at · bidder must submit copies of all documents asked for in this tender, duly self attested,...

18
REGIONAL OFFICE : ANDHRA PRADESH EMPLOYEES' STATE INSURANCE CORPORATION 48-7-324, PANCHADEEP BHAWAN, ESIC ROAD, GUNADALA, VIJAYAWADA . 520 OO4. Tef .No. 0866-2453498, Fax No. Oa66-2453490 Website: www. esic.nic.in, E-mail: [email protected] No. 62-Dl1 1 I 121 1 41 1 ISS-Genl. Dated: 06.11.2017. E.TENDER NOTICE FOR PROVIDING SECURITY SERVICES e-Tenders are invited from reputed, registered, professional Security agencies having experience of at least 03(three) years of providing Security services in Central GovernmenU State Government Departments, Public or Private Sector Companies/ Undertaking Autonomous Bodies for providing Security services (Security guards without arms) for Regional Office, ESI Corporation, Vijayawada and Branch Offices located at Autonagar (Vijayawada), Gandhinagar (Vijayawada), Eturu, Tanuku, Rajahmundry and Kakinada under the jurisdiction of Regional Office, ESI Corporation, Vijayawada on contract basis from 01.01.2018 to 31.12.2018 and extendable by another one year on evaluation of the services rendered and mutual agreement under two bid systems. The tender document can be downloaded from the websites www.esic.nic.in and https://esictenders.eproc.in from 13.11.2017 to 04.12.2017 till 12:00 noon. Interested bidders have to submit the tender online at httos://esictenders.eproc.in in the prescribed pro-forma. Further, all the physical copies of supporting documents shall also be required to be submitted by the bidders along with the tender document downloaded from the website complete in all respects and dropped in the tender box available at RegionalOtfice, ESI Corporation, Gunadala, Vijayawada on or before 04.12.2017 by 02.30 pm. All bidders/ contractors are required to procure class-lllB Digital Signature Certificate (DSC) with Both DSC Components i.e., Signing & Encryption to participate in the e{enders. Bidders are required to register themselves with C-1 India Pvt. Ltd., Gurgaon for participating in e-tender. Registration and payment details are available at Annexure-Vll of e-tender document. The sealed tenders will be opened in the presence of the tenderers or their authorised representatives who may wish to be present. The Regional Director of Regional Office, ESI Corporation, Vijayawada reserves the right to accept or reje whatsoever. ( M. PADMA PRTYA ) REGIONAL DIRECTOR I/C. Nature of Work Approximate value of work (Rs.) Earnest Money Deposit (Rs.l Security Deposit (Rs.) Last Date of receiving of sealed tender bids Date of opening of Technical Bids Date of opening of Financial Bids Security Services without arms - 17 guards 38 Lakhs 76,000 190,000 04.I2.2077 2.30 PM 04.L2.2017 3.00 PM 04.L2.20\7 3.30 PM

Upload: others

Post on 25-Dec-2019

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

REGIONAL OFFICE : ANDHRA PRADESHEMPLOYEES' STATE INSURANCE CORPORATION

48-7-324, PANCHADEEP BHAWAN, ESIC ROAD,GUNADALA, VIJAYAWADA . 520 OO4.

Tef .No. 0866-2453498, Fax No. Oa66-2453490Website: www. esic.nic.in, E-mail: [email protected]

No. 62-Dl1 1 I 121 1 41 1 ISS-Genl. Dated: 06.11.2017.

E.TENDER NOTICE FOR PROVIDING SECURITY SERVICES

e-Tenders are invited from reputed, registered, professional Security agencies having experience

of at least 03(three) years of providing Security services in Central GovernmenU State GovernmentDepartments, Public or Private Sector Companies/ Undertaking Autonomous Bodies for providing

Security services (Security guards without arms) for Regional Office, ESI Corporation, Vijayawada andBranch Offices located at Autonagar (Vijayawada), Gandhinagar (Vijayawada), Eturu, Tanuku,Rajahmundry and Kakinada under the jurisdiction of Regional Office, ESI Corporation, Vijayawada on

contract basis from 01.01.2018 to 31.12.2018 and extendable by another one year on evaluation of the

services rendered and mutual agreement under two bid systems.

The tender document can be downloaded from the websites www.esic.nic.in and

https://esictenders.eproc.in from 13.11.2017 to 04.12.2017 till 12:00 noon. Interested bidders have tosubmit the tender online at httos://esictenders.eproc.in in the prescribed pro-forma. Further, all the physical

copies of supporting documents shall also be required to be submitted by the bidders along with the tenderdocument downloaded from the website complete in all respects and dropped in the tender box availableat RegionalOtfice, ESI Corporation, Gunadala, Vijayawada on or before 04.12.2017 by 02.30 pm.

All bidders/ contractors are required to procure class-lllB Digital Signature Certificate (DSC) with

Both DSC Components i.e., Signing & Encryption to participate in the e{enders. Bidders are required toregister themselves with C-1 India Pvt. Ltd., Gurgaon for participating in e-tender. Registration andpayment details are available at Annexure-Vll of e-tender document.

The sealed tenders will be opened in the presence of the tenderers or their authorised

representatives who may wish to be present. The Regional Director of Regional Office, ESI Corporation,Vijayawada reserves the right to accept or reje

whatsoever.

( M. PADMA PRTYA )REGIONAL DIRECTOR I/C.

Nature of WorkApproximatevalue of work

(Rs.)

EarnestMoneyDeposit

(Rs.l

SecurityDeposit

(Rs.)

Last Date ofreceiving of

sealedtender bids

Date ofopening ofTechnical

Bids

Date ofopening ofFinancial

BidsSecurity Serviceswithout arms -17 guards

38 Lakhs 76,000 190,00004.I2.2077

2.30 PM

04.L2.20173.00 PM

04.L2.20\73.30 PM

Page 2: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

INSTRUCTIONS TO BIDDERS . I

l.GENERAL:

a. The tender is being inviteEx-Serviceman to safeguardequipments and materials etBranch Offices at AutonagarRajahmundry including monitoring and surveillance of the premises.

b. Present requirement is 17 Security guards.

S.No. Location

Area asper Central

Labour

No. ofguards No. of Shifts Total No. of

guards

1 Regional Office, ESIC, Vijayawada Area-B 03 03 09

2Branch Office, ESIC, Autonagar,Viiavawada Area-B 01 03 03

3Branch Office, ESIC, Gandhinagar,Viiayawada 01

01(General Shift) 01'r

4 Branch Otfice, ESIC, Eluru Area-C 0101

(GeneralShift) 01

5 Branch Office, ESIC, Tanuku Area-C 0101

(GeneralShift) 01

o Branch Office, ESIC, Rajahmundry Area-C 0101

(General Shift) 01

7 Branch Office, ESIC, Kakinada Area-C 0101

(Niqht Shift) 01

Total 17

* The Security guard at Branch Office, Gandhinagar, Vijayawada is lady civilian guard only.

c. Only Ex-servicemen with good character, conduct and behavior below the age of 55 years who arephysically and mentally fit will be required/ to be supplied.

d. Security agencies recognized/ registered under the DGR will be given preference. However,Non-recognized/ non-registered agencies can also participate in the tender.

e. A pre-bid meeting shall be held on 23.L1.2Ot7 at 11:00 a.m in the Conference hall of the RegionalOffice, ESIC, Vijayawada to clarify the doubts/queries, if any, related to the tender.

2. ELIGIBLE BIDDERS:o All Security Agencies registered under Indian Registration Act 1908/ lndian Partnership Act 19321

Companies Act 1956/ Private Security Agencies (Regulation) Act, 2005 providing similar kind ofservices for three years during the last five years as on 31.03.2017 (i.e. providinglecurity servicesthrough Ex-Serviceman) to offices / establishments of Central GovernmenU State GovernmentDepartments/ Public or Private Sector Companies/ Undertakings/ Autonomous Bodies.

. The tenderer must have an average annual turnover of Rs. 01 Crore during the last three financialyears i.e. 2013-14, 2014-15 and 2015-16 duly certified by the Chartered Accountant with tT return andlT Clearance Certificate.

3. Copies of the following documents should be submitted along with the Technical Bid:o Audited Balance Sheets of preceding three years i.e. 2014-15,2015-16and2016-17.

o Audited Income and Expenditure statement of preceding 3 years i.e.2014-15, 2015-16 & 2016-17.

o Audited Profit and Loss Account of preceding three years i.e. 2014-15, 2015-16 & 2016-17.

o Audit report of preceding three years i.e.,2014-15, 2015-16 & 2016-17.

o GST Registration Number.

o Registration Certificite.

o Private Security Agencies (Regulation) Act, 2005 Registration.

. PAN Number.

Page 3: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

. Labour License (Statei Central).

' o ISO Certificate.

. Bank Account in SBI/ any Nationalised Bank.

o The contractor should have Registered office/ Head office/ Brach office as applicable either atVijayawada or Guntur.

4. QUALIFICATION OF THE BIDDERS:1' The Bidder, to qualify for the award of contract, shall submit a written power of attorney authorizing

the signatories of the bid to participate in the bid

2. Agencies should po_ssess experience of at least past 03 years of supplying Security Guards withoutarms through Ex-Servicemen in reputed organizations, preferably in dovernmenU public Sector/Private Sector.

3. The bidder shall submit full details of his Agency/ Firm or, if the bidder is proprietor/ partnership ora Private Limited Company, full details ofo nershipand name of thediieciors.4. Bidder shall submit a copy of pAN card No. under the lncome Tax Act.

5. Bidder must submit copies of all documents asked for in this tender, duly self attested, along withtechnical bid of the tender.

4.1. The bidder is expected to examine all Instructions, Terms and Conditions in the Tender document.Tender with insufficient information/ false information is liable to be rejected during scrutiny.

4.2. Preference will be given to the bidder who possesses valid ISO 9001 certification for SecurityServices. Copy of the certificate should be enclosed

5. BID PRIGES:a. Bidder shall quote in the price bid, rates of wages for security personnet not less than the

Central Labour wages by giving break up of basic wages, inciuoing VDA, allowances, otherstatutory liabilities as mentioned in the Office of the Chief Labour Commissioner, tvtinlstry otLabour & Employment notification & service charges. The bidders who do not meetihestatutory requirements are liable to be rejected.

b. Conditional bids/ offers will summarily be rejected.

6. Duration of Contract:The contract shall be valid from 01.01.2018 to31.12.2018 and extendable by another one year on evatuationof the seryices rendered and mutual agreement. The competent authority of ESI corporation, RegionalOffice, Vijayawada reserves the right to curtail or to extend the validity of contract for further period 6n tnesame terms and conditions.

7. BID SECURITY:a. Any Tender not accompanied with Earnest Money Deposit of Rs.76,000/- shall be rejected.

b. EMD of the unsuccessful bidders will be returned to them at the earliest without interest.c. EMD shall be forfeited if the bidder withdraws during the period of Tender vatidity (90 days from the

bidding date).

d' EMD shall be forfeited if the successful bidder fails to execute the Contract (Work Order) fails todeposit the security deposit within the time frame specified i.e., within 15 days of award of contract.

8. The sealed cover of Technical Bid should consist of the following documents:

Earnest Money Deposit for an amount of Rs.76,000/- (Rupees Seventy Six Thousand only) inthe form of an Account Payee Demand Draft, Banker;s iheque/ pay brder drawn in favour ofESIC Fund A/c No. 1 payable at Vijayawada issued by any Nationaliz-ed/ Commercial Bank.Self attested copy of PAN No. card under Income Tax Act.Self attested copy of GST Registration Number.Self attested copy of Registration No. of the Agency/ Firm/ Company in regard to ownership.

a.

b.c.d.

Page 4: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(

Self attested copy of the labour License issued under Contract Labour (R&A) Act 1970exclusively for "Security Services" o nly (license providing services other then secuiity serviceswill not be entertained).Self attested copy of Provident Fund Registration Number.Self attested copy of ESI Registration Number along with copy latest return filed.Proof of Annual turnovers duly certified by the Chartered Accountant during last three financialyears 2014-1 5, 201 5-16 and 2016-17.Self attested copy of ISO Certificate.Copy of Aadhar card of the contractor.

9. Bid Opening:The Pre-qualification/ Technical Bids will be opened by a Tender Evaluation Committee in the presence ofthe Bidders or of their representatives who may wish to be present at scheduled 1me.

10. Award of Contract:a. The competent authority of Regional Office, ESI Corporation, Vijayawada will award the contract to

the successful evaluated bidder whose bid found to be responsive and who is eligible and qualifiedto perform the contract satisfactorily as per the terms and conditions incorporateO in the biddingdocument.

b. In case more than one price bid quoting the same rates are received, the award of the contractwill be decided on the basis of evaluation by committee constituted by the competent authority ofRegional Office, ESI Corporation, Vijayawada depending upon the merits.

c. The successful bidder will be required to execute an agreement within a period of two weeksfrom the date of issue of Work Order until extended by the competent authority of Regional Office,ESI Corporation, Vijayawada up to a maximum of another two weeKs.

d. The successful bidder shall be required to furnish a Performance Security within 15 days of receipt of"Work Orde/'for an amount of Rs.l,90,000/- (Rupees One Lakh Ninty Thousand onty; in the iormof an Account Payee Demand DrafV Pay Order/ Banker Cheque/ Bank guarantee issued fromany Nationalised/ Commercial Bank., in favour of "ESIC Fund A/c No. 1" payable at Vijayawada.The successful bidder can also adjust the Earnest Money towards the security deposit subject topayment of the balance amount. The Performance Security / Security Deposit shall be reiurnedwithin two months after the expiry of contract and satisfactory completion of all contractualobligations. In case the contract period is extended further, the validity of Performance Security shallstand automatically extended.

e. Failure of the successful bidder to comply with the requirements of above clauses shall constitutesufficient grounds for the annulment of the award and forfeiture of EMD/ Security Deposit. ESIC,reserves the right to terminate the contract by serving three months' notice, in writing. The Contractmay be terminated with mutual consent by giving three months' notice. In case the successfultenderer does not come forward for the supply of Manpower or withdraws within 03 months withoutvalid/ genuine grounds from the commencement of contract, the EMD/SD amount furnished by thebidder will be forfeited. In this regard the decision of the competent authority is final.

f. The Contractor shall provide uniformed and well trained personnel to provide Security services tothe ESI Corporation for providing safety, monitoring and surveillance. The agency will quote therates per shift of eight hours per person per day. In case of revision in wage structure oi CentralMinimum Wages, Govt. of India, the incremental wages as applicable, will be payable on beingclaimed by the tenderer.

g. The offers/ bids which are not in consonance with Central Minimum Wages Act and any otherLabour laws will be treated as invalid.

h. The No. of the Security Personnel can be increased or decreased at any stage depending upon therequirements by the Regional Office, Vijayawada

i. The successful bidder will be informed by Registered post or by e-mail that his bid has beenaccepted. (hereinafter and in the condition of contract called the "Work Order'').

j All the columns shall be clearly filled in ink legibly or typed. The bidder should quote the rates andamount quoted by him/ them in figures and as well as in words. Alterations, if any, unless legibly

e.

t.g.h.

i.j.

Page 5: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

attested by the tenderer shall disqualify the bid. No blanks should be left which would beotherwise made the bid liable for rejection.

Terms & conditions:

1' of the Contractor and all statutory liabilitiess Compensation Act, etc as per the rules &d shall be made available to the ES|C and

esh list of staff shall be made available by the agencyafter each and every change with copy of Aadhar card of the concerned.

2. The contractor shall abide by and comply with all the relevant laws and statutory requirementscovered under various laws such as Private iecurity Agencies(Regulation) Act, 20bS and privateSecurity Agencleg (Regulation) Rules, Minimum Wages Act,

'Coitract Labour (Regulation and

Abolition) Act 1970. EPF Act, ESI Act and various other Acts as applicable from time to time withregard to the personnel engaged by the contractor.

3. The contractor has to ensure security personnel with excellent credentials are only deployed and heshall submit copies of the discharge books of ex-servicemen to ESIC authoiities, Oefore theirdeployment.

4- The Contractor will maintain Attendance Register in which day to day deployment of personnel willbe entered. While raising the bill, the deployment particulars oi the personnel engaged during eachmonth, shift wise, should be shown. The Register shall remain available rouno tne cloik forinspection by the authorised representatives of the Regional Office, ESI Corporation, Vijayawada.

5' All liabilities arising out of accident or death while on duty/ off duty shall be borne by the contractor.6' Adequate supervision should be provided to ensure correct & effective performance of the security

services in accordance with the prevailing assignment instructions agreed upon between the twoparties. The sec nsure that there is no uniden-iified/ unclaimed/ suspiciousobjects/ person ises. The vehicles that enter into the premises must beidentified, noted i ed at designated places. Trolley mirrors should be used forthe inspection of hicles. Contractor should arrange surprise visits (during dayand night) to check the alertness and attentiveness of the security guardl deployed.

7. The Contractor to ensure security personnel deployed shall take proper and reasonable precautionsto prevent loss, destruction, misuse of the areas of the properties/ assets of the Corporation.

8. The contractor shall have his own EstablishmenU Set up/ Mechanism to provide training of guards toensure correct and satisfactory performance of his duties and responsibilities under thetontract.

9. That in the event of any I

the part of the securityCorporation, such loss wiof Regional Office, ESIagency.

10. d things connectedper the directions

poration may issuerties.

11. The ESI Corporation shall have the right, without any reason,-to have any person removed that isconsidered to be undesirable or otherwise and similarly Contractoi reserves the right tochange the staff with prior intimation to the Regional Director, Regional Office, ESI Corpo-ration,Vijayawada.

12' The contractor shall be responsible to protect all properties and equipments of the ESICorporation entrusted to it.

Page 6: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

15.

(The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform andare required to display photo identity cards, failing which it will invite a penalty of Rs.5O0/- oneach occasion. The penalty on this account shall be deducted from the Contractor's bills.

The personnel engaged should be of robust physique and project an image of utmost9it9'-pli!9. They have to be extremely courteous with pleasant mannerism in deating with theStaff/OfficersA/isitors. The ESI Corporation shall have right to have any person surrend-er in casethe security personnel is not performing the job satisfactorily. The contractor shall have to arrangethe suitable replacement in allsuch cases.

Round the clock security will be ensured by the contractor with property by supplying sufficient No. ofSecurity personnel working in shifts at Regional Office-Vijayawada, Branch Office-Autonagar. TheEight Hours Shift will normally commence from 06.00 hrs to 14.00 hrs, 14.00 hrs to 22.00 hrs and22.00 hrs to 6.00 hrs and would be called Morning, Evening and Night Shits respectively, but thetimings of the shift are changeable and can be fixed by the ESI Corporation from time to timedepending upon the requirements. The working hours of the personnel deployed in General shiftsha with breaks for breakfasU lunch on all working days. Prolonged dutyhou stretch) shall not be allowed. No payment shall be made Oy tne fS-lCor ty hours, if any. Alternative arrangements should be made in case ofleave, sickness, unauthorized absence etc.,

The security personnel deployed by the Contractor shall work under overall supervision & directionof the ESI Corporation administration. The ESIC adrninistration shall specify the services of guardsto be obtained in each shift.

17 . The payment would be made on monthly basis for actual shifts manned/ operated by the personnelsupplied by the contractor and based on the attendance sheets duly verified by the Regional Director(General Branch), Regional Office, ESI Corporation, Vijayawada and other supporting documents.No other claim on whatever account shall be entertained by the ESI Corporation. The Contractorwill ensure that workers engaged by him must receive their entitled wages on time. In view ofthis, the following procedure should followed.

a. Contractor shall pay their entitled wages on the last day of month. lt shall not be linked to thepayment of the bill.

b. Payment to such workers must be made by the service provider/ contractor through Cheque.Under no circumstances payments will be made in cash. To ensure this, service providers will geta bank account opened for every engaged worker.

c. The service provider must ensure that entitled wages of the workers are credited to their bankaccount on the last working day of the month. Seruice provider will not be given any relaxation inthis matter.

d. While submitting the bill for the next month, the services provider must file a certificatecertifying the following along with copy of form-7 of ESIC.

t.

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

ii) ESI Contribution relating to the eligible workers @ 65% be deposited on (date) (copy ofForm-7 and along with should be enclosed)

iii) EPF Contribution relating to eligible workers be deposited on (date) (copy of the chaltanshould be enclosed).

iv) We are complying with all statutory Labour Laws including Minimum Wage Act.

The service provider sh6uld submit the bill in accordance with the above time schedule. In case,he fails to submit the bill in time, even then he has to make the payment to the workers onthe last working day of every month.

Payment will be made to the contractor in the first week of the succeeding month upon submissionof bills in triplicate.

The contractor shall compulsorily issue the salary slip to every security guards duly indicating thesalary particulars and deductions.

13.

14.

e.

g

16.

Page 7: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(

18. The Regional Office will brief the contractor about the security perception and its sensitivity to thepersonnel to be -deployed by the contractor under the contract 02 to 03 days prior to thecommencement of the contract. No payment as such will be made for this.

19' a. In case any deployed under the contract is/ are absent, a penaltyequal to (doub uards/supervisors absent on that particular Oay snatt O6levied by the C I be deducted from the contractor's bills.

b. In case any of contractor's personnel deployed under the contract fails to report in time andcontractor is unable to provide suitable substitute in time for the same it wiit Oe treated asabsence and penalty of Rs. 500/- per vacant point per shift be deducted from the contractor bill.

c. In case any public complaint is received attributable to misconducU misbehavior of contractor'spersonnel & is assessed as true by Corporation administration, a penalty or Rs.50O/- for eachsuch incident shall be levied and the same shall be deducted from contractor's bill. Besides theSecurity Guard found involved in the incident shall be removed from the ESI Corporationimmediately.

d. In case the contractor fails to commence/ execute the work as stipulated in the agreement orgives unsatisfactory performance or does not meet the statutory requirements of the clontract, ESIcorporation reseryes the right to impose the penalty as detailed below:-

i. 1 o/o of annual cost of order/ agreement per week, up to four weeks delay.

ii. After four weeks delay the ESI Corporation reserves the right to cancel the contract andwithhold the agreement and get this job carried out from other contracto(s) in open market.The difference, if any, will be recovered from the defaulting contractor and his earnestmoney/security deposit will also be forfeited.

21. The contractor shall ensure that its personnel do not, at any time, without the consent of the ESICorporation in writing, divulge or make known any trust, accounts matter or transaction undertakenor handled by the ESI Corporation and shall not disclose any information about the affairs of ESICorporation.

22- In the event of any breach/ violation or contravention of any terms and conditions contained hereinby the Contractor, the Security Deposit of the Agency shall stand forfeited.

Force Majeure: lf at any time during the period of the contract, either party is subject to forcemajeure, which can be termed as civil disturbance, riots, strikes, tempest, acis of God etc. whichmay prevent either party to discharge his obligation, the affected party shall prompfly notify the otherparty about the happening of such an event. Neither party shall by reason of such event be entifledto terminate the contract in respect of such performance of their obligations. The obligations underthe contract shall be resumed as soon as practicable after the event has come to an end or ceasedto exist. lf the performance of any obligation under the contract is prevented or delayed by reason ofthe event beyond a period mutually agreed to, if any, or seven days, whichevei is more, eitherparty may at its option terminate the contract.

23. Under the terms. of this employment agreement with contractor's security staff shall not do anyprofessional or other work for reward or otherwise direcfly or indirecfly

24. ll the contractor is a Registered Company / partnership of two or more persons, all such personsshall be jointly and severally liable to the ESI Corporation for the fulfiliment of the terms of thecontract. Such persons shall designate one of them to act as authorized signatory with authority tosign. The Company / partnership shall not be altered without the approval of the ESi Corporation.

'

25. During the course of contract, if any contractor's personnel are found to be indulging in any corruptpractices or causing any loss of property in the ESI Corporation, the Regional birector, RegionalOff]ce, ESI Corporation, Vijayawada shall have the right to terminate thL contract tortnwiti Outyforfeiting the contractor's Performance Guarante : (security Deposit).

26. The contractor shall not engage any such sub contractor or transfer the contract to any other personIn any manner.

27- The contractor shall indemnify and hold the ESI Corporation harmless from and against all claims,

Page 8: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(damages, losses and expenses arising out of, or resulting from the works/ services under thecontract provided by the contractor.

28. ln case of requirement contractor shall also deploy fernale security guards.

29. Security staff engaged by the contractor shall not take part in any staff union and associationactivities.

30. The security agency shall employ 100% manpower from the category of Ex-Servicemen not abovethe age of 55 years. The contractor shall provide satisfactory proof of Ex-Servicemen status of theSecurity Guards before their deployment in the ESI Corporation. The security agency shall notemploy any person below the age of 21 yrs. and above the age of 55 yrs. Manpower engaged shouldbe trained for providing security services.

31. The contractor shall provide satisfactory proof of Ex-Servicemen status of the Security Guards beforetheir deployment.

32. The contractor shall bear all the expenses incurred on the following items i.e. Provision of torchesand cells, lathis / ballams and other implements to security staff, stationary for writing duty charts andregisters at security check points and records keeping as per requirements.

33. No Hostel/ accommodation will be provided by the ESI Corporation. Contractorl Security guards tomake own arrangement.

34. The ESI Corporation shall not be under any obligation for providing employment to any of the workerof the contractor after the expiry of the contract. The ESI Corporation does not recognize anyemployee- employer relationship with any of the workers of the contractor.

35. lf as a result of post payment audit any overpayment is detected in respect of any work done by theagency or alleged to have done by the agency under the tender, it shall be recovered by the ESICorporation from the agency.

36. lf any underpayment is discovered, the amount shall be duly paid to the agency by the ESICorporation.

37. The bidder shall provide the copies of relevant records during the period of contract or othenruiseeven after the contract is over when ever required by the ESI Corporation.

38. The bidder will have to enclose the proof/ copies of the challans showing payment of statutorydues for the month along with monthly bills.

39. The bidder should have it own supervisory and quick response team in Vijayawada to dealwithemergent situations.

40. Rate quoted by the contractor for each post of Security Guard should not be less than the wagesnotified by the Minimum Wages issued by the Ministry of Labour and Employment, Govt. of India.

41. Any rules and regulation, made from time to time by the Regional Director shall be complied with.

4:2. The Security personnel should be rotated from their deployment at an interval of six months.

43. Any other duties/ responsibilities assigned by the ESI Corporation Administration may beincorporated in the agreement. The same shallalso be binding on the contractor.

44. ln case of more than one bid received from any contractor, the same will be summarily rejectedwithout further scrutiny.

45. OBLIGATIONS OF THE CONTRACTOR:The bidder shall ensure full compliance with tax laws of India with regard to this contract and shall besolely responsible for the same. The bidder shall submit copies of acknowledgments evidencing filingof returns every year and shall keep the Employer fully indemnified against liability of tax, inierestlpenalty etc. of the contractor in respect thereof, which may arise. The contractor shall also complywith all applicable statutory liabilities such as labour laws etc.

Page 9: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(46. Dispute Resolution:

a) Any dispute and or difference arising out of or relating to this contract will be resolved throughjoint discussion of the authorized representatives of the concerned parties. However, if t6edisputes are not resolved by joint discussions, then the matter will be referred for adjudication toa sole Arbitrator appointed by the Regional Director, Regional Office, ESI borporation,Vijayawada.

b) The award of the sole Arbitrator shall be final and binding on all the parties. The arbitrationproceedings shall be governed by Indian Arbitration and Conciliation Act 1996 as amended fromtime to time.

c) The cost of Arbitration shall be borne by the respective parties. During the pendency of thearbitration proceedings and currency of contract, the Contractor shall not be eniitted to iuspendthe worU service to which the dispute relates on account of the arbitration and payment to tnecontractor shall continue to be made in terms of the contract. Arbitration proceedings shall beheld at Vijayawada only.

47. JURISIDICTION OF COURT: The courts at Vijayawada shall have the exclusive jurisdiction to try atldisputes, if any, arising out of this agreement between the parties.

Page 10: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(.

ANNEXURE.I

TENDER FORM FOR PROVIDING SECURITY SERVICES IN ESI CORPORATION

Affix duly AttestedP.P. Size recent

Photograph of theprospective bidder

1 Names & address of Regd. Office/ Head Office/Branch Office of Company/firm/Agency inViiavawada

2 Telephone No.s3 Registration No. Companylfiml Agency in regard

to ownership4 Name, Designation, Address and Telephone No.

of Authorized person5 Please specify as to whether Tenderer is sole

proprietor/ Partnership firm/Private or LimitedCompanv

6 Name, Address and Telephone No. of Directors/Partners (please attach separate sheet.)

7 Copy of PAN Card issued bv Income Tax8 Provident Fund Account No.9 ESI Code No.10 GST No.11 Reqistration No. under PSA (Reoulation) Act 200512 Registration No./ License No. under Contract

Labour (R&A) Act 1970, for providing securityservices only, through contract workers valid as on31.03.2017.

13 ISO Certification details14 Details of Bid Securitv/ Earnest Monev deoosit

a. Amountb DD/ Pav order/ Banker Cheoue No.c Date of lssued Name of the issuino Bank

15 Anv other information16 Undertakinq/ Declaration bv the bidder

This is to certify that lAffe before signing this tender have read and fully understood all the termsand conditions contained herein and undertake myself/ourselves to abide by them.

Signature of the Bidder

(Name and Address of the Bidder) :

Telephone No. :

Page 11: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

C ANNEXURE.II

SCOPE OF WORK OF THE SECURITYAGENCY:The contractor shall have to provide round-the-clock security services in the Regional Office, ESI Corporation,Vijayawada. The agency shall ensure protection of the personnel & property of the Corporation, prevent thetrespass without arms, perform watch and ward functions including night patrol on the various points and toprevent the entry of stray dogs and cattle and anti-social elements, unauthorized persons and vehicle inside thecampus of the ESI Corporation offices situated in AP.

DUTIES AND RESPONSIBILITIES OF SECURITY STAFF:1. The Security Agency will be responsible for overall security arrangements of the ESIC Office covered in

the contract.

2. Security Agency will ensure that all instructions of the ESIC administration are stricfly followed and there isno lapse of any kind.

3. No items are allowed to be taken out without proper Gate Passes issued by the competent officers as laiddown in the contract or authorized by the ESI Corporation for in-out movement of stores. The specimensignatures and telephone numbers of the above stated officers will be made available with the Securitypersonnel.

4. Deployment of Guards will be as per the instructions of the authorities of the ESI Corporation from time totime and the security agency will be responsible for their optimum utilization.

5. The Security guard will also take round of all the important and sensitive points of the premises asspecified by the ESI Corporation.

6. Security personnel shall also ensure door keeping duties.

7. The Security Guards should also have knowledge and should be well versed with the operation andusage of Security Checking Equipments.

8. The Guards on duty will also take care of vehicles, scooters/motor cycles/bicycles parked in the parking siteslocated within the premises of the ESI Corporation.

9. Entry of the street-dogs and stray cattle into the premises is to be prevented. They should be at once drivenout.

10. The Guards on patrol duty should take care of all the water taps, valves, water hydrants, etc. installed in theopen all over the premises.

11. lt should be ensured that flower plants, trees and grassy lawns are not damaged either by the staff or by theoutsiders or by stray cattle.

12. The Security Guards should be trained to extinguish fire with the help of fire extinguishers and other firefighting material available on the spot. They will also help the fire fighting staff in extinguishing the fire or inany other natural calamities.

13. In emergent situations, security staff/supervisor/Assistant Security Officer deployed shall also participate asper their role defined in the disaster plan. Security personnel should be sensitized for theii role in suchsituations.

14. The Security Guards are required to display mature behavior, especially towards female staff, female visitors,patients and elderly.

15. The Security Guard on duty shall not leave the premises until his reliever reports for duty.

16. The Security personnel must watch that there is no un-identified/ unclaimed/ suspicious objects/ personin the Building/ Premises.

17. The vehicles that enter into the premises must be identified, noted in the register and parked atdesignated places. Trolley mirror, wherever required may be provided for the inspection of fourwheelers/other veh icles.

tl

Page 12: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

18. The visitor should be allowed inside the office building, only with proper passes to be issged by thereception personnel including entry in visitor's Register- The pass should be returned to the( .eceptionpersonnel with signature of the officer who has been visited and departure time of the visitor. Visitor includesretired staff, officers and staff of branch offices visiting Reg ional office.

19. Office files/ papers/ equipment or machinery may be allowed to take out of the building only with propergate pass under the signature of competent authority.

20. The total requirement of Security personnel is as follows:

s.No Place of deployment No. of guards

required

1 Regional Office, ESIC, Vijayawada 09

2 Branch Office, ESIC, Autonagar (Vijayawada) 03

3 Branch Office, ESIC, Gandhinagar (Vijayawada) 01

4 Branch Office, ESIC, Eluru 01

5 Branch Office, ESIC, Rajahmundry 01

o Branch Offlce, ESIC, Tanuku 01

7 Branch Office, ESIC, Kakinada 01

TOTAL 17

t2

Page 13: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

( ANNExuRE-rl

CHECK.LIST FOR PRE.QUALIFICATION BID FOR SECURITY SERVICES

1. Earnest Money deposit.

2. One self attested recent passport size photograph of the Authorized person of the firm/ agency, with name,designation, address and office telephone numbers. lf the bidder is a partnership firm /-privite or limitedcompany, name, designation, address and office telephone numbers of all partners/ Directors also.

3. Undertaking on a letter head (as per format prescribed in Annexure-V).

4. Self attested copy of the PAN card issued by the Income Tax Department.

5. Self attested copy of GST Registration No.

6. Self attested copy of ISO Certificate.

7. Self attested copy of valid Registration number of the Sole Proprietor/firm/agency/ company in regard toownership.

8. Self attested copy of the License number under Contract Labour (R&A) Act 1970, vatid as on 3i.03.2017 forproviding security services only.

9. Self attested copy of Provident Fund Registration number.

10. Self aftested copy of ESI Registration Number.

I 1. Copy of the Aadhar card of the responsible person.

12. Proot of experiences of three years as on 31 .3.2017 specified in clause 2(a) of the tender document along withsatisfactory performance certificates from the concerned employers.

13. Proof of Annual turnover duly certified by the Chartered Accountant during three financial years 2014-15,2015-16 and 2016-17.

14. Audited Balance sheet, P&L Account Income, Expenditure statement and Audit Reports of financial years2014-15, 2015-16 and 2016-17 duly certified by the Statutory Auditors.

15. Copy of a license under Private Security Agencies (Regulation) Act 2005 and Private security Agencies(Regulation) Rules.

16. Any other documents, if required.

Signature of the Bidder :

(Name and Address of the Bidder) :

Telephone No.

t3

Page 14: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(ANNEXURE-IV

Ghecklist for Technical Evaluation

lnformation to be provided to be filled by the Bidder:

I Average annual Turnover of Rs. 1 crore during three financial years i.e.,2014-15,2015-16 and 2016-17 duly certified by the Chartered Accodntant.

2 Manpower on roll:3 Experience of running Security services (in years4 No. of Supervisory staff and Ex- Servicemen on roll5 Ex-Servicemen Guards

Note: Photocopies of all necessary documents duly self attested must be attached for verification of theinformation provided.

Signature of the Bidder :

(Name and Address of the Bidder) :

Telephone No.

74

Page 15: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

(

1.

2.

3

ANNEXURE-V

(TO BE TypED ON A LETTER HEAD OF THE SECURITY AGENCY)UNDERTAKING

ToThe RegionalDirector,RegionalOtfice,ESI Corporation,VIJAYAWADA.

Sir,Subject: Tender for providing security services

l/We hereby agree to abide by all terms ".0 ""rd,ti"*lnd

Oo*n in tender document.

This is to certify that l/ We before signing this bid have read and fully understood all the terms and conditionsand instructions contained therein and undertake myself/ ourselves aOiOe Oy the said terms and conditions.

U_We abide by the provisions of Central Minimum Wages Act, Private Security Agencies (Regulation) Act2005 and Private Security Agencies (Regulation) Rules, Contract Labour Act and-other statut6ry provisionslike Provident Fund Act, ESI Act, Bonus, Gratuity, Leave, relieving Charges, Uniform and Allowance thereofand any other charges applicable from time to time. lA//e will pay the wag;s to the personnel deployed as perGentral Labour Wages Act as amended by the Government from time to iime and shall be fully responsible forany violation.

l/ We shall provide security services through Ex-Servicemen/ civilian (lady) Security Guaros.

l/ We hereby undertake that complete security of the ESI Corporation shall be ensured by our Security Agency,as well as any other assignment considered by the Regional Office, ESI Corporation, Vijjyawada.

Signature of the Bidder

(Name and Address of the Bidder)

Telephone No.

4.

5.

t5

Page 16: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

:; ,,

ANNEX( IE- VIFINANCIAL TENDER

cro BE PUT rN A SEPARATE SEALED ENVELOPE SUPERSCRIBTNG "FINANCIAL BtD FOR SECURITY SERVTCES)

FINANCIAL BID FOR PROVIDING SECURITY SERVICES FOR EX-SERVICEMAN GUARDS AS PER CENTRALMINIMUM WAGES

r

s.No

Location Rate per Month(Rs.)

No. ofguards

Amountquoted* (Rs.)

1 Area-B**Regional Office, ESIC, VijayawadaBranch Office, ESIC, Autonaoar (Viiavawada)

12

Branch Office, ESIC, Gandhinagar (Vijayawada) # 01

Aread-C**Branch Office, ESIC, EluruBranch Office, ESIC, TanukuBranch Office, ESIC, RajahmundryBranch Office, ESIC, Kakinada

o4

2 GRAND TOTAL

Seruice Charees (B)

Grand Total per Year:

[Total Man Power charges per month (A) + Service charge per month (B)] X 12 = Rs.

* The above rates should be inclusive of all components to be paid mandatorily under statutoryregulations in force. GST shall be reimbursed on actual on production of documentary evidence.

** The classification of areas is adopted as per the guidelines issued by Directorate GeneralResettlement, Department of Ex-Servicemen (Ministry of Defence), Govt. of India from time totime.#Service charges quoted percentage should not be less than the TDS percentage as applicable.

#The rate quoted for civilian lady guard at Branch Office, Gandhinagar, Vijayawada shall be asper the structure issued by the office of the Chief Labour Commissioner (Central), Ministry ofLabour & Employment, Govt. of India dated 20104117.

Note:Tenderers may visit www.clc.qov.in for Central Labour Wages dated 06.10.2017. Month means26 days.

Date:Signature of Owner/ Managing Partner/ Director

Name:

Seal

Descriptionln terms of Percentage per

month on Grand Total amount(S.No.2 of above tablel

Equivalentamount (Rs.)per month

Service Charges* which should include: All expenditure onproviding managerial/ supervisory/ administrative services by allmeans to get the work done through deployed Security Servicesstaff.

Place:

Page 17: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,

Annexure - Vll

IMPORTANT INSTRUCTIONS FOR BIDDERS

All bidders/contractors are required to procure Class-lllB Digital Signature Certificate (DSC)with Both DSCComponents i.e. Signing & Encryption to participate in the E- Tenders.

Bidder should get registered at https://esictenders.eproc.in.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Bidder needs to submit Bid Processing Fee charges of Rs. 2495t- (non-refundable) in the form of DemandDraft from any scheduled bank, in favour of M/s. C1 India Pvt. Ltd. payable at New Delfri for participating in theTender.

Along with the Demand Draft, Bidder needs to send a covering Letter mentioning about the paymentDetails, Company Name, Address, Payment towards ESIC Bid Processing Fees (Mention tne Tender lD andTender Title).

The payment should reach at the below mentioned address, one day before the due date and time of BidSubmission:

Kind Attn: Mr. Mohit ChauhanCl India Pvt. Ltd.301, Gulf Petro Chem Building, 1st Floor,Udyog Vihar, Phase - 2,Gurgaon, Haryana - 122015

Note: Payment will be Approved only after physical receipt of Demand Draft.

Page 18: at · Bidder must submit copies of all documents asked for in this tender, duly self attested, along with technical bid of the tender. 4.1. The bidder is expected to examine all Instructions,