3.

4.

Office of the Commissioner Central Excise Commissionerate, J& K
OB-32, Rail Head Complex, Jammu.

C.No. I-II(1)Admn/Hqrs/JK/2017/ Dated:- 22.05.2017

TENDER NOTICE FOR HIRING OF OFFICE ACCOMMODATOIN IN JAMMUAND KASHMIR

Commissioner, Central Excise Commissionerate, Jammu & Kashmir, Jammu invites applications for hiring suitable office accommodation with modern infrastructure parking space preferably in modern area for GST Division and Range offices at Jammu Division:-Channi Himmat /Sainik Colony, Akhnoor Road, Rajouri, Udhampur, Katra, Batote, Kathua, Samba Town, Vijaypur Town, and Range offices at Srinagar Division:-District Headquarters of Baramula, Anantnag,Pulwama andLeh (Details in Annexure-I)

  1. The details of locations of proposed GST Offices along with carpet area required are provided inAnnexure-I along with the tender documents. The documents are as follow:

a)Annexure - I ; Detailed list of required office premises at specified

Locations and approximate area required.

b)Annexure-II:Terms and Conditions.

c)Annexure-III:Proforma for Technical Bid-Part-I

d)Annexure-IV:Proforma for Financial Bid-Part-II

3.The tenders should be submitted in two parts (Part -I Technical Bid and Part-II : Financial Bid) in separate sealed covers. Tenders should be addressed in the name of Commissioner, Central Excise Commissionerate, OB-32, Rail Head Complex, Jammu for Jammu Division and Assistant Commissioner, Central Excise Division, Hotel Mini Ikhwan, Bishamber Nagar, Srinagar for Srinagar including Leh.

4.The Tender documents along with Annexure can be obtained from Superintendent (Hqrs),Central Excise Commissionerate, J&K, Jammu and Superintendent (Hqrs), Central Excise Division, Hotel Mini Ikhwan, Bishamber Nagar, Srinagar, during office hours from 09.00 am to 05.30 pm on any working day or can be downloaded from,Last date of receipt of Tender is05.06.2017 till 17:00 Hours.

5.Date of opening of Tenders (Technical bids only) is12.00 hours on 06.06.2017.

6.Financial Bids of only those bidders that fulfill all the terms and conditions will be opened separately and the date of opening of financial bids will be informed accordingly.

7.Carpet area of Office premises required at each location detailed in Annexure -I are approximate figures and are subjectto Change, as per the final requirements of the Department. Commissioner, Central Excise, Jammu & Kashmir, Jammu reserves therightto make any changes and his decision would be final.

8.The rent will be approved by the competent authority on the basis of assessment and recommendation of CPWD and the owner should be willing to accept the rates as approved.

9.For further details please visit ourofficewebsite -

ADDITIONALCOMMISSIONER (P&V)

CENTRAL EXCISE COMMISSIONERATE, JAMMU

ANNEXURE-I

Sl. No / Location (Preferred within 1 km radius of this place) / Total area required
(Carpet area in sq.ft)
1 / Channi/Sainik Colony / 1485 sq. ft.
2 / Akhnoor Road / 1485 sq. ft.
3 / Rajouri District HQ / 1485 sq. ft.
4 / Udhampur (Dhar Road) / 1485 sq. ft.
5 / Katra Town / 1485 sq. ft.
6 / Batote Town / 1485 sq. ft.
7 / Samba Town / 4637 sq. ft.
8 / Vijaypur Town / 1485 sq. ft.
9 / Kathua District HQ / 2970 sq. ft.
10 / District Headquarter Baramula / 1485 sq. ft.
11 / District Headquarter Anantnag / 1485 sq. ft.
12 / District Headquarter Pulwama / 1485 sq. ft.
13 / District Headquarter Leh / 1485 sq. ft.

Annexure-II

General Terms and Conditions:-

The building should have proper infrastructure, adequate parking facility and separate wash rooms for ladies and gents. Technical bid should specify the total area,
covered area, parking available, location certificate of ownership along with right to rent the
property, provision for electricity and any other detail renderer would like to furnish. The
landlord will provide rooms or constructed cabins as per requirement at their own cost.
Financial bids would be considered only after technical bid are found suitable as per the
requirement of the department. The applicant should be ready to lease out the accommodation
for minimum period of 3 years and all the taxes in r/o building will be borne by the owner. The
offer should contain a categorical statement that rent assessed by CPWD and other
prescribed condition as per Central Govt. norm for hiring accommodation shall be
acceptable.

1. The minimum criteria for prequalification will be as under:

a.The Applicant(s) should be the bonafide Owner(s) or Power of Attorney Holder(s) of
the Premises

b.The Applicant(s) should be an Income Tax assesses (s) with PAN No. and its Tax
returns must be up-to-date.

c.The building should be constructed as per the sanctioned/approved Plan of the
competent development Authority The building should be well maintained

d. The Premises should be situated in good residential/commercial locality preferably on ground floor with proper accessibility and provision for dedicated parking.

e. The building should be free from Hazards like fire, water logging, flood, etc.

f. Supply of adequate potable water round the clock should be available at the premises and appropriate approvals/sanctions from the local municipal authorities should be in hand.

g.The landlord should clear all the outstanding charges (mortgages/lease/assessment/gift etc) and pending dues (arrears of taxes/electricity/telephone/water) andotherstatutory obligations of Municipality, Corporation as well as of revenue authorities.

h.The occupancy certificate of the premises (in case of Apartments) from the local
Authorities should be available for leasing the premises.

i.The landlord should be in a position to give vacant possession of the premises
immediately after carrying out necessary changes/alterations as required by the Office.

Method of submitting Tenders: Tenders should be submitted in two parts i.e Part-I for Technical bid and Part-II for financial bid duly filled up. Both the Annexures/bids should be kept in separate envelope which may be scribed as Annexure-III & Annexure-IV. These both envelopes should be kept in another sealed cover subscribing Tender for Office Accommodation which will be in the name of Commissioner,Central Excise Commissionerate, Rail Head Complex,Jammufor Jammu Division and Assistant Commissioner, Central Excise Division, Hotel Mini Ikhwan, Bishamber Nagar, Srinagar for Srinagar Division and Leh. The technical bids will be opened on06.06.2017 at 12.00 hoursby the Tender Committee. The tenders will be short listed on the basis of their technical competency after opening of Annexure-III and due verification as deemed fit. Financial Bids (Annexure-IV) of only those bidders will be opened who are short listed on the basis of their technical bid (Annexure-III). Date of opening of financial bids will be informed accordingly.

For any clarification in the matter, prior appointment may be made with the Administrative Officer, Central Excise Commissionerate, Rail Head Complex Jammu and Administrative Officer, Central Excise Division, Hotel Mini Ikhwan, Bishamber Nagar, Srinagar for Srinagar.

Commissioner,Central Excise Commissionerate, Rail Head Complex Jammureserves the right to postpone or extend the date of receipt/opening of Rates/Quotation or to withdraw the same, without assigning any reason thereof.

2. Lastdate for submission of Tender :05.06.2017 till 17:00 Hours.

3. Place for submission –Office of the Commissioner,Central Excise Commissionerate, OB-32, Rail Head Complex, Jammu and Assistant Commissioner, Central Excise Division, Hotel Mini Ikhwan, Bishamber Nagar, Srinagar for Srinagar Division and Leh.

4. Tenders will be opened at Hqrs. office, Jammu/SrinagarConcerned parities will be informed accordingly.

5. Bidder should ensure that the tender is received by the Office before the last date within time

No consideration whatsoever shall be given for postal or any kind of delay. Tenders received after the specified date and time are liable to be rejected and the decision is at the sole discretion of the Office.

6. This office reserves the right to accept or reject or cancel any or all tenders without
assigning any reason thereof and also reserve the right to place the order to any technically
suitable Bidder/s who may not be the lowest as it deemed fit and proper.

7. Only unconditional tenders will be accepted. Any conditional tender will be liable for
rejection.

8. This Office will shortlist the offers based on information provided in Technical Bid tender in
accordance with Office's requirement, viz., locality of the proposed site, area of the premises
offered, accessibility from main road, parking space provided, amenities & other infrastructure provided (like lift, back up DG set etc) and other essential requirements spelt out in Technical Bid.

9. The Financial Bid would be opened after short listing of Offers based on Technical Bid. Financial bid would be opened only for those short listed offers, on a future date and will be intimated to the short listed bidders at a later date.

10. The decision by this office on selection of the prospective offer is final.

11. In case of dispute, the decision of this office will be final and binding on all.

12. Rent:The rent will be approved by the competent authority on the basis of assessment and recommendation of CPWD and the owner should be willing to accept the rates as Approved.

This Office shall start paying the rent from the date of taking of possession from the
landlord. Before taking possession, it shall be ensured that necessary occupancy certificate is
obtained from the appropriate authorities by the landlord and alterations agreed to be carried
out by the landlord have actually been carried out to this Office's satisfaction. Joint
measurement of the premises will be taken based on floor area.

13. Execution of the lease Documents: Once the premise is taken on lease by this Office, the Leaser deed as per the Office's Standard lease format shall be executed and it shall be
registered with the appropriate authorities. The stamp duty charges relating to the registration
shall be borne by the landlord.

14. Any other government norms will be followed regarding hiring building for Government Office.

15. The lease period shall be for 03 years mandatory, extendable on need basis or on
mutual understanding and will be fixed rent will be fixed for 03 years and there will be no provision
for enhancement of rent for the period under reference.

16 . Following Documents should be attached with the bid-

I. Documents for proof ofowner ship

2.Location map and building map from competent authority.

3.Sketch plan drawn to scale

4.Photographs showing exterior as well as interior of the building

5.Completion certificate from concerned authority

6.Permission to construct of building

7.Building use permission

8.Clearance/NOC Certificates from all competent authorities including fire department for use as office

premise conforming to the MC Rules/Bye Rules
9. Copy of PAN/TAN number

10.Various Tax receipts (property, MC tax, electricity bill etc.)

11.Copy of IT Return for last 03 years

ADDITIONAL COMMISSIONER (P&V)

Central Excise Commissionerate,

Jammu.

Copy to:

1)The Superintendent (System), Central Excise Commissionerate, OB-32, Rail Head Complex, Jammu for posting the said Tender Notice on official website.

2)Administrative Officer for displaying on Notice Board.

ADDITIONAL COMMISSIONER (P&V)
Central Excise Commissionerate,

Jammu.

PART-1

ANNEXURE-III

TECHNICAL BID PROFORMA
01. / Full Particulars of the legal owner/owners of the premises:
(i)Name
(ii)Address of office & Residence
(iii)Telephone No./Mobile no.
(iv)Tele Fax
(v)E-Mail Address
(vi)PAN No.
(vii)The location and full address of the Accommodation
02. / Full particulars of person(s) offering the premises on rent/lease and submitting the tender:
03. / Status of the applicant with regard to the accommodation offered for hiring (enclose power of attorney also if the applicant is other than owner)
04. / Type of building – commercial or residential
05. / (a)Complete Address and location of the building:
(b)Details of the Accommodation offered for rent (viz. carpet area, no. of floors, floor wise area) (Enclose Certified Sketch Plan also)
06. / Detailed approved plan of the Accommodation
07. / Date of construction
08. / Exact carpet area (Floorwise)
09. / Exact built up area
10. / Floor Number to be offered
11. / No. of floors in the building
12. / Other Facilities and amenities available with the building
13. / No. of lifts available/carrying and their capacity with make.
14. / (a)Area of parking space available for department.
(b)No. of vehicles which can be parked there
(Four wheeler & two wheeler pl. specify separately
(c)Whether parking area is with shed/covered (pl. specify yes or No)
15. / (a) Whether accommodation offered for rent is free from litigation including disputes in regard to ownership.
(b) Pending taxes/dues, if any.
16. / Clearances/no-objection certificate form all the relevant central /state/municipal authorities and Fire Department for use as office/ commercial premises confirming the municipality laws
17. / (a)Whether running water, drinking and otherwise, available round the clock.
(b)Whether sanitary and water supply installations have been provide for?
(c)No. of Toilets and its area.
(d)No. of Rooms with attached Toilet.
18. / Whether separate electricity connection and sufficient installation has been provided for?
19. / Sanctioned Commercial electricity load.
20. / (a)Whether electrical installation and fitting, power, plugs, switches etc. provided or not?
(b)Whether building has been provided with fans in all rooms or not?(if yes, give the Nos.of fans floor wise
(c)Details of power back-up facility
(d)space for installation of Generator/DG set
21. / Details of Fire Safety Mechanism, if any
22. / Whether the building is earth quake resistant.
If so, please provide a certificate from the competent authority
23. / Any other salient aspect of the building, which the party may like to mention:
24. / Distance from location mentioned in Annexure I
25. / Surrounding of the Building ( North, East, West, South)
26. / Date of external/internal painting on the Wall and doors/ window
27. / Whether floor is of Vertified tile/ marbles/ Granite (Pl. specify)
28. / Whether the owner has any objection on construction of temporary rooms/cabins by the department as per requirement .
29. / Insurance of the Property valid upto (Pl. specify the date)
30. / Width of the approach road on which the Building is located.
31. / Whether the premises is vacant and available;
32. / Mention specifically any hazards, industrial or otherwise, associated with the building or surroundings which are harmful for human.
33. / Name of the office or persons with occupation already rented out in the same building (pl. attach copy of agreement)
34. / Name of the documents attached with Technical Bid in support of the above.

Declaration

(i)I/we have read and understood the detailed terms and conditions applicable to the subject offer as supplied with the bid documents and agree to abide by the same totally.

(ii) It is hereby declared that the particulars of the buildings etc. as furnished against the individual items are true and correct as per my/our knowledge and belief and in the event of any of the same being found to be not true, I/We shall be liable to such consequences / lawful action as the Department may wish to take

Signature of Legal Owner/ Power of Attorney Holder

PART II

ANNEXURE –IV

FINANCIAL BID PROFORMA
1 / Name & Address of the applicant with Phone Nos.
2 / Status of the applicant with regard to Building/Accommodation offered for hire by the owner or power Attorney Holder
3 / Full Particulars of the owner:
(i)Name
(ii)Address(es)
(iii)Telephone Nos / Mobile Nos.
(iv)Business
(v)Residential
(vi)Tele Fax No.
(vii)Pan Card (Photo copy)
4 / Rent per square feet of the carpet area per month as mentioned in Technicla Bid (In Indian Rupees). The rent will be inclusive of all taxes to be borne by the house owner as per terms and conditions of the Tender
5 / Rnt for providing space for parking DG Set pl. specify separately.
6 / Rent for providing other facility (if any) pl. specify separately.

Signature of Legal Owner/ Power of Attorney Holder