details of service contract for the deployment of …

15
Government of India Department of Space Human Space Flight Centre Bengaluru Annexure-III DETAILS OF SERVICE CONTRACT FOR THE DEPLOYMENT OF DATA ENTRY ADMINISTRATIVE SERVICES 1 Place of Activity HSFC, Bengaluru 2 Scope of work / activity Refer Annexure-IV 3 Total No. units of work during the contract (Tentative) 37440 4 Skill / Training required for each Category Skilled/Clerical 5 No. of TSU per day 04 Units = 01 Day 02 Hours = 01 Unit 6 No. of TSU per month [4*30] 120 Units 7 Number of personnel to be deployed 30 Nos 8 Locations of work to be carried out HSFC 9 Duration of contract (Months) 12 Months 10 Minimum wages as per Ministry of Labours & Employment Rs.733/- TSU = Technical Service Unit

Upload: others

Post on 15-Mar-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Government of India Department of Space

Human Space Flight Centre Bengaluru

Annexure-III

DETAILS OF SERVICE CONTRACT FOR THE DEPLOYMENT OF DATA ENTRY ADMINISTRATIVE SERVICES

1 Place of Activity HSFC, Bengaluru

2 Scope of work / activity Refer Annexure-IV

3 Total No. units of work during the contract (Tentative)

37440

4 Skill / Training required for each Category Skilled/Clerical

5 No. of TSU per day 04 Units = 01 Day 02 Hours = 01 Unit

6 No. of TSU per month [4*30]

120 Units

7 Number of personnel to be deployed 30 Nos

8 Locations of work to be carried out HSFC

9 Duration of contract (Months) 12 Months

10 Minimum wages as per Ministry of Labours & Employment

Rs.733/-

TSU = Technical Service Unit

Annexure-IV

Terms and Conditions

1. Scope of work:

To provide Data Entry Administrative Support Services for Administrative work in various

Section/Divisions of HSFC. The nature of work involved and the minimum number of

workforce required are given below.

a. Data Entry Administrative support services at HSFC. b. To carryout various other jobs such as MS Office, Database, AutoCAD, Foxpro, DTP,

and Page Maker etc. c. Organizing documents by printing reports, arranging printouts, taking photocopies,

collecting, arranging, Circulating etc. d. Carrying out help desk functions, scanning, editing data etc. Communication through

email, Telephone, Fax etc., e. Collection of literature through browsing of internet etc., f. Any other work assigned by respective office.

1.1 The quantum of work under each one of the above activities will vary from section to section

as well as activity to activity. Based on the earlier experience, it is estimated that the quantum

of work to be carried out will call for about 30 service force. However, depending on the

workload, the number of service personnel required may vary from time to time.

1.2 The normal working hours of office shall be 09:30 Hours to 18:00 Hours from Monday to

Friday with lunch break of 30 minutes. The services are required on all working days and in

case of any need, the services are required even beyond office hours and/or on

Saturdays/Sundays/Public Holidays. For calculating the above work load, every Two Hours of

service rendered will be treated as one unit of service.

1.3 Considering the total work requirement for a period of one year at various Sections/Divisions,

the work quantification will be about 37440 units in a year, i.e. equivalent to 30 service force

providing services at various sections/divisions for a period of one year.

1.4 Qualification of the service force:

The service provider shall fulfill the administrative support services through the service

personnel with the following qualifications.

a. Diploma in Commercial Practice with good Communication skills.

OR

b. Graduate (3 years) in any branch of Science/ Arts/ Commerce. Conversant with the

working of computers and necessarily have knowledge of MS Word, MS Excel and MS

Power Point packages.

c. English Typing knowledge is desirable.

d. The Age of Data Entry Operator shall be less than 30 years.

1.5 Bio-data and one stamp size photographs of the service force be deployed should be

provided before their deployment.

1.6 The character and Antecedents of the service force to be deployed shall be got verified

through the Police authorities concerned, and submit the original Police report to HSFC

before their deployment.

1.7 The service provider should ensure deployment of service force in total. In case of any

absence, an alternate service force who qualifies our requirement should be deployed by the

service provider under intimation to this office. Whenever there is a need to provide a

replacement due to leave, etc, the details of substitute candidate should also have to be

verified. For this purpose, the service provider may keep a panel of service force whose

details have been verified.

1.8 HSFC being a high security area, the Service Provider, will be required to follow the security

requirements for his service force such as possessing a valid Identity Card issued by the

service provider while entering the campus and maintain high order of discipline while on

work.

1.9 Changing of the service force deployed should be intimated to the focal point in advance

1.10 The service provider or his service force shall not misuse the. premises allotted to them for

any purpose other than for which the contract is awarded.

1.11 The service provider shall provide his First Aid kit at the Identified place in HSFC for the use

of his service force.

1.12 If any of the service force is found unacceptable for any reason, the Service provider shall be

required to substitute the same by another suitable service force within a reasonable time.

1.13 The service provider shall identify a coordinator who would be responsible for immediate

interaction with HSFC so that optimal services of the service force deployed by them could

be availed without any disruption.

1.14 The service provider will be totally responsible for the duty and behavior of the service force

provided by him.

2. Period of Contract:

The contract shall initially be on trial for a period of 3 months w.e.f 01/05/2020 and on

satisfactory completion of the trail period, the contract may be confirmed and extended for a

further period of nine months thus totally for a period of one year from the date of award of

contract, i.e., up to 30/04/2021, unless it is curtailed or terminated by ISRO owing to

deficiency of service, sub-standard quality of workforce deployed, breach of contract,

reduction or cessation of the job requirements etc., The contract shall automatically expire

unless extended further by the mutual consent.

The contract may be extended for a further period for one year mutually agreed upon by both

the parties on the same terms and conditions except the wages which shall be fixed by

HSFC.

3. Eligibility of the service provider:

The Service Provider(s), who satisfy all the following criteria, is eligible for participation in the

tender. Hence service provider shall submit self attested copies of the following documents:

3.1 The service provider should have their registered office or liaison office at Bangalore for

better co-ordination. Copy of establishment Registration Certificate should be enclosed.

3.2 The service Provider should have at least 20 service personnel on their payroll and

registered under ESI & EPF. The list of staff with copy of challan for making ESI & EPF

contribution should be enclosed as a proof for the same.

3.3 The Service Provider should have executed at least One contacts for providing

Administrative support services in any Govt./ Autonomous/PSU/reputed private organization

during the last 5 years, with a minimum number 0f 15 persons deployed in each contract.

Copies of such contracts shall be provided.

3.4 The Service Provider shall ensure deploying workforce who are capable of performing the

nature of work as prescribed under Clause 2 above.

3.5 The Character and Antecedents of the selected workforce shall be got verified through record

check by the Service Provider from the concerned Police authorities, and the original Police

Report shall be submitted to this office.

3.6 The Service Provider personnel engaged shall attend for duties by making their own

transport arrangement and HSFC shall not pay any conveyance charges.

3.7 The Service Provider’s personnel deployed shall reach the work spot well in time and strictly

follow the rules and regulations regarding safety and security of HSFC.

3.8 The Service Provider’s personnel deployed are not authorized to communicate any officials

information they may come across during and after their working period in HSFC.

3.9 HSFC’s premises being High Security zone, the persons deployed by the Service Provider

shall be required to follow the security requirements such as possessing a valid pass/ID card

whole entering the campus, maintaining high order of discipline while on duty etc. the

contractor will issue a valid photo ID card to the personnel deployed.

3.10 In case any Access Control Identity card is issued by HSFC to the persons deployed by the

Service Provider and if any expenditure is involved, it has to be borne by the Service

Provider.

3.11 In case, the workforce employed by the Service Provider commits any act of omission /

Commission that amounts to misconducts / indiscipline / incompetence, the Service Provider

shall intimate the same to HSFC & be liable to take appropriate disciplinary action against

such workforce including their removal from site of work, if required by HSFC.

3.12 The Service Provider shall replace any of its personnel who is found unacceptable to HSFC

because of security risks, incompetence, conflict of interest, improper conduct or for any

other reasons, immediately upon receiving written notice from HSFC.

3.13 The Service Provider shall provide a substitute workforce well in advance if there occurs

probability of the workforce quitting the job due to his/her own personal reasons. The

payments in respect of the overlapping period of the substitute shall be the responsibility of

the Service Provider.

4. Legal:

4.1 The Service Provider must be registered with the concerned Govt. Authorities, i.e., Central

Labour Department, Provident Fund Authorities, Employees State Insurance Corporation,

etc., and copy of the registration certificate shall be submitted.

4.2 The Service Provider shall abide by all the law of land including Labour Laws (PF, Income

tax, Service tax or any other extra taxes levied by the Government), Companies Act, TAX

deduction liabilities, welfare measures of its employees and all other obligations that enjoin in

such onus shall be the exclusive responsibility if the Service Provider and it shall not involve

HSFC in any way whatsoever. HSFC shall in no way be responsible for any default with

regard to any statutory obligation. Compliance of these provisions shall be ensured at the

time of making monthly payments & submission of claims to HSFC for reimbursement.

4.3 The timely payment of Employer’s and Employee’s contribution toward EPF & ESI at

scheduled rates shall be the sole responsibility of the Service Provider. The Service Provider

shall be responsible for the payment of wages and allowances of his deployed work force as

per minimum wages in force fixed by the Central Govt. / State Govt. whichever is higher and

all statutory dues (PF, ESI etc.) to the workforce engaged by him for providing the manpower

service. HSFC shall in no way be responsible for any default with regard to any statutory

obligation related to the manpower deputed by the Service Provider.

4.4 Service Provider shall also be liable for depositing all taxes, levies, cess etc., on account of

service rendered by them to HSFC to concerned tax collection authorities from time to time

as per extant rules and regulations on the matter.

4.5 The Service Provider shall maintain all statutory registers under the applicable law. The

Service Provider shall produce the same, on demand to the concerned authority of HSFC or

any other authority under Law. Income Tax(T.D.S) shall be deducted at source as per the

provisions of Income Tax Act as amended from time to time.

4.6 The Service Provider’s personnel deployed by the Service Provider is HSFC shall not have

any claims whatsoever of MASTER and SERVANT relationship nor have any PRINCIPAL

and AGENT relationship with or against HSFC.

4.7 For all intents and purposes, the contracting Service Provider shall be the “Employer” within

the meaning of different Labour Legislations in respect of Service Provider’s personnel so

employed and deployed at HSFC.

4.8 In case of termination of this contract on its expiry or otherwise, the Service Provider’s

personnel deployed by the Service Provider shall not be entitled to and shall have no claim

whatsoever for any kind of regular employments in HSFC.

4.9 The Service Provider shall be solely responsible for the redressal of grievances resolutions of

disputes relating to Service Provider’s personnel deployed. HSFC shall, in no way, be

responsible for settlement of such issues whatsoever.

4.10 HSFC shall not be responsible for any damages, the cost per unit for provider in the course

of their performing the functions / duties, or for payment towards any compensation.

4.11 The contractor should pass on the workforce engaged, the cost per unit for providing each

category of service after deducting the employer’s share of ESI & EPF and other statutory

deductions.

5. Financial:

5.1 Payments to the work force deployed shall be as per the Minimum wages plus VDA fixed for

clerical work as per the Notification No: F.No.1/36(3)/2019-LS-II, dated 23/09/2019 of Ministry

of Labour & Employment. The Minimum wages + VDA applicable w.e.f. 01/10/2019 shall be

₹. 733 per day. As and when VDA or Minimum wages is revised, unit rate will also be

revised accordingly.

5.2 Every TWO hours of services rendered by Data Entry Administrative Support Service

Personnel shall be treated as ONE UNIT of Work. One day service of 8 working hours will be

considered as 4 Units of Service.

5.3 The Minimum wages + VDA applicable per day (8 hours of service) shall be divided into 4

Units of Service. The applicable Employers’ Contribution of ESI & EPF shall be paid for each

Unit of Service.

5.4 The model Calculation of Rate per Unit of Service is as under:

Calculation of Rate per Unit of Service:

Sl.

No Description Amount Per Unit (₹)

01 Minimum Wage + VDA per

day

Rate per Unit of Service = (Minimum wages prevailing on the day

for Clerical Category)/4 units

eg. The present Minimum wages per day is Rs 733.00. The rate

per Unit of Service shall be (733/4)=Rs.183.25.

02 Employers share of ESI per

unit

Shall be paid extra as applicable on Sl.No. 01 i.e., ₹ 183.25 X

3.25% =5.95

03 Employers share of EPF per

unit

Shall be paid extra as applicable on Sl.No. 01 i.e., ₹ 183.25 X

13% = 23.82

04 The Total Rate per Unit of

Service

₹. 213.02

(= ₹ 183.25 + ₹ 5.95 + ₹ 23.82)

05

Service Charge per Unit of

Service for FIRST YEAR

(Service Charges includes

uniform rate, Profit etc.)

To be quoted by Tenderer in PRICE BID only

NOTE : The Tenderer shall pay Unit rate mentioned at Sl.No.1 above to their Administrative Service Personnel for

every Unit of Service rendered by the individual after deducting Employee’s Contribution towards ESI &

EPF.

5.5 Payments will be made on monthly basis proportionate to the Units of Service satisfactorily

rendered as defined in the Scope of Contract. TDS shall be applicable as per the extant rules

of Income Tax Act.

5.6 The Tenderer shall quote only Service Charges per unit of Service applicable for First Year

in the price bid format and all other components such as Minimum wages, Employers’

contribution of ESI & EPF shall be fixed and common to all bidders. No reduction in the

contribution towards ESI and EPF by any of the bidder shall be allowed.

5.7 In case of extension of contract beyond one year, service charges per unit shall be fixed in

proportion to the preceding one year.

5.8 Service Charges quoted in terms of percentage or in any other manner will lead to

disqualification/rejection of bid.

5.9 Payment will be made on the basis of actual number of Units of Service as defined in scope

of work availed by the HSFC

5.10 HSFC shall pay the applicable GST extra as per the prevailing rates along with bills.

5.11 It may specifically be noted that the bids not meeting even the basic cost of input

ie., unreasonably low prices to undercut and obtain the Work Package contract/order, are

liable to be summarily rejected by HSFC in order to ensure quality.

5.12 The service force engaged shall wear proper uniform. The contractor shall provide 2 sets of

stitched uniform per year to the personnel deployed. The contractor has to account this factor

while quoting his service charges per year. The contactor will ensure that the personnel

deployed attend duty in uniform.

Uniform:

Gents – Blue pants and White full sleeve shirt as uniform Ladies – Salwar with Blue top, White bottom and White dupatta.

5.13 The contactor shall make payments to the personnel deployed during a month before the 5th

day of the succeeding month and he shall submit the bills for reimbursement to HSFC later

by 15th day of the succeeding month. The contract shall enclose copies of the following along

with his monthly bill:

i. Wage Register ii. ESI Remittance iii. EPF Remittance iv. Service Tax Remittance

6. Taxes

Taxes shall be paid extra as applicable.

7. Payment Terms

Payment will be made on pro-rate basis after completion of monthly service and submission

of invoice duly certified by the Focal point.

8. Parallel/Adhoc Contract:

8.1 HSFC reserves the right to entire into parallel/Adhoc contract(s) with one or more services

provider(s) during the currency of the contract for availing the same or similar services.

8.2 In order to identify more than one service provider, HSFC reserves the right to award the

contract to any other service provider who has qualified in the subject tender and willing to

provide the services.

9. Focal point

Shri V.Dinesh, Sr. Admin. Officer (Ph: 080 2217 2673) or any authorized officer is identified

as Focal point for progress monitoring of the contract.

10. Security Deposit and its exemption

The Service Provider shall guarantee faithful execution of the contract in accordance with

terms and conditions specified herein. As a performance security, the Service Provider

should furnish a security deposit for 10% (Ten percent) of the total contract value within 15

days from the deployment in the form of Bank Guarantee valid for entire Contract period with

a claim period of six beyond the validity of the Bank Guarantee.

In the event of any breach of any of the terms and conditions of the contract, HSFC shall

have (without prejudice to other right and remedies) the right to terminate contract forthwith

and / or to forfeit the entire or part of the amount of security deposit or any par thereof.

11. General

Labour Laws: The contractor has to abide by all labour laws of the appropriate local body

applicable in that place where work executed. The contractor shall be responsible for all

compensation payable to the workmen under Workmen Compensation Act or any other

enactment in force.

12. Indemnity

HSFC will not be responsible for any injury or loss to the contractor’s personnel caused at

HSFC site. Contractor shall be responsible for any loss or damage to HSFC property due to

the negligence of their personnel. Contractor shall submit an indemnity bond on Rs. 100/-

non-judicial stamp paper, indemnifying HSFC from claim for any injury / damage / death to

any of their person during operation of this contract.

13. Jurisdiction

It is agreed that the courts within the local limit of whose jurisdiction the place from which this

contract is made, namely Bengaluru shall have jurisdiction to deal with and decide any matter

arising out of this contract.

14. Arbitration:

In the event of any dispute or difference relating to the interpretation and application of the

contract, such dispute or difference shall be settled amicably by mutual consultations or

through the good offices of the respective parties. If such resolution is not possible, then the

unresolved dispute or difference shall be referred to the Sole Arbitrator appointed by mutual

consent in accordance with the rules and procedures of the Indian Arbitration and

Conciliation Act 1996 or any modification thereof. The decision of the Arbitrator shall be final

and binding on the parties. The expenses for the arbitration shall be paid as may be

determined by the Arbitrator.

15. Short closing and Termination:

15.1 Under the normal circumstances, Termination/Short closing of the Contract is not foreseen.

However, in case of continued non-performance of the contract, HSFC reserves the right to

terminate the contract wholly or partly by giving written notice of not less than 30 days.

15.2 If the Service Provider wants to withdrawn his services, he is required to give an advance

notice of one months. However, the contractor shall agree to continue his service till such

time alternate arrangement are made.

15.3 HSFC reserves the right to terminate this contract forthwith for any violations of the laid down

terms and conditions of the contract by the Service Provider. In that case, upon receipt of

directions from HSFC the contractor shall withdrawn his service without insisting for the

notice period.

16. Technical bid Documents

The service provider satisfying the above criteria should submit self-attested copies of the following documents for qualification of technical bids.

a) PAN

b) Service tax registration Certificate

c) ESI registration certificate

d) EPF registration certificate

e) Professional Tax Registration Certificate

f) Solvency Certificate for Rs. 50 Lakhs from a Nationalized/Scheduled Bank.

g) Copy of IT returns for the last 3 years/Certified copy of Audited Balance sheet from a

Chartered Accountant

h) Declaration as per Attached form

i) Any other Registration (if applicable).

j) Validity of the offer for a period of 120 days from the date of opening of technical bids.

17. PRICE BID EVALUATION

17.1 Price element shall be quoted only in the Price Bid.

17.2 The Bidder should quote their Service Charges for One Unit of Service in the Price Bid.

17.3 Lowest bid shall be determined by taking lowest of the aggregate of the Service Charges per

unit of Service of the Service quoted by the Tenderer.

17.4 The bid with No Service Charge or Price Bid without mentioning Service Charge shall be null

& void and such bid shall be rejected.

17.5 The technically qualified bidder with lowest total Service Charge per Unit of service will be

awarded the Contract.

17.6 In case of a tie in the aggregate service charges per Unit between two or more Tenderers,

the lowest Tenderer shall be decided upon by drawing lots among the tied Tenderers.

17.7 This Contract will be awarded as a complete package & no division is possible.

18. Compensation to Workforce

a. ISRO/HSFC have adopted the guidelines to grant compensation in case of

death/permanent incapacitation of persons engaged by the Service

Provider (Private Companies, firms & Contractors) due to unintended/ unforeseen

occurrences during maintenance, operation and provisioning of Public Services.

b. The extent of liability, on the occurrence of any "accident" as defined under these

Guidelines, Department shall whether or not there has been any wrongful act,

neglect or default on its part and notwithstanding anything contained in any other

law, be liable to pay compensation to such extent as prescribed below:

i. In the event of death or permanent disability resulting from loss of limbs -

Rs.10 Lakh.

ii. In the event of other permanent disability - Rs.7 Lakhs.

Any compensation paid under these Guidelines shall be recoverable from

such Service Provider concerned.

c. For this purpose, without limiting any of the other obligations or liabilities, the

Service Provider concerned shall at their own expense take and keep a

Comprehensive Insurance for their workforce and for all the work during the

execution.

d. The Service Provider concerned shall have to furnish originals along with premium

receipts and other papers related thereto to the concerned Contract Manager/Focal

point within 15 days from the date of commencement of the Contract.

e. The Service Provider should provide their unconditional acceptance to these

guidelines in their letterhead duly signed by their authorized signatory which is

mandatory for acceptance of their offer.

ANNEXURE – 4

TECHNO COMMERCIAL BID FORM

(On Original Letter Head of the Bidder)

Sl. No.

Particulars To be filled by the Service Provider

1. Name of the Firm/Agency

2. Nature of ownership

5.

Detailed office Address of the Firm/Agency including registered/liaison office at Bangalore along with office Telephone Number, Fax Number and Mobile Number.

6.

Names and designation of Authorized persons eligible to enter into contract. (Power of Attorney/ Affidavit in favour of person signing the papers to be enclosed)

7.

Name of contact person for conveying any information along with telephone numbers in absence of authorized person mentioned above.

8. Self-Attested copies of the following documents for satisfying eligibility criteria

a) Proof for having registered office or liaison office at Bengaluru. Copy of Establishment Registration Certificate

Enclosed / Not Enclosed

b) The list of staff and copy of challan of the firm for having atleast 20 service personnel in their payroll registered under ESI & EPF

Enclosed / Not Enclosed

c) Copies of atleast 2 contracts executed exclusively for providing supporting services during last 5 years.

Enclosed / Not Enclosed

TECHNO COMMERCIAL BID FORM (Contd.)

(On Original Letter Head of the Bidder)

Sl. No.

Particulars To be filled by the Service Provider

8. Self-Attested copies of the following documents for satisfying eligibility criteria

a) Proof for having registered office or liaison office at Bengaluru. Copy of Establishment Registration Certificate

Enclosed / Not Enclosed

b) The list of staff and copy of challan of the firm for having atleast 20 service personnel in their payroll registered under ESI & EPF

Enclosed / Not Enclosed

c) Copies of atleast 2 contracts executed exclusively for providing supporting services during last 5 years.

Enclosed / Not Enclosed

9. Techno-commercial bid documents

a) Permanent Account Number(PAN) Enclosed / Not Enclosed

b) Service Tax Registration Certificate Enclosed / Not Enclosed

c) ESI Registration Certificate Enclosed / Not Enclosed

d) EPF Registration Certificate Enclosed / Not Enclosed

e) Professional Tax Registration Certificate Enclosed / Not Enclosed

f) Solvency Certificate for Rs.50 Lakhs from a nationalized/ scheduled bank (Latest certificate to be enclosed)

Enclosed / Not Enclosed

g) Copy of the Income Tax Returns for the last 3 years / Certified copy of Audited Balance Sheet from a Chartered Accountant

Enclosed / Not Enclosed

h) Declaration by the service provider as per Annexure-3

Enclosed / Not Enclosed (Page No.____)

i) Self-attested copy of the terms and conditions of the tender document

j) Any other Registration certificates (if applicable)

k) Validity of the offer for 120 days from the date of opening of Techno-commercial bids

Signature of Service Provider

Place: Name:

Date: Designation:

Office Seal: Business Address:

DECLARATION

(On Original Letter Head of the Bidder) 1. I/ We ________________, Proprietor/Partner/Director of M/s.___________________

hereby declare that the information given in this bid is true and correct to the best of my/our

knowledge & belief.

2. I/ We have carefully read and understood all the instructions and terms and conditions of

the tender and undertake to abide by them.

3. I/We are fully aware of the nature of work and our offer is to meet the conditions strictly in

accordance with the tender requirements.

4. Our Registered/Liaison Office is situated in Bengaluru.

5. I/We hereby Undertake that our Company/Firm do not have any legal suit/criminal case

either pending or being contemplated and have not been earlier convicted on the grounds of

moral turpitude or for violation of laws in force.

6. I/We confirm that we are not black-listed by any Central/State Government/Public Sector

Undertakings/ Autonomous Bodies under Central/State Government/ Any Other

Organization.

Date:

Place:

Signature : _________________________

Name of the Bidder/s : _________________________

Designation : _________________________

Address : _________________________

_________________________

_________________________

Phone No. : _________________________

Mobile No. : _________________________

Email ID : _________________________

EVALUATION OF BIDS

A) TECHNO COMMERCIAL BID EVALUATION

1. The techno-commercial bid shall be opened first and prior to the detailed technical evaluation, NRSC shall

determine the substantial responsiveness of each bid to the Bidding Documents. For the purpose of these

Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding

Documents without any deviations.

2. A bid determined as not substantially responsive shall be rejected by NRSC.

3. Technical Evaluation Criteria:

Tenderers have to meet the following evaluation criteria to be technically qualified. Any Tenderer who does

not meet any of the following criteria will be technically disqualified and their price bid will not be opened.

Sl.

No. Criteria/Condition to be met

Proof required to be submitted in

Support

1 Tenderer should have executed one Contract

exclusively to provide Administrative Support

Service (Clerical) or Data Entry Services having a

strength of 40 or more during any of the

preceding 5 years.

Scanned copy of Contract/Work Orders

along with completion certificates

should be uploaded.

2 The Tenderer should provide Solvency Certificate

from any scheduled bank for Rs.40 Lakhs or

more.

Scanned copy of Solvency certificate

from any scheduled bank should be

uploaded.

3 Tenderer should possess a valid Income Tax

registration, GST registration, ESI and EPF

registration.

Scanned copy of PAN card, GST

registration, ESI and EPF registration

documents should be uploaded.

4 The Tenderer should have their registered office

or branch office in Hyderabad to ensure regular

liaisoning& coordination from time to time.

Scanned copy of Establishment Registration Certificate issued by State

Government or local Municipal Authorities should be uploaded.

5 Declaration/Undertaking by the Tenderer The Declaration/Undertaking attached

to this tender shall be printed on the

letter head of the Tenderer, duly

signed with seal and same shall be

scanned & uploaded.

4. The Techno-Commercial Bid evaluation shall be done on the basis of bid response to “Techno-Commercial

Bid Format”

5. During the evaluation of the bids, NRSC shall ask Tenderers to produce the Originals of the documents attached for verification. Any failure in this regard by the Tenderers shall be entitled for gross rejection of

their Technical Bids.

6. Price element, service charges, etc., are not to be mentioned in the Technical Bid and if mentioned, the Bid shall be disqualified.

7. After evaluation of the Techno-Commercial bids, the Price bids of those found suitable as per the tender

requirements of the NRSC shall only be opened.

B) PRICE BID EVALUATION

1. Price element shall be quoted only in the Price Bid.

2. The Bidder should quote their Service Charges for One Unit of Service for the first year and for the second

year separately in the Price Bid.

3. Lowest bid shall be determined by taking lowest of the aggregate of the Service Charges per unit of Service for 1st and 2nd year of the Service quoted by the Tenderer.

4. The bid with No Service Charge for any of the year or Price Bid without mentioning Service Charge shall be

null & void and such bid shall be rejected.

5. The technically qualified bidder with lowest total Service Charge per Unit of service for 1st & 2nd year will be

awarded the Contract.

6. In case of a tie in the aggregate service charges per Unit between two or more Tenderers, the lowest

Tenderer shall be decided upon by drawing lots among the tied Tenderers.

7. This Contract will be awarded as a complete package for one year & no division is possible.