+ All Categories
Home > Documents > Sub: Invitation to E Tender for providing (1) trained and qualified … · 2019. 6. 28. · DVAT...

Sub: Invitation to E Tender for providing (1) trained and qualified … · 2019. 6. 28. · DVAT...

Date post: 03-Feb-2021
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
18
Regional Office, Medical Division, GB Block, Salt Lake City, Sector-III, Kolkata-700097 Website: www.esicwestbengal.org; E-Mail: ssmc- [email protected] No. 41-A-12/16/1/RECT/ESI-PGIMSR/SSMC/2016 Dated : 27/06/2019 Sub: Invitation to E Tender for providing (1) trained and qualified Lab.Technician & O.T. Technician and (2) Lab Attendant through agency and instructions to the tenderers. (NOTE: The envelope containing the tender as well as subsequent communications should be addressed and delivered to The A.C & R.D, WB & Sikkim, ESIC, GB Block, Salt Lake City, Sector-III, Kolkata-700097, West Bengal. All communications must be addressed to the officer named above by title only and not by name.) The Additional Commissioner & Regional Director, ESIC Kolkata invites E-tender from eligible Agencies / Contractors for “Services of (1) trained and qualified Lab.Technicians and O.T. Technicians and (2) The Lab Attendent through agency for ESI PGIMSR, Manicktala, Kolkata”. Specifications detailed in the schedule attached. The Tender application Form containing (1) Terms and conditions of contract (2) Application for provision of Contractual Staffs (3) Tender application form (4) Proforma for quoting rates are respectively attached in Annexure – I,II,III,IV. The Additional Commissioner & Regional Director reserves the right to reject any or all the tenders without assigning any reason thereof. The bidder has to submit a declaration under his signature and seal stating to complete the work as per tender condition and specification within the prescribed time limit. Bidders are requested that, before quoting their rates tender form may please be read out thoroughly (line by line), otherwise purchaser will be held responsible for any error/oversight. The agency should make a detail study of existing lift shaft and well and suggest details of the interfacing Civil and Electrical work, which are essential to be carried out by ESIC prior to installation of the Lifts. The form is a standard Form of Tender. Certain clause / clauses may not be applicable in some cases. So, Bidders are requested to ignore such clause / clauses, which are not applicable in the instant case. Tender documents is also available for viewing on the 'tenders' link of the website Employees' State Insurance Corporation i.e.www.ESIC.nic.in, & https://eprocure.gov.in/eprocure/app. The interested bidders should upload duly filled up tender form and their bids along with scanned copies of all the relevant certificates, documents, etc. in support of their technical & price bids all duly signed on the https://ESICtenders.eproc.in latest by 17.07.2019 upto 13:00 Hours. The successful Bidder (After Confirmation as L1 Bidder) only shall have to submit Earnest Money Deposit (EMD) @ 2% of the Estimated Value in the form of Demand Draft drawn in favour of “ESIC FUND A/c No. 1”, payable at Kolkata by hand or by post at Regional Office within 7 days after confirmation.
Transcript
  • Regional Office, Medical Division, GB Block, Salt Lake City, Sector-III, Kolkata-700097

    Website: www.esicwestbengal.org; E-Mail: ssmc-

    [email protected]

    No. 41-A-12/16/1/RECT/ESI-PGIMSR/SSMC/2016 Dated : 27/06/2019

    Sub: Invitation to E Tender for providing (1) trained and qualified Lab.Technician & O.T. Technician and (2) Lab Attendant through agency and instructions to the tenderers.

    (NOTE: The envelope containing the tender as well as subsequent communications should be addressed and delivered to The A.C & R.D, WB & Sikkim, ESIC, GB Block, Salt Lake City, Sector-III, Kolkata-700097, West Bengal. All communications must be addressed to the officer named above by title only and not by name.)

    The Additional Commissioner & Regional Director, ESIC Kolkata invites E-tender from eligible Agencies / Contractors

    for “Services of (1) trained and qualified Lab.Technicians and O.T. Technicians and (2) The Lab Attendent

    through agency for ESI PGIMSR, Manicktala, Kolkata”. Specifications detailed in the schedule attached. The Tender

    application Form containing (1) Terms and conditions of contract (2) Application for provision of Contractual Staffs (3)

    Tender application form (4) Proforma for quoting rates are respectively attached in Annexure – I,II,III,IV. The Additional

    Commissioner & Regional Director reserves the right to reject any or all the tenders without assigning any reason thereof.

    The bidder has to submit a declaration under his signature and seal stating to complete the work as per tender condition and

    specification within the prescribed time limit.

    Bidders are requested that, before quoting their rates tender form may please be read out thoroughly (line by line),

    otherwise purchaser will be held responsible for any error/oversight. The agency should make a detail study of existing lift

    shaft and well and suggest details of the interfacing Civil and Electrical work, which are essential to be carried out by ESIC prior to installation of the Lifts.

    The form is a standard Form of Tender. Certain clause / clauses may not be applicable in some cases. So, Bidders are

    requested to ignore such clause / clauses, which are not applicable in the instant case.

    Tender documents is also available for viewing on the 'tenders' link of the website Employees' State Insurance Corporation

    i.e.www.ESIC.nic.in, & https://eprocure.gov.in/eprocure/app.

    The interested bidders should upload duly filled up tender form and their bids along with scanned copies of all the relevant certificates, documents, etc. in support of their technical & price bids – all duly signed – on the

    https://ESICtenders.eproc.in latest by 17.07.2019 upto 13:00 Hours. The successful Bidder (After Confirmation as L1 Bidder) only shall have to submit Earnest Money Deposit (EMD) @ 2% of the Estimated Value in the form of Demand

    Draft drawn in favour of “ESIC FUND A/c No. 1”, payable at Kolkata by hand or by post at Regional Office within 7 days after confirmation.

  • Eligibility :

    All bidders are requested to follow the checklist at the time of submission of tender documents and must be enclosed self attested

    photocopy of under mentioned serial no. (i) to (vii).

    (i)Tender documents must be signed all pages and total no of pages in tender documents should be numbered serially.

    (ii) Work completion certificate/credential.

    (iii)Valid trade license.

    (iV) Valid Electrical/ Lift contractor license.

    (v) ESIC & PF Registration Certificate.

    (vi)ESIC & PF current challan copy.

    (vii)Audited Balance Sheet of Last 3 Years.

    Agencies having sufficient credential in any Govt. / PSU Sector / Semi Govt. / Autonomous body /

    Statutory body of India for undertaking similar nature of electrical job within last 3 years are eligible to apply. Agencies are requested to

    attach their respective credential certificate also with the tender paper at the time of dropping the tender paper.

    i) One similar work of value not less than 80% of the value of work to be executed or Two similar works of value not less

    than 50% of the value of work to be executed for each job within last three years.

    Acceptance of Tender :

    The Corporation reserves the right to change the scope of work and reject any or all tenders without assigning any reason thereof. The Corporation is also not bound to accept the lowest bidder. Successful bidder has to execute the work himself. He will not be allowed to

    sub-let the work to any other agency.

    Bidder are advised to follow other terms and conditions furnished in the enclosure carefully before making any entry or quoting rates. Any change/rectification of offered rates will not be considered afterwards. Agency should upload clear scan copies of relevant documents.

    Addl. Director & Regional Director ESIC, Plot No.-6, Block-GB, Sector-III, Salt Lake, Kolkata –700097 does not pledge himself to accept the lowest or any tender and reserve to himself the right of accepting the whole or any part of the tender.

    Acceptance by the purchaser shall be communicated in due course. You are requested that the instructions contained in the said

    communication should be acted upon immediately /as asked for.

    Sl.

    No.

    Particulars Date & Time

    1 Date of uploading of N.I.T. & other Documents

    (Publishing Date)

    27.06.2019

    2 Documents download/sell start date 27.06.2019 4:00 P.M.

    3 Documents download/sell end date 17.07.2019 1:00 P.M

    4 Bid submission start date 27.06.2019 4:00 P.M.

    5 Bid Submission closing 17.07.2019 1:00 P.M.

    6 Technical Bid opening date 18.07.2019 3:00 P.M

    7 Financial Bid opening date To be notified later

    8 Bid Security/EMD(Demand Draft in favour of ESI

    Fund A/c No.1 payable at Kolkata)

    Rs.3,00,000/-

    9 Performance Security/ Security Deposit (To be

    submitted by successful bidder at the time of

    agreement)

    10% of Bill Value

    P.T.O.

  • -2-

    In the event of the space on the schedule form being insufficient for the required purpose, additional pages may be added. Each

    such additional page must be numbered consecutively, bear the Tender Number and be fully signed by you. In such cases, reference to the additional pages must be made in the Tender Form.

    The Addl. Commissioner & Regional Director,WB & Sikkim, ESI Corporation, does not pledge himself to accept the lowest or any

    tender and reserves to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and you shall supply the same / execute the work at the rate quoted by you. You are at liberty to tender for the whole or any part.

    THE FIRM ARE REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER DOCUMENTWITHOUT

    WHICH THE OFFER IS LIABLE TO BE CANCELLED.

    CHECK LIST

    1 Bid Processing Fee Submitted [Yes/No]

    2

    Online submission of E-Tender on www.ESIC.nic.in, & https://eprocure.gov.in/eprocure/app Submitted [Yes/No]

    3 Earnest Money Deposit by Demand Draft only Submitted [Yes/No]

    4 Original Tender document must be signed all pages Submitted [Yes/No]

    5 Valid Trade Licence Submitted [Yes/No]

    6 PAN/TAN other statutory documents Submitted [Yes/No]

    7 Labour Licence Submitted [Yes/No]

    8

    ESI & EPF Registration Certificate for current year as well as for last 5

    (Five years) Submitted [Yes/No]

    9 The tenderer should have minimum 5 (Five) years experience (as on Submitted [Yes/No]

    31.03.2019) for supply of Manpower, out of which 2 (Two) years

    experience should be in the field of supply of Para-medical manpower and must

    submit valid certificate in this regard, along with the tender

    10 Audited Balance Sheet of last three financial years i.e. 2016-17, 2017-18 & 2018-19 Submitted [Yes/No]

    11. Audited income and Expenditure statement of last three financial years Submitted [Yes/No]

    i.e. . 2016-17, 2017-18 & 2018-19.

    12.

    Audited Profit and Loss Account of last three financial years i.e. . 2016-17, 2017-18

    & 2018-19. Submitted [Yes/No]

    13. Service Tax Registration Certificate/ GST Registration Certificate Submitted [Yes/No]

    14. Registration Certificate of Firm/Agency/Organization Submitted [Yes/No]

    15. PAN No. Submitted [Yes/No]

    16. Copy of latest ESI contribution deposit challan Submitted [Yes/No]

    17. Copy of latest EPF contribution deposit challan Submitted [Yes/No]

    18. DVAT Registration Submitted [Yes/No]

    19. Whether pages of bid documents numbered Submitted [Yes/No]

    20. Total Numbers pages of documents submitted mentioned in Annx-IV Submitted [Yes/No]

    21 Email id mentioned at Annexure-III [Yes/No]

    Yours faithfully,

    A.C & Regional Director

    Enclosures: Annexure – I (Instructions for E-Tendering and General Tender Terms & Conditions) Annexure – II (Special Tender Terms & Conditions) Annexure – III (Tender Application Form)

    Annexure – IV (Schedule Of Work /Proforma for quoting rates/ Specifications for PROVIDING qualified manpower

    through agency.

  • Annexure-I

    No. 41-A-12/16/1/RECT/ESI-PGIMSR/SSMC/2016 Dated : 27/06/2019

    Instructions for Online Bid Submission

    The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using

    valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in

    registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting

    their bids online on the CPP Portal.

    More information useful for submitting online bids on the CPP Portal may be obtained at:

    https://eprocure.gov.in/eprocure/app.

    REGISTRATION

    1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement

    Portal (URL:https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment”

    on the CPP Portal which is free of charge.

    2. As part of the enrolment process, the bidders will be required to choose a unique username and

    assign a password for their accounts.

    3. Bidders are advised to register their valid email address and mobile numbers as part of the

    registration process. These would be used for any communication from the CPP Portal.

    4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate

    (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA

    India (e.g. Sify / TCS / nCode / eMudra etc.), with their profile.

    5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to

    ensure that they do not lend their DSC’s to others which may lead to misuse.

    6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and

    the password of the DSC / e-Token.

    SEARCHING FOR TENDER DOCUMENTS

    • There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location,

    Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may

    combine a number of search parameters such as Organization Name, Form of Contract, Location,

    Date, Other keywords etc. to search for a tender published on the CPP Portal.

    Regional Office, ESI Corporation, GB Block, Salt Lake City, Sector-III, Kolkata-700097

    Website: www.esicwestbengal.org; E-Mail: ssmc-

    [email protected]

  • • Once the bidders have selected the tenders they are interested in, they may download the required documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.

    This would enable the CPP Portal to intimate the bidders through SMS / email in case there is any

    corrigendum issued to the tender document.

    • The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

    PREPARATION OF BIDS

    1. Bidder should take into account any corrigendum published on the tender document before

    submitting their bids.

    2. Please go through the tender advertisement and the tender document carefully to understand

    the documents required to be submitted as part of the bid. Please note the number of covers in

    which the bid documents have to be submitted, the number of documents – including the names

    and content of each of the document that need to be submitted. Any deviations from these may

    lead to rejection of the bid.

    3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

    tender document / schedule and generally, they can be in PDF / XLS

    4. / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white

    option which helps in reducing size of the scanned document.

    5. To avoid the time and effort required in uploading the same set of standard documents which

    are required to be submitted as a part of every bid, a provision of uploading such standard

    documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the

    bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to

    upload such documents. These documents may be directly submitted from the “My Space” area

    while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the

    time required for bid submission process.

    SUBMISSION OF BIDS

    • Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

    • The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

    • Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument / scan copy.

    • Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the

    scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be

    rejected.

  • • Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format

    with the tender document, then the same is to be downloaded and to be filled by all the bidders.

    Bidders are required to download the BoQ file, open it and complete the white colored (unprotected)

    cells with their respective financial quotes and other details (such as name of the bidder). No other

    cells should be changed. Once the details have been completed, the bidder should save it and submit it

    online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will

    be rejected.

    • The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders

    should follow this time during bid submission.

    • All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until

    the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer

    128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document

    that is uploaded to the server is subjected to symmetric encryption using a system generated

    symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public

    keys. Overall, the uploaded tender documents become readable only after the tender opening by the

    authorized bid openers.

    • The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

    • Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with

    the bid no. and the date & time of submission of the bid with all other relevant details.

    • The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

    ASSISTANCE TO BIDDERS

    Any queries relating to the process of online bid submission or queries relating to CPP Portal in

    general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is

    1800 233 7315. Foreign bidder can get help at +91-79-40007451 to 460.

  • GENERAL TERMS AND CONDITIONS FOR TENDER

    INSTRUCTIONS

    1. PREPARATION OF TENDER:

    a. The Tender form containing the Terms and Conditions (General and Special) and the Schedule should be returned in original after filling up the form and duly signing in full on each page with stamp, whether you are quoting for any item or not. If any item in the schedule is not being tendered for, the corresponding space against the item should be defaced by writing “not quoting”.

    b. In the event of the space on the schedule form being insufficient for the required purpose, additional pages may be added. Each such additional page must be numbered consecutively, bear the Tender Number and be duly signed and stamped by you. In such cases, reference to the additional pages must be made in the Tender Form.

    c. If any modification of the schedule is considered necessary, you should communicate the same by means of separate letter sent with the Tender.

    d. The Tenderer shall give full assistance and information as may be required in connection with the contract to the AC & RD or any other officer nominated by him to inspect the premises of the tenderer at all reasonable times.

    2. SIGNING OF TENDER:

    a) The tender is liable to be rejected if complete information is not given therein or if the particulars and date (if any) asked for in the tender are not duly & fully filled in. Particular attention may be given to the dates of delivery, places of delivery and also to the particulars referred to in the conditions of contract so as to comply with them.

    b) Individuals signing tender or other documents connected with the contract must specify: i) Whether signing as a ‘Sole Proprietor’ of the firm or his Attorney? ii) Whether signing as a ‘Registered Active Partner’ of the firm or his Attorney? iii) Whether signing for the firm ‘Per Procreation’?

    In the case of companies and firms registered under the Indian Partnership Act, the capacity in which signing e.g.

    Secretary, Manager, and Partner etc. or their attorney and produce copy of documents, empowering him to do so, if called upon to do so.

    NOTE: In case of unregistered firms, all the members or all Attorneys duly authorized by all of them or the Manager of the firm should sign the tender and subsequent documents.

    3. DELIVERY OF TENDER:

    The original copy of tender (Annexure – I to annexure - IV), duly completed and signed on each page, should be submitted, enclosed in a double cover. The outer as well as the inner covers should be sealed and addressed to the A.C & Regional Director). At the top of the inner and outer cover, the following words should be written in block letters. “E-Tender for services of (1) trained and qualified Lab Technician/OT Technician and (2) Lab Attendant through agency for ESI-PGIMSR, Manicktala”.

    The right to ignore / reject any tender, which fails to comply with the above instructions, is reserved. All outstation tenders should be sent by Registered Post. Only one tender should be included in one cover. 4. LATEST HOUR FOR RECEIPT OF THE TENDER:

    Your tender must reach this office not later than the date and time notified in the Tender Notice stated in the schedule of tender. Any tender received after that shall be rejected. In the event of the stipulated date of opening of the tender being declared a closed holiday for Govt. Offices, the date of opening of the tender(s) will be the next working day. 5. PERIOD FOR WHICH THE OFFER WILL REMAIN OPEN:

    i) All tenders should remain valid for acceptance for a period of twelve months from the date of opening of the

    tender or for such period as stated in Special Terms & Conditions. ii) The contract / tender, if awarded, shall be valid initially for one year from the date of award of Contract

  • or till regular recruitment process is completed, whichever is earlier subject to continuous satisfactory performance and on failure on this aspect by the contractor, the Competent Authority will reserve the right to terminate the contract.

    iii) Quotations qualified by such vague and indefinite expressions such as ‘subject to immediate acceptance’; ‘subject to prior sale’ etc. will not be considered.

    6. OPENING OF TENDER:

    The tender shall be opened on the date and time mentioned here in the document. All tenderers and/or their representatives, if they should desire, may be present at the opening of the tender at the date and time as specified in the schedule. 7. PRICES:

    ii) Prices quoted must be meaningful and measurable in the context. iii) The prices quoted must be per unit shown in the schedule inclusive of all packaging and delivery charges

    wherever applicable. Refunds on account of returnable package (if any) are to be separately specified. Price & Fund must be clearly shown in figures and words in Indian Currency.

    iv) Tenderers should clearly specify whether prices quoted are inclusive of Service Tax/ VAT / duties / statutory charges or such charges as extra. Where no specific mention is made to Service tax / VAT/ or other duties, prices quoted shall be deemed to be inclusive of such taxes / charges.

    8. SUPPLY OF MAN POWER

    a) The delivery of the stores / execution of work / providing the services etc. are required within a period as specified and as the place mentioned therein.

    b) The tenderer shall deliver the stores/ execute the work at the destination / space defined to the consignee / authority in good order (of which the AC & RD, WB & Sikkim shall be the sole judge) within the limits of the time as deemed reasonable and specify in such quantities/qualities as may be ordered by him from time to time.

    c) Time for and date of delivery: The essence of contract: - The time for and the date of delivery of the stores / date of execution of work as stipulated in the schedule shall be deemed to be the essence of contract and delivery / execution must be completed not later than the date(s) specified.

    The A.C & Regional Director may allow additional time under special circumstances such as strikes, lockouts, fire accidents, riots etc.

    9. OTHER TERMS A. Responsibility for executing Contract: The contractor is to be entirely responsible for the execution of the

    contract in all respects in accordance with the terms and conditions as specified in the acceptance of tender. B. The contractor shall not sublet transfer or assign the contract to any part thereof without the written permission of

    the AC & RD, WB & Sikkim In the event be entitled to place the contract elsewhere on the contractors account at his risk and the contractor shall be liable for any loss or damage, which the AC & RD, ESIC Kolkata may sustain in consequence or arising out of such replacing of the contract.

    C. Earnest Money: The tenderer shall have to deposit Rs. 3,00,000 /- for tender as earnest money with their tender, failing which the tender is liable to be rejected. The earnest money is to be paid by Demand Draft drawn in favour of “ESIC Fund”, payable at Kolkata. NO CHEQUES WILL BE ACCEPTED. In the event of the withdrawal / revocation of tenders before the date specified for acceptance, the earnest money shall stands forfeited. In the event of acceptance of the tender the earnest money may be adjusted towards the amount of security required to be deposited by the contractor in terms of Clause mentioned below, the earnest money will however, be returned without interest to the tenderer whose tender is not accepted.

    D. Security Deposit: On acceptance of the tender, within the period specified by the AC & RD, the contractor shall deposit as security a sum equivalent to 10% of bill value The competent authority shall be entitled to forfeit the Security Deposit or any part thereof without prejudice to any other remedies provided in the contract or available under the law. The security shall be in the form of Demand Drafts payable at Kolkata in favour of “ESI Fund A/c. No. 1”. a) If the contractor fails in fulfilling above-mentioned terms and conditions, such failure will constitute a breach of the contract and the

    AC & RD shall be entitled to make other arrangements at the risk and expense of the contractor. b) On due performance and completion of the contract in all respects, the Security Deposit will be refunded without

    any interest on presentation of an absolute ‘No Demand Certificate’ in the prescribed form and upon return in good condition of any specifications, samples or other property belonging to the purchaser, which may have been issued to the contractor.

  • E. Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of or under this contract against the contractor the purchaser shall be entitled to recover of such sum by appropriating, in part or whole the security/earnest money deposited by the contractor, when the balance or the total sum to be recoverable, as the case may be shall be deducted from any sum then due or which at any time thereafter may become due to recoverable under this or any other contract with the purchaser. Should this sum not be sufficient to cover the full amount recoverable, the contractor shall pay to the purchaser on demand the remaining balance due.

    F. Insolvency and breach of contract: The AC & RD, WB & Sikkim may at any time by notice in writing summarily terminate the contract without compensation to the contractor in any of the following events, that is to say:-

    i) If the contractor being at individual or if firm, any partner in the contractor’s firm, shall at any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings for liquidation or composition under any insolvency not for the time being in force or shall make any convenience or assignment of his efforts or enter into any arrangements or composition with his creditors or suspend payment of if the firm be dissolved under partnership act, or

    ii) If the contractor being a company shall pass a resolution or the court shall make an order for the liquidation of the affairs or a receiver of Manager on behalf of the debenture holder shall be appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a receiver or Manager.

    iii) If the contract commits any breach of this contract not herein specifically proved for: Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the purchaser and provided also that the contractor shall be liable to pay the purchaser for any extra expenditure, he is thereby put to but shall not be entitled to any gain on repurchased.

    G. Arbitration: In the event of any dispute or difference arising out of the terms and conditions laid down in this tender, the same shall be referred to Arbitrator appointed by the AC & RD.. The procedure of the Arbitration will be governed by the provisions Arbitration Act 1940 (as amended as rules framed there under).

    H. Document: The tenderer should have a valid Trade licence, PAN / TAN / other statutory document as applicable and produce attested copies of such certificates along with the tender papers, failing which the tender shall liable to be rejected.

    I. Right to accept / reject: The competent authority reserves the right to accept or reject any or all tender without assigning any reason whatsoever. Also, the competent authority reserves the right to award any or part or full

    contract to any successful agency at its discretion and this will be binding on the tenderer.

    J. Assistance to contractor: The contractor shall not be entitled to assistance either, in the procurement of raw materials required for the fulfilment of the contract or in the securing of transport facilities.

    K. The tenderer should have a permanent place of business in Kolkata and the complete Postal Address,

    Telephone / Mobile / Fax / E-mail address, etc. should be provided, while submitting the completed tender form.

    L. The rates once accepted by the hospital shall remain unaltered throughout the period of contract, including any extended period.

    M. In case of failure to comply with the provisions of the terms and conditions mentioned, by the agency that has been awarded the contract, the competent authority reserves the right to award the contract to the next higher tenderer or outside agency and the difference of price will be recovered from the defaulter agency who has been awarded the initial contract and this will be binding on the tenderer.

    N. The form is a Standard Form of Tender. Certain clause /clauses may not be applicable in some cases. So, Tenderers are requested to ignore such clause /clauses, which are not applicable in the instant cases.

    O. SSMC does not pledge himself to accept the lowest or any tender and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and you shall supply the same / execute the work at the rate quoted by you. You are at liberty to tender for the whole or any part.

    P. The tenderer shall quote the rates in respect of jobs / services described above in various paras and shall fill “Annexure – III & IV” appended herewith.

    Q. Failure and Termination: If the contractor fails to supply manpower thereof within the period prescribed for such supply in the contract or any time liquidation the contract before the expiry of such period, the AC & RD, WB & Sikkim may without prejudice to his right to recover damages/penalty for breach of the contract, be entitled at his option.

    A. To recover from the contractor as agreed liquidated damages, and by way of penalty a sum equivalent to 2% of the price of contract which the contractor has failed to supply within the period fixed for delivery for the schedule for each month or part of the month during which the delivery of manpower may be in arrears, where delivery thereof is accepted after expiry of the aforesaid period, or

    B. To supply elsewhere, without notice to the contractor, on his account and at the risk of the contractor, the supply of manpower of similar description (where supply of manpower exactly complying with the

  • particulars are not in the opinion of the AC & RD readily procurable such opinion being final). Without canceling the delivery in respect of the consignments not yet due for delivery, or

    C. To cancel the contract or a portion thereof, and if so decided to supply or authorise to supply of manpower so delivered or other of a similar description (where supply of manpower exactly complying with the particulars are not, in the opinion of the AC & RD readily procurable, such opinion being final) at the risk and cost of the contractor.

    R. Payment Procedure:

    (i) Workers engaged through contractor must receive their entitled wages on the last day of the month.

    (ii) Payment to such workers must be made by the contractor through Bank Account. Under no circumstances payments will be made in cash/cheque. To ensure this, contractor will get a bank account opened for every engaged worker.

    (iii) In order to ensure that such workers get their entitled wages on the last working day of the month, the

    following schedule will be adhered to:- 1. Monthly Bill cycle will be from 24th day of the previous month to 23rd day of the current month. The payment

    to contractor will be made exclusively in shape of ECS/RTGS. The contractor is required to submit the necessary mandate form duly filled in. No cheque payment will be made as per policy of the corporation.

    2. Monthly Bill as per above cycle, will be submitted by the contractor on 26th of the current month. (iv) The contractor must ensure that entitled wages of the workers are credited to their bank account on the last working day of the month. Contractor will not be given any relaxation in this matter. (v) While submitting the bill for the next month, the contractor must file a certificate certifying the following:-

    1. Wages of workers were credited to their bank accounts on (date)

    2. ESI contribution relating to workers amounting to Rs. was deposited on (date) (copy of the challan

    enclosed)

    3. EPF contribution relating to workers amounting to Rs. was deposited on (date) (copy of the challan enclosed)

    4. He is complying with all Statutory Labour Laws including Minimum Wage .

    (vi) The contractor shall submit the bill in accordance with the above time schedule. In case, he fails to submit the bill by 26th of the month, even then he has to make the payment to the workers on the last working day.

    S. The payment to the contractor will be made mandetorly by electronic mode such as RTGS/NEFT etc. The contractor is instructed to supply the following information along with the tender. (i) Name of the Bank (ii) Name of the branch (iii) Account Number (iv) IFSC Code (v) MICR Number

    A.C & Regional Director

  • Annexure-II

    No. 41-A-12/16/1/RECT/ESI-PGIMSR/SSMC/2016 Dated: 27/06/2019

    (A) The following special terms and conditions shall apply for “Services of trained and qualified Lab.Technicians and O.T. Technicians through agency for ESI PGIMSR, Manicktala, Kolkata”

    1. The tenderer should have been registered with ESIC/EPFO for a period of five years as specified in Point No. 8 of the Check List.

    2. The General Terms & Conditions for supply of materials or manpower services to the ESIC including Law of Contract and Law of Agency will be

    applicable.

    3. The tenderer should have a permanent place of business in Kolkata and the complete Postal Address, telephone / Mobile / Fax / E-mail address,

    etc. while submitting the completed tender form.

    4. The tenderer should have minimum 5 (Five) years experience (as on 31.03.2019) for supply of Manpower, out of which 2 (Two) years

    experience should be in the field of supply of Para-medical manpower.

    5. The Tenderer must have an annual turnover of Rs. 50 Lakh (Rupees Fifty lakh ) from manpower supply service during the last three years.

    6. The tenderer should have undertaken any one of the following work during the last three years:-

    a. One work of manpower supply not less than 80% of the work value to be executed.

    b. Two works of manpower supply not less than 50% of the work value to be executed.

    c. Three works of manpower supply not less than 40% of the work value to be executed.

    7. The tenderer is to submit “Satisfactory Work Completion Certificate” in support of their contention of having completed anyone of the

    aforesaid works failing which the information furnished regarding the completion of work is liable to be treated as invalid.

    8. The tenderer must be registered with the statutory authority viz. ESI, EPF, Income Tax, GST and should have a valid labour licence for supply of

    manpower as mentioned in the tender document. Copies of the following documents should be submitted along with the tender:

    (i) Audited Balance Sheet of last three financial years i.e. . 2016-17, 2017-18 & 2018-19.

    (ii) Audited Income and Expenditure statement of last three financial years i.e. . 2016-17, 2017-18 & 2018-19.

    (iii) Audited Profit and Loss Account of last three financial years i.e. . 2016-17, 2017-18 & 2018-19.

    (iv) Service Tax registration Certificate/GST registration certificate

    (v) Registration Certificate of Firm/Agency/organization

    (vi) PAN No.

    (vii) ESI Registration

    (viii) EPF Registration

    (ix) DVAT Registration

    In addition, antecedents of the manpower to be engaged, such as 3 Passport Size photographs, details of qualification along with proof,

    experience certificate etc. need to be submitted on demand at the time of award of the contract. The agency shall be fully responsible for

    ensuring the correctness of the documents submitted by the persons for engagement against various posts.

    9. The contractor shall deploy only such workers as are physically and mentally fit and a certificate to that effect should be

    enclosed with the bio-data of the worker.

    10. Services of the personnel in the above categories shall be required round the clock for manning various services in ESI-PGIMSR, Manicktala as

    decided by the Dean.

    11. The tender application form and related documents along with the Earnest Money is to be submitted in a sealed cover as stated in the general

    Terms & Condition (Annexure- I) and it shall be dropped in the Tender Box kept for the purpose in the Regional Office, Kolkata-97 during the date

    and time specified in this document or it is to be sent by Registered post within due date & time of submission of tender documents. The tenders

    will be opened on the date and time specified above in presence of tenderer / their authorised persons, who may choose to be present.

    12. The Competent Authority reserves the right to accept or reject any or all tenders without assigning any reason whatsoever.

    13. The agency will be responsible for complying with payment of minimum wages (either state or central whichever is higher) and

    other benefits including prescribed number of duty hours / leave / holidays, etc. to its employees deployed in the hospital, as

    per Labour Laws in force from time to time. The agency will be responsible to comply with all labour legislations including social

    Regional Office GB Block, Salt Lake City, Sector-III, Kolkata-700097

    Website: www.esicwestbengal.org; E-Mail: ssmc-

    [email protected]

  • security, service tax wherever applicable and such other statutory orders by Government / Municipality which may be in force

    from time to time. The Contractor while quoting their rates should also include minimum wage, ESI, EPF Contribution etc. Any

    rise in such dues/benefits will be entirely borne by the contractor and the Hospital will not be involved in the issue.

    14. The tenderer shall quote the rates in respect of jobs / services described in this document and will fill in the relevant Annexure as specified.

    15. The details of contractual arrangement for different posts category wise are furnished below

    16. Period of engagement: The contract / tender, if awarded, shall be valid initially for one year from the date of award of Contract or till

    regula recruitment process is completed, whichever is earlier subject to continuous satisfactory performance and on failure on this aspect

    by the contractor, the Competent Authority will reserve the right to terminate the contract.

    17. Age limit, Educational Qualification, other Essential Qualification, Experience for the specified posts is / are as under:-

    Sl. Name of the Educational & Other Qualification as on date of Age on date of engagement

    No. post engagement. ( for age relaxation see note

    below)

    1 Laboratory 1. Senior Secondary / 10+2 or equivalent Not exceeding 32 years.

    Technician qualification with Diploma in MLT from an Institute

    Recognized by AICTE or any other statutory body

    authorized by Government for the purpose.

    2. One year experience in the field of Medical Laboratory

    techniques.

    2 Operation Senior Secondary/10+2 with Science or equivalent Not exceeding 27 years.

    Theatre (O.T.) qualification from a recognized Board with five years

    Technician experience in O.T. of a recognized Hospital.

    18. The offer of all Agencies, who satisfy all the eligibility conditions as laid down in this tender document, will be evaluated on the

    basis of quoted service charge, for selection of the Agency.

    19. The tenderer should have reserve pool of workers and in case of absence of any worker for what so ever reason, the tenderer should be able to

    provide immediately one substitute in place of the absent

    worker.

    20. The tenderer should provide /identity card/ name batch to the workers.

    (i) Rates quoted by tenderer should be Per Month inclusive of weekly off day wages/washing allowance of liveries.

    (ii) Days of National Holidays with wages should be specified.

    (iii) Cost of Liveries/Chappal/Name batch/Identity Card- Profit/Service Charge to be inclusive of in the rate quoted.

    N.B. : Liveries/Name Batch/Identity Cards/Chappal to be provided by tenderer to the employees.

    21. Every person before deployment in this hospital, will have to sign an undertaking and furnish it to the Agency. A copy of it will be provided to this

    office. Draft undertaking is mentioned below.

    AC & RD( W.B & Sikkim)

    (A)The following special terms and conditions shall apply for “Services of trained and qualified Lab.Attendants through agency for ESI PGIMSR,

    Manicktala, Kolkata”

    1. The tenderer should have been registered with ESIC/EPFO/Service Tax Authority for a period of five years as specified in Point No. 8 of the Check

    List.

    2 The General Terms & Conditions for supply of materials or manpower services to the ESIC including Law of Contract and Law of Agency will be

    applicable.

    3 The tenderer should have a permanent place of business in Kolkata and the complete Postal Address, telephone / Mobile / Fax / E-mail address,

    etc. while submitting the completed tender form.

    4 The tenderer should have minimum 5 (Five) years experience (as on 31.03.2019) for supply of

    Sl. No. Post Total Requirement

    1 Lab. Technician 12 (Twelve)

    2 O.T . Technician 8 Eight)

  • 5 Manpower, out of which 2 (Two) years experience should be in the field of supply of Para-medical manpower.

    6 The Tenderer must have an annual turnover of Rs. 30 Lakh (Rupees Fifty lakh ) from manpower supply service during the last three years.

    7 The tenderer should have undertaken any one of the following work during the last three years:-

    (ii) One work of manpower supply not less than 80% of the work value to be executed.

    (iii) Two works of manpower supply not less than 50% of the work value to be executed.

    (iv) Three works of manpower supply not less than 40% of the work value to be executed.

    8 The tenderer is to submit “Satisfactory Work Completion Certificate” in support of their contention of having completed anyone of the

    aforesaid works failing which the information furnished regarding the completion of work is liable to be treated as invalid.

    9 The tenderer must be registered with the statutory authority viz. ESI, EPF, Income Tax, Service Tax and DVAT and should have a valid labour

    licence for supply of manpower as mentioned in the tender document. Copies of the following documents should be submitted along with the

    tender:

    (ii) Audited Balance Sheet of last three financial years i.e. 2015-16, 2016-17 & 2017-18.

    (iii) Audited Income and Expenditure statement of last three financial years i.e. 2015-16, 2016-17 & 2017-18.

    (iv) Audited Profit and Loss Account of last three financial years i.e. 2015-16,2016-17 & 2017-18..

    10 Service Tax registration Certificate / GST registration certificate

    11 Registration Certificate of Firm/Agency/organization

    12 PAN No.

    13 ESI Registration

    14 EPF Registration

    15 DVAT Registration

    16 In addition, antecedents of the manpower to be engaged, such as 3 Passport Size photographs, details of qualification along with proof,

    experience certificate etc. need to be submitted on demand at the time of award of the contract. The agency shall be fully responsible for

    ensuring the correctness of the documents submitted by the persons for engagement against various posts.

    17 The contractor shall deploy only such workers as are physically and mentally fit and a certificate to that effect should be

    enclosed with the bio-data of the worker.

    18 Services of the personnel in the above categories shall be required round the clock for manning various services in ESI-PGIMSR, Manicktala as

    decided by the Dean.

    19 The tender application form and related documents along with the Earnest Money is to be submitted in a sealed cover as stated in the general

    Terms & Condition (Annexure- I) and it shall be dropped in the Tender Box kept for the purpose in the Office of the SMO, R.O, ESIC, GB Block,

    Sector-III, Salt Lake City, Kolkata-700097 during the date and time specified in this document or it is to be sent by Registered post

    within due date & time of submission of tender documents. The tenders will be opened on the date and time specified above in presence of

    tenderer / their authorised persons, who may choose to be present.

    20 .The Competent Authority reserves the right to accept or reject any or all tenders without assigning any reason whatsoever.

    21 The agency will be responsible for complying with payment of minimum wages (either state or central whichever is higher) and

    other benefits including prescribed number of duty hours / leave / holidays, etc. to its employees deployed in the hospital, as

    per Labour Laws in force from time to time. The agency will be responsible to comply with all labour legislations including social

    security, service tax wherever applicable and such other statutory orders by Government / Municipality which may be in force

    from time to time. The Contractor while quoting their rates should also include minimum wage, ESI, EPF Contribution etc. Any

    rise in such dues/benefits will be entirely borne by the contractor and the Hospital will not be involved in the issue.

    22 The tenderer shall quote the rates in respect of jobs / services described in this document and will fill in the relevant Annexure as

    specified.

    23 The details of contractual arrangement for different posts category wise are furnished below:

    Period of engagement: The contract / tender, if awarded, shall be valid initially for one year from the date of award of Contract or till regular

    recruitment process is completed, whichever is earlier subject to continuous satisfactory performance and on failure on this aspect by the contractor,

    the Competent Authority will reserve the right to terminate the contract.

    24 Age limit, Educational Qualification, other Essential Qualification, Experience for the specified posts is / are as under:- 25

    SSSL l.Name of the Educational & Other Qualification as on date of Age on date of engagement

    No.post engagement. ( for age relaxation see note

    Sl. No. Post Total Requirement

    1 Lab. Attendant 08 (Eight)

  • below)

    Lab. Attendant 1. Senior Secondary / 10+2 or equivalent Not exceeding 32 years.

    qualification with Diploma in MLT from an Institute

    Recognized by AICTE or any other statutory body

    authorized by Government for the purpose.

    2. One year experience in the field of Medical Laboratory techniques.

    26. The offer of all Agencies, who satisfy all the eligibility conditions as laid down in this tender document, will be evaluated on the basis

    of quoted service charge, for selection of the Agency.

    27. The tenderer should have reserve pool of workers and in case of absence of any worker for what so ever reason, the tenderer should be able to provide

    immediately one substitute in place of the absent worker.

    28. The tenderer should provide /identity card/ name batch to the workers.

    Rates quoted by tenderer should be Per Month inclusive of weekly off day wages/washing allowance of liveries.

    UNDERTAKING I ________________S/D/o________________R/o______________________________is willing to work in ESI-

    PGIMSR, Manicktala, Kolkata through M/S. _________________ in accordance with the instruction given to me

    from time to time. It has been made clear to me that I shall not have any claim for permanent service in the ESI-

  • PGIMSR, Manicktala, Kolkata and no representation on this behalf shall be entertained by the Competent

    authority in any case and such engagement shall be strictly temporary and I shall abide by the terms and order

    mentioned in the Agreement.

    Signature: Signature..........................................

    Authorised

    Signatory ................................................... Name..................................................

    Place ........................................................... Place ..................................................

    Date.............................................................. Date....................................................

    Annexure III TENDER APPLICATION FORM

    1

    Name of the firm with name/address of authorized

    signatory:-

    a Full Postal Address:-

    b Cell Phone No.

  • 2

    c Telephone No:-

    d Fax No.

    E Email Id:

    3 Date of Establishment of Firm:-

    If your Firm Registered under:-

    a The Indian Factories Act:-

    4

    (i) ESI Act

    Any other Act, if not, who are the owners

    (Please (ii) Employees‟ Provident Funds & Miscellaneous Provision

    b

    Act,1952

    give full address):-

    (iii) Service Tax

    (iv) Labour Law

    5 Name and Address of your Bankers stating the

    name in which the Account stands:-

    Whether insured against fire, theft, burglary etc. If

    6 so, please state the amount and name of company

    with policy no:-

    7 Total number of Employees:-

    Are you in the list of approved contractors of any

    8 other organisations / institutions, if any give details (Append extra page if necessary):-

    Give details of any Government contracts executed

    9 during the last twelve months (Append extra page

    if necessary):-

    10 Any other information which you consider

    necessary to furnish:

    UNDERTAKING:

    a. I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

    b. The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest quoted for any other institution/ hospital in India.

    c. The earnest money of Rs.______________________ to be deposited by me has been enclosed herewith vide Demand Draft no._________________, Dt.___________________, drawn on bank ________________________________________, Branch _________________________________.

    d. I/We give the rights to AC & RD to forfeit the earnest money deposited by me/us if any delay occur on

  • my/agent‟s part or failed to supply the article within the appointed time or the items of desired quality. e. There is no vigilance/CBI case or court case pending against the firm. f. I hereby undertake to supply the items as per directions given in the tender document / supply order within

    stipulated period. g. I shall be vacating any space that may be provided to me by the competent authority to carry out the job or

    otherwise, before I put up the last bill of the contract period for payment.

    Date:- Signature of the tenderer:- Place:- Full Name:-

    Designation:- (Office seal of the tenderer)

  • ANNEXURE-IV

    PRICE SCHEDULE

    Offer of rates to be submitted in following sub-heads on monthly basis and shall be inclusive of all charges, statutory obligations, and any other expenses related to or incidental to performance of the job under reference and with regard to terms & conditions specified hereinbefore:

    Heads LAB TECHNICIAN OT TECHNICIAN LAB ATTENDENT Total (Statutory Charges) (SKILLED) (SKILLED)

    (SEMI SKILLED)

    Minimum Wages per person per month (in Rs.) (Basic 637.00+VDA

    73.00)*26days = 18460.00

    (Basic 637.00+VDA

    73.00)*26days = 18460.00

    (Basic 579.00+VDA

    66.0)*26days = 16770.00

    (at present)

    ESI (Employer’s Contribution) as per applicable rate per As applicable under law As applicable under law As applicable under law Person per month (Rs.) EPFO contributions as per applicable rates per person per month (Rs.)

    As applicable under law As applicable under law As applicable under law

    Bonus Amount as per rules Per Person

    per month (Rs.)

    As applicable under law As applicable under law As applicable under law

    Service Charges / Profit to be claimed by the Tenderer / Bidder / Agency per Person per month

    TOTAL

    Service Tax and other taxes or duties as applicable

    Gross Total

    For 12 Lab Technician and 8 OT Technician and 08 Lab attendent X12 X8 x8

    Grand Total Charge(Rs.)

    N.B.: Please quote your rate in accordance with Special Terms and Conditions at Sl. No. 21

    Total No of pages of the bid documents:- Date: Full Name of the Tenderer:

    Place:

    Signature & Seal of the Tenderer:

    2019-06-27T04:46:14-0500eProcureSURESH BISWAS


Recommended