for usage.
j. `Drawings' shall mean all drawings and/or design drawings furnished to
the Bidder/sketches duly signed by the authorised Project Manager or
the Consultant on behalf of NPCI before commencement or during the
progress of the work.
k. `Letter of Acceptance' shall mean intimation by a letter issued by the
Accepting Authority of NPCI to Bidders that his bid has been accepted
in accordance with the provisions in the said letter.
l. "Defect Liability Period" shall mean a period of twelve months from the
certified date of virtual completion issued by the Consultant/Project
Manager and accepted by NPCI.
m. “Week” means seven consecutive days.
n. “Day” means a calendar day beginning and ending at 00 Hrs. and 24
Hrs. respectively.
o. „Specifications‟ shall mean the specifications referred to in the RFP and
any modifications thereof as may time to time be furnished or approved
26
by the architect / consultant “Month” means calendar month.
p. “Works‟ or “Work” shall mean the permanent or temporary work
described in the “Scope of Works to be carried out” and / or to be
executed in accordance with the contract and includes materials,
apparatus, equipment, temporary supports, fittings and things of all
kinds to be provided, the obligations of the contractor hereunder and
work to be done by the contractor under the contract.
2. SCOPE OF WORK
1) The work consists of supply, Installation, Testing & Commissioning based on
technical specifications furnished. The contractor / supplier shall be
responsible for its functioning according to the design criteria and its
parameters. Notwithstanding the details furnished, any discrepancies shall be
brought out in the technical bid highlighting the shortcomings and suggest
modifications.
2) The work to be carried out under the contract shall, except as otherwise
provided in these conditions, include all labour, materials, tools, plants,
equipment and transport which may be required in preparation of and for and
in the full and entire execution and completion of the works.
3) The descriptions given in the bill of Quantities shall, unless otherwise stated,
be held to include wastage on material, carriage and cartage, carrying and
return of empties, hoisting, setting, fitting and fixing in position and all other
labour necessary and for the full and entire execution and completion as
aforesaid in accordance with good engineering practice and recognized
principles.
4) The several documents forming the Contract are to be taken as mutually
explanatory of one another, detailed drawing being followed in preference to
small-scale drawing and figured dimensions in preference to scale and
special conditions in preference to General Conditions.
5) In the case of discrepancy between the bill of quantities, the specifications
and/or the Drawings, the following order of preference be observed:
a. Description in Bill of Quantities.
b. Particular Specifications and Special condition, if any
c. Drawings prepared for the design.
d. IS Specifications.
27
6) If there are varying or conflicting provisions made in any one or more
document(s) forming part of the contract, the Accepting Authority shall be the
deciding authority with regard to the intention of the document and his
decision shall be final and binding on contractor.
7) Any error in description or quantity or rate in Bill of Quantities or any omission
there from shall novitiate the Contractor release the contractor from the
execution of the whole or any part of the works comprised therein according
to drawings and specifications or from any of his obligations under the
Contract.
8) The contractor shall forthwith comply with and duly execute any work
comprised in such NPCI‟s / Consultant's instruction, provided always that
verbal instructions, directions and explanations given to the contractor's or his
representative upon the works by NPCI / Consultants shall if involving a
variation be confirmed in writing to the contractor/s within 7 days.
9) No work, for which rates are not specifically mentioned in the priced bill of
quantities, shall be taken up without written permission of NPCI / Consultant.
Rates of items not mentioned in the priced bill of quantities shall be fixed by
NPCI in consultation with the Consultant as provided in clause "Variation".
10) Regarding all factory made products, they shall be manufactured as per their
respective IS code updated and all test undertaken at factory.
11) No claim by the contractor for additional payment shall be entertained which
is consequent upon failure on his part to obtain correct information as to any
matter affecting the execution of the work nor any misunderstanding or the
obtaining incorrect information or the failure to obtain correct information
relieve him from any risk or from the entire responsibility for the fulfilment of
contract.
12) Errors, omissions and discrepancies
In case of errors, omissions and / or disagreement between written and scaled
dimensions on the drawings or between the drawings and specifications etc.,
the following order shall apply.
a. Between scaled and written dimension (or description) on a drawing, the latter shall be adopted.
b. Between the written or shown description or dimensions in the
28
drawings and the correspondence one in the specification the former
shall be taken as correct.
c. Between written description of the item in the specifications and
descriptions in bills of quantities of the same item, the former shall be
adopted.
d. In case of difference between rates written in figures and words, the rate in words shall prevail.
3. WORK TO BE CARRIED OUT
1) The works shall be carried out at NPCI‟s premises at Unit No. 1001A, 10th
Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex,
Bandra(E), Mumbai- 400 051, India. The Intending Bidder take into
consideration the local environment of the above places and make himself
thoroughly acquainted with the local site conditions, nature and requirements
of works, facilities of transport condition, effective labour and materials,
access and storage for materials and removal of rubbish. The Bidder shall
provide in his tender cost of carriage, freight and other charges as also for
any special difficulties and including police restriction for transport etc. for
proper execution of work as indicated. The successful Bidder will not be
entitled to any claim of compensation for difficulties faced or losses incurred
on account of any site condition which existed before the commencement of
the work or which in the opinion of NPCI / Consultant might be deemed to
have reasonably been inferred to be so existing before commencement of
work. Work shall be carried out through qualified electrician / service
engineers having requisite trade certificate issued by technical board &
supervised by person with a Supervisory License issued by statutory
authorities.
2) The Contractor should also ensure that all the fitout guidelines issued by the
builder of „The Capital‟ or the Facility Management Services provider engaged
by the Builder are strictly complied during the course of the execution of the
work and any damage or loss incurred by NPCI on account of negligence in
this context by the Contractor shall be borne by the Contractor.
4. REQUEST FOR PROPOSAL(“RFP”)
1) The entire set of RFP paper issued to the Bidder should be submitted fully
priced and also signed on the last page of respective chapter (this shall be
29
acceptance of all the pages of the tender and its stipulations) together with
initials on every page.
2) No modifications, writing or corrections can be made in the RFP papers by
the Bidder, but he may at his option offer his comments or modifications in a
separate sheet of paper attached to original RFP papers.
3) The Bidders should note that the tender is strictly on item rate basis and their
attention is drawn to the fact that the rates for each and every item should be
correct, workable and self-supporting. If called upon by NPCI / Consultant,
detailed analysis of any or all the rates shall be submitted. NPCI / Consultant
shall not be bound to recognise the contractor's analysis.
4) The works will be paid for as “measured work" on the basis of actual work
done and not as "lump sum" contract.
5) All items of work described in the bill of quantities are to be deemed and paid
as complete works in all respects and details including preparatory and
finishing works involved, directly, related to and reasonably detectable from
the drawings, specifications and bill of quantities and no further extra charges
will be allowed in this connection. In the case of lump-sum items, the payment
of such items of work will be made for the actual work done on the basis of
lump-sum charges as will be assessed to be payable by NPCI / Consultant.
6) NPCI has power to add to, omit from any work as shown in the drawings or
described in the specifications or included in bill of quantities and intimate the
same in writing but no addition, omission or variation shall be made by the
contractor without authorization from NPCI. No variation shall vitiate the
contract.
7) The Bidder shall be deemed to have satisfied himself before tendering as to
the correctness and sufficiency of his tender for the works and of the rates
and prices quoted in the bill of Quantities, which rates and prices shall, except
as otherwise provided, cover all his obligations under the Contract and all
matters and things necessary for the proper completion and maintenance of
the works.
5. SIGNING OF CONTRACT & AGREEMENT :
30
1) The successful Bidder on acceptance of his tender by the Accepting
Authority, shall, within 14 (fourteen) days from the stipulated date of start of
the work sign the contract consisting of :-
i. Standard form of agreement on stamp paper, the notice inviting
bid, all the documents including drawings, if any, forming the tender as issued at the time of invitation of bid and acceptance thereof together with any correspondence leading thereto.
ii. Standard tender Form consisting of:
a. NIT & General Rules and Instructions.
b. General Conditions of contract and clauses of contract
along with Annexure thereto, like specification, special conditions etc.
c. Bill of Quantity and Price Bid.
d. List of Approved Brands/manufacturers appended, if any.
2) The contractor shall pay for all stamps and legal expenses incidental thereto.
3) Two copies of agreement duly signed by both the parties with the drawings
shall be handed over to the contractors.
6. PERMITS AND LICENCES :
1) The contractor will arrange permits and licenses for the release of materials
or its purchases, which are under Government control. It may be clearly
understood that no compensation or additional charges can be claimed by the
contractor for non-availability of such materials in due time on this account or
according to his own requirements.
2) The contractor may, however, be eligible to a proportionate extension of time
on this account which in the opinion of NPCI / Consultant is reasonable.
7. GOVERNMENT AND LOCAL RULES :
31
1) The contractor shall conform to the provisions of all local bye-laws and acts
relating to the work and to the regulations etc. of the Government and Local
Authorities and of any Company whose system and design is proposed to be
connected / utilized. The cost, if any, shall be deemed to have been included
in his quoted rates, taking into account all liabilities and shall indemnify NPCI
against such liabilities and shall defend all actions arising from such claims or
liabilities.
8. TAXES AND DUTIES :
1) The Bid cost must be exclusive of all duties royalties, cess and sales tax or
any other taxes or local charges if applicable. No extra claim will be
entertained with exception herein specified.
i. The Bidder must submit their bid cost exclusive of all duties royalties, cess
and sales tax or any other taxes or local charges like octroi etc. if
applicable. No extra claim on this account will in any case be entertained.
However, pursuant to the Constitution (Forty Sixth Amendment) Act, 1982,
if any further new tax, royalties cess or levy is imposed by Statute, and any
Central Excise Duty by the Central Government on the Main Equipment
and not on any type of sub- components or material involved in its
manufacture or on installation materials or electrical cabling, its switch
gears etc., after the date of receipt of tenders, and the contractor there
upon necessarily and properly pays such taxes / levies the contractor shall
be reimbursed the amount so paid, provided such payments, if any, is not,
in the opinion of NPCI ( whose decision shall be final and binding on the
contractor) attributable to delay in execution of work within the control of
the contractor. On account of any downward revision of such taxes / levies,
the benefit shall be passed on to NPCI and shall be binding on the
contractor even without the claim by NPCI.
ii. The contractor shall keep necessary books of accounts and other
documents for the purpose of this condition as may be necessary and shall
allow inspection of the same by a duly authorised representative of NPCI
and / or the Project Manager and further shall furnish such other
information / document as NPCI may require from time to time.
iii. The contactor shall, within a period of 30 days of the imposition of any
such further tax / levies, described above, give a written notice to NPCI
32
that the same is given to pursuant to this condition, together with all
necessary information relating thereto.
9. QUANTITY OF WORK TO BE EXECUTED
1) The quantities shown in the bill of quantities are intended to cover the entire
works as per the drawings / scope of work, and therefore the contractor is
bound to complete the works at the same quoted rates in the event of quantity
exceeding the specified bill of quantity, but NPCI reserves the right to execute
only a part or the whole or any excess thereof without assigning any reason
there for.
10. OTHER PERSONS OR AGENCIES ENGAGED BY NPCI :
1) NPCI reserves the right to execute any part of the work included in this
contract by other agency or persons and contractor shall allow reasonable
facilities and use of his facilities for the execution of such work. The main
contractor shall extend all co-operations in this regard.
2) Wherever the work is proposed in co-ordination with other agencies, the
contractor shall co-operate with the schedule of works in such a manner as
worked out by the Consultant / Architects / Project Manager of NPCI.
11. EARNEST MONEY, RETENTION MONEY & PERFORMANCE BANK
GUARANTEE:
1) Earnest Money Deposit: The bidder will have to deposit the specified
amount of earnest money as detailed in the notice inviting RFP at the time of
submission of RFP. No interest will be paid on the earnest money. The
earnest money of unsuccessful bidders will be refunded without any interest
after the decision to award the work is taken or after the expiry of the validity
period of the RFP.
2) Retention Money: Retention Money to the tune of 5% of each running bill will
be kept with NPCI towards defect liability and shall be payable after the defect
liability period which shall be a period of one year from the date of issue of
Virtual Completion Certificate by the Consultant / Employee‟s Project
Manager or department-in-charge. Any defects / imperfections, etc. noticed
33
during the currency of the defects liability period will have to be rectified by
the bidder free of cost, failing which the said retention money will be utilised
by NPCI for rectification of the defects and the balance amount if any will be
refunded to the Contractor on the expiry of Defect Liability Period. No interest
will be payable on retention money during the entire period of retention of the
amount by NPCI.
3) Performance Bank Guarantee(“PBG”): The successful Bidder whose bid is
accepted shall be required to furnish by way of Performance Bank Guarantee
of any schedule Bank as detailed in the notice inviting RFP, within 14
(fourteen) days of the date of issue of the letter of acceptance of bid offer.
The PBG should be in the format prescribed by NPCI. The PBG should be
valid for the duration of the contract period.
12. CONTRACTOR TO PROVIDE EVERY THING NECESSARY:
1) The contractor shall provide everything necessary for the proper execution of
the work according to the intent and meaning of the design parameters,
technical specifications, drawings and bill of quantities. If the contractor finds
any discrepancies furnished it shall immediately brought to the notice of
NPCI.
i. The Bidder shall take full responsibility for adequacy, suitability and safety
of all the design, works and methods of design / installation.
ii. NPCI shall on no account be responsible for the expenses incurred by the
contractor during the progress of work at site, towards any incidental
expenditure like medical amenities to the workers at site, security
arrangement etc. NPCI shall not be responsible for the safety of the
workers at site either on account of the works executed by the contractor
or on account of the works executed by any other agency involved at that
time.
iii. NPCI on no account shall be responsible for storage of materials or loss
or pilferage or theft either in respect of the material stored or material
already billed and paid for by NPCI.
iv. The contractor shall at all times give access to workers employed by
NPCI.
v. All tools, equipments and other required facilities for execution of work
should be provided by the contractor.
34
vi. Any facilities available at site shall be utilised only with prior permission of
NPCI or the in-charge of the site / building owner and cannot be taken as
granted and for such services utilises NPCI is entitled to charge at his
discretion.
2) No extra charges shall be paid over and above what has been quoted for any
of the above or for similar such services.
3) Unless or otherwise specified the contractor shall provide and pay for all
materials, labour, water, power, tools, equipment transportation and any other
facilities that are required for the satisfactory execution and completion of the
work. Unless or otherwise specified all materials shall be new and both
workmanship and materials shall be of best quality. The contractor shall at all
times enforce strict discipline and good order among his employees and shall
not employ on the work any unfit person or anyone not skilled in the work
assigned to him. Workman whose work or behaviour is found to be
unsatisfactory by the NPCI / architect/ consultant he shall be removed from
the site immediately.
13. TIME OF COMPLETION, EXTENSION OF TIME & PROGRESS CHART :
1) Time of Completion: The entire work is to be completed in all respects within
the stipulated period. The work shall be deemed to commence within
14(fourteen) days from the date of acceptance letter or date of handing over
site, whichever is earlier. Time is the essence of the contract and shall be
strictly observed by the contractor.
2) The work shall not be considered as complete until NPCI / Consultant has certified in writing that the work has been virtually completed and defect liability period shall commence from the date of such certificate.
3) EXTENSION OF TIME :
a. The time allowed for execution of the Works by the Contractor as
specified or the extended time in accordance with these conditions
shall be the essence of the Contract. If the contractor commits default
in the execution of the work as aforesaid, NPCI shall without
prejudice to any other right or remedy available in law be at liberty to
forfeit the PBG absolutely.
35
b. Request for extension of time, to be eligible for consideration, shall
be made by the contractor to the accepting authority in writing within fourteen days of the happening of the event causing delay. The
contractor shall also, if practicable, indicate in such a request the total
period for which extension is desired, overlapping period, if any, with earlier events causing delays.
c. In such case the authority may give a fair and reasonable extension of time for completion of work. Such extension shall be
communicated to the contractor by NPCI in writing, within 3 weeks of
the date of receipt of such request. Non-application by the contractor for extension of time shall not be a bar for giving a fair and
reasonable extension by NPCI and this shall be binding on the contractor.
d. The decision of NPCI for an extension of time for completion hereunder (which decision shall be final and binding on the
contractor) shall be promulgated on completion of the work or at the conclusion of such events based on which the extension of time was
sought by the contractor, and NPCI shall then, in the event of an
extension being granted, determine and declare the final completion date. The provision in clause with respect to payment of Liquidated
Damages shall, in such case, be read and construed as if the extended date fixed by NPCI were substituted for and the damage
shall be deducted accordingly.
4) Progress of Work: During the period of work, the contractor shall maintain
proportionate progress on the basis of a program chart submitted by the
contractor or prepared by the consultant or by the Architect whoever is
responsible for such program of work. Contractor shall plan for procurement
of materials, equipments well in advance and reflect the same in a progress
chart so that there is no delay on the part of the contractor in completion of
the project. Maintenance and production of such records as and when
required shall be the responsibility of the contractor.
14. LIQUIDATED DAMAGES :
1) Time is the essence of the contract. Thus the bidder shall be aware and take
note that non-supply or execution of stipulated works will affect the NPCIs
committed programs and thus the loss by way of delayed services/completion
of related works etc. are invaluable and cannot be easily assessed.
36
Therefore, it is part of the agreed terms that in the event of any delay in
completion of the work, NPCI is liable to charge the bidder without the
necessity of providing for any details of such losses suffered by the NPCI.
2) Further, if the contractor fails to maintain the required progress in terms of the
contract or to complete the work and clear the site on or before the contract or
approved extended date of completion, he shall, without prejudice to any
other right of remedy available under the law to the NPCI on account of such
breach, be liable to pay a liquidated damages per week at the rate of 0.5% of
the contract value which would be subject to a maximum of 5% of the contract
value.
3) For this purpose the term `Contract Value' shall be value at the contract rates
of the work as ordered / accepted.
15. TOOLS, STORAGE OF MATERIALS, PROTECTIVE WORKS AND SITE OFFICE REQUIREMENTS:
1) The contractor shall provide, fix up and maintain his establishment in an
approved position at site and clear away on completion of the works and
make good all works disturbed. The contractor shall not fix or place any
placards or advertisement of any description or permit the same to be fixed or
placed in or upon any hoarding, gantry, building structure other than those
approved by NPCI. No fixtures or materials to be placed in such a manner
that can be considered dangerous to the installation and to the persons
working or passing by or visiting the site.
2) Storage of materials: The contractors shall make use of existing facilities
with due permission of NPCI for storage of materials at site, but watch & ward
arrangements for the safety of materials shall be the responsibility of the
contractor.
16. NOTICE AND PATENTS OF APPROPRIATE AUTHORITY AND OWNERS :
1) The contractor shall conform to the provisions of any Acts of the Legislature
relating to the work, and to the regulations and bye-laws of any authorities,
and or other Companies (Indian or International), and / or Statutory
Authorities, with whose system and design or technical know-how are/were
proposed to have connection with this work.
37
2) So also the contractor shall before making any variations from the drawings
or specification that may be associated to so conform, give NPCI / Consultant
written notices specifying the variations proposed to be made and the
reasons for making them and apply for instruction thereon. NPCI / Consultant
on receipt of such intimation shall give a decision within a reasonable time.
3) The contractor shall arrange to give all notices required for by the said Acts,
regulations or Bye-laws to be given to any authority, and to pay to such
authority or to any public officer all fees that may be properly chargeable in
respect of the work and lodge the receipts with NPCI.
4) The contractor shall indemnify NPCI against all claims in respect of patent
rights, royalties, and damages to buildings, roads or members of public in
course of execution of work and shall defend all actions arising from such
claims and shall keep NPCI aloof and indemnified in all respects from such
actions, cost and expenses.
17. CLEARING SITE AND SETTING OUT WORKS :
1) The site of work shown shall be cleared of all obstructions, waste materials,
and rubbish of all kinds. All material damages on the place of work on the
walls, ceiling or flooring or any other connected equipment, materials or
installations shall be re-done to maintain the originality and levelled at the
contractor‟s own cost.
2) The contractors shall set out the works and shall be responsible for the true
and perfect setting out the works and for the correctness of the positions,
levels, dimensions and alignment of all parts thereof. If at any time, any error
shall appear during the progress of any part of the work, the contractor shall
at his own expenses rectify such error, if called upon to the satisfaction of
NPCI.
18. FIXING, FASTENING OF EQUIPMENTS :
1) The contractor is to fix the equipments on the floor by means of appropriate
method so that such equipments fixed on to the floor shall not fall by its own
or by natural movements of wind, air normal human perspirations and shall
adopt the best engineering traditions and use appropriate tools in such
operations.
38
2) The contractor while fixing any material or equipment to be suspended from
the ceiling shall use fasteners of suitable strength to hold the weight of the
suspended system/equipment or material and such fasteners shall be fixed by
means of power drills. The contractor shall not chip the ceiling unless ordered
&approved by the Project Manager.
3) The contractor shall not puncture the existing civil structures like beams;
columns and wall, glass facade not undertake any type of activity, which
could affect the structural stability. He shall be responsible for any damages
and costs in its rectification.
19. CONTRACTOR IMMEDIATELY TO REMOVE ALL OFFENSIVE MATTERS :
1) All waste materials and other matters of any offensive nature shall be taken
out once the works are completed. The contractor shall keep the works free
from dangerous materials like industrial gases, welding machines and any
such devices or material of toxic and poisonous nature shall not carry within
the site or building any material, which are explosive in nature. Any such
offensive materials which are essentially required in course of work shall be
undertaken with due written permission of NPCI provided such materials are
permissible under Law.
20. ACCESS :
1) Any authorized representatives of NPCI shall at all reasonable times have
free access to the works and / or to the workshops, factories or other places
where materials or equipments are being prepared or constructed for the
work and also to any place where the materials are lying or from where they
are being obtained, and the contractor shall extend necessary facility to NPCI
or their representatives for inspection examination and testing of the quality &
workmanship of the materials.
21. MATERIALS, WORKMANSHIP, SAMPLES, TESTING OF MATERIALS :
1) All the works specified and provided for in the specifications or which may be
required to be done in order to perform and complete any part thereof shall be
executed in the best and most workmanlike manner with materials of the best
and approved quality of the respective kinds in accordance with the
particulars contained in and implied by the specifications and as represented
39
by the drawings or according to such other additional particulars, and
instructions as may from time to time be given by NPCI / Consultant during
the execution of the work, and to his entire satisfaction.
2) All samples of adequate numbers, size, shades and pattern as per
specifications shall be supplied by the contractor without any extra charges. If
certain items proposed to be used are of such nature that samples cannot be
presented or prepared at the site detailed literature / test certificate of the
same shall be provided to the satisfaction of the Project Manager. Before
submitting the sample / literature the contractor shall satisfy himself that the
material / equipment for which he is submitting the sample / literature meet
with the requirement of bid specification. Only when the samples are
approved in writing by the Project Manager the contractor shall proceed with
the procurement and installation of the particular material / equipment. The
approved samples shall be signed by the Project Manager for identification
and shall be kept on record at site office until the completion of the work for
inspection / comparison at any time. The Project Manager shall take
reasonable time to approve the sample. Any delay that might occur in
approving the samples for reasons of its not meeting the specifications or
other discrepancies inadequacy in furnishing samples of best qualities from
various manufacturers and such other aspects causing delay on the approval
of the materials / equipment etc. shall be to the account of the contractor.
3) If required by NPCI / Consultant the contractor shall have to carry out tests on
materials and workmanship in approved material testing laboratories or as
prescribed by NPCI / Consultant at his own cost to prove that the materials
etc. under test conform to relevant I.S. Standards or as specified in the
specifications. The necessary charges for sample material, transporting,
testing etc. shall have to be borne by the contractor.
4) All material must be the best of their kind available and the contractors must
be entirely responsible for the proper and efficient carrying out of the work.
Samples of all the materials to be used must be submitted to NPCI /
Consultant when so directed by NPCI.
5) Should the work be suspended by any reason, the contractor shall take all
precautions necessary for the protection of work and at his own expenses
shall make good any damages arising from any of this misuse.
40
22. REMOVAL OF IMPROPER WORK :
1) NPCI shall during the progress of the work have power to order in writing from
time to time the removal from the work within such reasonable time or times
as may be specified in the order of any materials which in the opinion of NPCI
/ Consultant are not in accordance with specification or instructions, the
substitution or proper re-execution of any work executed with materials or
workmanships not in accordance with drawings and specifications or
instructions.
2) In case the contractor refuses to comply with the order NPCI shall have the
power to employ and pay other agencies to carry out the work and all
expenses consequent thereon or incidental thereto as certified by NPCI
/Consultant shall be borne by the contractor or may be deducted from any
money due to or that may become due to the contractor. No certificate, which
may be given by the consultant, shall relive the contractor from his liability in
respect of unsound work or bad materials or design.
23. CONTRACTOR'S EMPLOYEES :
1) The contractor shall employ technically qualified and competent supervisors
for the work who shall be available (By turn) throughout the work and shall
participate during site meetings and be available to take and comply with
instructions of NPCI / Consultant. In case of electrical works as per statutory
Acts & Rules of Electricity Board, the persons so employed shall have the
requisite supervisory permit or wireman permit for appropriate nature of work
undertaken.
2) No Child Labour: No labour below the age of eighteen years shall be
employed on the work. In case of electrical works, the labour employed by the
Bidder or their sub-contractor should the Chief Electrical Inspectorate office of
the respective State Government permit authorised person as. NPCI shall not
be responsible for any deviation and the Bidders shall indemnify NPCI from
any legal action or in any way directly or indirectly.
3) Labour Legislation: The Bidder shall comply with the provisions of the
payment of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability
Act, 1938, Workmen's Compensation Act, 1923, Industrial Disputes Act,
1947, Maternity Benefits Act, 1961, and the Contractors Labour (Regulation
41
and Abolition) Act 1970, or the modifications thereof or any other laws relating
thereto and the rules made hereunder from time to time.
4) The Bidder shall, notwithstanding the provisions of any contract to the
contrary, cause to be paid fair wage to labour indirectly engaged on the work,
including any labour engaged by his sub-contractors in connection with the
said work, as if the labour had been immediately employed by him.
5) The Bidder shall indemnify and keep indemnified NPCI against payments to
be made under and for the observance of the laws aforesaid and the
Contractors' Labour Regulations without prejudice to his right to claim
indemnify from his sub-contractors. The laws aforesaid shall be deemed to be
a part of this contract and any breach thereof shall be deemed to be a breach
of this contract.
24. COMPLIANCE OF LABOUR REGULATIONS :
6) The Bidder shall at his own expense arrange for all the safety provisions for
the safety of all workers and employees directly or indirectly employed on the
work by the Bidder or his sub-contractors.
7) The Bidder shall be fully responsible for compliance at his own expense all
the labour regulations and rules to be observed by him and his sub-
contractors and by NPCI as Principal Client of workers. The Bidder shall fully
indemnify NPCI against any action by the state and/or Central Government
for any default or alleged default by the Bidder, Sub-contractor or NPCI of any
of such rules and regulations. If, due to any default of the Bidder or his sub-
contractors, NPCI has to incur any expenditure for compliance of the rules
and regulations or for any other reason connected with such default, NPCI
shall be entitled to recover from the Bidder all such expenditure in full from
any payment due to the Bidder.
25. DISMISSAL OF WORKMEN :
1) The contractor shall on request of NPCI immediately dismiss or take of from
the works any person employed thereon by him, who may in the opinion of
NPCI be
42
2) Unsuitable or incompetent or who may misconduct himself. Such discharge
shall not be the basis of any claim for compensation or damages against
NPCI or any of their officers or employee.
26. ASSIGNMENT :
1) The whole of the works included in the contract shall be executed by the
contractor and the contractor shall not directly or indirectly transfer, assign or
underlet the contract or any part, share or interest therein nor, change in
constitution and no subletting shall relieve the contractor from the full and
entire responsibility of the contract or from active superintendence of the work
during their progress.
27. DAMAGE TO PERSONS AND PROPERTY INSURANCE ETC. :
1) Damages to persons: The Bidder shall be responsible for any injury to the
workman or workmen to persons, animals or things and for all damages to the
structural and/or decorative part of property which may arise from the
operations or neglect of himself or of any sub- contractor or of any of his or a
sub-contractors employees, whether such injury or damage arise from
carelessness, accident or any other cause whatsoever in any way connected
with the carrying out of this contract.
2) The clause shall be held to include inter-alia, any damages to buildings
whether immediately adjacent or otherwise, and any damage to roads,
streets, footpaths or ways as well as damages caused to the buildings and
the works forming the subject of this contract by rain, wind or other
inclemency of the weather.
3) The Bidder shall indemnify NPCI and hold harmless in respect of all and any
expenses arising from such injury or damages to persons or property as
aforesaid and also in respect of any claim made in respect of injury or
damage under any acts of compensation or damage consequent upon such
claim.
4) Damages to property: The Bidder shall reinstate all damage of every sort
mentioned in this clause, so as to deliver the whole of the contract works
complete and perfect in every respect and so as to make good or otherwise
satisfy all claims for damages to the property or third parties.
43
5) The Bidder shall affect the insurance necessary and indemnify NPCI entirely
from all responsibility in this respect. The insurance must be placed with a
company approved by NPCI and must be effected jointly in the name of the
contractor and NPCI and the policy lodged with the latter. The scope of
insurance is to include loss or damage to the work and workmen due to
carelessness, accident including fire, earthquake, floods, etc., damage or loss
to the contract itself till this is made over a complete state. Insurance is
compulsory and must be affected from the very initial stage. The contractor
shall also be responsible for anything, which may be excluded from damage
to any property arising out of incidents, negligence or defective carrying out of
this contract.
6) NPCI shall be at liberty and is hereby empowered to deduct the amount of
any damages, compensations, costs, charges and expenses arising or
occurring from or in respect of any such claim or damages from any sums
due or to become due to the contractor.
7) If the Bidder or his working people or servants shall break, deface, injure or
destroy any part of building in which they may be working, or any building,
road, road curb, fence, enclosure, water pipe, cables, drains, electrical cables
or telephone post or wires, trees, grass or grass land, or cultivated ground
contiguous to the premises on which the work or any part is being executed,
or if any damage shall happen to the work while in progress, from any cause
whatever or if any defect, or other faults appear in the work within twelve
months after a certificate final or otherwise or its virtual completion shall have
been given by NPCI as aforesaid arising out of defect or improper materials
or workmanship, the Bidder shall upon receipt of a notice in writing on that
behalf make the same good at his own expense or in default NPCI/Project
Manager cause the same to be made good by other workmen and deduct the
expense from any sums that may be then or at any time thereafter may
become due to the Bidder, or from his security deposit, or the proceeds of
sale thereof or of a sufficient portion thereof.
8) INSURANCE: In his own interest the contractor shall insure the works and
keep them insured until the virtual completion of the contract against loss or
damages by fire and/or earthquake, flood. The insurance must be placed with
a company approved by NPCI, in the joint names of NPCI and the contractor
for such amount and for any further sum if called to do so by NPCI and lodge
44
receipts of premiums paid with NPCI within 21 days from the date of issue of
letter of acceptance unless otherwise instructed.
9) The contractor in case of rebuilding or reinstatement after fire shall be entitled
to extension of time for completion as NPCI/consultant may deem fit.
28. ACCOUNTS RECEIPTS & VOUCHERS :
1) The contractor shall, upon the request of NPCI furnish them with all the
invoices, accounts, receipts and other vouchers that they may require in
connection with the works under this contract. If the contractor shall use
materials less than what is required under the contract, the value of the
difference in the quantity of the materials that was required to use and that
actually used shall be deducted from his dues. The decision of NPCI shall be
final and binding on the contractor as to the amount of materials the
contractor is required to use for any work under this contract.
29. MEASUREMENT:
1) The Project Manager may from time to time intimate to the contractor that he
required the work to be measured and the contractor shall forthwith attend or
send a qualified representative to assist the Project Manager in taking such
measurements and calculations and to furnish all particulars or to give all
assistance required by any of them. Such measurements shall be taken in
accordance with the Mode of measurements detailed in the specifications.
The Project Manager shall take joint measurements with the contractor‟s
representative and the measurements shall be entered in the measurement
book. The contractor or his authorized representative shall sign all the pages
of the measurement book in which the measurements have been recorded in
token of his acceptance. All the corrections shall be duly attested by both
representatives. No over writings shall be made in the M book should the
contractor not attend or neglect or omit to depute his representative to take
measurements then the measurements recorded by the Project Manager
shall be final. All authorized extra work, omissions and all variations made
shall be included in such measurement.
2) Before taking any measurement of any work the contractor shall give
reasonable notice to the consultant or the representatives of NPCI or the site
engineer if any, and measurements particularly concealable in nature shall be
45
jointly taken and recorded and such statement of measurement shall be
enclosed along with the bill or running bills. In the event of such measurement
taken directly by the contractor the details shall be recorded and routes be
marked for inspection of the consultant or Project Manager.
3) Any deviation or discrepancies observed by the Project Manager or the
consultant shall be brought to the notice of the contractor or their
representatives and during such inspection and measurement if the
contractor fails to be present the certification of the Project Manager or the
consultant shall be final and binding on the contractor and the contractor shall
have no right to dispute the same.
30. PAYMENT TERMS, ADVANCE PAYMENT & ITS RECOVERY
1) Payment Terms :
i. All bills shall be prepared by the contractor in the form agreed or furnished
by NPCI.
ii. All interim payments accepted by the Contractor shall be regarded as
payments by way of advances against final payment only. These shall not
preclude bad, unsound and imperfect or unskilled work to be rejected,
removed, taken away and reconstructed or re-erected.
iii. All such payments are subject to deductions of Retention Amount as
detailed in the tender elsewhere.
2) Any certificate given by the Project Manager / consultant relating to the work
done or materials delivered forming part of such payment, may be modified or
corrected by any subsequent such certificate(s) or by the final certificate and
shall not by itself be conclusive evidence that any work or materials to which it
relates is/are in accordance with the contract and specifications.
3) Any such interim payment, or any part thereof shall not in any respect
conclude, determine or affect in any way powers of the Project Manager/NPCI
under the contract or any of such payments be treated as final settlement and
adjustment of accounts or in any way vary or affect the contract.
4) Pending consideration of extension of date of completion, interim payments
shall continue to be made as herein provided.
46
5) All the payments, interim or otherwise, are subject to statutory deductions of
Income Tax & its Surcharge, Sales tax/ work Contract tax deductions as
notified by respective Local State Government/Authority and any such
instructions conveyed from time to time.
6) The final bill shall be submitted by the contractor within 1 (one) month from
the date of completion of work or from the date of certification of virtual
completion certified by the Project Manager / consultant.
31. FINAL PAYMENT
1) The Bidder shall submit the final bill in the same manner as specified in
interim bills within one month of physical completion of the work or within 15
days of the date of the final certificate of completion furnished by the Project
Manager / consultant / architect whichever is earlier. The Bidder shall make
no further claims after submission of the final bill or on acceptance of the final
payment and these shall be deemed to have been waived and extinguished.
2) The final payment is subject to deduction of Retention Amount to be retained
during the defect liability period as described in the condition of contract
under clause 12.
32. VARIATION / DEVIATION :
1) The Project Manager / Consultant with the specific approval of NPCI shall
have power to make alteration in, omissions from, additions to or substitutions
for the original specifications, drawings, designs and instructions that may
appear to him to be necessary or advisable during the progress of the work,
and the Bidder shall be bound to carry out the works in accordance with any
instructions given to him in writing signed by the Project Manager /
Consultant. Such alterations, omissions, additions or substitution shall form
part of the contract as if originally provided therein and any altered, additional
or substituted work which the Bidder may be directed to do in the manner
specified above as part of the works, shall be carried out by the Bidder on the
same conditions in all respects including price on which he agreed to do the
main work except as hereafter provided.
47
i. No work, which radically changes the original nature of the contract, shall
be ordered by the Project Manager as a deviation.
ii. In the event of any deviation being ordered which in the opinion of the
Bidder changes the original nature of the Contract, he shall within fifteen
days of having been so ordered bring this to the notice of NPCI with the
reasons but nevertheless carry it out and the disagreement as to the
nature of work and the rate to be paid therefore shall be resolved in
accordance with Clause under caption
“SETTLEMENT OF DISPUTES AND ARBITRATION".
iii. The bid rates, shall hold good for any increase or decrease in the bid
quantities up to variation of 25% and as stipulated elsewhere for
legitimate completion of works as per original design or scope of work and
on account of any modification or alteration suggested and where the
variation is for the respective item is beyond 25%, the rate for the
respective item may be reviewed on mutually agreed terms.
33. SUBSTITUTION
1) Should the contractor desire to substitute any materials and workmanship, He
must obtain the approval of NPCI / Consultant in writing for any such
substitution well in advance. In respect of Materials whose makes are not
specified in the tender, specific approval of NPCI / Consultant has to be
obtained in writing before their usage.
34. PREPARATORY WORK FOR UTILISATION OF THE FACILITY AFTER COMPLETION:
1) The whole of the work will be thoroughly inspected by the contractor and
deficiencies and defects set right. On completion of such inspection the
contractor shall inform NPCI / Consultant that they have completed the work
and it is ready for inspection.
2) On completion the contractor shall clean all the area and its surroundings,
equipments etc. and will leave the entire area clean and ready for immediate
usage to the satisfaction of NPCI.
48
35. CLEARING SITE ON COMPLETION
3) On completion of the works the contractor shall clear away and remove from
the site all constructional materials, plant & equipments, tools, surplus
materials, scraps, rubbish and temporary works of every kind and leave the
whole of the site and the works clean and in a workmanlike condition to the
satisfaction of NPCI.
4) In the event of failure to clear the site as required NPCI have the right to
undertake the same engaging other agency and the same shall be at the cost
of the contractor and liable for deductions in the payments due to the
contractor and the contractor shall not dispute such payments.
36. DEFECT AFTER COMPLETION :
1) The contractor shall make good at his own cost and to the satisfaction of
NPCI all defects, or other faults, which may appear during the defect liability
period.
2) The contractor shall give necessary personal superintendence during the
execution of the works and as long, thereafter, as the Architect / consultant
may consider necessary until the expiry of the defects liability period stated
hereto.
3) In case of specialized work based on the contractors own design and their
standard manufacturing product incorporated in the works and in the event of
the design of the system being defective or any components used found to be
defective on account of manufacturing defects or otherwise forcing, any
improvement thereof to be implemented or undertaken to rectify such inherent
defects, notwithstanding additional cost of components or design
modification, they shall be undertaken at contractor‟s own cost.
4) In default, NPCI may employ and pay other agency or persons to amend and
make good such damages, losses and expenses consequent thereon or
incidental thereto such expense shall be made good and borne by the
contractor failing which the same shall be recoverable from the payment due
to the contractor and in the event of amount retained being insufficient,
recover the balance from the contractor from the amount retained under
49
clause no 12. Together with any expenses NPCI may have incurred in
connection therewith.
37. CONCEALED WORKS :
1) The contractor shall give due notice to NPCI / Consultant wherever any work
is to be buried or concealed in the building in the earth, flooring, walls or
otherwise becoming inaccessible later on, in order that the work may be
inspected and correct dimensions or measurements taken before such burial.
2) In default whereof the same shall, in the opinion of NPCI / Consultant be
either opened up for measurement at the contractor‟s expenses or no
payment may be made for such materials. Should any dispute or difference
arise after the execution of any work as to measurements etc. or other matter
which cannot be conveniently tested or checked, the notes / certification of
the Project Manager / Consultant shall be accepted as correct and binding on
the contractor.
38. ESCALATION :
1) The rate quoted shall be firm throughout the tenure of the contract ( including
extension of time, if any granted) and will not be subject to any fluctuation due
to increase in cost of materials, labour, sales tax, octroi etc. unless
specifically provided in these documents.
39. IDLE LABOUR :
1) Whatever the reasons may be no claim for idle labour, additional
establishment cost of hire and labour charges of tools and plants would be
entertained under any circumstances.
40. SUSPENSION OF WORKS :
1) Subject to other provisions contained, NPCI may without prejudice to his any
other rights or remedy against the Bidder in respect of any delay in
commencing, completing or during the progress of work or inferior
workmanship, may serve notice in writing absolutely determine and cancel
the contract in any of the following cases;
50
i. If the contractor having been given by NPCI / Consultant a notice in writing
to rectify, reconstruct or replace any defective work or that the work is
being performed in any inefficient or otherwise improper or unworkman like
manner shall comply with the requirement of such notice for a period of
seven days thereafter.
ii. If the contractor being a company shall pass a resolution or the court shall
make an order that the company shall be wound up or if a receiver or a
manager on behalf of a creditor shall be appointed or if circumstances shall
arise which entitle the court or the creditor to appoint a receiver or a
manager or which entitle the court to make a winding up order.
iii. If the contractor has without reasonable cause failed to commence the
work or has suspended the progress of the work or has failed to proceed
with the work with due diligence so that in the opinion of NPCI (which shall
be final and binding) he will be unable to secure completion of the work by
the date for completion and continues to do so after a notice in writing of
seven days from NPCI.
iv. If the contractor fails to complete the work within the stipulated date or
items of work with individual date of completion, if any stipulated, on or
before such date (s) of completion and does not complete them within the
period specified in a notice given in writing in that behalf by the Project
Manager/Consultant.
v. If the contractor persistently neglects to carry out his obligations under the
contract and/or commits default in complying with any of the terms and
conditions of the contract and does not remedy it or take effective steps to
remedy it within 7 days after a notice in writing is given to him in that behalf
by the Project manager/Consultant.
vi. If the contractor commits any acts mentioned in terms of tender hereof:
And when the contractor has made himself liable for action under any of
the cases aforesaid, NPCI shall have powers :
a. To determine or rescind the contract of which termination or rescission
notice in writing to the contractor under the hand of NPCI shall be
conclusive evidence. Upon such determination or rescission, the PBG
51
of the contractor shall be liable to be forfeited and shall be absolutely
at the disposal NPCI.
b. In any such event the contractor shall have no claim to compensation
for any loss sustained by him by reason of his having purchased or
procured any materials or entered into any engagements or made any
advances on account or with a view to the execution of the work or the
performance of the contract. And in case action is taken under any of
the provisions aforesaid, the contractor shall not be entitled to recover
or be paid any sum for any work thereto or actually performed under
this contract unless and until the Project Manager has certified in
writing the performance of such work and the value payable in respect
thereof and he shall only be entitled to be paid the value so certified;
Provided further that any of the recoveries to be made when the
excess cost incurred by NPCI is more than the PBG to be forfeited,
such recoveries shall be limited to the amount by which the excess
cost incurred exceeds the PBG so forfeited.
1) In any case in which any of the powers conferred upon NPCI hereof, shall
have become exercisable &the same shall note exercised, the non-exercise
thereof shall not constitute a waiver of any of the conditions hereof and such
powers shall not withstanding be exercisable in the event of any future case
of default by the contractor and the liability of the contractor for compensation
shall remain unaffected.
41. TERMINATION OF CONTRACT BY NPCI :
1) If the contractor :
a. at any time makes default in proceeding with the works or any part of
the work with due diligence and continues to do so after a notice in
writing of 7 days from the Project Manager; or
b. commits default in complying with any of the terms and conditions of
the Contract and does not remedy it or take effective steps to remedy it
within 7 days after a notice in writing is given to him in that behalf by
the Project Manager; or
52
c. fails to complete the works or items of work with individual dates of
completion, on or before the date(s) of completion and does not
complete them within the period specified in a notice in writing is given
to him in that behalf by the Project Manager/Consultant; or
d. shall offer or give or agree to give to any person in Bank service or to
any other person on his behalf any gift or consideration as an
inducement or reward for favouring him in relation to the obtaining or
execution of this or any other Contract for NPCI or;
e. shall enter into a Contract with the Bank in connection with which
commission has been paid or agreed to be paid by him or his
knowledge, unless the particulars of any such commission and the
terms of payment thereof have been previously disclosed in writing to
the Accepting Authority/Project Manager; or
f. shall obtain a Contract with NPCI as a result of wrong tendering or
other unethical methods of competitive tendering; or
g. being an individual, or in a firm, any partner thereof shall at any time be
adjudged insolvent or have a receiving order or order for administration
of his estate made against him or shall take any proceedings for
liquidation or composition (other than a voluntary liquidation for the
purpose or amalgamation or reconstruction) under any Insolvency Act
for the time being in force or make any conveyance or assignment of
his effects or composition or arrangement for the benefit of his creditors
or purport so to do, or if any application be made under any Insolvency
Act for the time being in force for the sequestration of his estate or if a
trust deed be executed by him for benefit of his creditors; or
h. being a company, shall pass a resolution or the Court shall make an
order for the winding up of the company or a receiver or manager on
behalf of the debenture holders or others shall be appointed or
circumstances shall arise which entitle the Court or debenture holders
to appoint a receiver or manager; or
i. shall suffer an execution being levied on his goods and allow it to be
continued for a period of 21 days; or
53
j. assigns, transfers, sublets (engagement of labour on a piece-work
basis or of labour with materials not to be incorporated in the work,
shall not be deemed to be subletting) or otherwise parts with or
attempts to assign, transfer sublet or otherwise parts with the entire
works or any portion thereof without the prior written
k. approval of the Accepting Authority;
2) The Accepting Authority may, without prejudice to any other right or remedy
which shall have accrued or shall accrue thereafter to NPCI, by a notice in
writing cancel the contract as a whole or only such of items in default from the
Bidder.
3) The Project Manager / Consultant shall on such cancellation by the accepting
authority have powers to, for which the contractor shall hereby unconditionally
agree :
i. to take possession of the Site and any materials, constructional plant,
implements, stores, etc., thereon; and/or
ii. To carry out the incomplete work by any means at the risk and cost of the
Bidder.
4) On cancellation of the Contract in full or in part, the Project Manager/
Consultant shall determine what amount, if any, is recoverable from the
contractor for completion of the works or part of the Works or in case the
Works or part of the Works is not to be completed, the loss or damage
suffered by NPCI. In determining the amount, credit shall be given to the
contractor for the value of the work executed by him up to the time of
cancellation, the value of contractor's materials taken over and incorporated
in the work.
5) Any excess expenditure incurred or to be incurred by NPCI in completing the
Works or part of the Work or the excess, loss or damages suffered or may be
suffered by NPCI as aforesaid after allowing such credit shall without
prejudice to any other right or remedy available to NPCI in law be recovered
from any money due to the Bidder on any account, and if such moneys are
not sufficient the Bidder shall be called upon in writing and shall be liable to
pay the same within 30 days.
54
6) If the Contractor shall fail to pay the required sum within the aforesaid period
of 30 days, the Project Manager / Consultant with the approval of NPCI shall
have the right to sell any or all of the Contractor's unused materials,
constructional plant, implements, temporary buildings, etc. and apply the
proceeds of sale thereof towards the satisfaction of any sums due from the
Contractor under the Contract and if thereafter there be any balance
outstanding from the Contractor, it shall be recovered in accordance with the
provisions of the Contract.
7) Any sums in excess of the amounts due to NPCI and unsold materials,
constructional plant, etc., shall be returned to the Contractor, provided always
that if cost or anticipated cost of completion by NPCI of the Works or part of
the Works is less than the amount, which the Contractor would have been
paid had he completed the Works or part of the Works, such benefit shall not
accrue to the Contractor.
42. SETTLEMENT OF DISPUTES AND ARBITRATION :
1) It shall be an inseparable part of the contract that in matters regarding quality
of materials, workmanship, removal or rejection of improper work,
interpretation of the drawings and specifications, measurements of materials
and/or items of work, mode of procedure and carrying out of the work, the
decision of the Project Manager/ Consultant which shall be given in writing,
shall be final, conclusive and binding on the Bidder.
2) If the Bidder considers any work demanded of him to be outside the
requirements of the contract, or considers any drawings record or decision
given in writing by the Project Manager / Consultant on any matter in
connection with or arising out of the contract or carrying out of work, to be
unacceptable, he shall promptly within 15 days request NPCI in writing for
written instruction or decision. Thereon, NPCI shall give his written
instructions or decision within a period of two months from the receipt of the
Bidder‟s letter.
3) Upon receipt of such written instructions or decision the Bidder shall promptly
proceed without delay to comply with such instructions or decisions. If NPCI
fails to give his instructions or decision in writing within a period of two months
55
after being requested or if the Bidder is dissatisfied with the instructions or
decision of NPCI, the Contractor may within 30 days appeal
4) To the designated Appellant Authority of NPCI who shall afford an opportunity
to the Bidder to be heard and to offer evidence in support of his appeal.
5) If he is dissatisfied with this decision, the Bidder shall, within a period of thirty
days from receipt of the Appellant Authority‟s decision shall indicate his
intention to refer the dispute to Arbitration, failing which the said decision shall
be final and conclusive and not referable to adjudication by the Arbitrator.
6) All disputes or differences in respect of which decisions have not been final,
binding and conclusive as above shall be referred for adjudication by the
arbitration by a Sole Arbitrator appointed as follows :
a. Within one month of receipt of notice from any party to the contract for
appointment of the Arbitrator the Appellant Authority, in charge of the
work at the time of such appointment shall send to the Bidder a panel of
three names of persons who shall not presently be connected with the
work. The Bidder shall within fifteen days of receipt of this list select and
communicate to the Appellant Authority the name of one person from the
list who shall then be appointed as the sole arbitrator by the Appellant
Authority.
b. If Bidder fails to communicate his selection of name, within the stipulated
period, the Appellant Authority shall without delay select one person from
the list and appoint him as Sole Arbitrator. If the Appellant Authority fails
to send such a list within one month as stipulated, the tendered shall send
a similar list to the Appellant Authority within 15 days. The Appellant
Authority shall then select one person from the list and appoint him as the
Sole Arbitrator within 30 days of the receipt of the list. If the Appellant
Authority fails to do so the Bidder shall communicate to the Appellant
Authority the name of one officer from the list who shall then be the Sole
Arbitrator.
c. If the Arbitrator so appointed is unable or unwilling to act or resigns his
appointment or vacates his office due to any reason whatsoever another
sole Arbitrator shall be appointed in the manner aforesaid. Such person
56
shall be entitled to proceed with the reference from the stage at which it
was left by his predecessor.
7) It is term of this contract that the party invoking arbitration shall give a list of
disputes with amounts claimed in respect of each such dispute along with the
notice for appointment of arbitrator and giving reference to the rejection by the
Appellant Authority of the appeal and a copy of his notice(s) of intention to
refer the dispute to arbitration of such disputes as mentioned in Part (ii) above
failing which the notice for appointment of the Arbitrator shall not be treated
as notice for appointing the arbitrator.
8) It is also a term of this contract that no person other than a person appointed
by Appellant Authority, in charge of the work as aforesaid should act as
arbitrator and if for any reason that is not possible, the matter shall not be
referred to arbitration at all.
9) It is also a term of the contract that if the Bidder does not make any demand
for appointment of arbitration in respect of any claims in writing as aforesaid
within 90 days of receiving the intimation from NPCI that the final bill is ready
for payment, the claim of the contractor shall be deemed to have been waived
and absolutely barred and NPCI shall be discharged and released of all
liabilities under the contact in respect of these claims. No party shall be
entitled to bring any claim to arbitration if the arbitrator has not been
appointed before the expiry of sixty days after defect liability period.
10) The arbitration shall be conducted in accordance with the provisions of the
latest Indian Arbitration Act, or any statutory modification or re-enactment
thereof and the rules made hereunder and for the time being in force shall
apply to the arbitration proceeding under this clause.
11) The arbitrator may from time to time with the consent of the parties enlarge
the time for making and publishing the award.
12) It is also a term of the contract that any fees TA, DA and other charges are
payable to the Arbitrator shall be paid by both the parties equally.
13) It is also a term of the contract that the Arbitrator shall be deemed to have
entered on the reference on the date of first hearing. The venue of the
arbitration shall be Mumbai. The fees and charges of the Arbitrator shall, if
57
required to be paid before the award is made and published, be paid half and
half by each of the parties. The cost of the reference and of the award
(including the fees, if any, of the Arbitrator) shall be in the discretion of the
Arbitrator who may direct to and by whom and in what manner, such costs or
any part thereof shall be paid and fix or settle the amount of costs to be so
paid.
14) The award of the Arbitrator shall be final and binding on both the parties
43. RIGHT TO AUDIT/TECHNICAL EXAMINATION :
1) NPCI shall have the right to cause an audit and technical examination of the
works and the final bills of the contractor including all supporting vouchers,
abstract, etc., to be made even after payment of the final bill and if as a result
of such audit and technical examination any sum is found to have been
overpaid in respect of any work done by the Bidder under the contract or any
work claimed to have been done by him under the contract and found not to
have been executed, the Bidder shall be liable to refund the amount of over-
payment and it shall be lawful for NPCI to recover the same from him as may
be provided in this contract or in any other manner legally permissible and if it
is found that the Bidder was paid less than what was due to him under the
contract in respect of any work executed by him under it, the amount of such
under payment shall be duly paid by NPCI to the Bidder, without any interest
thereon provided that the Bidder shall not be entitled to payment of any sum
paid short where such payment has been agreed upon between NPCI on the
one hand and the Bidder on the other under any term of the contract
permitting payment for work after assessment by the Project
Manager/Consultant.
44. LIEN :
1) (a) Whenever any claim or claims for payment of a sum of money arises out
of or under the contract against the contractor, NPCI shall be entitled to
withhold and also have a lien to retain such sum or sums in whole or in part
from the security, if any deposited by the Bidder and for the purpose
aforesaid, NPCI shall be entitled to withhold the retention amount furnished
as the case may be and also have a lien over the same pending finalization or
adjudication of any such claim. In the event of the security being insufficient to
cover the claimed amount or amounts or if no security has been taken from
the contractor, NPCI shall be entitled to withhold and have a lien to retain to
58
the extent of such claimed amount or amounts referred to above, from any
sum or sums found payable or which may at any time thereafter become
payable to the contractor under the same contract or any other contract with
NPCI pending finalization or adjudication of any such claim.
2) Any sum of money due and payable to the contractor (including the security
deposit returnable to him) under the contract may be withhold or retained by
way of lien by NPCI or any other contracting person or persons through
Project Manager against any claim of NPCI or such person or persons in
respect of payment of a sum of money arising out of or under any other
contract made by the contractor with NPCI or with such other person or
persons.
3) It is an agreed term of the contract that the sum of money or moneys so
withheld or retained under the lien referred to above by NPCI will be kept
withheld or retained as such by NPCI till the claim arising out of or under the
contract is determined by the arbitrator (if the contracts governed by the
arbitration clause) or by the competent court, as the case may be and that the
Bidder will have no claim for interest or damages whatsoever on any account
in respect of such withholding or retention under the lien referred to above
and duly notified as such to the Bidder. For the purpose of this clause, where
the Bidder is a partnership firm or a limited company, NPCI shall be entitled to
withhold and also have a lien to retain towards such claimed amount or
amounts in whole or in part from any sum found payable to any
partner/limited company as the case may be, whether in his individual
capacity or otherwise.
45. EXTERNAL INSPECTION & AUDIT :-
1) All works under or in course of execution or executed in pursuance of the
Contract shall at all times be open and accessible to the inspection of the
Quality Control Organization of NPCI or any designated auditor / officials of
NPCI and of the Chief Technical Examiner‟s Office under Central Vigilance
Commission.
2) If it shall appear to the Project Manager / consultant or to the Project
Manager of Quality Control or any designated auditors / officials of NPCI or to
the Chief Technical Examiner, that any work has been executed with
unsound, imperfect, or unskilful workmanship, or with materials or articles
59
provided by him for the execution of the work which are unsound or of a
quality inferior to that contracted or otherwise not in accordance with the
contract, the contractor shall, on demand made in writing within the defect
liability period from the Project Manager / consultant specifying the work,
materials or articles complained of notwithstanding that the same may have
been passed, certified and paid for earlier, forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the case may require
and provide other proper ad suitable materials or articles at his own charge
and cost.
3) In the event of the contractor failing to do so within a period specified by the
Project Manager / Consultant in his demand aforesaid, the contractor shall be
liable to pay compensation at the same rate as under the clause of defects
after completion for this default.
4) In such case the Project Manager / consultant may not accept the item of
work at the rates applicable under the contract but may accept such items at
reduced rates as NPCI or the competent authority may consider reasonable
during the preparation of on account bills or final bill if the item is so
acceptable without detriment to the safety and without substantially affecting
the utility of the item and the structure or he may reject the work outright
without any payment and/or get it and other connected and incidental items
rectified, or removed and re-executed at the risk and cost of the contractor.
Decision of the Project Manager to be conveyed in writing in respect of the
same shall be final and binding on the Bidder.
46. FORCE MAJEURE
1) Neither contractor nor NPCI shall be considered in default in performance of
their obligations if such performance is prevented or delayed by event such
as but not to war, hostilities revolution, riots, civil commotion, strikes, lockout,
conflagrations, epidemics, accidents, fire, storms, floods, droughts,
earthquakes or ordinances or any act of god or for any other cause beyond
the reasonable control of the party affected or prevented or delayed.
However, a notice is required to be given within 45 days from the happening
of the even with complete details, to the other party to the contract, if it is not
possible to serve a notice, within the shortest possible period without delay.
60
2) As soon as the cause of force majeure has been removed the party whose
ability to perform its obligations has been affected, shall notify the other such
cessation and the actual delay incurred in such affected activity adducing
necessary evidence in support thereof.
3) From the date of occurrence of a case of force majeure obligations of the
party affected shall be suspended during the continuance of any inability so
caused. With the cause itself and inability resulting there from having been
removed, the agreed time of completion of the respective obligations under
this agreement shall stand extended by a period equal to the period of delay
occasioned by such events.
4) Should one or both parties be prevented from fulfilling the contractual
obligations by a state of force majeure lasting to a period of 6 months or
more, the two parties shall each other to decide regarding the future
execution of this agreement.
47. CONFIDENTIALITY
5) The Contractor is required to maintain confidentiality with respect to all
material and information which hereof will come into possession or knowledge
of Contractor in connection with this assignment or the performance here on,
consists of confidential and proprietary data whose disclosure to or use by
third parties will be damaging or cause loss to NPCI. Contractor shall hold
such materials and information in the strictest of confidence and should not
make use thereof for any purpose other than for the performance of this
assignment. Information received from NPCI may not be divulged to a third
party without the prior express written consent of NPCI.
48. LEGAL:
6) All disputes and differences of any kind whatsoever arising out of or in
connection with the contract whether during or after completion of contract
shall be deemed to have arisen at Mumbai and only Courts in Mumbai shall
have jurisdiction to determine the same.
Signature of the Bidder with seal Place: Date:
61
VI. SCHEDULES
Schedule No Description
I Technical Bid (TB) Part
II Price Bid (PB) Part
62
SCHEDULE – I: TECHNICAL BID (TB) PART
PART A : GENERAL INFORMATION
1 The nomenclature used for the offered office premises (including centre) shall be same in both TB and PB parts – for easy and correct identification.
2
Details of Bidder/Contractor/Bidder
2.1 Name:
2.2 Address & Phone No: FAX No. & E-mail address:
2.3 Name of the contact person:
2.4 Constitution of company/firm: (Whether Proprietary / Partnership/Pvt. Ltd. / Public Ltd. /PSU etc.)
2.5 In case of a Company, details of Incorporation of Company and Commencement of Business. (Certificate of Incorporation to be submitted)
Incorporation Ref: Date:
Commencement Ref: Date:
2.6 Permanent Account Number: (PAN & TAN)
2.7 Valid Sales tax registration no.:
2.8 Valid Service tax registration no.:
If you are registered/empanelled with organisations/statutory bodies such CPWD, PWD,MES etc., furnish their name, category & date of registration, validity
2.9 Name & Designation of the contact person to whom all references shall be made regarding this quotation
PART B: OTHER INFORMATION
3.1 Category applied for : (Civil/Electrical/ Interior& allied works)
63
3.2 No. of years in the construction line
3.3 Name of Directors/Partners/ Proprietor As per Annexure -I
3.4 Name and address of the banker As per Annexure - II
3.5 Important major projects executed during the last 3 years by the applicant together with approximate cost of individual corporate projects and full address of the clients for whom the works have been executed Mention separately MEP Services experience in each of the projects.
As per Annexure - III
3.6 Important major projects in which the Applicant is engaged at present and their estimated cost (full address of clients shall be indicated against each project).
As per Annexure - IV
3.7 Last 3 years turnover (Submit Audited Balance Sheet & Profit & Loss A/c of the Last 5 years) As per Annexure - V
3.8 Details of Key personnel As per Annexure -VI
PART C:
4.1 Any other information not covered above.
4.2
LIST OF ANNEXURES: (Attach separate sheet if space is found insufficient)
64
NNEXURE – I: Details of Directors/Partners/Owners
Sr. no
Name of partners / directors/owners
Academic qualification
Official designation
Address/ phone/fax / e-mail
65
ANNEXURE – II: Banker‟s Details
Sr. No
Name of the Banker
Address of the Banker
Type of Account
Over Draft Limits
66
ANNEXURE – III: Particulars In Respect of Work Executed (Corporate Projects Only)
Sr. No
Name of the Work/Project executed with address
Short Description Of the work Executed, a also mention carpet/ built up area in sqft
Name and address of the owner/ client
Value of the work executed- Mention Civil, interior works and MEP Services along with the total cost executed
Stipulated time of completion
Actual time of completion
Month and year of completion
Any other relevant information
1. The contractor shall mention only those works executed during last 3 years which fulfils the eligibility criteria on this page.
2. The list is to be substantiated with the documentary evidence such as work order and completion certificates in the absence of which the application is liable to be rejected.
3. Other works should be mentioned on separate sheet.
67
ANNEXURE – IV: Particulars In Respect of Work in Hand
Sr. No
Name of the Work/Project executed with address
Short Description Of the work executed
Name and address of the owner/ client
Value of the work executed- Mention Civil, interior works and MEP Services along with the total cost executed
Date Of Start Of Work
Stipulated time of completion
Status Of work
Expected Date of completion
Any other relevant information
68
ANNEXURE – V: List of Key Personnel Permanently Employed
Sr. No.
Name Designation Qualification Total Experience
Years in the Firm
Any Other Information
69
ANNEXURE- VI : Financial Status Sl. No.
Financial Year
Turnover Of The firm (in Rs. Lacs)
Profit/ loss
Enclosed certified copies of audited balance sheets / chartered accountant‟s certificate.
YES NO
70
ANNEXURE- VII : List of Documents to be Submitted
1. Profile of the Company.
2. Details of Constitution of firm / Company and its registration with competent authority.
3. Proof of Qualification with regard to: a. Average Annual turnover during the last three years,
b. Minimum experience of 5 years in executing appropriate categories of work for Multinational companies / Industry of repute / National labs/PSU/ Nationalised Banks/ Government sector etc.
c. Audited Balance sheet and profit and loss account statement for the last three financial years, duly certified by a Chartered Accountant. The copies of the balance sheets, as above, shall also be signed and stamped by the bidder as well.
d. Latest solvency certificate from a nationalized bank for a minimum value of bid amount.
e. Power of attorney/Letter of Authorization in favour of authorized signatory, if applicable.
4. Work Contract tax registration certificate.
5. Work Contract tax clearance certificate.
6. Photograph/s of major works executed during last three years.
7. Registration with various departments such as IT/Service Tax and empanelment with
other Government organization, along with copies of certificates.
8. I / We declare that the information furnished above is true and correct and conforms to NPCI‟s specifications.
Signature of the Bidder with seal
Place: Date:
71
SCHEDULE – II: PRICE BID (PB) PART
(To be submitted in a separate cover. Pl. See Instructions)
RFP for the execution of Interior, Furnishing, Electrical & Air Conditioning Works of Office Premises situated at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai- 400 051
SUMMARY NATIONAL PAYMENT CORPORATION OF
INDIA
SR. NO. PACKAGES FOR FITOUT
VENDOR AMOUNT IN INR
1 CARPENTARY
2 DOORS
3 PARTITIONS
4 FLOORING
5 SKIRTING AND DADO
7 GYPSUM WORK
8 CIVIL WORKS
9 PAINTING
10 PLUMBING AND SANITARY FIXTURES
12 MISCELLANEOUS
14 HVAC SUPPLY LOW SIDE
15 ELECTRICAL WORKS
16 SAFETY SECURITY
17 NETWORKING
SUB TOTAL
ADD VAT @ 8%
ADD Service Tax @ 7.42%
LESS: DISCOUNTS
GRAND TOTAL - INTERIOR WORKS
72
Please list out the rates for all items. In case, anything is left out, the same cannot be added later and it would be to the bidder‟s account.
Please Note that:
a. Price to be quoted in the price bid shall be exclusive of all taxes such as VAT and Service
Tax.
b. Price bid should be placed in a sealed envelope super scribed as:
“PB (Price Bid) part pertaining to RFP called by National Payments Corporation of
India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning
works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-
Block, Bandra-Kurla Complex, Bandra (E), Mumbai- 400 051Price Bid” .
The same shall be placed along with the technical bid cover in a larger envelope super
scribed as:
„RFP called by National Payments Corporation of India for the Interior, Furnishing,
Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit
No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex,
Bandra (E), Mumbai- 400 051‟. c. The name of the bidder along with Landline phone no. and Mobile No. should be
mentioned at the bottom left hand corner of the envelope.
Signature of the Bidder with seal
Place: Date:
73
ANNEXURE-I: Approved Make of Materials
74
ANNEXURE-II: Bill of Quantities