Sie sind auf Seite 1von 6

DR. A.P.J.

ABDUL KALAM TECHNICAL UNIVERSITY


(Formerly
Formerly Uttar Pradesh Technical University
University)
11, Jankipuram Vistar Yojna, Lucknow, Uttar Pradesh
Sec-11,

Date: 04 September, 2019

TENDER CORRIGENDUM/ADDENDUM

No: AKTU/STORE/571
Following corrigendum is issued with respect to Tender Notice No:
date 02 August, 2019 for "HIRING
HIRING OF MANPOWER PROVIDING AGENCY For AKTU AKTU".

Sr. Point Original Tender Modified Clause


No Number Clause/Corrigendum
Clause Clause
1 Point No. 1.4. Last date of bid submission : Last date of bid submission :
Key Events & 05 September,
Septembe 2019 at 1700 hrs 13 September,
September 2019 at 1700 hrs
Dates
Technical bid opening : Technical bid opening :
06 September,
September 2019 at 1400 hrs 14 September,, 2019 at 11400 hrs
2 SECTION II- Bidder should have an annual turnover Bidder should have an annual turnover of
Qualification of at least Rs. 10crores in each of the at least Rs. 06 crores in each of the
Criteria preceding three Financial years (i.e. preceding three Financial years (i.e. 2016-
2016
2016-2017,
2017, 2017-2018
2017 & 2018-19) 2017, 2017-2018
2018 & 2018-19)

Financial year 2018-19


2018 CA Certified
provisional turnover Certificate is
allowed.
Rest all other clause are applied for FY
2016-17, 2017
17, 2017-18
3 3.10 Payment Payment of those items of the bill in Payment of those items of the bill in
Terms respect of which there is no disp
dispute and respect of which there is no dispute shall
of items in dispute for quantities and/or be processed within 15 days after bills
rates as approved by Registrar will, as submission.
far as possible, be made within a period
of 4(four) months, the period to be
reckoned from the date of receipt of the
bill by the office of the Registrar
complete with
wit the required statements,
certificates and documents etc. as
required.
required
4 Section III- The firm/contractor shall take a Since ESIC Applied for Employees
Scope of Work Workmen Compensation Insurance 15000/ wages so WCIP is not
Under 15000/-
Point-I Policy to cover all its persons deputed required in such cases.
in the University so as to provide
complete cover against all liabilities
under the Workmen’s Compensation
Act, 1923 and submit the same to the
Registrar.
5 5.15 Opening of 5.15 Opening of Bids Opening of Bids
Bids The evaluation of the tender Opening of Technical Bid
documents will be based on both In the event of the specified date of Bid
technical and financial bids. The opening being declared a holiday for
weightage for technical bid would be AKTU, the Bids shall be opened at the
55% and financial bid would be same time and location on the next
45%. working day.
5.15.1 Opening of Technical Bid Overall Bid Evaluation
The Bid shall be opened in AKTU iv. Evaluation Committee will evaluate
on the specified date and time. In and compare the bids determined to be
the event of the specified date of substantially responsive.
Bid opening being declared a v. Substantially Responsive bid: A
holiday for AKTU, the Bids shall substantially responsive bid is one,
be opened at the same time and which confirm to all the requirements,
location on the next working day. terms, conditions and specifications of
the Request for Proposal without any
5.15.2 Evaluation of Technical Bid material deviations.
vi. Deviations from or objections or
The breakdown of marks with reservations to critical provisions such
respect to technical bid will be as as those concerning performance
under : security, warranty, applicable Law,
(a) Experience : 25 marks taxes and duties will be deemed as
(b) Turnover : 18 marks material deviation.
(c) Track record (feed Bids Not Considered For Evaluation
back from clients) : 12 marks, Bids that are rejected during the Bid
The approximate requirement of opening process due to incomplete
workman, subject to variation as documentation or late receipt shall not be
per actual requirement, is considered for further evaluation. The
tentatively projected. AKTU, in its discretion, reserves the right
a. Tender Evaluation Committee to reject all or any of the Bids without
(TEC) duly appointed by assigning any reason.
AKTU shall evaluate the Technical Bid Evaluation
Technical Bids. i. The objective of the Technical bid
b. The evaluation shall be done evaluation is to short list bidders
for only those Bidders, whose who have the technical
Bid Document Fees & EMD expertise/skills that are essential to
amount is in order as per the establish / implement this business
RFP. activity as envisaged.
c. Bidders need to fulfill all the ii. The technical bids shall be evaluated
Qualification conditions by the Evaluation Committee based
mentioned in Qualification on each bidder’s ability to satisfy the
Criteria of the RFP. TEC will requirements set forth in the RFP
examine the Bids to determine Document. The Evaluation
whether they are complete, Committee will evaluate the
whether the Bid format technical proposals by taking into
conforms to the RFP account factors mentioned below
requirements, whether 1. Experience : 20 Marks Is
documents have been properly Categorized as Below- Certificate of
signed, and whether the Bids Incorporation with experience proof
are generally in order. of works executed to proof the
d. Bids of Bidders whose commencement of Business.
Qualification proposal does not a) 5 Year .... 05 Marks
meet the set criteria shall be b) 5-10 years .....10 Marks
rejected forthwith. c) 10-15 years .....15 Marks
e. TEC may seek oral d) 15 Years and above ...20 Marks
clarifications with the Bidders. 2. Turnover-10 Marks ( Last three
The primary function of Financial Years) (for lead partner in
clarifications in the evaluation case of (vertical Exp Enclosed)
process is to clarify a) Rs 50.00 Crores .....05 Marks
ambiguities and uncertainties b) Above Rs 100.00 Cores ....10 Marks
arising out of the evaluation of 3. Track Record to be Taken as
the Bid Documents. The Technical Presentation-20 Marks
Committee may seek inputs a) ISO/SA/OHSAS Certificate etc.-
from their professional, More than 3 years.
technical faculties in the b) Presence in other states.
evaluation process. c) Performance Certificates- Award
f. Conditional Bids will be & Accreditations.
rejected. d) Methodology Plan- Plan for
g. The decisions of the Tender execution education institute
Evaluation Committee on experiences .
whether the tenders are
responsive or non-responsive The information furnished by the bidders
will be final. in the technical bid shall be the basis
h. A Bidder, at any stage of for this evaluation.
tender process or thereafter, in Each of the Technical bids shall be
the event of being found after evaluated on a score of 50 points
verification by the Tender iv. Each Proposal will be evaluated
Inviting Authority, to indulge according to the following criteria,
in concealment or but not limited to:
misrepresentation of facts, in a. Project objective, scope of work
respect of the claims of the and understanding along with
offer, shall be debarred/black past experience in projects
listed and agreement / contract executed of similar nature.
/ LOI / work order will be Bidders must demonstrate their
cancelled. experience.
5.15.3 Bids Not Considered For b. The Evaluation Criteria along
Evaluation with the relevant marks for each
Bids that are rejected during component is summarized above.
the Bid opening process due to c. Capability of the Proposed Team:
incomplete documentation or Experience and capability of the
late receipt shall not be proposed team in similar
considered for further projects/technologies and
evaluation. The AKTU, in its relevant certifications, if any, of
discretion, reserves the right to the project team, which might
reject all or any of the Bids help in project delivery.
without assigning any reason. v. Final Score Computation: Based on
5.15.4 Criteria for Evaluation and the technical evaluation
Comparison of Technical Bids methodology, each Technical Bid
d. Bidders need to fulfill all the will be assigned a technical score
qualification conditions out of a maximum of 50 marks as
mentioned in Qualification per the Technical specification.
Criteria of the RFP. Tender Evaluation Criteria Table.
Evaluation Committee (TEC) The individual bidder technical scores
will examine the Bids to will be calculated as follows:
determine whether they are iv. Bidders with score of 40 and above in
complete, whether the Bid the technical bid shall be considered
format conforms to the RFP as technically qualified provided he
requirements, whether scores more than or equal to 15 marks
documents have been properly in the technical presentation as
signed, and whether the Bids mentioned above.
are generally in order. The financial bid of only the
e. The Bidder needs to strictly technically qualified bidders shall
adhere to the formats provided be opened.
and provide information v. Technical Presentations: Each bidder
against each of the line items. to make a presentation on their
Any non-conformance shall proposed solutions to the Evaluation
constitute a deviation from Committee and the key points in their
RFP conditions. proposals.
f. All relevant documentary vi. The Evaluation Committee may waive
proofs should be submitted any minor infirmity, nonconformity or
along with the offer. Failure to irregularity which does not constitute
submit the Documents along a material deviation, provided such
with the offer could result in waiver does not prejudice or affect the
disqualification of the Bid. relative ranking of any bidder. The
5.15.5Opening of Financial Bids Tender Evaluation Committee
h. Only the Financial Bids of reserves the right to reject any or all
those firms qualified in the proposals on the basis of any
detailed scrutiny and deviations.
evaluation of the Technical (Please note, the bidders are requested
bid conducted by the Tender to furnish the relevant document in the
Evaluation Committee / order it is mentioned in the technical
Tender Inviting Authority score table for error free scoring of
shall be opened in the second technical marks, even if the same
round. document is furnished before in the
i. The Financial Bid shall be pre-qualification requirement)
submitted in the format given
in this document as Financial Criteria for Evaluation and
Bid Form (Format – 7). The Comparison of Technical Bids
Financial Bids submitted in g. Bidders need to fulfill all the
any other formats will be qualification conditions mentioned
treated as non-responsive and in Qualification Criteria of the RFP.
not considered for tabulation Tender Evaluation Committee [TEC]
and comparison. will examine the Bids to determine
j. The Price offered should be whether they are complete, whether
given strictly on the format the Bid format conforms to the RFP
given in the Financial Bid requirements, whether documents
only. The Bidder must quote have been properly signed, and
all items. whether the Bids are generally in
k. The financial bid offer should order.
have detail of all payable taxes h. The Bidder needs to strictly adhere
and cess. to the formats provided in RFP and
l. Financials Offered shall be in provide information against each of
Indian Rupees. the line items. Any non-conformance
m. If the contract attracts any shall constitute a deviation from RFP
statutory deductions, the same conditions.
will be deducted while settling i. All relevant documentary proofs
the payment. should be submitted along with the
n. There should not be any offer. Failure to submit the
hidden costs. Documents along with the offer
o. In addition to supply and could result in disqualification of the
installation of goods; if AKTU Bid.
requires AMC, then separate Opening of Financial Bids
quote should be given for p. Only the Financial Bids of those
AMC in financial bid. firms qualified in the detailed
5.15.6 Comparison of Financial Bids scrutiny and evaluation of the
c. The commercial quote of the Technical bid conducted by the
Lowest Bidder shall be Tender Evaluation Committee /
notified as L1. In case L1 Tender Inviting Authority shall be
offers to execute the work as opened in the second round.
per the schedule and location q. The Financial Bid shall be
specified in the RFP, the submitted in the format given in this
Tender Evaluation Committee document as Financial Bid. The
(TEC) then shall have the Financial Bids submitted in any
rights to give the order to the other formats will be treated as non-
L1. AKTU may award the responsive and not considered for
contract to the Bidder whose tabulation and comparison.
Bid is found to be most r. The Price offered should be given
responsive, competitive and strictly on the format given in the
technically sound. Financial Bid only. The Bidder must
d. L1 shall be decided on the quote all items.
basis of commercial quote for s. The financial bid offer should have
goods installation as well as detail of all payable taxes and cess.
AMC together. (L1=Quote for t. Financials Offered shall be in
goods installation and quote percentage (%) service change.
for AMC period) u. If the contract attracts any statutory
In case L1 backs out, the RFP shall be deductions, the same will be
cancelled & Bids shall be invited deducted while settling the payment.
again. L1 shall however be blacklisted v. There should not be any hidden
from participating in any future costs.
bidding of AKTU / Government of Comparison of Financial Bids
Uttar Pradesh projects and are liable e. The commercial quote of the Lowest
for legal action by AKTU / Bidder shall be notified as L1. In
Government of Uttar Pradesh. case L1 offers to execute the work as
per the schedule and location
specified in the RFP, the Tender
Evaluation Committee [TEC] then
shall have the rights to give the order
to the L1. AKTU may award the
contract to the Bidder whose Bid is
found to be most responsive,
competitive and technically sound.
In case L1 backs out, the RFP shall be
cancelled & Bids shall be invited again.
L1 shall however be blacklisted from
participating in any future bidding of
AKTU / Government of Uttar Pradesh
projects and are liable for legal action by
AKTU / Government of Uttar Pradesh.
In Case if L1 Bidders are more than
One then the tender evaluation
committee shall consider the marks
obtained in the technical evaluation
and thus recommend the L1 bidder
with highest marks obtained.
6 Format- 3 : License to engage in the business of This Point is deleted and is not required
Profile of The Private Security Agency issued by
Bidder Competent Authority
Point No-7
7 Format- 3 : Details of make, model, brand and This Point is deleted and is not required
Profile of The quality of tool, equipment and
Bidder consumables to be used
Point No-11
8 8.1 Format 1 – 8.1 Format 1 – Proposal Covering Bank Guarantee 05 % (Percent)
Proposal Letter
Covering Letter Bank Guarantee 10 % (Percent)
9 Section IV - The firm will provide an affidavit to This Point is deleted and is not required
General Terms this effect that “THIS IS TO
& Conditions CERTIFY THAT THE RATES
Point No-07 QUOTED for HIRING OF
MANPOWER PROVIDING
AGENCY TO AKTU, LUCKNOW
IS THE LOWEST. WE HAVE
NOT QUOTED/SUPPLIED AT
LESSER PRICE TO ANY
ORGANISATION WITH THESE
SPECIFICATIONS. IN CASE OF
NON-SUPPLY IN INDIA, THE
AFFIDAVIT TO THIS EFFECT
WILL HAVE TO BE SUBMITTED
BY THE FIRM.
All Other terms and conditions remains the same.

Registrar

Das könnte Ihnen auch gefallen