Re- Tender Notice - Employees' State Insurance Tender Notice Medical Superintendent ESIC Hospital,...
Transcript of Re- Tender Notice - Employees' State Insurance Tender Notice Medical Superintendent ESIC Hospital,...
P
age1
F.No.- 133/ ESIC/Manesar/ARM/2013-14 Date: 30/01/2014
Re- Tender Notice Medical Superintendent ESIC Hospital, Manesar invites sealed Re - Tender from reputed
agencies under two bid systems for Annual Repair and Maintenance Services of Civil &
Electrical Works at ESIC Hospital, Manesar for the period of one year. The site of above said
work will be,
(1.) (A) 100 Bedded ESIC Hospital, Manesar &
(B) 14 Numbers Staff Quarters situated at Hospital Campus.
Sl. No.
Name of Work
Estimated Cost in Rupees
Cost of Tender/
BOQ
Cost of Earnest Money Deposit
Cost of Performance
Security Money
Period of Contract/
Tender
1 Annual Repair and Maintenance Services of (Civil & Electrical) works at ESIC Hospital, Manesar
Rs.
50,11,030
Rs.
1000
Rs.
1,50,000
Rs.
3,00,000
Twelve Months
(12)
Note: Medical Superintendent, ESIC Hospital Manesar may relax one or more conditions on
her discretion.
Phone No. / Fax 0124-2290189,
(Dr. ANJU AGNIHOTRI)
Medical Superintendent
ESIC Hospital, Manesar (Haryana)
Employees’ State Insurance Corporation Hospital, Manesar
(Ministry of Labour and Employment, Govt. of India)
IMT Sector-03, Plot No- 41Manesar
Haryana- 122050.
Tel/Fax:0124-2290189
E-mail- ID- [email protected]
P
age2
F.No.- 133/ ESIC/Manesar/ARM/2013-14 Date: 30/01/2014
ANNEXTURE-A
NOTICE INVITING TENDER
Sealed tenders under two bid systems are invited from the eligible contractors for providing services
listed under scope of work in the bid document. The details of which are as follows:-
Sl.
No Description Details
1 Name of work:- Annual Repair and Maintenance Services of (Civil & Electrical) works at ESIC
Hospital, Manesar. 2 Estimated Cost: - Rs. 50, 11,030/-.
3 Period of Contract: - Twelve Months (12)
4 Earnest Money Deposit: -
Rs. 1,50,000/- (Rupees One lakh only) to be deposited along with tender, through Demand Draft favoring ESI Fund A/C No. 1, payable at Manesar. Bids received without EMD will not be considered and summarily rejected.
5 Cost of Tender: - Rs. 1000/- (Non refundable) by Demand Draft in favor of 'ESI Fund A/c No. 1' Payable at Manesar.
6 Date of submission of Tender: -
Up to 1:00 pm on 15.02.2014 in the tender box kept in Medical Superintendent Office ESIC Hospital, Manesar (Haryana).
7 Date of opening of Tender:
The tenders shall be opened in the presence of the tenderers who choose to be present on 17.02.2014 at 2:30 PM in the conference room ESIC Hospital, Manesar. In case, 17.02.2014 is declared a public holiday, tenders shall be received & opened as per above schedule on next working day.
8 Tender Document:- Tender documents containing terms & conditions can be obtained in person from Medical Superintendent, ESIC Hospital Manesar, IMT Sec-03, Plot No. - 41 Haryana. on submission of a demand draft of Rs. 1000/- (non-refundable) in favour of “ESI Fund A/c No. 1” on all working days (except Sunday closed/Public Holidays) between 9 AM to 4 PM w.e.f. 30.01.2014 to 15.02.2014 and up to 1 PM on 15.02.2014 & Saturdays.
The tender document can also be downloaded from the website www.esic.nic.in and the cost of tender document can be deposited through a separate demand draft of Rs. 1000/- payable at Manesar in favour of the “ESI Fund Account No.1” towards cost of tender while submitting the tender.
9 Minimum Eligibility Criteria:-
This invitation for bids is open to- (a) EMD in the form of Bank Draft for Rs. 1,50,000 /- (b) Bid documents fee in the form of bank draft for Rs. 1000/- in case bid documents have been download from the website (c) Copy of PAN/TAN/TIN, (d) Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid document. (e) Labour License under the Contractor Labour Act (R & A, Act 1970 ), (f)Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of
Employees’ State Insurance Corporation Hospital, Manesar
(Ministry of Labour and Employment, Govt. of India)
IMT Sector-03, Plot No- 41, Manesar
Haryana- 122050.
Tel/Fax:0124-2290189
E-mail- ID- [email protected]
P
age3
Proprietorship etc. as the case may be, (g) Copy of Income Tax Return for last two Financial Years, (h) Copy of Service Tax Certificate, (i) Copy of Sales Tax/ VAT Certificate, if any (j) Sealed, Signed & Separate Bid/Tender Form, (k) Sealed, Signed & Separate Price/Financial Bid Form, (l) Letter of Authorization to attend bid opening, (m) Filled Format I to IX by agency, (n) Experience certificate of similar work / Agreement / Work Order, (o) Satisfactory Certificate of similar nature of work, (p) Undertaking should be typed on agency letter head as per Tender. (q) Annual Turnover of company which is stamped by Chartered Accountant. (r) ESI Certificate, if any (s) EPF Certificate, if any (t) ARM/Construction works of civil & electrical License under the CPWD/State PWD/PSUs./Others
10 Technical Eligibility criteria
(i) The tenderers should have minimum of two years experience as on 31.12.2013 in execution of ARM works at a 100 or more bedded hospitals in works of similar
nature, or The tenderer should have a minimum of two years experience of ARM works services in Government organizations. (ii) They agency should have at least-
(a) One running contract of value not less than Rs. 37.50 Lakhs per annum (Equal 75% of the value of the work to be executed), or (b) Two running contract, each of value not less Rs. 25.00 Lakhs per annum (Equal 50% of the value of work to be executed), or (c) Three running contract, of value not less than Rs. 17.50 Lakhs per annum (Equal of 35% of the value of work to be executed),
Preference will be given to the Agencies having experience in the field of ARM works/ Construction works of civil & electrical at CPWD/ State Govt. PWD/ Semi Govt./ ESIC’s/ PSUs) in Delhi/NCR /Haryana areas AND the agency shall produce license issued from the authorities concerned for which it has worked.
11 General Instruction All the documents submitted by bidder should be self attested photocopy and must be legible and signed and stamped by authorized signatory, otherwise the bid is likely to be rejected.
12 Details of work of Scope
The Contractor is required to construct or repair the civil and electrical works with complete finishing as per approved estimate by guideline of Engineer – in charge.
13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 90 days.
14 Performance Security Money
The bidder shall furnish performance security to the purchaser for an amount equal to Rs. 3, 00,000/- shall be made by Demand Draft/Bank Guarantee in favour of “ESI Fund A/C. No – 1”, Payable at Manesar. The performance security can be encashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.
15 For Financial Bid Services charges quoted by the agency should not be less than Tax Deducted at Source (TDS).
16 Annual Turnover The Annual turnover of the agency must not be less than Rs. 1.00 Crore (Rupees one crore only).
P
age4
ANNEXTURE-B-I
SCOPE OF WORK
1. Repair and maintenance of civil & electrical works of building of hospital & staff quarters.
2. Only Class A Brick, fine & coarse sand, reputed brand of cement bag & TMT steel bars should be used
in materials.
3. All materials shall be tested in lab and the certificate will be provide by agency and submit at the
time of the billing.
4. Always cleaning the construction site.
5. Water supply to be arranged through tankers or others by bidder in the construction of boundary
wall.
6. Man power Muster Roll & Wage Register is to be maintained.
7. Whenever, Civil & Electrical Engineer required at site the agency will be provided.
8. Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff
by the contractor.
9. All Tools, Plants and materials required to carry out the construction work at site are to be provided
by the Contractor free of cost.
10. The Agency shall have to display on sign board, the name of work, office name and also maintaining
agency along with Facility Manager/Engineer/Supervisor’s name to be contacted with Telephone Nos.
11. The agency shall be responsible to depute their supervisor on working site to meet
MS/DMS/DD/AD/ESIC Engineer – in charge.
12. Only Class- I, reputed brand, ISI marked materials would be used in repair work of electrical
maintenance works.
13. The agency should be provided any materials (Civil & Electrical) are as per ISI norms and
manufacturer.
14. The work will be executed on Bill of Quantity basis.
15. The agency should be maintained safety precaution for labourers.
P
age5
INSTRUCTION TO THE TENDERERS
1. Tender form shall be completed in all respect. Incomplete tender or tenders without E.M.D shall be
treated as invalid.
2. Last date of submission of tenders is 15.02.2014 up to 1:00 P.M.
3. Date and time of opening of tender is 17.02.2014 at 2.30 P.M.
4. Each and every page of the tender documents should bear the stamp and signature of the authorized
representative/quoting firm. Format I to IX enclosed shall be filled without exception.
5. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in
rates, the rates written in words shall prevail.
6. The envelope containing tender document shall be sealed and bear the name of work and the name
and address of the tenderer.
7. The work site that is Hospital can be visited on any working day during office hours by contacting
Administrative Officer/Engineers / Care Taker/ General Branch in order to have an Idea of Work.
8. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders or
part of tender without assigning any reason whatsoever.
9. Conditional tenders are liable to be rejected.
10. The tender for the work shall remain open for acceptance for a period of sixty days (60) from the
date of opening of tender.
11. These instructions shall form a part of the contract document.
12. The EMD of unsuccessful tenderers shall be refunded within one week after the award of work to
the successful tenderer.
13. Financial Bid: The financial bid of the tenderers, who qualify in the technical bid, will be opened in
the presence of only those successful tenderers, who choose to attend the opening of financial bid.
Minimum six day notice will be given to tenderers for this purpose.
14. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who
reserves its right to accept or reject any or all the proposals without assigning any reason whatsoever.
(ii) Upon evaluation of offers the notification on award of contract will be intimated to the successful
tenderer.
15. Duly filled Tender Document shall be deposited by hand delivery in the Tender Box kept in Admin
Block on or before 15.02.2014, 1.00 PM at following address:
O/O Medical Superintendent, ESIC Hospital Manesar, IMT Sec-03, Plot No.-41 Manesar, (Haryana)
16. The contract with the agency which does not provide proof of payment of statutory dues will be
terminated right away by giving one month’s written notice.
17. Delayed /late tenders for whatever is the reason will summarily be rejected.
P
age6
ANNEXTURE-C
INSTRUCTIONS TO BIDDERS
1. DEFINITIONS:
(a) "The Purchaser" means the Employees’ State Insurance Corporation, Hospital, Manesar (ESIC).
(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.
(c) "The Supplier" means the individual or firm supplying the goods under the contract.
(d) "The Goods" means all the stores and/or materials, which the Supplier is required to supply to the
Purchaser under the contract.
(e) "The Advance Purchase Order" means the intention of Purchaser to place the Purchase Order on the
bidder.
(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the
Purchaser including all attachments and appendices thereto and all documents incorporated
by reference therein. The purchase order shall be deemed as “Contract" appearing in the document.
(g) "The Contract Price" means the price payable to the Supplier under the purchase order for the full
and proper performance of its contractual obligations.
2. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser,
will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
3. BID FORM:
The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid
Documents, indicating the goods to be supplied, a brief description of the goods and quantity.
4. BID DOCUMENTS:
4.1 The goods required, bidding procedures and contract terms are prescribed in the Bid Documents.
The Bid Documents include:
(a) Notice Inviting Tender (as per Annexure A)
(b) Terms and Condition (as per Annexure B - I & II)
(b) Instructions to Bidders (as per Annexure C)
(c) General (Commercial) Conditions of the Contract (as per Annexure D)
(d) Special Conditions of Contracts (as per Annexure E)
(e) Technical Specifications and Schedule of Requirements (as per Annexure F)
(f) Details of Tenderers (Format I)
(g) Experience of Companies (Format II)
(h) Declaration Form (Format III)
(i) Check list and order in which the documents are to be submitted for Bid (Format IV)
(j) Details of Existing Contract (Format V)
P
age7
(k) Undertaking (Format VI)
(l) LETTER OF AUTHORISATION FOR ATTENDING BID OPENING (Format VII)
(m) Certificate of Non-Participation of near Relatives in the tender (Format VIII)
(n) FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND (Format IX)
(o) Financial Bids (Part B)
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission of bids
not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may
result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS:
5.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in
writing or by Fax at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser
shall respond in writing to any request for clarification of the Bid Documents, which it receives not
later than 2 days prior to the date for the submission of bids. Copies of the query (without identifying
the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have
received the bid documents.
5.2 Any clarification issued by ESIC Hospital, Manesar in response to query raised by prospective bidders
shall form an integral part of bid document and it may amount to an amendment of relevant clauses of
bid document. A copy of such clarification may be enclosed along with bid document for ready
reference.
6. AMENDMENT OF BID DOCUMENTS:
6.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid
documents by amendments.
6.2 The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on the
address intimated at the time of purchase of bid document from the purchaser and these amendments
will be binding on them.
6.3 In order to afford prospective bidders reasonable time in which to take the amendments into
account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the
submission of bids suitably.
7. BID PRICES:
7.1 The bidder shall give the total composite price inclusive of all levies and taxes (inclusive of VAT).
The offer shall be firm and in Indian Rupees. No foreign exchange will be made available by the
purchaser.
7.2 Prices indicated on the Price Schedule shall be entered in the following manner:
(i) The price of the goods shall be quoted as total unit price for each individual item.
(ii) The bidder shall quote only one price for each item.
P
age8
(iii) The total price for each individual item shall be entered after multiplying the quantity with total unit
price.
7.3 Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are
inclusive of taxes and taxes shall not be paid separately.
7.4 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect
of accepted bid the prices quoted shall remain valid for 90 days.
7.5 The unit price quoted by the bidder should be in sufficient detail to enable the purchaser to
arrive at prices of ARM (civil & electrical) materials.
7.6 “DISCOUNT”, if any, offered by the bidders shall not be considered unless they are specifically
indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers,
suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply,
etc. into account.
7.7 The price approved by the ESIC Hospital, Manesar for procurement will be inclusive of levies and
taxes, packing, forwarding, freight and insurance as mentioned in para 7.1 above. Break up in various
heads like Custom duty, Excise duty, Sales Tax, Insurance freight and other taxes paid/payable as per
clause 7.2 is for the information of the purchaser and any changes in the taxes shall have no effect on
the price during the scheduled delivery period.
8. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS:
8.1 The documentary evidence in conformity with the Bid Documents may be in the form of literature
and data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical
specifications and commercial conditions demonstrating substantial responsiveness to the Technical
Specification and commercial conditions in the form of signing & stamping all the pages of the original
bid document by the authorized person/persons. In Case of deviations a statement of deviations and
exceptions to the provision of the Technical Specifications and commercial conditions shall be given by
the bidder. A bid without clause-by- clause compliance shall not be considered. The goods offered must
have ability to meet the technical specifications. Necessary document to substantiate this shall have to
be submitted along with the offer by the supplier.
9. FORMATS AND SIGNING OF BID
9.1 The copy of the Bid shall be typed or printed and all the pages numbered consecutively and shall be
signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to the
contract. The letter of authorization shall be accompanied with written power-of-attorney. All pages of
the original bid shall be signed and stamped by the person or persons authorized for signing the bid. The
bids submitted shall be sealed properly.
9.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors
made by the bidder in which case such corrections shall be signed by the person or persons authorized
for signing the bid.
P
age9
10. SUBMISSION OF BIDS
10.1 SEALING AND MARKING OF BIDS: The bidder shall submit sealed bid in bigger envelop and bear
the name “Tender for- (1) Annual Repair and Maintenance Services of (Civil & Electrical works).
10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:
To
The Medical Superintendent
ESIC Hospital, Manesar
Plot No- 41, Sector- 03,
IMT Manesar (Haryana-122050)
(b) All the envelope shall bear the Tender name, the tender number and the words ‘DO NOT OPEN
BEFORE’ (due date & time).
(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned
unopened in case it is declared ‘late’ or rejected.
(d) Tender may be sent by Registered Post/ Speed Post/ Courier or delivered in person. The
responsibility for ensuring that the tenders are delivered in time would rest with the bidder.
11. LATE BIDS:
11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser pursuant to, shall be rejected and returned unopened to the bidder.
12. MODIFICATION AND WITHDRAWAL OF BIDS:
12.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the
modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission
of bids.
12.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched
as required in the case of bid submission in accordance with the provision of clause 12.1.
12.3 A withdrawal notice may also be sent by telex/Fax but followed by a signed confirmation copy by
post not later than the deadline for submission of bids.
12.4 No bid shall be modified subsequent to the deadline for submission of bids.
13. OPENING OF BIDS:
13.1 The purchaser shall open bids in the presence of bidders or their authorized
representatives who chose to attend on opening date and time. The bidder’s representatives, who are
present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the
representative before they are allowed to participate in bid opening.
13.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the
bid opening.
P
age1
0 13.3 The Bidder's names, documents submitted, modifications, bid withdrawals and such other details
as the Purchaser, at its discretion, may consider appropriate; will be announced at the opening.
13.4 The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised date
of schedule will be notified. However, in absence of such notification, the bids will be opened in the next
working day, time and venue remaining unaltered.
14. CLARIFICATION OF BIDS:
14.1 To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for clarification and the response shall be in
writing. However, no post bid clarification at the initiative of the bidder shall be entertained.
15. TECHNICAL EVALUATION:
15.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether
the documents have been properly signed and whether the bids are generally in order.
15.2 Prior to the detailed evaluation, pursuant, the Purchaser will determine the substantial
responsiveness of each bid to the Bid document. For purposes of these clauses, a substantially
responsive bid is one, which conforms, to all the terms and conditions of the Bid Documents without
material deviations. The Purchaser's determination of bid's responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.
15.3 A bid determined as substantially non-responsive will be rejected by the Purchaser and shall, not
subsequent to the bid opening, be made responsive by the bidder by correction of the nonconformity,
or by submitting additional documents.
16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS:
16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be
substantially responsive bids.
16.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the
unit price and total price that is obtained by multiplying the unit price and quantity, the unit price
shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between
words and figures, the amount in words shall prevail. If the Supplier does not accept the correction of
the errors, his bid shall be rejected.
16.3 The evaluation and comparison of responsive bids shall be done on the price of the goods offered
inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight and insurance
etc. as indicated in the Price Schedule given in Annexure-(III) of the Bid Document.
16.4 The evaluation shall be done on L-1(lowest bid) vendor of total Cost including deducting the
amount of buy- back offer.
16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
P
age1
1 17. PLACEMENT OF ORDER
The Purchaser shall consider placement of orders for commercial supplies for those bidders whose
offers have been found technically, commercially and financially acceptable and whose goods have been
approved/validated by the purchaser. The Purchaser reserves the right to accept counter offer price(s)
against price(s) quoted by any bidder.
18. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at
any time prior to award of contract without assigning any reason whatsoever and without thereby
incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.
19. SIGNING OF CONTRACT:
19.1 The issue of firm purchase Order and Signing of agreement with Competent Authority of ESIC, and
Signing of Contract Form shall constitute the award of contract to the bidder.
19.2 Consequent upon the successful bidder furnishing of performance security, the Purchaser shall
discharge its Bid security submitted along with tender document.
20. ANNULMENT OF AWARD:
Failure of the successful bidder to comply with the requirement shall constitute sufficient ground for the
annulment of the award and forfeiture of the bid security in which event the tender shall be cancelled
and ESIC may call for new bids.
21. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to
supply the goods in time. Further, the suppliers whose goods do not perform satisfactory in the field in
accordance with the specifications may also be disqualified for a suitable period as decided by the
purchaser.
22. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honour his
bid without sufficient grounds.
23. The bidder should give a certificate to the effect that none of his/her near relative is working in the
ESIC in Format- VIII prescribed in the tender document. The Bidder or its authorized signatory should
furnish certificate stating that none of the near relative of proprietor OR all partners of partnership firm
excluding Government of India/ Financial institution nominees and independent non-Official part time
appointed by Govt. of India or the Governor of the state is working in the unit where the tender is being
applied. Due to any breach of these conditions by the company or firm or any other person the tender
will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC
HOSPITAL, MANESAR will not pay any damage to the company or firm or the concerned person. The
company or firm or the person will also be debarred from further participation in the concerned
unit.
The near relatives for this purpose are defined as:- (a) Members of a Hindu undivided family (HUF).
(b) Husband and Wife.(c) If one is related to the other in the manner as Father, Mother, Son(s) & Son’s
wife (daughter- in-law), Daughter(s) and Daughter’s husband (son-in-law), Brother(s) and Brother’s wife,
Sister(s) and Sister’s husband (brother-in-law).
P
age1
2
ANNEXTURE-D
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1. General Conditions: The General Conditions shall apply in contracts made by the Purchaser for
the procurement of Goods.
2. PERFORMANCE SECURITY:
2.1 The supplier shall furnish performance security to the purchaser for an amount equal to
Rs. 3, 00,000/- within 15 days from the date of issue of Work Order by the Purchaser.
2.2 The proceeds of the performance security shall be payable to the Purchaser as compensation
for any loss resulting from the supplier’s failure to complete its obligations under the Contract.
2.3 The Performance Security Bond shall be in the form of Bank Guarantee only issued by a Scheduled
Bank and in the form provided in ‘FORMAT-IX’ of this Bid Document. The duration should be at least 14
months.
2.4 The Performance Security Bond will be discharged by the Purchaser after a period of sixty days
beyond completion of the supplier’s performance obligations including any warranty obligations under
the contract.
3. PRICES
3.1 (i) Prices charged by the supplier for goods delivered and services performed under the contract
shall not be higher than the prices quoted by the Supplier in his Bid.
(ii) Prices once fixed will remain valid during the schedule delivery period. Increase and decrease of
Taxes and other statutory duties will not affect the price during this period.
(iii) During the period of agreement, any increase in taxes and other statutory duties/levies shall be to
the supplier’s account. However benefit of any decrease in these taxes/duties shall be passed on to the
Purchaser by the supplier.
4 LIQUIDATED DAMAGES
4.1 The date of delivery of the stores stipulated in the acceptance of the tender should be deemed to be
the essence of the contract and delivery must be completed not later than the dates specified therein.
Extension will not be given except in exceptional circumstances. Should, however, deliveries be made
after expiry of the contracted delivery period, without prior concurrence of the purchaser and be
accepted by the consignee, such delivery will not deprive the purchaser of his right to recover liquidated
damage under clause 4.2 below.
4.2 Should the supplier fails to deliver the store or any consignment thereof within the period prescribed
for delivery, the purchaser shall be entitled to recover 0.5 % of the value of the delayed supply for each
week of delay or part thereof. L/D charges shall be levied as above on the total value of the concerned
package of the Purchase Order. Quantum of liquidated damages assessed and levied by the purchaser
shall be final and not challengeable by the supplier.
P
age1
3 5. FORCE MAJEURE
5.1 If, at any time, during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract is prevented or delayed by reasons of any war or hostility,
acts of the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine
restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of
happenings of any such eventuality is given by either party to the other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor
shall either party have any claim for damages against other in respect of such non-performance or delay
in performance, and deliveries under the contract shall be resumed as soon as practicable after such an
event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries
have been so resumed or not shall be final and conclusive. Further if the performance in whole or part
of any obligation under this contract is prevented or delayed by reasons of any such event for a period
exceeding 60 days, either party may, at its option, terminate the contract.
5.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to
take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused,
undamaged and acceptable materials, bought out components and stores in course of manufacture
which may be in possession of the Supplier at the time of such termination or such portion thereof as
the purchaser may deem fit, except such materials, bought out components and stores as the Supplier
may with the concurrence of the purchaser elect to retain.
6 TERMINATION FOR DEFAULT
6.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice
of default, sent to the supplier, terminate this contract in whole or in part
a) If the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract,
or any extension thereof granted by the purchaser;
b) If the supplier fails to perform any other obligation(s) under the Contract; and
c) If the supplier, in either of the above circumstances, does not remedy his failure within a period of 24
hours (or such longer period as the purchaser may authorize in writing) after receipt of the default
notice from the purchaser.
6.2 In the event the purchaser terminate the contract in whole or in part pursuant.
6.3 The purchaser may procure, upon such terms and in such manner as it deems appropriate, goods
similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such
similar goods. However the supplier shall continue the performance of the contract to the extent not
terminated.
7. TERMINATION FOR INSOLVENCY
The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without
compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by
the competent court provided that such termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the purchaser.
P
age1
4 8. ARBITRATION
8.1 In the event of any question, dispute or difference arising under this Agreement, or in connection
thereof, except as to matter, the decision of which is specifically provided elsewhere under the
Agreement, the same shall be referred to the Sole Arbitration of the Medical Superintendent, ESICH,
Manesar who shall proceed as per the Arbitration Act.
8.2 The work under the contract shall continue, during the Arbitration proceedings. 8.3. The award of the Arbitrator shall be final, conclusive and binding on both the parties
9. SET OFF
Any sum of money due and payable to the supplier (including security deposit refundable to him) under
this contract may be appropriated by the purchaser or any other person(s) contracting through the ESIC
and set off the same against any claim of the Purchaser or ESIC or such other person or person(s) for
payment of a sum of money arising out of this contract or under any other contract made by the
supplier with the Purchaser or ESIC or such other person(s) contracting through the ESIC.
Medical Superintendent
ESIC Hospital, Manesar
Plot No- 41, Sector- 03,
IMT Manesar (Haryana-122050)
P
age1
5
ANNEXTURE-D
SPECIAL CONDITIONS OF CONTRACT
1. The material shall be supplied in original packing from the manufacturer clearly indicating
manufacturing date, expiry date & price etc.
2. The quality of print should not be faint and should be legible and clear.
3. Any goods found defective after purchase should be replaced free of cost to the satisfaction of ESIC
HOSPITAL, MANESAR authorities failing which the cost will be deducted from /Performance Guarantee
furnished by the selected vendor.
4. Award of contract will be issued after the bidder selected is found to be technically and financially
acceptable to ESIC HOSPITAL, MANESAR.
5. The agreement shall be in force for a period of twelve months on the same price/ terms and
conditions by giving one week’s notice in writing to the vendor, if decided upon to do so by ESIC
HOSPITAL, MANESAR.
8. The bid security/Performance security deposit of the bidder would be forfeited, in case he refuses to
honor the letter of intent/Work Order issued by the ESIC HOSPITAL, MANESAR for supply of the
materials.
9. Selected bidder has to execute an agreement in the prescribed Performa (Performance Security
Bond Form)- Format-IX and Agreement in a non-judicial bond paper of value not less than Rs.100/-
(Hundred rupees Only) for ARM services, as per the intent of the ESIC HOSPITAL, MANESAR.
10. Penalty: All faults during the working period of canteen services before 22.00 Hrs. on any working
day will have to be rectified on the same day. Fault booked after 22.00 Hrs. will have to be attended
latest by next day. In case the firm fails to rectify within the time frame he has to provide a standby
identical system on the next working day before 22.00 Hrs. and take parallel action for replacing. If the
firm fails to make the system working by any of the two options, penalty of Rs. 500/- (Rupees Five
hundred only) will be imposed per working day since the next working day of the booking of the fault.
P
age1
6
Format I
DETAILS OF TENDERER
Name of Work: Annual Repair and Maintenance Services of (Civil & Electrical) works at ESIC
Hospital, Manesar for the period of one year.
1 NAME OF TENDERING COMPANY / FIRM / TENDERER:
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_________________________________________________________________________
2 NAME OF OWNER / DIRECTORS:
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_________________________________________________________________________
3 FULL PARTICULARS OF OFFICE:
(a) Address:
_____________________________________________________________________________________
_____________________________________________________________________________________
____________________________________________________________________________
(b) Telephone No.:__________________________________________________________________
(c) Fax No.:________________________________________________________________________
(d) E-Mail Address._________________________________________________________________
4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.
(a) Name of the Bank: _______________________________________________________________
(b) Address of the Bank:
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
(c) Telephone No. __________________________________________________________________
(d) Fax No.:________________________________________________________________________
(e) E-Mail Address: __________________________________________________________________
5 REGISTRATION DETAILS:
(a) PAN / GIR No.___________________________________________________________________
(b) Service Tax Registration No._______________________________________________________
P
age1
7 (c) E.P.F. Registration No.____________________________________________________________
(d) E.S.I. Registration No._____________________________________________________________
6 DETAILS OF EARNEST MONEY DEPOSIT:
(a) Amount (Rs.):___________________________________________________________________
(b) D.D. / P.O. No. and Date:__________________________________________________________
(c) Drawn on Bank:__________________________________________________________________
(d) Valid up to:_____________________________________________________________________
The above format may be used to provide requisite details
Date:
Place:
Name: Seal: Signature of Tenderer
P
age1
8
Format II
WORK EXPERIENCE
(Experience of Annual Repair and Maintenance Services of (Civil & Electrical) works completed
during last two years preceding November, 2013 and ongoing works) Use separate sheet for each work.
1. Project title and Location
2. Name of the Client and Address
3. Describe area of Participation (Specific Work done/Services rendered by the applicant)
4. Period of Work Done/Services rendered for the project
5. Total cost of work
6. Date of start of the work and the present status
7. Any other details
NOTE:
Supporting documents like certificates from the clients in support of each of the above projects to be
furnished.
Signature of Contractor
P
age1
9
FORMAT -III
DECLARATION
1. I, …………………………………….……………………………. Son / Daughter of Shri …………………………………………...
.............................................Proprietor / Partner / Director / Authorised Signatory of ...…………………....
.......................................am competent to sign this declaration and execute this tender document.
2. I have carefully read and understood all the terms and conditions of the tender and hereby convey
my acceptance of the same.
3. The information / documents furnished along with the above application are true and authentic to
the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
Signature of Authorized Person
Date: Full Name:
Place: Company’s Seal:
N.B.: The above declaration, duly signed and sealed by the authorized signatory of the company,
should be enclosed with Technical tender.
P
age2
0
FORMAT-IV
(TO BE TYPED ON A LETTER HEAD)
UNDERTAKING
To,
The Medical Superintendent
ESIC Hospital, Manesar
IMT Sec-03, Plot-41, Gurgaon Haryana – 122050
Subject: Tender for providing of Annual Repair and Maintenance Services of (Civil & Electrical)
works at ESIC Hospital, Manesar for the period of one year.
Madam,
1. I/We hereby agree to abide by all terms and conditions laid down in tender document.
2. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms
and conditions.
3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Service tax, TIN
number, from time to time.
4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance Services of
(Civil & Electrical) works at ESIC Hospital, Manesar shall be ensured by our Agency, as well as any
other assignment considered by the Medical Superintendent, ESIC Hospital, Manesar.
(Signature of the Bidder)
Name and Address of the Bidder.
Telephone No.
P
age2
1
FORMAT - V
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to
participate in the tender.
S. No
Items Confirm with indicate the page number
1 EMD in the form of Bank Draft for Rs. 1,50,000 /-
2 Bid documents fee in the form of bank draft for Rs. 1,000/- in case bid documents have been download from the website
3 Tender form with complete technical bid and Financial bid, with all pages serially numbered , signed and stamped on each page
4 Copy of PAN/TIN/TAN
5 Labour License under the Contractor Labour Act (R & A, Act 1970)
6 Registration certificate of shop/company Act
7 Income Tax return for the last two years
8 Service Tax registration certificate with details of the last payment.
9 Copy of Sales Tax/ VAT Certificate,
10 Sealed, Signed & Separate Bid/Tender Form,
11 Sealed, Signed & Separate Price/Financial Bid Form,
12 Filled Format- I to IX,
13 Documents in support of work experience during last 2 years,
14 Certificate of Satisfactory completion of work from previous organizations,
15 Annual Turnover of company which is certified by Chartered Accountant,
16 ESI Certificate, if any
17 EPF Certificate, if any
18 ARM/Construction works of civil & electrical License under the CPWD/State PWD/PSUs./Others.
19 ISO Certificate
Signature of Authorized Person
Date: Full Name:
P
age2
2
Enclosure – VI
DETAILS OF THE EXISTING CONTRACTS:
Sr. No.
Name and Address of the
Organization, Name, Designation and Contact Telephone / Fax No. of the
Officer concerned
Details of
regarding the Contract
Value of
Contract (Rs.)
Duration of Contract
From
To
DD/MM/YYYY
DD/MM/YYYY
A
B
C
Additional information, If any
The above format may be used to provide requisite details.
Signature of Tenderer
Date: Name:
Place: Seal:
P
age2
3
FORMAT - VII
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach on or before time of bid opening) To The Medical Superintendent ESIC Hospital Plot No.41, Sec-3 IMT, Manesar Haryana-122050 Subject: Authorization for attending bid opening on______________________________(date) in the
Tender of _______________________________________________________________________.
Following persons are hereby authorized to attend the bid opening for the tender
mentioned above on behalf __________________________________________________________(Bidder) in
order of preference given below.
Order of Preference Name Specimen Signatures I. II. Alternate Representative Signature of Bidder Or Officer authorized to sign the bid Documents on behalf of the Bidder Note: 1. Maximum of two representatives will be permitted to attend bid opening. In case
where entry is restricted to one, first preference will be allowed. Alternate
representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
P
age2
4
FORMAT - VIII
(TO BE TYPED ON A LETTER HEAD OF THE AGENCY) UNDERTAKING
CERTFICATE
Certificate of Non-Participation of near Relatives in the tender I_____________________________________________, S/O___________________________________________, R/O _________________________________________________________hereby certify that none of my relative(s) is/are employed in ESIC as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect, ESIC Hospital, Manesar shall have the absolute right to take any action as deemed fit/without any prior intimation to me.
Signed______________________________________ For and on behalf of the Tenderer
Name (caps)_______________________________ Position_____________________________________ Date_________________________________________
To,
The Medical Superintendent
ESIC Hospital, Manesar
IMT Sec-03, Plot-41,
Gurgaon, Haryana – 122050
P
age2
5
FORMAT - IX
FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND
1. In consideration of the ESIC Hospital, Manesar having agreed under the term and conditions of the Agreement No.- ……………………… dated ……………………….made between ESIC Hospital, Manesar and Second Party (hereinafter the said Construction Agency ………………………………………..…………………… ……………………………………………….………………………………….. for the work …………………...here in after called the said agreement ) to production of irrevocable bank guarantee for Rs………………………………………. (Rupees……………………………………………………………………………………………………………………………………….) as a security/Guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement, We …………………………………………………………………. ….………………………………………………………………………… (Hereinafter referred as to “the Bank” hereby) (Indicate the name of the bank)Undertake to pay to the ESIC Hospital, Manesar an amount not exceeding Rs…………………………………….. (Rupees ………………………………………………………………………………… ………………………………………………………… only) on demand by the ESIC Hospital, Manesar.
2. We ………………………………………………………………………. do hereby undertake to pay the amounts
due and payable under this Guarantee without any demure, merely on a demand from the ESIC Hospital, Manesar stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………………………… (Rupees………………………………………………………………………………………….only).
3. We, the said bank further undertake to pay to the ESIC Hospital, Manesar any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment.
4. We ………………………………………………………………………………….. further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC Hospital, Manesar under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESICH Manesar certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this guarantee.
5. We……………………………………………………………………………… (Indicate the name of Bank) further agree with the ESIC Hospital, Manesar that. The ESIC Hospital, Manesar shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or
P
age2
6
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved form our liability by reason of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC Hospital, Manesar or any indulgence by the ESIC Hospital, Manesar to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.
7. We ……………………………………………………………………………lastly undertake not to revoke this
guarantee except with the previous consent of the ESIC Hospital, Manesar in writing.
8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by
ESIC Hospital, Manesar. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs……………………………………………………………….……………………….. (Rupees
……………………………………………………………………………………………………………………….only) and unless a
claim in writing is lodged with us within six months of the date of expiry of the extended date of
expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Date the …………………………………………… Day of ………………………………For …………………………………………………….……………………………………………………… (Indicate the name of bank).