› images › tender-schedule-for-house-keeping-services-2019.pdf common advertisement for both the...
TRANSCRIPT
COMMON ADVERTISEMENT FOR BOTH THE SERVICES LIKE HOUSE KEEPING AND
SECURITY SERVICES
MSME TOOL ROOM - HYDERABAD (CENTRAL INSTITUTE OF TOOL DESIGN)
MINISTRY OF MSME – A GOVT. OF INDIA SOCIETY
BALANAGAR, HYDERABAD – 500 037
Date:07.09.19
E - PROCUREMENT NOTICE
INVITING TENDERS FOR PROVIDING HOUSEKEEPING SERVICES
FOR MSME TECHNOLOGY CENTRE, PUDI, VISAKHAPATNAM
1.Housekeeping Services :Required disciplined personnel to provide House keeping services
to maintain Office environments Clean & Green as per General Terms & conditions.
Sl.
No.
Tender search
by Organisation
Description
Tender
Fee Rs.
EMD/ BG
Rs.
Due date
for
submission
of tender
Opening of Techno
commercial bids
1.
Development
Commissioner
MSME||Central
Institute of Tool
Design,
Hyderabad
Providing
House
Keeping
services
1,500/- towards
Tender Fee
in the form of
DD /RTGS
Rs. 50,000/- towards
EMD infavour of
MSME TC, PUDI,
Visakhapatnam.
In addition to this,
Security deposit of
Rs. 2,00,000/- to be
furnish on receipt of
award
30.09.19
03.10.19
The detail specification along with General Terms and Conditions may be downloaded from
website by logging on to e-procurement portal http://eprocure.gov.in/eprocure/app on
payment of Tender schedule cost & EMD as mentioned above. The bidders are advised to
enroll/register on the e-procurement website. In order to submit the bids, the bidders are
required to have Digital Signature Certificates issued by any of the Certifying authority of
India. The Bidders shall be solely responsible for checking the website for any
addendum/corrigendum issued in this regard and take into consideration the same during
submitting the bids. The bids are to be submitted on online through CPP portal
http://eprocure.gov.in/eprocure/app.
MSME TOOL ROOM - HYDERABAD (CENTRAL INSTITUTE OF TOOL DESIGN)
MINISTRY OF MSME – A GOVT. OF INDIA SOCIETY
BALANAGAR, HYDERABAD – 500 037
1/11
Ref: CITD/Admn/1/HKS/19-20
Date: 07.09.19
CITD invites on-line bids from Licensed Contractors for providing House Keeping
Services to maintain office buildings, environments, Lawns Clean & Green at
new MSME Technology Centre, Pudi, Visakhapatnam & as per their Terms &
Conditions mentioned below.
Prospective Bidders may download the Tender Document from www.citdindia.org /
https://eprocure.gov.in/eprocure/app. Bidders are advised to go through instructions
provided at “Instructions for online Bid Submission” and submit duly filled bids online on
the website https://eprocure.gov.in/eprocure/app as per the schedule given in the
Tender Document.
Sl.No
Subject
1. Providing of Un-skilled employees for House Keeping Services to maintain Office Buildings & environments Clean & Green.
Detailed specifications should be provided along with supporting technical
literature if any, quotations with inadequate information will not be considered.
Terms & Conditions:
Eligibility Criteria:
1.Tender Fee shall be transferred through NEFT/RTGS/DD and Soft copy of the
Transaction ID shall be uploaded in CPP Portal along with Technical Specifications.
Beneficiary details: Name: CITD, Balanagar, Hyderabad A/c No:
52065280065, Name of the Bank: State Bank of India, Branch: Balanagar,
IFS Code: SBHY0020085.
2.In the sense of hard copy of Earnest Money Deposit, BG / DD should be obtained
from any Nationalized & Scheduled Bank and it should reach to the following
address through Post / Courier on or before due date i.e. 30.09.19. Address
:Principal Director, Central Institute of Tool Design, Balanagar, Hyderabad
– 37, E.mail: [email protected] Soft copy of the EMD & Tender Fee must
be uploaded in CPP Portal.
3.Documents of Technical specifications must be submitted in PDF format only,
proof of being authorized dealers or proprietary certificate of the item, if any earlier
purchase orders related to government organization, PRE-Qualification details like
RC, PANCARD & GST etc., should be uploaded along with technical specification in
valid format. No options shall be entertained.
2/11
4 The Institute will not be responsible for any postal delays. Detailed specifications, terms
and conditions can be obtained through CPP Portal & CITD website www.citdindia.org from
09th September, 2019 and the due date for receipt of tender is 30th September, 2019
05.00 PM. The bids will be opened on 3rd October, 2019 at 11.00 A.M. at CITD,
Balanagar, Hyderabad – 37.
5. The Institute reserves the right to increase or decrease the quantity, postpone / cancel
reject a or all the tenders without assigning any reason.
Bid validity:
Offer terms and conditions should be clearly mentioned, taxes if any should be exclusive . Bids should be valid for 90 days.
Payment:
1. 100% payment will be released within 4 weeks from date of Invoice with necessary
document.
Mandatory to submit the Bids along with the required documents :
Single Bid On-line System: Single bid system will be followed for this tender. In this
system bidder must submit their offer on-line as explained below "Techno-Commercial
Bid" shall contain: (in pdf format – online)
a. Duly filled Techno-Commercial Bid with Office seal and authorized signatory of the
person with name, designation & contact no.
b. Authorization letter issued by the competent authority of bidder authorizing the
signatory to sign on behalf of the bidder.
c. A copy of Certificate of Incorporation, Partnership Deed / Memorandum and
articles of Association/any other equivalent document showing date and place of
incorporation as applicable.
d. Advise to enclosed the last three years Service award copies of Govt. / Quasi Govt.
/ Public sector undertaking.
e. A Copy of the last three years audited balance sheet
f. A Copy of the EMD/ Tender fee & exemption certificate
g. A copy of the bank solvency certificate issued by the any Nationalized / Scheduled
bank for the amount of Rs. 5,00,000/-.
h. Other documents necessary in support of eligibility criteria, brochures etc.
** Note: Non- submission of the above said certificates, vendors are liable to
be disqualified and out rightly declined during technical
evaluation.
The Techno-commercial bid should addressed to:
Principal Director, Central Institute of Tool Design, Balanagar, Hyderabad - 500 037.
Email: [email protected]
Last date for submission of bids: before 30th September,2019 by 17:00hrs.
The bid must be submitted on-line through CPP portal(www.eproucure.gov.in. The Tender Fee
through NEFT/RTGS/DD & EMD by way of Crossed demand Draft from any Nationalized &
Scheduled Bank drawn in favour of Central Institute of Tool Design, Balanagar, Hyderabad.
It may be submitted at this office on or before due date i.e 30th September,2019. Any
clarifications / information required, it can be clarified by Dy.General Manager, MSME TC, Pudi,
Visakhapatnam email.id [email protected]
Tender Reference No.: CITD/Admn/1/HKS/19-20 shall be mentioned in the bid
3/11
INSTRUCTIONS FOR ONLINE BID SUBMISSION
The Bidders are required to submit softcopies of their bids electronically on
the CPP Portal, using valid digital signature certificate. The instructions given
below are mean to assist. The bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and may submit their
bids through online on CPP Portal. More information useful for submitting
online bids on the CPP Portal may be obtained at
https//eprocure.gov.in/eprocure/app
REGISTRATION
➢ Bidders are required to enroll on the e-procurement module of the CPP
Portal (URL:https// eprocure.gov.in/eprocure/app) by clicking on the
link click here to enroll. Enrollment of the CPP Portal is free of charge.
➢ As part of the enroll process, the bidders will be required to choose a
user name and assign a pass word for their accounts.
, ➢ Bidders are advised to register their valid email id / addresses and
mobile nos as part of the registration process. These would be used for
any communication from the CPP Portal.
➢ Upon enrollment, the bidders will be required to register their valid
digital signature certificate( Class II/III certificates with signing key
usage) issued by any certifying authority, recognized by any CCA India
with their profile.
➢ Online 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.
➢ Bidders then logs to into the site through the secured log in by
entering their user id or Password and the password of the DSC /
etoken.
SEARCHING FOR TENDER DOCUMENTS
➢ There are various such 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,
where in the bidders may combine a number of search parameters
such as organization name, firm of contract, location, date, other key
words etc., To search for a tender published on the CPP Portal.
➢ Once the bidder 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’ Folders. This
would enable the CPP Portal to intimate the bidders through SMS /
Email incase there is any corrigendum issued to the tender document.
4/11
➢ 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
help desk.
PREPARATION OF BIDS
➢ Bidders should take into account any corrigendum published on the
tender document before submitting their bids.
➢ Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as
part of the bid. Any deviations from these may lead to rejection of the
bid.
➢ Bidder, in advance, should get ready the bid documents to be
submitted as indicated in the tender document / scheduled and
generally, they can be in pdf/ XLS / RAR/ DWF Formats. Bid documents
may be scanned with 100 dpi with black and white option.
➢ To avoid the time and efforts, required in uploading the same set of
standard documents which are required to be submitted as part of
every bid, a provision uploading such standard documents ( Ex: PAN
card copy, Annual reports, Auditors certificates etc.)has been provided
to the bidders. Bidders can use “ My Space area available them to
upload such documents. These document s may be submitted from
the MY space area while submitting a bid, and need not to be upload
again and again. This will lead to a reduction in the time required for
bid submission process.
SUBMISSION OF BIDS:
➢ Bids should log into the site well in advance for bid submission so that
he /she 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 he tender fee
/ EMD as applicable & enter details of the instrument(s).
➢ Financial bids to be submitted in pdf format.
➢ The server time (which is displayed on the bidders dash board.)will be
considered as the standard time for referencing the deadline for
submission of the bids by the bidders, opening of bids etc., the
bidders should follow this time during bid submission.
5/11
➢ 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 Encryption technology. Data storage
encryption of sensitive fields is done.
➢ The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
➢ Upon the successful and timely submission of bids, the portal will give
successful bid submission message and a bid summary will be displayed
with the bid no. and date & time of submission of the bid with all other
relevant details.
ASSISTANCE TO BIDDERS
➢ Any queries related to the tender document and the terms & conditions
contained therein should be addressed to the tender inviting authority
for a tender are the relevant contact person indicated in the tender.
➢ Any queries relating to the process of online bid submission or queries
relating to the CPP Portal in general may be directed to the 24 * 7 CPP
Portal Helpdesk. The contact no. for the helpdesk is 18002337315.
GENERAL INSTRUCTIONS TO THE BIDDERS
➢ The tenders will be received online through Portal https//eprocure.gov.in
/ eprocure/app. In the technical bids, the bidders are required to upload
all the documents in pdf format.
➢ Possession of valid class –II/III digital signature certificate ( DSC) in the
form of smart card / etoken in the company” name is a pre-request for
registration and participating in the bid submission activates through
https//eprocure.gov.in / eprocure/app. Digital signature certificate can
be obtained from the authorized certifying agencies, details which are
available in the https//eprocure.gov.in / eprocure/app. under the link
information above DSC. Tenders are advised to follow the instructions
provided in the instructions to the tenders for the e-submission of the
bids online through the CPP Portal for the procurement at
https//eprocure.gov.in / eprocure/app.
6/11
TECHNICAL BID FOR PROVIDING HOUSE KEEPING SERVICES AT MSME TECHNOLOGY CENTRE, PUDI,VISAKHAPATNAM.
DETAILS OF THE FIRM & EXPERIENCE Etc.:
SI. Information
No
Description / particulars
Documents submitted
Yes/No
Information
01. Name of the Firm, Authorized person and
address & Telephone No.
02. Age of the Organisation: No. of years experience in the field
03. No. of Contracts on hand:
a ) Govt . Depa r tment s
b ) Pub. Sector Undertakings
c ) P r i va te Con t rac t
Note: you are advised to submit the proof of
Experience document regarding Govt. deptts,
Pub.Sector Undertaking & Private orgns.
04. Total No. of Employees on Role:
1 . Skilled employees
2 . Semi Sk i l l ed
3 . Un -Sk i l l e d
4 . Cleaning Sta f f -Toilets
05. Statutory Fulfillment details:
1. Labour Contract Licence No. & Validity upto: 2. Income tax Pan No.
3. ESI Code No.
4. P.F.Code No.
5. GST Tax No.
6. PAN No.
Note: It is mandatory to submit the proof of the above said documents.
06. Encl: 1. List of Govt. Clients& maximum 3 latest orders should be enclosed.
2. List of other Clients
07. Audited Statement of A/Cs for the last year to be enclosed
08. Copies of I.T.Returns to be enclosed. 09. GST Tax Returns details to enclosed 10. It is mandatory to provide uniform &
Personal protective equipment (PPE) to your employees at your cost.
11. Whether any proceedings initiated/pending against your firm/your employee by any
statutory/legal/Police authorities.
12. Details of E.M.D. / Bank Guarantee for Rs.2,00,000/-(Two lakhs Only)
13. Any other information
Signature of Authorised Person: Designation & Seal of the Firm:
7/11
The Principal Director
Central Institute of Tool Design
Balanagar, Hyderabad — 500 037
DECLARATION OF THE TENDERER
I / We do hereby distinctly and expressly declare and acknowledge that before submission of my/our tender, I/We carefully followed the Instructions in the tender notice and have read the conditions, specifications and the relevant clauses of all the labour statutes.
1/We have made such examination in the Tender documents and specifications
etc., and the location where the said work is to be done and such investigation of
the work required to be done and in regard to the manpower required to be
furnished so as to enable me/us thoroughly to understand the intention of the
same and the requirements, agreements, stipulations etc., containing in the
contract and in the said specifications and distinctly agree that I/We will not
hereafter make any claim or payment upon the Institute based upon or arising out
of alleged misunderstandings and misconception on my/our part of the said
requirements, agreements, stipulations, restrictions and conditions etc.
I /We also declare and undertake payment of statutory contribution to PF, ESI &
GST by way of separate challans in respect of our employees posted at the Institute
and produce the proof of payment along with monthly bill for processing the
payment.
I/We …………………………………………………………………………enclosed the documents as required in the Tender Notice. We, the undersigned contractor hereby declared that the information furnished by us is true to best of our knowledge.
SIGNATURE OF CONTRACTOR FIRM SEAL
8/11
MSME TOOL ROOM - HYDERABAD (CENTRAL INSTITUTE OF TOOL DESIGN)
MINISTRY OF MSME – A GOVT. OF INDIA SOCIETY
BALANAGAR, HYDERABAD – 500 037
THE FOLLOWING DOCUMENTS ARE MANDATORY TO SUBMIT ALONG WITH TECHNO COMMERCIAL BID
1. In order to qualify technically, all the Contractors should produce the following
valid documents. In case any agency would like to avail exemption for Tender
Fee & EMD, Please note that it is mandatory to submit NSIC certificate
along with MSME, failing which, those bids will be disqualified and
declined accordingly.
➢ Labour contract License
➢ ESIC Registration
➢ PF Registration
➢ GST Registration & No.
➢ PAN No.
➢ TAN No.
GENERAL TERMS & CONDITIONS:
1. Contractor should quote their percentage of service charges over minimum
wages. ( It is to be noted that House Keeping personnel wages will be paid as
per Minimum wages rates only.)
2. Parties are advised to quote their commission up to two decimals points
Ex.0.01% .
3. Parties are informed that this being a service contract, they are eligible for
commission expressed in terms of a percentage(%) only and not in any other
terms.
4. Price bids of parties quote their service charges other than in percentage (%)
terms, will be summarily rejected.
5. There is no minimum or maximum percentage of commission fixed and the
parties free to quote their service charges / commission as mentioned above.
6. It is to be noted that wages will be paid as per Minimum wage rates stipulated by
Ministry of Labour & Employment, Govt. of India.
7. Monthly bills will be released on submission of proof of statutory payment of ESI , PF &GST by the Contractor, failing which payment will be kept in abeyance till submission
of proof of statutory payments.
8. Contractor shall be responsible for strict compliance of statutory liabilities of PF
ESI, Minimum wages & GST.
9. All terms & conditions of contract labour Act, Minimum Wages, PF Act, ESI, GST
shall be followed by the contractor.
9/11
Details & Terms and Conditions for submission of COMMERCIAL BID
(Note: Contractors are required to quote their service charges as a percentage
of total bills payable as per Minimum Wages rates specified by Ministry of
Labour & Employment, Govt. of India)
We quote our lowest rate for providing total HOUSE KEEPINGSERV ICES as
per your requirement and its equipments with the following manpower.
Parties are advised to quote their wages and their commission in this
prescribed format.
Total No. of Employees required :15 Employees
(The number mentioned herein is only indicative. It can be increased / decreased
as per the requirements of MSME Technology Centre, Pudi, Visakhapatnam from
time to time).
We note that in the event of tie up of bids with the same percentage of service
charges by two or more parties, the institute may finalise the contract based on
other parameters like size of the firm in terms of no. of contracts annual turn
over no. of employees etc. and we irrevocable bind ourself to such decision of
the competent authority of the institute.
We shall take full responsibility for discipline, orderliness of our employees &
security of the property of the Institute. We also undertake the total responsibility for
statutory payments to our employees who are engaged in MSME Technology Centre, Pudi,
Visakhapatnam towards PF,ESI & GST/ Payment of Minimum Wages Act .
DESCRIPTION OF WORK FOR PROVIDING OF HOUSE KEEPING
SERVICES
1. Daily cleaning, sweeping, mopping of all the office corridors, skirting in all rooms
at all heights including stair cases, dusting of electrical appliances like lights, ceiling
fans & sweeping of roads, foot paths, other open areas time to time, removing of
cobwebs of the buildings located in the Institute.
2. Daily cleaning of Toilets, Urinals, wash basins (twice a day) located in the
Institute campus i.e, also cleaning of open drains, Sewerage lines. Removal of
drainage blockages etc.,
3. Besides the above, contractor is advised to be remove all the bushes, unwanted
plants, wild grass in the lawns, & wild plants to ensure cleanliness of the campus
and also to avoid reptiles during rainy season.
10/11
GENERAL TERMS & CONDITONS ,
1. The contractor shall render House Keeping services through their staff in
respect of the Institute property & premises during the period of the contract.
2. The contractor shall deploy required no. of staff for fulfilling its obligations
under this agreement.
3. The contractor shall ensure deployment of competent staff. The Contractor
shall further make available at the disposal the contingent staff of the
contractor as and when required by the Institute.
4. The Contractor shall carry out the obligations under this agreement diligently
and to the satisfaction of the Institute. The staff deployed by the contractor
will exercise & care by discharging their duties.
5. The House Keeping Staff provided shall be the employees of the contractor &
not of the Institute.
6. The contractor shall cover at his cost the House Keeping staff under the
provisions of the ESI Act . 1948/Fatal accidental act and payment of salaries,
relief, PF, ESI GST & other statutory obligations, if any, grant of leave
discipline etc., of the work force provided by it. As per the respective labour
legislation act, the contractor shall indemnify the Institute against
consequences of account of legal proceedings and cost of damages / fair
losses, if any. Contractor shall comply with the relevant Provident Fund
miscellaneous provisions act 1952 prohibition of Child Labour Act, Provisions
relating to ESI etc., and he / she shall be responsible regarding all the
statutory payments under the legislations which are in vogue and for the
Institute will not directly beheld responsible.
7. The contractor shall be responsible for prompt replacement of any member of
the House keeping Staff whose work are conduct is found unsatisfactory by
the Institute or falls sick/ proceedings on leave or otherwise absent at no
additional cost of the Institute.
8. The financial liability will be attached to the contractor for any loss incurred
by the institute when such loss is attributed to the criminal negligence and
are collision of the contractor’s staff employed at the Institute which is to be
determined by the enquiry comprising of representative of the Institute and
of the Contractor. If any negligence is proved on the part of the staff of the
contractor, then the contractor shall reimburse the loss to the extent of its
value as access by the institute subject to a minimum amount of Rs.1,000/-
on each occasion.
9. This agreement may be terminated by either party by giving one month
notice in writing to other party.
10. The contractor shall ensure that the House Keeping staff provided shall
comply with the directions and instructions given by the concerned officials
of the MSME, Technology Centre, Pudi, Visakhapatnam from time to
time.
11. The Income Tax sources prevailing statutory rate shall be deducted from each
running bill of the contractor.
11/11
12. Bills shall be submitted by the contractor every month before 10 th working
day of month based on which the payment shall be made by the Institute on
submission of proof of payment of ESI, PF & GST. The contractor shall be
liable to arrange timely payment of wages without linking to the payment of
his bill by MSME Technology Centre, Pudi, Visakhapatnam.
13. No escalation of rates during the period of contract is admissible and the
rates should be clear and firm and inclusive of rates & taxes etc.,
14. The work shall be awarded on a trail basis for a period of Six months. In the
first instance, which is liable to extend further / curtailed at the discretion
of the Dy.General Manager, MSME Technology centre, Pudi,
Visakhapatnam
15. In the event of the contractor’s failure to comply with all or any of the
provision or breach of the contract, the Institute shall have the right to forfeit
the security deposit and also to proceed against the Contractor for damages
which not only entails for imposition of penalties but, termination of contract.
16. In the event of one or more tendering parties quote the same percentage of
commission(service charges), the Dy.General Manager, MSME TC, Pudi,
Visakhapatnam shall decide and determine the contract to the party based
on the standing of the Company in the market for providing House Keeping
Services, annual turnover, no. of employees, branch office etc., and his
decision shall be final and binding on the parties.
17. The Institute reserves the right to accept/reject all or any of the bids without
assigning any reason & to prescribe terms & conditions from time to time
governing the contract which shall be binding on the contractor.
18. The successful bidder shall furnish the Bank Guarantee of Rs. 2,00,000/-
on Rs. 100/- bond paper towards Security deposit. Accordingly, this office
shall return the EMD of Rs. 50,000/- after placing service award.
19. In case of any dispute in interpretation of clauses contents here in, the
decision of Dy.General Manager, MSME Technology Centre, PUDI,
Visakhapatnam shall be final and binding on all parties.
20. The jurisdiction of this contract shall be Visakhapatnam only.
Signature of authorized person
Name & Designation
Name & Address with firm seal