~'!r 1'-6'office.incometaxindia.gov.in/bhubaneswar/lists/tenders/attachments/... ·...
TRANSCRIPT
'Jffifffi'nR GOVERNMENT OF INDIA
~=~~~,3ilmrr~,
OFFICE OFTHE PRINCIPALCHIEF COMM ISSIONER OF INCOM ETAX, ODiSHA REGION,JWll<ffi,~ 'lOR, ffiR<f~, 1sTFLOOR, AAYAKAR BHAWAN, RAJASWA VIHAR,
~'!R BHUBANESWAR-751007
Phone No. 0674-2589466/Fax No. 0674-2589263.
No.pr.CCIT/ Admn.(GI.)/1I1 -18/ 2016-11'-6'1193 Dated: 08/02/2017
NOTICE FOR INVITING OPEN TENDER FOR OUTSOURCIING OF DATA ENTRY OPERATORS ANDMULTI TASKING STAFF
Sealed Quotations are invited from licensed & reputed parties/firms/companies/agencies
of Bhubaneswar for outsourcing the work of five Data Entry Operators and one M ult i Tasking
Staff on contract basis to be engaged in the Aayakar Seva Kendra, 0 /0 . Princip al Chief
Commissioner of Income Tax, Odisha Region, Bhubaneswar .
Interested parties/firms/companies/agencies of Bhubaneswar may send sealed quotations in the
manner specif ied in the tender documents to Deputy Commissioner of Income
Tax(Hqrs.)(Admn .&Vig.) , Bhubaneswar, 1st Floor, Aayakar Bhawan, Bhubaneswar on or before 17th
February, 2017 upt o 04.30 P.M. The relevant documents may be obtained from Deputy
Commisioner of Income Tax(Hqrs.)(Admn .&Vig .), 0/0. Pr.CCIT, Bhubaneswar or from the officia l
website www.incometaxindia .gov.in .
The technical bids and financial bids will be opened at 04.30 P.M . on 21.02.2017 at the chamber of
Deputy Commissioner of Income Tax(Hqrs.)(Admn.&Vig.), 0/0. Pr.CCIT, Bhubaneswar. Agencies
/parties w ho are participating in this process may send their authorized rep resentatives to remain
present at the time of opening of quotations.
(:&c\Tq" /Sandeep Lakra)
~~('l.)(Jl.l('i@4i" ,) /Dy. Commissioner of Income Tax. (Hqrs.)(Admn. &Vig.)
~lI'lR"~~~,~~,'fl't'1R /0/0 the Pro C.C.I.T, OdishaRegion, Bhubaneswar
TENDER DOCUMENT FOR OUTSOURCING OF DATA ENTRY OPERATORS (DEO) / MULTI
TASKING STAFF (MTS) FOR THE OFFICE OF PRINCIPAL CHIEF COMMISSIONER OF INCOME
TAX,ODISHA, BHUBANESWAR.
SECTION -I
Name of Wo rk Providing Data Entry Operators and Multi Tasking Staff at Aavakar
5eva Kendra, 0/0. Principal Chief Commissioner of Income Tax,
Odisha Region, Bhubaneswar
Period of Contract For a period of 1 (one) year from th e date of commencement of
contract
Earnest Money Rs.5,000/-(Rupees five thousand only) by the Bidder in the form of
Deposit DO/Banker's Cheque drawn on any Nationalized Bank in favour of the
Deputy Commissioner of Income Tax (Hqrs.)(Admn.),% the Pr.Chief
Commissioner of Income Tax, Bhubaneswar and payable at
Bhubaneswar
Last Date & Time of Date: 17th February, 2017 Time : 04.30 P.M.
receipt of Bid
Time and Date of Date : 21" February, 2017 Time : 04.30 P.M .
Opening of
Technical Bid and
Financial Bid
Place of Opening of Office Chamber of Deputy Commissioner of Income
Technical Bid and Tax(Hqrs.)(Admn.&Vig.), % th e Pr.CClT,Odisha, 1" Floor, Aayakar
Financial Bid Bhawan, Rajaswa Vihar,Bhubaneswar-751007.
The tender Dy. Commissioner of Income Tax(Hqrs.)(Admn.&Vig.), Office of the
documents can be Pr.CClT,Odisha,1" Floor, Aayakar Bhawan, Rajaswa Vihar,
obta ined from Bhubaneswar -751007
Date: 08.02.2017 to 17.02.2017 Time: 11.00 A.M. t o 05.00 P.M.
Tenders to be Dy. Commissioner of Income Tax(Hqrs.)(Admn.), Off ice of the Pr.CCIT,
addressed t o Odisha, 1" Floor, Aayakar Bhawan, Rajaswa Vihar, Bhubaneswar •
751007 .
SECTION -II
GENERAL TERMS AND CONDITIONS
1. The Service Provider sha ll initially pro vide 5 (five) Data E n try O perators an d 1 (one)
Mul ti T asking Staff for manning th e Aayakar Seva K endra, G round Floor, Aayakar
Bhawan, Bhubaneswar from the working day following the date o f contract. The number
of workers may be increased or decreased as per requirement.
2. The initial period o f contract would be 1 (one) year, which may be extended further by
another one year on satisfactory performance with such amendments as may be mutually
agreed to an d also subject to the ne cessary approval of the Competent Authority.
3. The E ducational qualification and nature of duties in resp ect of Data Entry
O perators/Multi Tasking Staff are given below:
4. The nature of duties of th e D E O s would bro aclly include typing fro m the written
draft/ docum ents, taking direct dictation and reprodu cing the same on the computer
th ough typing and any other work assigned by the superio r authori ty.
5. The qualification of DEO should be 10+ 2 but preferably be Graduate from a recognized
University having minimum speed of typing at 40 \VPM and ade quate o f so ftware such
as MS \Vord, MS E xcel, MS Power Point etc. The person should also b e able to type
directly on the computer during dictation and also able to work till late hours.
6. The nature of duties of MTS would broadly include assisting in routine office work like
diary, dispatch, delivering o f dak , carrying of files and other papers with in the building,
physical maintenance o f record s, general cleanliness & upkeep of the office,
photocopying, sending of FAX and any other work assigned by th e superior authori ty.
7. The qu alification of MTS should be a reasonable kn owledge of reading and writing in
E nglish, Hindi & N um erical Systems so th at he / she is able to understand files and
diary / dispatch work. The person should able to work till late hours.
8. The working hours o f D EOs /lvlTS will be from 09.30 hrs to 18.00 hrs daily, with a
lnnch break of :I, hours from 13.30 hrs to 14.00 hrs. H owever, th e persons would be
required to work till late hours also, if required as per demands o f the office work. In
case, a person deployed is abs ent on a particular day or comes late/ leaves early on three
occasions, one day's wage shall be deducted by thi s office. The service provider shall also
provide the services of the data entry operators/multi-tasking staff on Saturday, Sunday
and any other h olidays, if required, by this office.
9. Th e personnel deployed shoul d polite, cordial, positive, punctual and efficien t while
handling the assigned wo rk and their actions shall promote goodwill and enhance the
image of this D epartment. The service provider shall be responsible for any act o f
indiscipline on the part of persons deployed by him.
10. The person nel deployed, if not found working satisfactorily by this office, shall be
replaced by the service provider immediately and this office reserves right to terminate
the services of the service provider at any time without giving any notice or reason s,
whatsoever.
11. The successful bidder will have to make a security dep osit o f perfonnance securityshould be for an amount of five percent of the value of the contract. The bid security of
the unsuccessful bidders should be returned to them at the earliest after expiry of thefinal bid validity and latest on or befor e the 30'h day after the award of the con tract. The
bid security should be refunded to the successful bidder on receipt of Performance
Security.
12. The Service Provider is respon sible for payment of monthly wages to the personnel to be
engaged by it in compliance o f all the statutory ob ligation s under all related legislations asapplicable to it from time to time including minimum wages Act, Employees Provident
Fun d, ESI Act, etc. and this Department shall not incur any liability for any expenditure
whatsoever on the person s employed by the service provider on account of any
obligation. The service provider will be required to provide particulars of PF, Group
Insurance of its employees to be engaged in this o ffice.
13. The man power will have to be supplied by the agency with the five days of award of
contract.
14. The Service P rovider has to provide ph oto identity cards to the persons employed by
him/her for carrying out the work. These cards are to be constan tly displayed & their
loss rep orted immediately.
15. The service provider will submit the bill in duplicate, in respect of a particular month in
the first week of the following month. The paymen t will be released by the third week of
the following month after deduction of taxes ded uctible at source under the laws in
force.
16. Payments to the service provider wo uld be strictly on certi ficatio n by the o fficer with
whom the outsourced personn el is attached that his/her service was satisfactory and as
per his/her attendance shown in the bill pre ferred by the service provid er.
PROFORMA FOR TECHNICAL BID
ANNEXURE-I
SI.No. Particulars To be filled by the Tenderer
1 Name of the Agency
2 Detai led office address of the agency with office
Telephone Number, Fax Number and mobile Number
and name of the Contract person
3 Whether regist ered with all concerned Government
Authorities
(Copies to be enclosed)
4 Whether the concerned has experience of providing
such services, if yes kindly provide proof.
S Permanent Account Number(PAN}, details of ESI &
EPF and Service Tax Registration along with evidence
6 Details of income and turnover for last three years.
7 Whether the firm/agency is blacklisted by any
Government Department or any criminal case is
registered against the firm/agency or its
owner/partner anywhere in India.
8 Whether the terms and conditions for outsourcing of
services for five DEO and one MTS as mentioned in
tender notice is accepted? (write yes/No)
Seal
Signature of Authorized Person
Name
Date:Place:
PROFORMA FOR FINANCIAL BID
ANNEXURE-II
SI.No. Description of Payment Rate per Month per person
1 Name ofthe bidder
2 Full address and tel. No. of bidder
3 Wage per Data Entry Operator
4 Wages per Mu lti Tasking Staff
5 ESIC as per the Rules @ (in Rs.)
6 EPF as per the Rule @ (in Rs.)
7 Service Tax as applicable (in Rs.)
8 Total (in Rs.)
9 Service Charges (in Rs.)
10 Grand Total (per Month) (in Rs.)
Seal
Signature of authorized person
Full Name:
Date:
Placed: