Tendernotice 1
Tendernotice 1
AUTHORITY OF INDIA
(Ministry of Road Transport and Highways)
Page 1 of 33
Contents
Sr. Description Page
No. Number
NOTICE INVITING TENDER
1 03
SCHEDULE OF IMPORTANT TENDER EVENTS
2 04
TENDER APPLICATION FEE AND BID SECURITY
3 05
Section – I (Instructions to Bidders)
4 06-19
Section – II (General Conditions to Contract)
5 20-27
FORMATS
6 ---
Affidavit
7 28
Undertaking
8 29
Form: F-1 (Bill of Quantities – Price Part)
9 30-31
FORM OF AGREEMENT
10 32-33
Page 2 of 33
NOTICE INVITING TENDER
(National Competitive Bidding through e-Tendering mode only)
NIT Ref No. NHAI/PIU Surat (Expressway)/ETC-44/2018
Page 3 of 33
SCHEDULE OF IMPORTANT TENDER EVENTS / ACTIVITIES
Date
Sr. (Unless otherwise
Particulars of event
No. notified
separately)
17/07/2018 before
2 Last date/ time for downloading of bid forms
10:00 hrs.
Page 4 of 33
TENDER APPLICATION FEE AND BID SECURITY
1.1. The Bidder shall pay Tender Application Fee (non-refundable) amounting to
5,000/- (Rupees Five Thousand) in the form of Demand Draft of requisite
amount drawn on a scheduled commercial bank and payable to “National
Highways Authority of India” at Surat (offline payment). Online payment is
not acceptable.
1.2. The Bidder shall furnish separate Bid Security of Rs. 1,30,000/- (Rupees One
Lakh Thirty Thousand only) for intending to participate in the form of Earnest
Money Deposit (EMD).
1.3. The EMD shall be in the form of Demand Draft/ Banker Cheque/ Pay Order of
requisite amount, drawn on a scheduled commercial bank and payable to
“National Highways Authority of India” at Surat.
Note: Bidders registered with National Small Industries Corporation (NSIC) are
exempted from payment of EMD in accordance with provisions under Rule 157 of GFR
2005 subject to:
(a) Registration Certificate being valid as on bid due date.
(b) Technical Bid is accompanied with copy of valid NSIC registration Certificate.
(c) Photocopy of Application for registration at NSIC OR for renewal thereof will not
be acceptable. Such Bids will be treated received without EMD.
(d) In the event of any circumstances under (a) to (d) at 1.6 of this RFP document,
the bidder shall be barred for a period as deemed fit by NHAI, Competent
Authority from participation in any tender invited by NHAI.
1.4. Any bid not accompanied by an acceptable Bid Security and / or Tender
Application Fee in the prescribed manner shall be summarily rejected.
1.5. The Bid Security of unsuccessful bidders shall be returned without interest
normally within 45 days after finalization of the tender process i.e. signing of
the contract agreement with the successful bidder.
1.6. FORFEITURE OF BID SECURITY: The Bid Security shall be forfeited and/ or
appropriated by NHAI as mutually agreed genuine pre-estimated compensation
and as damages payable to NHAI for, inter-alia, time, cost and effort of NHAI
without prejudice to any other right or remedy that may be available to NHAI
under the provisions in the RFP and/or under the Contract, or otherwise, under
the following circumstances:
(a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice; or
(b) If the Bid is withdrawn during the intervening period between the bid due date
and the expiration of the Bid Validity; or
(c) If the bidder tries to influence the evaluation process; or
(d) If a Bidder having been notified Successful Bidder by NHAI with the issuance of
Letter of Award (LOA) during the bid validity period:
(i) Fails or refuses to furnish the Performance Security, in accordance with the
conditions of RFP; or
(ii) Fails or refuses to execute/sign the Contract within the stipulated time
Page 5 of 33
Section-I
Instructions to Bidders
A. General
1. Scope of Services:
1.1 The National Highways Authority of India (NHAI) hereinafter called "the
Employer" invites bids online for the “Providing services Traffic Marshals
(semi-skilled category of employee) at various Toll Plazas under NHAI, PIU
Office at Surat in the state of Gujarat / Maharashtra” as defined in this
document.
1.3 Throughout these Bidding documents, the terms “bid” ,”Tender” & “Quotation”
and their derivatives (bidder/Agency, bid/Quotation, bidding/ quoting, etc.)
are synonymous and used interchangeably as well as have one & same
meaning. Decision of NHAI on the meaning of the term in the context of this
clause will be final and binding of contractor.
c. Words in capital and not defined in this document shall have the same meaning
as in the Bid document.
2.1 Accessing/ Purchasing of BID documents
(i) It is mandatory for all the Bidders to have class-III Digital Signature Certificate
(DSC) with Signature and encryption component (in the name of Authorized
Signatory / person granting Power of Attorney to the Authorized Signatory/
Firm or Organization / Owner of the Firm or organization) from any of the
licensed Certifying Agency (Bidders can see the list of licensed CAs from the
link [Link]) to participate in e-tendering of NHAI.
DSC should be in the name of the authorized signatory/Person as mentioned
in paragraph above. The Bidder shall submit document in support of the class
III DSC.
Page 6 of 33
(ii) The Authorized Signatory holding Power of Attorney and the person
executing / delegating such POA shall only be the Digital Signatory. In other
cases, the Bid shall be considered non–responsive.
(iii) To participate in the bidding, it is mandatory for the bidders to get registered
their firm with e-tendering portal of NHAI http:// [Link] to have user
ID & password
Following may kindly be noted:
(a) Registration should be valid at least up to the date of submission of BID.
(b) BIDs can be submitted only during the validity of their registration
with the [Link]
(c) The amendments / clarifications to the BID document, if any, will be hosted
on the NHAI website ([Link] / NHAI e-tendering portal http://
[Link].
(iv) The complete BID document can be viewed / downloaded from e-tender portal
of NHAI [Link] or [Link] from 27/06/2018 to
17/07/2018 (upto 10:00 Hrs. IST).
(v) To participate in bidding, bidders have to pay a sum of Rs. 5,000/- (Rupees
Five thousand only) as a cost of Bid document (non-refundable) in favour of
“National Highways Authority of India” through Demand Draft/Pay order
payable at Surat.
2.2 Preparation & Submission of BIDs:
(i) Detailed tender documents may be downloaded from e-tender portal of NHAI
[Link] from 2 7 / 0 6 / 2018 t o 1 7 / 0 7 / 2 0 1 8 (up to 10:00
Hrs. IST) and tender may be submitted online following the instruction
appearing on the screen. A buyer manual containing the detailed guidelines
for e-tendering is also available on e- tender portal of NHAI, Government of
India.
Bid must be submitted online only through e-procurement portal of NHAI
([Link] using the digital signature of authorized
representative of the Bidder on or before 17/07/2018 (upto 11:00 hours
IST).
(ii) The following documents shall be prepared and scanned in different files
(in PDF or RAR format such that file size is not more than 30 MB) and
uploaded during the on-line submission of BID.
A. Only Electronic Form (to be uploaded on the [Link] )
I Technical BID:
a) Scan Copies of Documents as mentioned in clause 5 of ITB (Qualification of
Bidder)
b) Power of Attorney for signing the BID as applicable
c) Copy of BID Security /EMD of Rs. 1,30,000/-(Rupees O ne L ak h T h i r t y
T h o usand only) in the form of DD in favour of “National Highways
Authority of India” payable at Surat.
d) Copy of Demand Draft towards payment of cost of Bid document of Rs.
5,000 (Rupees Five Thousand only) in favour of “National Highways Authority
Page 7 of 33
of India” payable at Surat towards cost of Bid document.;
II FINANCIAL BID (in the prescribed format):
Form F – 1 comprising BOQ (Bill of Quantities) sheet given in excel form which has to
be strictly filled in the prescribed format separately only in the electronic form.
Financial Bid has to be duly filled-in and digitally signed in the form already
downloaded from e-tender portal ([Link] needs to be uploaded
separately well before the prescribed deadline.
The bidder will ensure to furnish required bid security of Rs. 1,30,000/-. Failing
in compliance of the same will lead to the e-bid being declared non-responsive.
B. Original (in Envelope)
(a) Power of Attorney for signing the BID or Affidavit in case of owner/Proprietor of
the firm
(b) BID Security of Rs. 1 , 3 0 , 0 0 0 / - (Rupees One Lakh Thirty Thousand only) in the
form of Demand Draft in favour of National Highways Authority of India, Payable
at Surat.
(c) Demand Draft towards payment of cost of Bid document of Rs. 5,000 (Rupees Five
thousand only) in favour of “National Highways Authority of India” payable at
Surat towards cost of Bid document.
(d) An undertaking from the person having Power of Attorney (PoA) referred to in Sub
clause -(a) above that they agree and abide by the Bid documents uploaded by
NHAI and amendments uploaded, if any.
(iii) The Bidder shall submit the original documents specified above in point no. 2
(ii)(B) together with their respective enclosures and seal it in an envelope and mark
the envelope as “Bids”. The said envelope shall clearly bear the name of the
Project and name and address of the Bidder. In addition, the Bid Due Date should
be indicated on the right and corner of the envelope. The original documents
should be submitted before 11:00 hours Indian Standard Time on 1 8 / 0 7 / 2018 at
the below mentioned address in the manner and form as detailed in the Bid
document.
(iv)The Bidder shall upload scanned copies of the documents as specified in point nos.
2(ii)(A) above on the [Link] before 11:00 hours Indian Standard
Time up to Bid Due Date. NHAI may ask for production of original copy of any
document for verification purpose. In the event of any discrepancy between the
original and the copy (in electronic form), the original shall prevail.
(v) It may be noted that scan copies can be prepared in different file format i.e. PDF
and/ or RAR only. The Bidders can upload a single file of size of 30MB only but can
upload multiple files.
(ii) For withdrawal of the documents mentioned in point nos. 2(ii) (A) & (B) of
the Bid, the Bidder will have to click on withdrawal icon at http://
[Link] and can withdraw its Bid. The Bidder may modify or
substitute the documents (soft copy) mentioned in point nos. 2(ii)(A) & (B) of
the Bid after submission, provided that the Bidder detach the old documents
submitted in the electronic form from the http:// [Link] and upload
the modified or substituted documents.
3. Source of Fund
The expenditure on this assignment will be met by National Highways
Authority of India (NHAI).
4. Eligible Bidders
4.1 This Invitation for Bids is open to all bidders meeting the qualification
requirements prescribed in this document.
4.2 Bidders shall not be under a declaration of ineligibility for corrupt and
fraudulent practices by the Central Government/ State Government / PSU /
or any reputed organization whatever name called under the Central or the
State Government.
C) Statutory Document
d) Other Document
I. Experience Performa (duly filled in prescribed format)
II. Work in Hand/Completed during last three years (duly filled in prescribed
format)
III. Audited Annual Report of last three years
The document under c) & d) will not be considered for evaluation purpose
but these are required to be submitted as supporting documents and/or to
fulfill the statutory requirement.
Page 10 of 33
7.0 Earnest Money Deposit/Security Deposit:
Bids shall remain valid for a period of 120 days after the deadline date for bid
submission. A bid valid for a shorter period shall be rejected by the Employer as
non-responsive.
Nos. of
Total No of
Name of Location (at Traffic
Sr. Name of Traffic
Project / Km)/ Marshal Remarks
No. Toll Plaza Marshal
Section Chainage required per
required
shift
1 2 3 4 5 6 7
Vadodara –
For 03 shifts
Bharuch section Karjan Toll
1 Km 157.750 2 6 of 8.00 hrs
of NH-8 (New Plaza
each
NH-48)
Bharuch - Surat For 03 shifts
Mandava
2 section of NH-8 Km 195.800 2 6 of 8.00 hrs
Toll Plaza
Narmada Bridge each
Page 11 of 33
Surat - Dahisar For 03 shifts
Bhagwada
5 section of NH-8 Km 356.200 2 6 of 8.00 hrs
Toll Plaza
(New NH-48) each
Note: The number of persons/ Marshals may vary from time to time as
directed by National Highways Authority of India.
Page 12 of 33
[Link] Bid per Bidder:
10.1 Each Bidder shall submit only one Bid for the work. A Bidder who
submits more than one Bid will cause such bids to be disqualified.
[Link] of Bidding:
11.1 The Bidder shall bear all costs associated with the preparation and
submission of his Bid, and the Employer will, in no case, be responsible
or liable for those costs.
Bidding Documents (Online)
Before the deadline for submission of bids, the Employer may modify
the Bidding Documents by issuing addenda/corrigenda.
Page 13 of 33
Preparation of Bids:
Language of Bid
14.1 All documents relating to the Bid shall be in English.
Volume-I –This shall be named Technical Bid and shall comprise of:
Page 14 of 33
16.0 Bid Prices
16.1 The Contract shall be for the whole services based on the priced
Bill of Quantities submitted by the Bidder.
16.2 The bidder shall quote rate of percentage (both in figures and
words) on the total wages to be paid as per stipulation in this bid
document.
17.1 The unit rates and the prices shall be quoted by the bidder
entirely in Indian Rupees. All payments shall be made in Indian
Rupees.
a) if the Bidder withdraws the Bid after its submission during the
period of Bid validity;
b) in the case of a successful Bidder, if the Bidder fails within the
specified time limit to
(i) sign the Agreement; and/or
(ii) providing & supply of traffic marshal within time as specified by NHAI
19.1 Bidder shall submit offers that fully comply with the requirement
of the Bidding Documents. Conditional offer or alternate offer will
not be considered further in the process of evaluation and the bid
will be declared non-responsive.
Submission of Bids
20.0 Sealing and Marking of Bids
20.1 The Bidder shall place one sealed envelope marked “Documents in
Physical Form (Technical Bid) – Providing service of Traffic Marshal at
various location in National Highways Authority of India – Project
Implementation Unit , Surat (Expressway) – To be opened at 11:30 Hrs.
on 18/07/2018.
20.2 The Documents in Physical Form as well as submitted online should be
with index, page numbering, signature & sealed.
21.0 Deadline for Submission of Bids:
Page 15 of 33
Project Director,
PIU, Surat (Expressway), NHAI
301-304, 4th Floor, VIP High Street,
Opp: Roongta Shopping Centre,
VIP Road, Vesu, Surat -395007, Gujarat.
Phone no. 0261-2218169, 2218168
Email: piusurat@[Link]
21.2 The Employer may extend the deadline for submission of bids by issuing
an amendment, in which case all rights and obligations of the Employer
and the bidders previously subject to the original deadline will then be
subject to the new deadline.
22.1 Any Bid (in physical form) received by the Employer after the deadline
prescribed in will be returned unopened to the Bidder.
23.1 Bid opening shall be carried out in three stages. Firstly, Documents in
Physical Form' of all the bids received (except those received late)
shall be opened on the date and time mentioned in the Notice
Inviting E-Tender. Technical Bid' of those bidders who have
submitted all documents as per Physical Form shall be opened online
on the date and time mentioned in the Notice Inviting E-Tender (NIT).
Financial Bid of those bidders whose Technical Bid has been
determined to be substantially responsive shall be opened on a
subsequent date through online process of E-Tendering, which will be
notified to such bidders.
23.2 The Employer will online open the Technical Bid in the presence of
the bidders/ bidders‟ representatives (carrying with suitable
authorization letter from the original bidder) who choose to attend
at the time, date and place. In the event of the specified date for
the submission of bids being declared a holiday for the Employer, the
Bids will be opened at the appointed time and location on the next
working day.
23.3 In all other cases, the amount of Earnest Money, forms and validity
shall be announced. Thereafter, the Employer at the opening as the
Employer may consider appropriate, will announce the bidders' names
and such other details.
23.4 The Employer will prepare Technical Evaluation at stage-1 (of
documents in Physical Form) and Technical Evaluation for online
opening of Bid Documents – at Stage 2
Page 16 of 33
2(i) The bids accompanied with valid bid security will be taken up for
3 evaluation with respect to the Qualification Information and other
. information furnished in Volume- I of the bid.
5
(iii) As soon as possible, the Evaluation Committee will finalize the list of
responsive bidders whose financial bids are eligible for consideration.
(iii) The Employer shall inform the bidders, whose technical bids are found
responsive, of the date, time and place of opening of the financial bids.
The bidders so informed, or their representative, may attend the meeting
of opening of financial bids.
23.5 The Employer shall inform the bidders, whose technical bids are found
responsive, of the date, time and place of online opening of the financial
bids. The bidders so informed, or their representative, may attend the
meeting of online opening of financial bids.
23.6 At the time of the online opening of the „Financial Bid‟, the
names of the bidders whose bids were found responsive will be
announced. The financial bids of only these bidders will be opened.
The responsive bidders‟ names, the Bid prices, the total amount of
each bid and such other details as the Employer may consider
appropriate will be announced by the Employer at the time of bid
opening. Any Bid price, which is not read out and recorded, will not
be taken into account in Bid Evaluation.
23.7 The Employer shall prepare the minutes of the opening of the
Financial Bids
25.1 During the detailed evaluation of “Technical Bids”, the Employer will
determine whether each Bid
(a) meets the eligibility criteria defined in Clauses 5.1 b) of
ITB ( Procedure under e-Tendering );
(b) the required documents submitted by the bidder
Page 17 of 33
26.0 Evaluation and Comparison of Financial Bids
26.1 The Employer will evaluate and compare only the bids determined to
be responsive as per stipulation of bid document.
26.2 In evaluating the bids, the Employer will determine for each Bid the
evaluated Bid price by adjusting the Bid price after making any
arithmetic correction.
Award of Contract:
27.0 Award Criteria
27.1 Employer will award the Contract to the Bidder whose Bid has been
determined to be responsive to the bidding documents and who has
offered the lowest evaluated Bid Price.
27.2 The Service Charge quoted by the agency shall be in percentage basis
only. The work would be awarded to the agency which quotes lowest
percentage of service charge. In case percentage of service charges
quoted by different agencies (lowest quoted % of service charge) is
found to be equal then the work would be awarded to the agency
whose average turnover is higher among equal services charges
quoted bidder.
27.3 The bidder shall quote service charges upto two decimal places only.
In case of discrepancy of quoted price between figures and words in
the Financial Quotation, the amount quoted in words shall prevail.
27.4 The Service Charges shall be paid as per the agreed and quoted rates
subject to the condition that it should not be more than 10% on the
total wages.
28.0 Employer’s Right to Accept /split any Bid and to Reject any or
all Bids without assigning any reason there of
29.1 The bidder whose Bid has been accepted will be notified of the
award by way of Letter of Acceptance cum work order by the
Employer prior to expiration of the Bid validity period by cable,
telex or facsimile confirmed by letter through Registered/speed
post.
Page 18 of 33
Experience Pro-forma
3. EPF No. :
4. PAN No. :
5. GST No. :
6. W.C.T. No. :
7. ESI No. :
No. of traffic
Sl. Name of Marshal/security
Value of Remarks
No. Organization Guards/ personnel
Work
Department / provided
Client
Page 19 of 33
Section-II
General Conditions of Contract
A. General
1.0 Interpretation
1.1 In interpreting these Terms & Conditions of Contract, singular also
means plural, male also means female or neuter, and the other way
around. Headings have no significance. Words have their normal
meaning under the language of the Contract unless specifically
defined.
2.1 The language of the Contract and the law governing the Contract
are stated in this document.
3.1 The service of Traffic Marshal shall be provided for one year with a
break of one day after every 89 days & without creating any liability
on NHAI.
4.1 Within 10 (ten) days after receipt of the Letter of Acceptance, the
successful bidder shall deliver to the Employer a performance security
deposit amounting to Rs. 3,00,000/- (Rupees Three Lakh only). The
Performance Security Deposit amount shall be deposited in the form of
Demand Draft drawn on any Nationalized / Scheduled Bank in favour of
“National Highways Authority of India”, payable at Surat (Gujarat).
(i) The security deposit shall be refunded only after satisfactory execution
and completion of the contract.
(ii) No interest will be paid on security deposit amount.
(iii) On request of the successful Bidder, the Bid Security can be adjusted in
the Performance Security Deposit
4.2 In the event of any default in all or any of the condition set forth and
provided in the work order, NHAI may forfeit the whole / part amount
of the EMD/Security Deposit.
5.0 Agreement:
6.1 The period of contract is initially for one year from the date of
agreement. On successful completion of the contract, if NHAI
desires, the contract period can be extended further on mutual
consent.
6.2 NHAI reserves the right to terminate the contract without assigning
any reason thereof, at any time during the period of contract by
giving 30 days‟ notice of its intention to do so. In the event of any
such termination of the contract, the firm/agency shall only be
entitled for the amount of services actually provided under the
contract till the termination of contract, subject to deductions, if
any, under the terms & conditions of contract. No other claims can
be allowed or considered.
Page 21 of 33
7.0 Terms & Condition of contract
f) The EPF and ESI at the prescribed rates shall be deducted by the successful
bidder/ agency from the consolidated emoluments of the deployed Traffic
Marshals and the prescribed amounts towards Employee‟s Provident Fund
(EPF) & Employee State Insurance Corporation (ESIC) will be contributed by
NHAI, which will be deposited by the agency with the concerned authorities
within due dates.
Page 22 of 33
i) The National Highways Authority of India may verify the actual payment
of statutory payment and if not satisfied, shall withhold the payments
due to the service provider. If default continues for 30 days, suitable
legal remedy will be enforced.
n) The security Agency shall replace immediately any of its personnel who
are found unacceptable to the National Highways Authority of India
because of security risks, incompetence etc. The successful agency will
be liable to take appropriate disciplinary/legal action against such
person including their removal from site of work, if required by NHAI.
o) The security Agency shall depute a coordinator for each particular
stretch who would be responsible for interaction with the National
Highways Authority of India so that optimal services of the persons
deployed by the Placement Agency could be availed without any
disruption for which the agency should have to bear the expenses of
coordinator including their remuneration within their service charge. No
separate payment would be made against this head. The list of
coordinator (Name, Mobile No etc should be furnished to PIU at the
time of execution of agreement/before commencement of work. The
coordinator will presently be required to be deployed for each T o ll
p la z a a t [Link] further requirement/reduction of coordinator will
deployed upon the increase/decrease in the deployment of marshal.
Page 23 of 33
p) The Bidder will be bound by the details furnished by him/her to the
National Highways Authority of India, while submitting the tender or at
subsequent stage. In case, any document furnished by him/her is found
to be false at any stage, it would be deemed to be breach of terms of
Contract making him/her liable for legal action besides termination of
contract
t) The agency shall have to maintain attendance register at each toll plaza
through coordinator of each stretch which is shown as and when
demanded by representative of this office and the duly signed copy of
the register have to submit along with wage bill
u) The agency shall have to submit EPF, ESI and GST challan along with wage
bill.
w) The security agency shall pay the prescribed wages along with other
payment, if any to the personnel by crediting to their bank account
through ECS/RTGS/NEFT which excludes all statutory dues to
Government Instrumentation. All traffic marshal supplied will be
deemed to be on the pay roll of security agency. The agency shall be
responsible for payment of consolidated wages.
x) The agency will also be responsible for payment of all statutory charges
as per applicable Central/State Labour Laws/ Rules such as EPF/ESI
Contribution, Bonus etc. The security agency should submit the monthly
bill based on original attendance duly signed by the employees and
countersigned by concerned agency along with duly signed attendance
sheet, separate document towards deposit of EPF, ESIC and documentary
proof of payment of wages through bank account to the concerned
employees The NHAI will make payment of monthly bills on its submission
of wage bill complete in all respect to PIU-Surat.
y) The agency shall be responsible for the timely payment (within 7 days
of following months) to the supplied traffic marshal. The agency will
not delay the timely payment to their traffic marshal engaged under
Page 24 of 33
this contract on excuse of payment not being received from NHAI. The
NHAI payment will be subject to submission of bill complete with all the
formalities required in this regard as per contractual provisions
aa) The firm shall indemnify NHAI against any loss due to accident caused
by negligence of the personnel of the firm. The agency has to bear the
actual expenses failing which it shall be recovered from the monthly bill
of the agency or security deposit.
aa) Court of Jurisdiction : Suits, if any arising out of the contract can be
filed by either party in a court of law within the jurisdiction of Court at
Surat.
bb) The agency shall furnish the details of the proposed traffic marshal for
approval / consent of NHAI before their actual deployment.
dd) The Traffic Marshal deployed should be conversant with Regional Language
as well as English & Hindi . The traffic marshal deployed shall have to be
provided with 2 sets of uniform in the colour to be specified by NHAI,
Cap, Name Plate, Shoulder Title, Rain Coat, Belt, Umbrellas and Shoes etc.
The Traffic Marshal deployed should have proper height (Minimum 5” 6”
with health commensurate to perform the duty of marshal), proper
uniform, Cap and other associated requirement and also have an Identity
Card duly signed by placement agency and countersigned by representative
of this office. The pattern of uniform will have to be approved by this
PIU. The agency shall ensure that their personnel wear neat & clean
uniform while on duty & also be disciplined and avoid consumption of
alcohol smoking etc while on duty. Separate payment against uniform and
its accessories such as shoes, cap, belt, jacket (as required) etc. will be
made. Consolidated payment of Rs.3,000/- per traffic marshal against
uniform complete in all respect as per NHAI policy with regard to uniform
(enclosed herewith) will be paid by NHAI. The payment will be reimbursed
to Agency in two installments i.e (1) at the beginning (2) after expiry of six
month duly verified by NHAI official not less than rank of Deputy Manager/
Manager.
ff) GST will be reimbursed by NHAI only after production of proof of deposit
and a certificate from practicing Chartered Accountant shall be made
available by Agency to PIU.
gg) NHAI, PIU Office reserves the right to accept or reject any or all the
quotations without assigning any reason whatsoever.
Page 25 of 33
hh) NHAI may increase/reduce the number of marshal required as per NHAI
plan. The rate /recovery of payment will remain same as accepted by NHAI
for providing service of individual Marshal in case of increase/decrease of
requirement and the agency would have to provide additional traffic
marshal/reduce surplus traffic marshal on same rate, terms and condition.
ii) The agency has to ensure the proper/regular attendance of marshals at Toll
Plaza. In case of non-attendance of Marshal, 1.5 time of his daily payment
(calculated proportionately from marshal payment) will be recovered from
Agency‟s bill.
jj) The agency shall not engage any personnel continuously for 16 hours. The
agency has to ensure that the persons deployed on the toll plaza are not
involved in criminal activities.
kk) The firm has to insure the employees at his own cost as per statutory
provision. NHAI will not be held responsible for any incidental/accidental
purpose.
ll) The firm shall indemnify NHAI against any loss due to accident caused by
negligence of the personnel of the firm. If it is proved that damage to
equipment is due to negligence of the traffic marshal, the agency has to
bear the actual expenses failing which it shall be recovered from the
security deposit.
mm) Agency will save NHAI harmless and indemnity decree/ court order for
any court /Statutory Authority/State Government Rules/Laws and
undertake to pay any compensation by above said institutions .Agency will
submit undertaking as well as Indemnity Bond on stamp paper of Rs. 100
to NHAI in this regard.
nn) The service charge quoted by the agency shall be in percentage basis only on
the total wages paid to all the persons per month. In cases where the bidder
has submitted “NIL” charge /Amount over and above the remuneration
payable to the traffic marshal , the bid shall be treated as unresponsive and
will not be considered in term of GOI policy (OM No. 29(1)/2014-PPD dated
28th January 2014.)
8.0 PENALTY:
9.0
If the service undertaken by the agency is not up to satisfaction;
(i) NHAI may at its own discretion impose financial penalty on the
Security Agency. OR
(ii) Full or part of the amount of bill will be withheld /deducted
from the monthly bill or security deposit as the case may be without
any notice.
9.0 PAYMENT OF BILL: The Security Agency should submit the monthly bill
based on original attendance duly signed by the employees and
Page 26 of 33
countersigned by concerned agency & verified by Independent/Authority
Engineer of NHAI. The following documents are to be submitted along
with the bill.
(i) Original attendance duly signed by the employees and counter signed
by the Agency duly verified by Independent/Authority Engineer of
NHAI.
(ii) Separate Document towards deposit of EPF & ESIC.
(iii) Documentary Proof of payment of wages through Bank to the
concerned traffic marshal
10.0 The firm has to insure the traffic marshal at his own cost. NHAI
will not be held responsible for any incidental/accidental expenses.
11.0 ACCIDENT:
The firm shall indemnify NHAI against any loss due to accident caused by
negligence of the personnel of the firm. If it is proved that damage to
equipment or theft is due to negligence of the traffic marshal, the
agency has to bear the actual expenses failing which it shall be
recovered from the security deposit.
13.0 TAXES
13.3 TDS / GST TDS shall be deducted from all the accepted payment to be
made, in accordance with the provisions of Income Tax Act, 1961 &
GST Act.
Page 27 of 33
AFFIDAVIT
1. I, the undersigned, do hereby certify that all the statements
made in the enclosed attachments are true and correct.
Name of Firm
Page 28 of 33
UNDERTAKING
Name of Firm
Page 29 of 33
Form: F-1
PIU Surat (Expressway), NHAI
Name of Work: Selection of Security Agency/ Manpower supply Agency/ Ex-servicemen
Agency for providing service of Traffic Marshals at Various Toll Plazas of
Gujarat/Maharashtra States under jurisdiction of NHAI, PIU Surat (Expressway) office on
purely contract basis.
PRICE SCHEDULE
Rate of
Minimum
Wages to Agency Service
Total No.
Sr. be Charges
Description of Work / of Traffic
No Unit payable
Service Marshal
. under
required*
Semi
Skilled (% age in (% age in
Category figure) Words)
1 2 3 4 5 6 7
Deployment of Traffic
Marshals at 07 Toll plazas
in Gujarat / Maharashtra
1 States under jurisdiction No. 42* Rs. 12,990
of NHAI, PIU Surat
(Expressway) as per
enclosed list
The number of Traffic Marshal may be reduced as per the discretion of NHAI without any
+
implication to NHAI.
* Agency service charge to be quoted by Agency shall be on percentage basis only.
The GST should be paid by the agency separately for the bill purpose of NHAI and GST will
# reimburse to Agency on production of proof of payment alongwith certificate issued by the
Chartered Accountant.
Page 30 of 33
Bill of Quantities (BOQ) – Price part
Name of Work: Selection of Security Agency/ Manpower supply Agency/ Ex-servicemen
Agency for providing service of Traffic Marshals at Various Toll Plazas of Gujarat
/Maharashtra State under NHAI, PIU Surat (Expressway) Office on purely contract basis
Nos. of
Total No of
Name of Location Traffic
Sr. Name of Traffic
Project / (at Km)/ Marshal Remarks
No. Toll Plaza Marshal
Section Chainage required per
required
shift
1 2 3 4 5 6 7
Vadodara – For 03
Bharuch Karjan Toll shifts of
1 Km 157.750 2 6
section of NH-8 Plaza 8.00 hrs
(New NH-48) each
Bharuch - Surat For 03
section of NH-8 Mandva shifts of
2 Km 195.800 2 6
Narmada Toll Plaza 8.00 hrs
Bridge each
For 03
Bharuch - Surat
Choryasi shifts of
3 section of NH-8 Km 245.750 2 6
Toll Plaza 8.00 hrs
(New NH-48)
each
For 03
Surat - Dahisar
Boriach Toll shifts of
4 section of NH-8 Km 297.360 2 6
Plaza 8.00 hrs
(New NH-48)
each
For 03
Surat - Dahisar
Bhagwada shifts of
5 section of NH-8 Km 356.200 2 6
Toll Plaza 8.00 hrs
(New NH-48)
each
For 03
Surat - Dahisar
Charoti Toll shifts of
6 section of NH-8 Km 420.340 2 6
Plaza 8.00 hrs
(New NH-48)
each
For 03
Surat - Dahisar
Khaniwade shifts of
7 section of NH-8 Km 474.100 2 6
Toll Plaza 8.00 hrs
(New NH-48)
each
Total Nos. of Traffic Marshal required at 07 Toll Plazas 42 ----
Page 31 of 33
FORM OF AGREEMENT (PIU)
AGREEMENT
AND WHEREAS the Employer invited bids from eligible bidders for the execution of
certain works, viz………………………………………………
AND
AND
WHEREAS the Contractor by a deed of undertaking dated _______ has agreed to
abide by all the terms of the bid, including but not limited to the amount quoted
for the execution of Contract, as stated in the bid, and also to comply with such
terms and conditions as may be required from time to time.
AND WHEREAS the contractor has agreed to undertake such works and has furnished a
performance security pursuant to clause 4 of General Condition of Contract.
1. In this agreement words and expressions shall have the same meaning as
are respectively assigned to them in the conditions of contract hereinafter
referred to;
2. The following documents shall be deemed to form and be read and construed
as part of this agreement viz.
a) Agreement,
b) Letter of Acceptance / Work Order
c) Notice Inviting E-Tender
d) Instructions to Bidders
e) Terms & Conditions of Contract
f) Qualification Information
g) Scope of Work
h) Bill of Quantities
i) Any other documents (if any)
Page 32 of 33
The foregoing documents shall be construed as complementary and mutually
explanatory one with another. Should any ambiguity or discrepancy be noted
then the order of precedence of these documents shall be subject to the order
as listed above and interpreted in the above order of priority.
For and on behalf of National Highways Authority of India, New Delhi – 110 075
2. Name : 2. Name:
Address: Address: