Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
भभभभ भभभभभGOVERNMENT OF INDIAभभभभ भभभभभ पपपपपप भभभभभभ भभ भभभभभभभभ (भभभभ भभभभभ भभ भभभ
भभभभभभ भभभभभभभभभभभ)OFFICE OF THE PRINCIPAL COMMISSIONER OF CUSTOMS (AIRPORT &
ACC)भभभ भभभभभभ भभभभभभभभभभभ: भभ. भभ. भभ. भभ.भभ भभभभभभभभ: भभभभभभभ-भ भ भ भ भ भ
AIR CARGO COMPLEX: NSCBI AIRPORT: KOLKATA 700 052
F. No. S40-49/2019EDI(ACC)(Pt.III) Dated : 25.10.2019.
CARRING OUT REGULAR DUSTING, CLEANING, PEST, TERMITE ANDRAT CONTROL JOB AT AIR CARGO COMPLEX, N.S.C.B.I. AIRPORT,KOLKATA ON ANNUAL MAINTENANCE CONTRACT(AMC) BASIS.
E-quotations are invited in the prescribed proforma from reputed,
professionally competent and experienced contractors, firms and vendors for
carrying out regular maintenance and cleaning job at New Integrated Cargo
Terminal, Air Cargo Complex, N.S.C.B.I. Airport, Kolkata under Principal
Commissioner of Customs (A&A), Kolkata for period of one year from the date of
contract awarded on Annual Maintenance Contract (AMC) basis. The location wise
description of the job is as under:
Sl.No.
Job Area(Sqft)
01. Regular dusting and cleaning of 30 rooms including furniture,
Almirah, Doors, Windows & Mirrors, 4 toilets including washing
basins and 4 corridors, X-Ray Room, Import Shed, Import Gate
and Export Shed along with 89 Pcs. of computers/terminals and
25 Pcs. Printer, computers peripherals and other attached
hardware and electrical fittings/equipment on daily basis. All the
cleaning equipments and materials such as vacuum cleaner, mops,
floor cleaner, disinfectants i.e. harpic & phenyl, room freshener,
hand washes & soaps etc. are to be supplied by vendor himself.
7000
(Approx
)
02. Regular Checking and Pest, termite and rat control at 30 rooms on
twice-a-week basis with necessary pesticide, disinfectants and
other required materials and supply of indoor mosquito killer
regularly.The Technical Quotation and Financial Quotation are to be submitted
separately at www.eprocure.gov.in.
Page 1 of 14
The Inspection of the premises where housekeeping work has to be provided
can be made between 12.00 AM to 3.00 PM on any working day (Monday to Friday)
for which the bidders may contact to Superintendent of Customs (EDI & Admn.)
ACC, Kolkata. The rate quoted should be on per Sq. Ft. per month basis and
should be inclusive of all taxes and/or any other charges, if any. The tenders received
after the last date and time and not complying with the laid down procedure will
summarily be rejected.
ANNEXURE-I
I. TENDER PROCESS
1. e-Tender is invited in two parts i.e. (1) Technical Bid and (2) Financial Bid.
The e-Tender for Technical Bid in proforma prescribed in Annexure-II and the
e-tender form for the Financial Bid in proforma prescribed on e-procurement
website www.eprocure.gov.in complete in all aspects, shall be submitted
to e-procurement website www.eprocure.gov.in by enrolling himself.
Incomplete bid documents shall be rejected. The valid Technical Bids shall be
scrutinized by this office to short list the eligible bidders. Thereafter, the
Financial Bids of the short listed bidders who have qualified in Technical Bid
will be opened. Late submission of e-tender shall not be accepted.
2. The Bidder shall sign and stamp each page of this tender document and all
other enclosures appended to it as a token of having read and understood the
terms and conditions contained therein and submit the same along with the
Technical Bid (Annexure – II). The Bidder would fill up the information in
the Annexures enclosed at the end of these documents in clear and legible
terms. Whenever the price quoted shall be written in figures and words as
well. Annexures shall also have to be signed and stamped by the bidders or his
authorized signatory. The bidder shall quote their rates for the
Housekeeping service to be provided at “Rate per Square feet per
month inclusive of all charges and taxes” (in both words and figures)
and not based on number of persons to be deployed which should include
deduction towards EPF, ESI Service Charge, bonus, GST and / or any other
taxes as applicable and the same would not be payable over and above the
rates thus quoted.
3. Any bid with incorrect, incomplete or inconsistent, particulars, figures and
work shall be summarily rejected.
Page 2 of 14
4. Visiting of premises where work is to be undertaken is mandatory.
5. This office reserve the right to postpone/and/or extend the date of
receipt/opening of Rates/Quotations or to withdraw the same without
assignment any reason thereof.
6. This office reserve to right to accept or reject any bid and to annul the bidding
process and reject all bids at any time without thereby incurring any liability
to the effected Bidder or Bidders or any obligations to inform the effected
bidder or Bidders of the grounds of such action.
7. The e-tender forms may be rejected if it is not complete in any aspect.
8. The short listed e-tender and the successful Bidders will be intimated about
the Award of Contract to them.
9. Bid of piecemeal work will not be accepted.
10. All the important dates will be mentioned on e-procurement site.
11.Tender document will also be available at Kolkata Customs website
www.kolkatacustoms.gov.in; however the rest of the process has to be
done on the www.eprocure.gov.in
II. Terms and Conditions
1. The bidders except Micro and small Enterprises (MSEs) as defined in MSE
Procurement Policy issued by Department of Micro, Small and Medium,
Enterprises (MSME) have to deposit 10,000/- (Rupees ten thousand only) as₹
an Earnest Money in the form of Fixed Deposit (Should be valid 45 days
beyond the final bid validity period) in favour of RBI A/c Commissioner of
Customs, Kolkata, which will be returned as per Rules 170(ii) laid down in
GFR, 2017. The earnest Money Deposit (EMD) has to be submitted to the
Superintendent of Customs (Prev.), EDI, ACC, Kolkata and before the
submission of bid in e-Procurement portal. Certified copy of the EMD need to
be uploaded in e-Procurement portal with technical bid. Bid submitted
without EMD will not be considered.
2. Financial bids will be opened only if Earnest Money Deposit found to be in
order.
3. Tenders, if any, without Earnest Money Deposit will summarily be rejected.
4. The vendor must have past 02(two) years experience (Preferably in any Govt.
Office) in performing jobs/works of similar nature. The vendor shall submit
proof of experience at the time of submitting tender quotation clearly
Page 3 of 14
indicating the name and address of organization where such job was
performed as well as the duration of such experience.
5. The annual turnover of the vendor should not be less than Rs.2.5 lakh (Rupees
two lakh & fifty thousand) for the financial year 2017-18 or 2018-19. The
vendor should submit proof of turnover at the time of submitting his tender
quotation. Preference shall be given to vendors registered under GST as
service provider for the said service. Such vendors shall quote their GST
Registration Number as well as submit GST Payment details, if any, at the
time of submitting the tender quotation.6. The vendor shall undertake the house keeping job on “As in where is basis”.
7. The dusting and cleaning shall be performed with a vacuum cleaner which
shall be provided and maintained by the vendor himself. In case services of
the vendor are not found satisfactory, the Deputy Commissioner of Customs
(Administration) shall be at the liberty to terminate the contract in midterm
without mentioning any reason.
8. Payment of bill to the vendor shall be monthly on the basis of work
completion certificate given by the Deputy Commissioner of Customs
(Admn.), ACC, Kolkata. No interim bills will be entertained.9. The vendor and his engaged personnel shall under no circumstances
misbehave with any officers and staff of Customs and other departments. He
shall be expected to render technical advice when called upon to do so.
10. The house keeping services is to be provided on all days except Sundays and
National Holidays.
11. The working hours will be from 08:00 AM to 04:00 PM daily.
12. Skeleton services would be required beyond 04:00PM on all working days to
cater to emergency services for which necessary arrangements should be
made.
13. The personnel deployed by the service provider should be well experienced
and trained adequately and of sound health. They should be well behaved and
well mannered. They should be provided with uniforms and identity cards
prominently displayed. They should have knowledge of local language and
preferably Hindi/ English also. Among the deployed persons the
housekeeping service provider should nominate one person as Supervisor who
will be in charge of the entire housekeeping work.14. Manpower required for execution of the entire work including transport shall
be arranged by the contractor. In case of particular workman remain absent
Page 4 of 14
due to any reason, it would be the responsibility of the contractor to provide
another workman in his place.
15. No other persons except the persons authorized by the service provider shall
be allowed to enter the office premises.
16. The housekeeping work of the entire office premises i.e. the cleaning and
sweeping work should be completed by 9:30 AM daily.
17. The Personnel will report to the Supervisor nominated by the service provider
who in turn would report to the office-in-charge assigned by this Department
i.e. Superintendent/EDI & Admn.
18. Suitable insurance cover protecting the agency against all claims applicable
under the workmen’s compensation act, 1948 shall be taken the service
provider. The service provider shall arrange necessary insurance cover for any
persons even for short duration. This office shall not be liable to any claim
arising out of mishap, if any that may take place while discharging the
housekeeping services. In the event of any liability/claim falling on the
Commissionerate in this regard, the same will be reimbursed/indemnified by
the Service Provider.
19. The housekeeping service provider is responsible for payment of monthly
wages including bonus, gratuity etc. to the personnel as applicable to them.
The tenders will be summarily rejected if the rates quoted do not factor in the
minimum wages prescribed by the Government of India as on date. The
housekeeping service provider is responsible for the payment of minimum
wages so prescribed by the Government of India under minimum wages Act,
1948 as revised from time to time and as notified by the Govt. of India in this
regard. Besides, ESI per head and other statutory requirements at the current
rate should be paid by the housekeeping service provider every month as per
the existing Rules. The housekeeping service provider should also maintain
Pay Roll containing the above details.20.The housekeeping service provider should ensure that there is no scope for
any grievance from the personnel on delayed payment of wages. The workers
engaged by the housekeeping service provider will be in the employment of
the housekeeping service provider only and not of the Customs Department.
The staff provided by the service provider shall have no right to claim/seek
permanent employment in the department based on the service rendered or
on any other basis and it is purely a contractual responsibility through the
service provider.
Page 5 of 14
21. Mode of payment will be monthly and payment of the housekeeping service
provider will be through NEFT/RTGS only.
22. No escalation of price whatsoever would be allowed during the
pendency/currency of the contract, for whatever reason.
23. If at any time during currency of JOB the SCOPE OF WORK for which this job
has been awarded is reduced/abandoned the payment/value of this job order
shall be reduced on pro-rata basis by this office and would be binding on the
housekeeping service provider.
24.Any dispute arising out of this agreement or that which may arise future shall
be resolved by taking recourse to mutual settlement arbitration/conciliation
clauses formulated by International Centre of Alternative Dispute Resolution
(ICADAR) failing which the dispute be subject to Kolkata High Court
Jurisdiction only.
25. In the event of any question, dispute/difference arising during the course of
provision of the service the same shall be referred to the sole arbitration to
the Pr. Chief Commissioner of Customs, Kolkata or his nominee.
26.The vendors submitting quotation for the tender should explicitly agree to all
the conditions referred to in Sl. No 1 to 25. Tender wherein, if any of the
particulars and conditions is not provided/fulfilled, the same are liable to be
summarily rejected. This office reserves the right to reject any or all the
tenders received without assigning any reason whomsoever. Canvassing in any
form by the Bidder will result in rejection.
The salient terms and conditions of the contract, which shall
be entered into with the successful bidder, are as follows:
1. The selected bidders will have to provide a performance security deposit in
form of bank guarantee having amount equal to one month rate quoted of the
total annual rate quotes and validity for 14 months from the date of Award of
Contract in favour of RBI A/c Commissioner of Customs, Kolkata. The
same will have to be submitted to this office within 14 (fourteen) days of
receiving the AOC (Award of Contract).
2. Bid security will be refunded to the successful bidder on receipt of
Performance Security.
3. In case the vendor fails to cope up with the workload or does not render
satisfactory services, the contract awarded to him shall be cancelled without
Page 6 of 14
giving any notice or without assigning in any reason whatsoever and the bank
guarantee/security deposit will be encashed and payment due to him if any,
shall be forfeited. In this connection, the decision of the department shall be
final and binding on the vendor.
4. If for any reason the vendor is not able to attend the complaint/problem, the
job shall be got done from some other firm or from the open market at the cost
of the vendor and the expenditure incurred shall be recovered from the
vendor.5. The vendor shall not sub let the whole or part of the work without prior
written consent of the Deputy Commissioner of Customs (Admn.), ACC. Such,
consent, if given, shall not relieve the vendor from any liability or obligation
under the contract and he shall be responsible for the act, defaults, negligence
of his agents, servants or workmen.
6. The vendor shall, at all times during the currency of the contract, conform to
and comply with the regulation and by-laws of the Central Govt. of this office
and all other local authorities, the provisions contained in the various Labour
Acts in force enacted by the State Legislature and the Parliament and
Workmen’s Compensation Act, 1923, Provident Fund regulations etc. for
Welfare and protection of workers or for the safety of the public and other
insurance provisions.
7. The vendor shall indemnify this office against any liability for compensation
due to injury to his own workmen or to any other person inside the
office premises while executing the work and for any damage to the property.
8. The vendor shall provide details like Name(s) and Phone Number(s) of the
contact person(s) who shall be available at all times in case any problem is
encountered by the Customs Authorities regarding the services provided by
him.
III. Bid Amount
The bidders shall quote their bid amount in both words and figures which
should inclusive of all taxes & GST and any other charges as applicable as
mentioned in the financial bid, BOQ.
The tenderer should ensure that the following documents are
part of the Technical Bid.
Page 7 of 14
1. Annexure II (duly filled in) along with necessary enclosures;
2. Attested Copy of registration agency with Labour Department;
3. Attested Copy of PAN card;
4. Attested Copy of GST Registration Certificate;
5. Attested Copy of E.S.I. registration letter/certificate;
6. Experience certificate (for details of similar contracts handle by the
tendering Company/firm/Agency/Organization for Government
Department/PSEs/Banks during past three years.)
7. Signed declaration/undertaking as given on Annexure-IV of the bid
document.
8. Tender Document (all pages signed)
Page 8 of 14
Annexure-II
Proforma for submission of Technical Bid for Housekeeping/Sanitary workfor O/O The Principal Commissioner of Customs (A&A), Kolkata for a period ofone year from the date contract awarded.
01 Name of Organization/Firm2. Address of Organization/Firm with contact
details3. Name & Address of the
Proprietor/Partner/Directors/(withcontact details)-attach proof.
4. No. of years of experience in providingHousekeeping Services (Enclosed proofsuch as performance reports from clientsor TDs copies)
5. Average turnover (last 2 years ended on31.03.2019) certified by CharteredAccountant)
6. Permanent Account Number(PAN) (theevidence for filing IT return along withProfit & Loss Account and Balance Sheetfor the last three Financial Year to beenclosed)
7. Details of ESI Registration along with copyof Registration Certificate (where thenumber of employees is 10 or more).
8. Attach the Last 2 Years Organization/FirmESI, GST Challans and Return
9. Details Earnest Money Deposit (EMD)10. Money solvency Certificate issued by
bankers
DeclarationI hereby declare that the information furnished above is true and correct to thebest of knowledge. I understand that in case any deviation is found and the abovestatement at any stage, I/We will blacklisted and will not have any dealing withthe Department in future.
Signature of Authorized person
Date: Full name:Place: Seal:
Page 10 of 14
Annexure-IV
1. Name of the Company/Firm/Agency
2. Address (with Telephone & Fax No.)
3. It is certified that wages to be paid shall not be less than the prescribedminimum rate of wages under Minimum Wages Act. 1948 as revised fromtime to time and as notified by the Govt. of India.
4. No. of Contract Labours required for the housekeeping of the total areamentioned in e-tender must be indicated by the bidders per the guidelinesissued by the Labour Ministry or any other concerned Ministry or Law.
Declaration
I hereby declare that the information furnished above is true andcorrect to the best of knowledge. I understand that in case any deviation isfound and the above statement at any stage, I/We will blacklisted and willnot have any dealing with the Department in future.
Signature of Authorized person
Date: Full name:
Place: Seal:
Page 11 of 14
Annexure-VUndertaking by the Bidder
1. I/We hereby undertake that my/our firm/CompanyM/s ......................................................................................have not beenblacklisted by any Govt. Department/Public sector Undertaking/Autonomousbody.
2. I ……………………………………………………………………Son/Daughter/Wife ofShri…………………………………………………………………………..Proprietor/Partner/Director/Authorized signatory of M/s.………………………………………………………………………….am competent to sign thisdeclaration and execute this tender document.
3. I have carefully read and understood all the terms and conditions of thetender and undertake to abide by them.
4. The information/documents furnished along with the above application aretrue and correct to the best of my knowledge and belief. I/We am/are wellaware of the fact that furnishing of any false information/fabricated documentwould lead to rejection of my tender at any stage besides liabilities towardsprosecution under appropriate law.
5. I/We understand that in case any deviation is found in the above statementat any stage, my/our concern/firm/company shall be blacklisted and shall nothave any dealing with the Department in future.
DeclarationI hereby declare that the information furnished above is true and
correct to the best of knowledge. I understand that in case any deviation isfound and the above statement at any stage, I/We will blacklisted and willnot have any dealing with the Department in future.
Signature of Authorized personDate: Full name:Place: Seal:
Page 12 of 14
Annexure-VITender Acceptance Letter
(To be given on Company letter Head)ToThe Principal Commissioner of Customs (A&A),NICT Building,Air Cargo Complex, NSCBI Airport, Kolkata-700 052
Subject: Acceptance of Terms & Conditions of Tender.Tender Reference No: ……………………………………………Name of Tender/Work:-………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
Dear Sir,1. I/We have downloaded/obtained the tender documents (s) for the
above mentioned ‘Tender/Work’ from the website(s) namely:……………………………………………………………………………………………as peryour advertisement, given in the above mentioned website(s).
2. I/We hereby certify that I/ We have read the entire terms andconditions of the tender documents from Page No…………to…………..including all the documents like annexure(s), schedule(s), etc.,which form part of the contract agreement and I/We shall abide herebythe terms/conditions/clauses contained therein.
3. The corrigendum(s) issued from time to time by yourfirm/company/organization too has also been taken into consideration,while submitting this acceptance letter.
4. I/We hereby unconditionally accept the tender conditions of abovementioned tender document (s)/corrigendum(s) in its totally/entirety.
5. I/We do hereby declare that our firm/company/organization has notbeen blacklisted/debarred by any Govt. Department/Public Sectorundertaking.
6. I/We certify that all information furnished by ourfirm/company/organization is true & correct and in the event that theinformation is found to be incorrect/untrue or found violated, thenmy/our firm/company/organization shall without giving any notice orreason therefore or summarily reject the bid or terminate the contract,without prejudice to any other rights or remedy including the forfeitureof the full said earnest money deposit absolutely.
Yours faithfully,
(Signature of the Bidder, with Official Seal)
Page 13 of 14