You are on page 1of 87

E - TENDER

OF
SECURITY SERVICES
FOR
INSTITUTE OF KIDNEY DISEASE &
RESEARCH CENTRE,
AHMEDABAD, GUJARAT, INDIA
PRESS NOTICE INVITING E-TENDERS

Page: 2 SIGNATURE AND STAMP OF THE BIDDER


Contents
KEY DETAILS..................................................................................................................................................4
DISCLAIMER..................................................................................................................................................6
PREAMBLE....................................................................................................................................................7
SECTION – I NOTICE INVITING TENDER AND INSTRUCTION TO BIDDERS.........................................................10
SECTION – II ELIGIBILITY CRITERIA...............................................................................................................19
SECTION – III BID SUBMISSION AND EVALUATION PROCESS...........................................................................22
SECTION – IV GENERAL TERMS AND CONDITIONS.......................................................................................30
SECTION – V SPECIAL TERMS AND CONDITIONS...........................................................................................43
SECTION – VI SCOPE OF WORK....................................................................................................................57
ANNEXURE – I (BIDDER’S DETAILS)................................................................................................................72
ANNEXURE – II (AUTHORISED SIGNATORY CERTIFICATE)................................................................................73
ANNEXURE – III (UNDERTAKING)...................................................................................................................74
ANNEXURE – IV (DECLARATION FOR PF/ESIC)................................................................................................77
ANNEXURE – V (LIST OF PRESENT CLIENTS)....................................................................................................78
ANNEXURE – VI (BANK GUARANTEE FORMAT FOR EMD)...............................................................................79
APPENDIX – A CHECK LIST OF DOCUMENTS..................................................................................................80
KEY DETAILS:
The details of the tenders are as follows:

A. E-Tender ID.
B. Name of Work “E-Tender for Security Services - IKDRC “

C. Estimated Amount of INR Rs. _______________________per year


Work (Inclusive applicable GST).

D.E – Tender Processing INR Rs. __________________ (18 % Goods and


Service Tax (GST)] – Non Refundable.
Fees
Demand Draft (DD) / Banker’s Cheque drawn on a
Nationalized Bank or any other bank recognized by
Reserve Bank of India (RBI) payable at I K D R C
Ahmedabad, in favor of Institute of Kidney
Disease and Research Centre.
For exemption, bidders have to submit
SSI/MSE/Udyog aadhar/Udyam Registration and
valid CSPO/NSIC/DGS&D registration certificates.

E. Earnest Money Deposit Amount of EMD INR Rs. ________ (Refundable)


(EMD)
[EMD should be in the form of Demand Draft (DD)
/ Banker’s Cheque / Bank Guarantee (BG).
Demand Draft (DD) / Banker’s Cheque shall be
drawn on a Nationalized Bank or any other scheduled
bank recognized by Reserve Bank of India (RBI)
payable at Par/Ahmedabad, in favor of U. N. Mehta
Institute of Cardiology and Research Centre.
If EMD is submitted in the form of Bank Guarantee
(Format of Bank Guarantee should be as per
Annexure - VI)
For exemption, bidders have to submit
SSI/MSE/Udyog aadhar/Udyam Registration and
valid CSPO/NSIC/DGS&D registration certificates.

F. Pre-bid Meeting __________, at 11:00 hrs. (Morning) at Ground floor,


Board Room, Institute of Kidney Disease and Research
Centre, Civil Hospital Medicity Campus, Ahmedabad
– 380016, Gujarat, India

G. Last Date and Time of __________ UP TO 13:00 HRS


downloading of E – Tender
H. Last Date and Time for ___________ UP TO 13:00 HRS
Online Submission of EMD,
Tender Fee, and Price Bid

I. Last Date and Time for _________ UP TO 13:00 HRS


Physical Submission of EMD,
Tender Fee and Technical Bid

J. Date and Time of Opening ___________ AT 15:00 HRS


of EMD, Tender Fee and
Technical Bid

K. Date and Time of opening Technically qualified bidders will be informed later.
of online Price Bid
L. Venue of physical Ground floor, Board Room, Institute of Kidney Disease
submission of Tender and Research Centre, Civil Hospital Medicity Campus,
(i.e. Tender comprises of Ahmedabad – 380016, Gujarat, India
Tender fees, EMD,
Technical Bid & signed copy of
Tender Document, Addendum
/ Clarifications(If any))

M. Tender validity 180 days from the date of opening of technical bid

N. Bid Security / EMD 225 days from the date of E-Tender opening.
validity
for BG
O. Performance Guarantee 5% of Contract Value

P. Rate Contract Period Two Years


E-Tender for Security
Services -

DISCLAIMER

Institute of Kidney Disease and Research Centre (IKDRC) is an autonomous grant-in-aid institute
(affiliated to B. J. Medical College, Ahmedabad) promoted by Government of Gujarat as a public
trust.

This document has been prepared by Institute of Kidney Disease and Research Centre (IKDRC),
Ahmedabad, Gujarat. The information is provided to prospective Bidders, who are interested to Bid for
supply of goods / works / services as stipulated in this document. This document is neither an
agreement, nor an offer or invitation to perform work / supply of any kind to any party.

The purpose of this document is to provide interested bidders with information to assist in the
preparation of their Bid. While due care has been taken in the preparation of the information
contained herein, and believe it to be complete and accurate, neither any of their authorities or
a g e n c i e s nor any of their respective officers, employees, agents or advisors give any warranty or
make any representations, expressed or implied as to the completeness or accuracy of the information
contained in this document or any information which may be provided in association with it.

Further, IKDRC does not claim that the information is exhaustive. The bidder is required to check the
accuracy, reliability and completeness of the information in this document regarding the present situation
and future scope of services etc. for Institute of Kidney Disease and Research Centre.

IKDRC reserves the rights to accept / reject /scrap/ cancel the tender partially or fully without
assigning any reasons at any stage of processing. No bidder shall have any cause of action or claim
against the IKDRC for rejection of his / all the tenders.

Page: 6 SIGNATURE AND STAMP OF THE BIDDER


E-Tender for Security
Services -

ABBREVIATIONS:
i “TE document” means Tender Enquiry Document
ii “NIT” means Notice Inviting Tenders.
iii “LC” means Letter of Credit
iv “DP” means Delivery Period
v “BG” means Bank Guarantee
vi “RT” means Re-Tender.
vii “GST” means Goods and Service Tax
viii “GTC” means General Terms and Conditions
ix “STC” means Special Terms and Conditions
x “RC” means Rate Contract
xi “SD” means Security Deposit
xii “LD” means Late Delivery
xiii “LOI” means letter of intent
xiv “LOA” means letter of Award

Page: 8 SIGNATURE AND STAMP OF THE BIDDER


SECTION – I
NOTICE INVITING TENDER AND INSTRUCTION TO BIDDERS

1. Institute of Kidney Disease and Research Centre (IKDRC), Ahmedabad invites e – tender in the
prescribed form for Providing Security Services for Institute of Kidney Disease and Research
Centre (IKDRC), Ahmedabad. The estimated value of the E– tender is Approximately Rs.
____________ per year (Inclusive applicable GST).

2. E – Tender Processing Fees


a. The E - Tender Bid shall be accompanied by E - Tender Processing Fees of Rs.
(Rupees ) [Rs_______/- (E - Tender Processing fees) + Rs. __________/- (18 %
Goods and Service Tax (GST)] – Non Refundable.

b. E - Tender Processing Fees must be submitted along with the submission in the form of
Demand Draft (DD) / Banker’s Cheque drawn on a Nationalized Bank or any other bank
recognized by Reserve Bank of India (RBI) payable at IKDRC, Ahmedabad, in favor of
Institute of Kidney Disease and Research Centre.

c. Any physical submission without E - Tender Processing Fees is liable to be rejected.

d. Bidders are requested to upload Scan Copy of Demand Draft (DD) / Banker’s Cheque online
on www.nprocure.com in Preliminary Stage - Tender Fees / EMD section, failure to which
leads to rejection of e-tender.

e. Bidders who are eligible for exemption of E-Tender Processing Fees, are requested to upload
Scan Copy of SSI/MSE/Udyog aadhar/Udyam Registration and valid
CSPO/NSIC/DGS&D registration certificates online on www.nprocure.com in Preliminary
Stage - Tender Fees / EMD section, failure to which leads to rejection of e-tender.

3. Earnest Money Deposit (EMD)


a. The E - Tender Bid shall be accompanied by Earnest Money Deposit (EMD) of Rs. /-
(Rupees Only).
b. EMD should be in the form of Demand Draft (DD) / Banker’s Cheque / Bank Guarantee
(BG).

c. Demand Draft (DD) / Banker’s Cheque shall be drawn on a Nationalized Bank or any other
scheduled bank recognized by Reserve Bank of India (RBI) payable at IKDRC, Ahmedabad,
in favor of Institute of Kidney Disease and Research Centre, Ahmedabad.

d. If EMD is submitted in the form of Bank Guarantee (Format of Bank Guarantee should be as
per Annexure - VI), then the validity of the Bank Guarantee should be at least 225 days from
the date of E-Tender opening and shall be drawn on a Nationalized Bank or any other
scheduled bank recognized by Reserve Bank of India (RBI) in favor of Institute of Kidney
Disease and Research Centre, Ahmedabad.

e. Any Physical submission not accompanied by the requisite EMD is liable to be rejected. It is
understood that EMD will not bear any interest.
f. Bidders are requested to upload Scan Copy of Demand Draft (DD) / Banker’s Cheque / Bank
Guarantee online on www.nprocure.com in Preliminary Stage - Tender Fees / EMD section,
failure to which leads to rejection of e-tender.

g. Bidders who are eligible for exemption of EMD, are requested to upload Scan Copy of
SSI/MSE/Udyog aadhar/Udyam Registration and valid CSPO/NSIC/DGS&D registration
certificates online on www.nprocure.com in Preliminary Stage - Tender Fees / EMD section,
failure to which leads to rejection of e-tender.

h. All bidders’ earnest money (EMD) will be returned to them without any interest, not later
than forty-five working days after issuing of the LOA (Rate Contract) to the successful
bidder.
i. The EMD will stand forfeited in the event of the bidder whose bid is accepted and fails to
execute the contract when called upon to do so. If EMD is returned to the bidder and bidder
fails to execute the contract whose bid is accepted, in that event, the institute reserves the right
to forfeit Security Deposit & shall have a right to Blacklist / Debar / Deregister / Bann / stop
from the services / put on holidays for certain period.
j. IKDRC Bank Details for necessary issuance of relevant document in case the bid security
(i.e.EMD) is submitted in the form of Bank Guarantee.

Name of the Beneficiary Bank Details IFSC Code


Institute of Kidney Disease
And Research Centre,
Ahmedabad

4. Those firms registered under SSI/MSE/Udyog aadhar/Udyam Registration and holding valid
subsequent registration with CSPO/NSIC/DGS&D for the item under e-tender will be eligible for
exemption from payment of E- Tender Processing Fees and EMD on submission of attested copies
of their SSI/MSE/Udyog aadhar/Udyam Registration and CSPO/NSIC/DGS&D registration
certificates. Bidders are requested to upload Scan Copy of SSI/MSE/Udyog aadhar/Udyam
Registration and valid CSPO/NSIC/DGS&D registration certificates online on
www.nprocure.com in Preliminary Stage - Tender Fees / EMD section, failure to which leads to
rejection of e-tender.
5. Participants not covered under this category (SSI/MSE/Udyog aadhar/Udyam Registration and
valid CSPO/NSIC/DGS&D registration certificates) shall have to pay E- Tender Processing
Fees and EMD compulsorily as prescribed, failing to which the e-tender will be treated as rejected
at the time of opening of Bid. In such cases, Technical Bid as well as Price Bid will be ignored.
Any basic document with regards to E- Tender Processing Fees and EMD will not be acceptable
after closing time of e-tender.
6. For getting exemption from paying E- Tender Processing Fees and EMD, bidders have to
furnish valid and certified documents (i.e. SSI/MSE/Udyog aadhar/Udyam Registration and
CSPO/NSIC/DGS&D) in separate sealed envelope super-scribed with Part A: E -
Tender Processing Fees and EMD & Name of Bidder along with e -tender. Otherwise e-
tender will be rejected.
7. Traders / Resellers / Distributors / Authorized Agents will not be considered for availing
benefits (like exemption from payment of E- Tender Processing Fees and EMD) under
Public Procurement Policy 2012 for MSEs as per MSE guideline issued by MoMSME
(and/or last amendment dated 26.06.2020).
8. Performance Security Deposit:
a. Bidder whose e-tender is accepted must provide performance bank guarantee of 5% (Five
Percent) of the total contract value.
b. Bidder should provide Performance Security in form of Performance Bank Guarantee issued by
Nationalized Bank or any other bank recognized by Reserve Bank of India RBI) payable at
IKDRC, Ahmedabad, in favor of the, Institute of Kidney Disease and Research
Centre. Performance Bank Guarantee to be valid up to sixty days beyond the stipulated date
of completion of contract or the extended period, thereof.
c. Performance bank Guarantee will be returned to the bidder at the end of the contract period
(including extended period) and after satisfactorily completion of contract period, but not
later than 60 working days. No interest will be given on security deposit.
d. Performance Bank Guarantee should be provided within 21 days of issuing of Letter of
Intent (LOI)

e. Performance Bank Guarantee should be provided with the details mentioned in Letter of Intent
(LOI) awarded.

9. Preparation of Bid:
Bidder’s responsibility:

a. The Bidder is solely responsible for the preparation and submission of bid.

b. The Bidder is expected to study carefully all the contents of E - Tender document as well as
terms and conditions and take them fully into account before submitting their bid. Bids, which
do not satisfy all the requirements, as detailed in this document, are liable to be rejected as being
unresponsive.

c. The bidder has to submit the E - Tender online well in advance before the prescribed time to
avoid any delay or problem during the submission process.

d. Alternative Proposal by Bidders: The bidders shall submit their offers that strictly comply
with the requirements of the E - Tender document without any deviations with regard to the
specification and terms & conditions of the Bid. Bids with such deviations will be rejected.

e. Language of Bid: The Bid and all related correspondence and documents relating to the E -
Tender shall be in English language only.
f. Currency of Bid: Bid prices shall be quoted in Indian Rupees only. The amount mentioned
elsewhere in the bid document will also deemed to be in Indian Rupees.
g. Tendering Expense: The tenderer shall bear all costs and expenditure incurred and/or to be
incurred by it in connection with its tender including preparation, mailing and submission of
its tender and for subsequent processing the same. The Tender Inviting Authority will, in no
case be responsible or liable for any such cost, expenditure etc. regardless of the conduct or
outcome of the tendering process.

10. Pre – Bid Meeting:


a. Pre bid meeting will be held on __________ at 11:00 hrs. (Morning) at Ground Floor, Board
Room, Institute of Kidney Disease and Research Centre, Civil Hospital Medicity Campus,
Ahmedabad – 380016, Gujarat, India.

b. Purpose of the pre-bid meeting is to answer queries / provide clarification that the Bidders may
have in connection with the E - Tender and to give them relevant information regarding the
same.
c. Bidders are requested to bring authorization letter, letterhead and stamp/seal of their company
at the time of pre – bid meeting. Only written queries shall be accepted from those who
present in the pre-bid meeting. No other queries shall be entertained or replied to. If
prospective bidders / their authorized representatives wish to raise any queries, then they need
to be present in the pre-bid meeting. IKDRC’s response (including an explanation on the query
but without identifying the source of the inquiry) will only be placed on the E - Tender
portal @ https://nprocure.com and it will be the responsibility of the bidders to take note of the
same.
d. Eligibility Criteria is bare minimum requirement of the institute decided by Tender
Committee of the institute.
e. Any queries/representations received other than the pre-bid meeting will not be taken into
cognizance. No verbal communication will be considered.
f. Site Visit:

(A) Bidder must visit the site before quoting in the price bid.

(B) Site visit will be arranged during pre-bid meeting.

(C) Bidder can visit site between 11:00 am to 04:00 pm on day of Pre-bid meeting only.

Note: Site visit is responsibility of the bidder, No excuse of not visiting the site will be
taken in to account at any cost after opening of tender.

11. Amendment to E - Tender Bid Document

a. At any time prior to the deadline for the submission of Bids, IKDRC may, for any reason,
whether at its own initiative or in response to a clarification or query raised by prospective
Bidders, suitably modify the E - Tender document by an amendment(s) / addendum(s) /
corrigendum(s) / clarification(s).
b. The said amendment(s) / addendum(s) / corrigendum(s) / clarification(s) shall be made
available on the e-tender portal @ https://nprocure.com. The uploaded amendments shall be
binding on the bidders. The Bidders are advised to regularly visit the E - Tender portal @
https://nprocure.com to ensure that they are aware of the amendment(s) / addendum(s) /
corrigendum(s) / clarification(s). These shall form a part of the Bid documents.
c. In order to provide prospective Bidders reasonable time for preparing their Bids after taking
into account such amendment(s) / addendum(s) / corrigendum(s) / clarification(s); IKDRC
may, at its discretion, extend the deadline for the submission of Bids.

d. The above information will only be placed on the E - Tender portal @


https://IKDRC.nprocure.com and it will be the responsibility of the bidders to take note of
the same. No Separate advertisement will be given for amendment(s) / corrigendum(s) /
addendum(s) / clarification(s).
12. Submission of Bids: Bids should be submitted both in hardcopy and online as mentioned
below (Refer Section III – Bid Submission and Evaluation Process for more details):
a. Hardcopy (Physical) Submission of the Bid:

i. Part A: E - Tender Processing Fees and Earnest Money Deposit (EMD):


 The required E - Tender Processing Fees and EMD as per amount and format
mentioned earlier should be submitted in hard copy in separate sealed envelope super-
scribed with Part A: E - Tender Processing Fees and EMD & Name of Bidder.
 Bidders who are eligible for exemption of E - Tender Processing Fees and/or EMD,
are requested to submit the hard copy of MSE/SSI/Udyog aadhar/Udyam Registration
and valid CSPO/NSIC/DGS&D registration certificates in separate sealed envelope
super-scribed with Part A: E - Tender Processing Fees and EMD & Name of
Bidder, failure to which leads to rejection of e-tender.
ii. Part B: Technical Bid:
The required Technical Bid document as mentioned in Eligibility Criteria along with
checklist (Appendix – A) and elsewhere in this E - Tender document should be
submitted in hardcopy in separate sealed envelope super-scribed with Part B:
Technical Bid and Name of Bidder.

iii. Both Part A and Part B should be submitted in separate sealed envelopes and these two
sealed envelopes should be placed in one big envelope super-scribed with Name of the
Bidder and Name of the Tender should be submitted to following address by hand to
hand/ RPAD/Courier/Speed Post:

Ground floor, Board Room,


Institute of Kidney Disease and Research Centre,
Civil Hospital Medicity Campus,
Ahmedabad – 380016, Gujarat, India
b. Online Submission of the Bid:
i. Bidders are requested to upload Scan Copy of Demand Draft (DD) / Banker’s Cheque /
Bank Guarantee of E-Tender Processing Fees and/or EMD in the prescribed format online
on www.nprocure.com in Preliminary Stage - Tender Fees / EMD section, failure to
which leads to rejection of e-tender.
ii. Bidders who are eligible for exemption of E-Tender Processing Fees and/or EMD, are
requested to upload Scan Copy of SSI/MSE/Udyog aadhar/Udyam Registration and valid
CSPO/NSIC/DGS&D registration certificates online on www.nprocure.com in
Preliminary Stage - Tender Fees / EMD section, failure to which leads to rejection of e-
tender.
iii. Price Bid should be submitted online on E - Tender portal https://IKDRC.nprocure.com.
iv. NO PRICES SHALL BE MENTIONED / INDICATED anywhere in physical
submission of Part: A (E - Tender Processing Fees and Earnest Money Deposit
(EMD) and Part: B (Technical Bid). If mentioned / indicated, E - Tender will be
summarily rejected and will not be considered for further evaluation.
13. The last date for Online Submission of completed bid is _______ up to 13:00 hrs and Physical
submission of completed Bids is ___________ up to 13:00 hrs. The IKDRC may, at their
discretion, extend this date, in which case all rights and obligations of the IKDRC and the Bidder
shall thereafter be subjected to the new deadline as extended. If such designated date for submission
of Bid is subsequently declared as a public holiday, the next official working day shall be
deemed as the last date for submission of E – Tender.
14. Physical submission shall be submitted by hand or through registered post or courier service or
speed post at the address mentioned above. IKDRC shall not take any cognizance and shall not be
responsible for delay/loss in transit or non-submission of said documents in time.
15. Required documents sent telegraphically fax, e-Mail or through other means of transmission,
which cannot be delivered in a sealed envelope, shall be treated as defective, invalid and shall
stand rejected.
16. It is sole responsibility of bidder for interpretation of GST and/or HSN or SAC code for
quoted products / Services. Institute is not liable to pay or give price rise, requested /
presented by bidder due to incorrect interpretation of GST and/or HSN or SAC code.

17. Bid Due Date:


a. Bids should be received at the address mentioned in this document, on or before the
stipulated/extended date and time as specified earlier.

b. IKDRC may, in exceptional circumstances, and at its sole discretion, extend the last date
of submission of bids.
18. Late Bids: There is NO PROVISION of uploading late e-tender beyond stipulated date & time
in the e-tendering system. Any Physical Bid received after the deadline prescribed for
submission of Bids i.e.___________up to 13:00 hrs . or extended date as the case may be,
herein
shall be rejected and will be returned unopened to the Bidder. No E - Tender will be accepted
after prescribed closing time for submission of the same. The delay will not be condoned for
any reason whatsoever including postal/transit delay. However, if the last date of submission of
E - Tender is declared as a holiday by the Government, the last date of submission of E -
Tender will be extended to the next working day.
19. Modifications/ Substitution: No modification or substitution of the submitted Bid shall be
allowed after last date of submission of bids.
20. Bidders who wish to participate in online E - Tender will have to procure or should have legally
valid Digital Signature Certificate (appropriate class) from “(n)code Solutions - A division
of GNFC Ltd., 15th floor, Tower One, Road 5C, Zone 5, GIFT city, Gandhinagar - 382355
(Gujarat)” using which they can submit their electronic bids.
21. In case bidders need any clarifications or if training is required for participating in e-tender,
they can contact (n) Procure Support team:- “(n) code Solutions- (n)Procure Cell, 304,
GNFC Info tower, S.G. Road, Bodakdev, Ahmedabad – 380054 (Gujarat).” Contact
Details: Tel: +91-79-40007300 / E-mail: nprocure@ncode.in / Toll Free Number: 1-800-419-
4632.
22. For any queries regarding E - Tender Bid process, please contact Tender Department of IKDRC
on phone no. 7573952536, 079-22684200,22684220 (Ext. 8651) between 10:00 AM to
05:00 PM on working days.
23. IKDRC reserves the rights to accept / Reject /Scrap/Cancel the E - Tender partially or fully
without assigning any reasons at any stage of processing. No Bidder shall have any cause of
action or claim against the IKDRC for rejection of his/all the E - Tender (s).

24. Canvassing whether directly or indirectly, in connection with E - Tender is strictly prohibited
and the E - Tender submitted by the Bidders who resort to any type of canvassing will be
rejected.
25. Disqualification:
a. Even if a Bidder meets the eligibility criteria and if the Bidder has been Blacklisted /
Debarred / Deregistered / Banned / stopped from the services/put on holidays by any state /
central government department, organization, undertaking in India; IKDRC may, at its own
discretion and at any stage during the selection process or execution of the LOA (Rate
Contract), has right to disqualify the Bidder even after bids have been opened and/or work /
LOA (Rate Contract) awarded.

b. Non-Disclosure of blacklisting / debarment / deregistration / stop from the service / put on


holidays will invite forfeiture / recovery of EMD or/and Security Deposit or Risk Purchase
or disqualification for appropriate period or any other penal action at the discretion of
Director, IKDRC without any further reference.

c. The concern / firm / company whose product has been declared as of spurious or adulterated
quality and any criminal case is filed and pending in any court shall not be eligible to
participate for that particular product, in the Bid. Similarly convicted firm/company shall
also not be eligible to participate in the Bid.
26. E - Tender will be valid for 180 days from the date of opening of technical bid. Prior to the
expiry of the original Bid Validity Period, IKDRC may, at its discretion, request Bidders to extend
the Bid Validity Period for a specified additional period.
27. The Rates mentioned in the LOA will be valid till the end of contract period, which is Two
Years from the date of commencement.
28. IKDRC will have the right to extend the period of this contract for Six months beyond the
stipulated period if necessary, and it will be binding on the bidder to do work/ provide service
and supply the product (item)/provide service at the same rate, terms and conditions as
mentioned therein, during the extended period also. However, the further extension for a period
of more than Six Months can be granted on mutually agreed terms by both parties.

29. The E - Tender or items / service of e-tender shall be rejected if :


a. Bidder submits conditional E – Tender.
b. E - Tender submitted without two bid sealed cover system.
c. E - Tender submitted without EMD and / or E - Tender Processing Fees.
d. EMD / E - Tender Processing Fee is not as per the requested amount and/or format in the E -
Tender document.
e. Required Exemption certificate for E-Tender Processing Fees and/or EMD not uploaded on
www.nprocure.com in Preliminary Stage - Tender Fees / EMD section or not submitted in
Hardcopy (Physical) Submission of the Bid – Part-A.
f. E - Tender which is incomplete or not properly sealed or with overwriting without signature &
seal.
g. Bidder is not eligible.
h. Price is mentioned in technical bid.
i. Failure to abide by the various terms & condition of the E - Tender as well as LOA/Rate
Contract.
j. Termination of agency agreement between the Bidder and his principal. (where Applicable).
k. Supplies of services to IKDRC at a price higher than that to any other Central or State
Government agency, Semi Government organizations, Local bodies, etc.
l. If found guilty of furnishing wrong information.
m. Unsatisfactory past performance of the bidder, with the Institute.
n. Non-submission of e-Tender within stipulated time.
o. Non submission of required documents as shown in General & Special Conditions and
Section-II: Eligibility Criteria.
p. Items with changes / deviations in the specifications / standard / grade / packing /quality.
q. Stamp paper is not as per statutory provisions.
r. Submission of misleading / contradictory / false statement or information and fabricated /
invalid documents, at any stage during the selection process or execution of the LOA (Rate
Contract).
s. E-Tender not filled up properly as mentioned in the e-Tender document.
t. Non-submission of authority letter in prescribed format for imported items.
u. Bids are not submitted both in hardcopy as well as online.
v. E-tender validity is shorter than required period.
w. Bidder has not agreed to give the required Performance Security / Security Deposit of required
amount in an acceptable form as per terms of e-tender, Read with modification, if any, for due
performance of the contract.
30. If the institute had previously issued notices for the work / service, provided at the institute,
regarding quality with unsatisfactory result. In such case the same product (item)/service is liable to
be rejected in this E - Tender.
SECTION – II
ELIGIBILITY CRITERIA

 Joint Venture / Consortium is not allowed.

 All photocopies must be submitted duly self-certified/true copy / notarized.

 If found guilty of furnishing wrong information, EMD will be forfeited & Bidder will be
black listed for any future dealing.

 Following is the list of documents required for the Eligibility Crite ria;
1. Original e – tender document of IKDRC duly signed and stamped on each page including
amendment(s)/addendum(s)/corrige ndum(s), if any.
2. Financial / Statutory Documents:

a. Copy of Valid Shop & Establishment Certificate / Factory License / Certificate of


Incorporation in case of registered company / Gram Panchayat Certificate.
b. Copy of Final GST Registration certificate.
c. Copy of GST TDS Registration u/s 51, if Applicable.

d. Copy of PAN Card.

e. Copy of ESIC registration certificate.

f. Labour Licenses of the previous or current contracts under Contract Labour Act (R &
A)
g. Copy of EPFO registration certificate.
h. Copy of Private Security Agency Regulation Act (PSARA) licence.

i. Professional Tax Number.

j. Any other statutory compliance.

k. Chartered Accountant (CA) Certified copy of Balance Sheets and Profit & Loss
statement of last Three Financial years should be submitted. The turnover should be of
the Bidding Company only and not for Group Company or Subsidiary company etc.
l. Copy of I.T. Returns Acknowledgment of last Three Assessment Years.

3. Bidder must have average Annual Financial Turnover of minimum Rs.___ during the
immediate last three consecutive financial years. CA certified turnover certificate should be
submitted. Minimum turn over for each financial year in last consecutive three years should
not be less than Rs. .
4. The bidder should have experience of having successfully executed/completed Security
services either of followings during the period of last five years ending as on _________

a. Three Security services annual works-each of value not less than Rs. . For every
completed year OR

b. Two Security services annual works-each of value not less than Rs. . For every
completed year OR
c. One Security services annual works of value not less than Rs. For one completed
year
The satisfactory work completion certificate must be produced along with work order or
contract agreement mentioning year wise actual value of work. The similarity and suitability
of the experience shall be assessed by institute on the basis of documentary proof furnished
by the bidder. Institute may make cross reference to confirm the documentary evidences.

5. Bidder should have minimum 5 years’ of experience in providing Security Services.


Bidder has to submit experience certificates issued by appropriate Authority with Sign and
Stamp.
6. The Bidder should have experience of completion of work for providing Security services as
per below mentioned criteria during last five years: :

 Experience of completion of work in Minimum 200 bedded Cardiac Hospital / Multi


Super Specialty Hospital / Single Super Specialty Hospital / Multi Specialty Hospital
/ Single Specialty Hospital having General Ward, Special Room, Operation Theatre,
Intensive Care Unit, Casualty and Outdoor Patient Department
 Experience of completion of work in any NABH (National Accredited Board for
Hospitals and Healthcare Providers) accredited hospital in the country. (Note: The
hospital should have NABH accreditation during the contract period)

 A certificate of the same has to be submitted duly signed by Director / Dean /


Superintendent / Administrative Head of the hospital / organization for the above
said works.

7. Satisfactory work completion certificate from last 2 end users where work have been
completed recently.

8. The firm should have an independent fully functional office in Ahmedabad / Gandhinagar,
Gujarat with all necessary office infrastructure. (Shop & Establishment Registration
Certificate / Electricity Bill / Telephone Bill / Rent Agreement should be submitted as a
proof).
OR
If bidder has no office in Ahmedabad / Gandhinagar, than bidder has to submit an
undertaking (On Non-Judicial Stamp Paper / franking of Rs. 300/- duly attested by Notary
Public) for opening up of office in Ahmedabad / Gandhinagar, Gujarat with necessary
documentary proof as mentioned above within 30 days after award of LOA (Rate
contract).Failure to which will results in automatic cancelation the contract and EMD and /or
SD will be forfeited.

9. Bidder should have minimum 500 employees on payroll, for which ESIC/ PF/ Professional
Tax challan copies are to be furnished.(for last one year)
10. Annexure – I : Details of the bidder (To be Typed On letter head of the bidder)

11. Annexure – II : Certificate of letter of authorized signatory (To be typed on letter head of the
bidder)
12. Annexure – III : Undertaking from bidder (On Non-Judicial Stamp Paper / franking of Rs.
300/- duly attested by Notary Public)
13. Annexure – IV: Declaration for PF and ESIC (To be Typed On letter head of the bidder)
14. Annexure – V: Details of Present Clients. (To be Typed On letter head of the bidder)

15. Banker’s Solvency Certificate will be required if found necessary by the institute

Note:
a. Kindly submit a checklist for documents (as per Appendix – A) enclosed with reference of
page numbers. The documents shall be serially arranged as per checklist and shall be
securely tied or bound. If the E -Tender Bid is not submitted with required documents, E -
Tender is liable to be rejected.
b. All photocopies must be submitted duly self-certified true copy / notarized.

c. Partnership deed for partnership firm, Memorandum of association and articles of


association in case of the company, certificate of incorporation for change in name. if any,
are to be submitted.
E-Tender for Security
Services -

SECTION – III
BID SUBMISSION AND EVALUATION PROCESS
1. Bids should be submitted both in hardcopy and online as mentioned below:

i. Hardcopy Submission of the Bid: E - Tender Bid should be submitted in hardcopy in two
parts:

a. Part A: E - Tender Processing Fees and Earnest Money Deposit (EMD):


 The required E - Tender Processing Fees and EMD as per amount and format
mentioned earlier & should be submitted in hardcopy in separate sealed envelope super-
scribed with Part A: E - Tender Processing Fees, EMD and Name of Bidder. Any
submission without requisite E - Tender Processing Fees and EMD is liable to be
rejected.
 Bidders who are eligible for exemption of E-Tender Processing Fees and/or EMD, are
requested to submit the hard copy of SSI/MSE/Udyog aadhar/Udyam Registration and
valid CSPO/NSIC/DGS&D registration certificates in separate sealed envelope super-
scribed with Part A: E - Tender Processing Fees and EMD and Name of Bidder,
failure to which leads to rejection of e-tender.
b. Part B: Technical Bid
 The E - Tender Bid shall be accompanied by Technical Bid Documents in separate
sealed envelope super scribed with Part B: Technical Bid and Name of the bidder.
 This envelope must contain following documents:

a) Documents as asked in Section – II: Eligibility Criteria

b) Checklist of documents as per Appendix A, duly filled along with page number.

c) This Envelope should contain only technical documents as asked in the E -


Tender document. No Rates are to be mentioned anywhere in the technical
part of E - Tender Bid document.

d) If rates mentioned in the technical specification document or rates mentioned in


any other form / document is found in this envelope, E – tender is liable to be
rejected.
c. Both parts Part A and Part B should be put in separate sealed envelope super-scribed
with the Name of the Part and Name of the Bidder should be submitted to following
address by Hand to Hand / RPAD / Speed Post / Currier only on or before the date
mentioned in e-tender .

Ground floor, Board Room,


Institute of Kidney Disease and Research Centre,
Civil Hospital Medicity Campus,
Ahmedabad – 380016, Gujarat, India

Page: 22 SIGNATURE AND STAMP OF THE BIDDER


ii. Online Submission of the Bid:
a. Bidders are requested to upload Scan Copy of Demand Draft (DD) / Banker’s Cheque / Bank
Guarantee of E-Tender Processing Fees and/or EMD in the prescribed format online on
www.nprocure.com in Preliminary Stage - Tender Fees / EMD section, failure to which leads
to rejection of e-tender.
b. Bidders who are eligible for exemption of E-Tender Processing Fees and/or EMD, are
requested to upload Scan Copy of SSI/MSE/Udyog aadhar/Udyam Registration and valid
CSPO/NSIC/DGS&D registration certificates online on www.nprocure.com in Preliminary
Stage - Tender Fee / EMD section, failure to which leads to rejection of e-tender.
c. Price Bid should be submitted online only on E - Tender portal https://nprocure.com.
d. NO PRICES SHALL BE MENTIONED / INDICATED anywhere in physical submission
of Part: A (E - Tender Processing Fees and Earnest Money Deposit (EMD)) and Part: B
(Technical Bid). If mentioned / indicated, E - Tender will be summarily rejected and will not
be considered for evaluation.

2. Tender Bid Opening

i. The bid will be opened on at 15:00 hrs. And the bidder or his authorized
representative has the liberty to remain present at that time. However, in unavoidable
circumstances, IKDRC can change the date / time / venue of opening or open the bids in the
absence of bidder or his authorized representative at its discretion. In case the specified date is
declared as holiday by the Government, the bid will be opened on the next working day at
the same time and venue specified in the bid.
ii. Envelope super-scribed with “Part A: E - Tender Processing Fees, EMD and Name of
Bidder” will be opened first. That will be checked for completeness and confirmation of
submission of the requisite “E - Tender Processing Fees” and “EMD” as per details
mentioned in Section – I. If E - Tender Processing Fees and / or EMD is not as per terms and
conditions, bid is liable to be rejected and will not be considered for further stage of
evaluation and envelope super scribed with “Part B: Technical Bid and Name of Bidder”
will not be opened.

iii. If bidder fails to submit Part A: E - Tender Processing Fees and EMD Physically or online
or it is not as per the required amount and/or format, unopened cover of Part B: Technical
Bid and /or EMD (in form of DD/Banker’s Cheque/Bank Guarantee) would be returned to
the bidder after opening of Technical Bid of e-tender.
iv. If Bidders who are eligible for exemption of E-Tender Processing Fees and/or EMD, fails to
submit and/or upload Scan Copy of SSI/MSE/Udyog aadhar/Udyam Registration and
valid CSPO/NSIC/DGS&D registration certificates online on www.nprocure.com in
Preliminary Stage - Tender Fees / EMD section, bid of such bidders is liable to be rejected
and will not be considered for further stage of evaluation and envelope super scribed with
“Part B: Technical Bid and Name of Bidder” will not be opened.
E-Tender for Security
Services -

v. Envelope super scribed with “Part B: Technical Bid and Name of Bidder” will be opened
of only those bidders, whose EMD and E-tender Processing Fees are found to be as per
terms and conditions of e-tender. “Part B: Technical Bid and Name of Bidder” will not be
opened who have not submitted E - Tender Processing Fees and EMD or required exemption
certificate or they are not found as per e-tender terms and conditions and e-tender of those
bidder will be rejected.

3. Evaluation of Tender Bid:

i. Evaluation of Technical Bids submitted by Bidders shall be undertaken based on details


submitted therein only. Bidder shall not be allowed to submit on their own, any additional
information or material subsequent to the date of submission and such material /
information, if submitted, will be disregarded. It is therefore essential that all details are
submitted by the Bidder comprehensively, accurately and specifically in their Technical Bid.
However, Tender Committee, if it so desires, reserves the right to seek any clarification from
the Bidders on the information provided in the Technical Bid. The request for clarifications
and the response shall be in writing only. No change in the information or substance of the
Bid shall be sought, offered or permitted. To assist in the examination & evaluation of Bids,
Tender Committee may ask Bidders individually for required clarifications. The request for
clarifications and the response shall be in writing.
ii. If bidder does not meet the eligibility criteria as mentioned in Section – II: “Eligibility
Criteria”, their bid is liable to be rejected and will not be considered for further stage of
evaluation i.e., price bid evaluation
iii. If tender is not substantially responsive, it will be rejected by the tender inviting authority
and cannot subsequently be made responsive by the bidder by correction of the non-
conformity.

iv. The tenders will be scrutinized to determine whether they are complete and meet the
essential and important requirements, conditions, etc. as prescribed in the TE document. The
tenders, which do not meet the basic requirements, are liable to be treated as non-responsive
and will be summarily rejected.
v. IKDRC reserves the right to reject any Bid if:
a. At any time, a material/Service misrepresentation is made or uncovered; or

b. The Bidder does not respond within the stipulated time to requests for supplemental
information/ clarifications required for the evaluation of Tender Bid; or
c. If it is found that the information provided is incomplete / incorrect or facts / material
for the evaluation have been suppressed.

Page: 24 SIGNATURE AND STAMP OF THE BIDDER


4. Evaluation Process:

Stage 1: Preliminary Stage


i. In Preliminary Stage, sealed envelope super-scribed with “Part A: EMD & E- Tender
Fees and Name of bidder” will be opened of only those bidders who have submitted their
tender in both hardcopy in physical form and online on www.nprocure.com. EMD & E -
Tender Fees will be checked for veracity of Amount and Form as required by E - Tender
Bid Document terms and conditions. If EMD & E – Tender Fees submitted by any bidder is
not as per E - Tender terms and conditions, their bid will be rejected and will not be
considered for further stages of evaluation.
ii. For Bidders who are eligible for exemption of E-Tender Processing Fees and/or EMD,
submitted physical copy in envelope super scribed with Part A: EMD & E- Tender
Processing Fees and Name of bidder as well as uploaded Scan Copy of SSI/MSE/Udyog
aadhar/Udyam Registration and valid CSPO/NSIC/DGS&D registration certificates
online on www.nprocure.com in Preliminary Stage - Tender Fees / EMD section will be
checked for the eligibility and authenticity. In case, the documents are not found proper or
invalid for exemption or bidder is not liable for exemption, his bid will be rejected and will
not be considered for further stages of evaluation.

Stage 2: Techno-Commercial Evaluation


a. Sealed envelope super scribed with “Part B: Technical Bid and Name of bidder” will be
opened of only those bidders who have qualified in Preliminary Stage. Technical Bids shall
be evaluated as per eligibility criteria detailed in Section – II: Eligibility Criteria and
bidder’s eligibility shall be determined. If bidder is not meeting with the eligibility criteria as
detailed in Section – II: Eligibility Criteria, their bid will be rejected and will not be
considered for further stages of evaluation.
b. Minor Informality / Irregularity / Non-Conformity: If during the technical bid evaluation, the
purchaser find any minor informality and/or irregularity and/or non-conformity in a e-tender,
the purchaser may waive the same provided it does not constitute any material deviation and
financial impact and, also, does not prejudice or affect the ranking order of the E-tenders.
Wherever necessary, the purchaser will convey its observation on such ‘minor’ issues to the
bidder by registered/speed post etc. asking the bidder to respond by a specified date. If the
bidder does not reply by the specified date or gives evasive reply without clarifying the point
at issue in clear terms, that e tender will be liable to be ignored.
c. The bidder belonging to SSI/MSE/Udyog aadhar/Udyam Registration (as per GR No.
SPO/102015/691093/CH, dated 03/06/2016 issued by Industries & Mines Department, Govt.
of Gujarat and as may be amended from time to time, last amendment dated 26.06.2020)
category desirous of availing benefits of price preference / price matching as well as EMD
exemption and other such benefits being MSE as per Government of Gujarat Policy, shall
have to submit copy of their SSI/MSE/Udyog aadhar/Udyam Registration and valid
CSPO/NSIC/DGS&D registration certificates as well as submit Self attested or Notarized
Certificate regarding MSME status on or before due date of e-tender.
d. Conditional E - tender is not acceptable and it will be rejected.
e. Process to be kept confidential:
i. Except the public opening of the Bids, information relating to the examination,
clarification, evaluation and comparison of Bids and recommendations concerning the
award of Contract shall not be disclosed to Bidders or other persons not officially
concerned with such process.
ii. Any effort by a Bidder at any stage of e-tendering process to influence Tender Committee
in the process of examination, clarification, evaluation and comparison of Bids and in
decisions concerning award of Contract, shall result in the rejection of their Bid.
 Inspection of current works of the bidder:

i. IKDRC reserves the right to inspect the current working facility of the bidder qualifying
the eligibility criteria as stipulated in Section – II.
ii. During scrutiny of Technical bid, Tender Committee may conduct on-spot surprise
inspection, the bidder has to cooperate and facilitate the same.
a. Following details will be checked during on spot surprise inspection:

 Number of Employees with Age Group


 Uniform of the Employees
 Salary of the Employees with all statutory compliances (if required authorized officials of
IKDRC may ask for the documents to verify the details)
 Feedback of the Hospital Officials /Any agency.
 Personal Interview of the Employee (if required)
 Duty hours of Security Guards, Supervisor and Chief Supervisor
 Scope of work
iii. If work performance of the bidder is not appropriate and/or if it is found that bidder is not
complying the required statutory norms at the place where he is presently providing the
services, his bid will be rejected and will not be qualified for price bid opening, which will
be final & binding to all the bidders. If during the inspection any type of misbehavior occurs
with members of inspection committee, institute reserves the right to cancel or reject the bid
and disqualify the bidder.
iv. On spot inspection permission from concern authority must be taken by bidder at current
working site.
Stage 3: Price Bid Evaluation:
i. The Price Bids of Bidders who are not qualifying in Technical Bid stage will not be
opened.
ii. The Price bid of only the Techno-Commercially acceptable offers (as decided in the
first and second stage) shall be opened for further scrutiny and evaluation on a date
notified after the evaluation of the Techno-Commercial e-tender.

iii. If a Bidder quotes ‘0’ rates against any item of E -Tender, the e-tender shall be
treated as invalid and rejected.

iv. If more than one bidder have quoted same rate, then they will be asked to revise the
rate, so L1 status will be given to bidder who has quoted lowest.

v. This is total wise E- tender, LOA (Rate Contract) will be issued to bidder who has
quoted lowest rate in Total.

vi. L1 bidder will be considered on the basis of rate which will be inclusive of GST.

vii. Evaluation of quoted price of L1 bidder will be done by Tender Committee.


Responsiveness of the bids will be checked for each item of the price bid. However,
Tender Committee, if it so desires, reserves the right to seek any clarification from
the Bidders on the information provided in the Price Bid. Reasonability of the prices
of L1 bidder for quoted items will be evaluated and if required Tender Committee
reserves the right to ask for recent invoices with prices of the same services given at
different institutes for price justification. All the responses shall be in writing only. If
prices are not found to be reasonable / justified, Tender Committee reserves the right
to reject the L1 bidder

viii. After evaluation, LOI / LOA (Rate Contract) will be issued to L1 bidder for the
period of Two years.

ix. If for any reason price quoted by L1 bidder is rejected or L1 withdraws his bid, L2
bidder will be considered, if L2 matches the price quoted by L1 bidder.
x. If for any reason L1 Bidder withdraws his bid, Institute reserves the right to declare
the firm / Bidder ineligible / Blacklisted / debarred / Deregistered / Banned / Stopped
from the services / put on holidays from participating in future tenders / any other
activities of the institute for the period as decided by the Tender Committee and his
EMD will be forfeited.
xi. Price bid of such bidders will be rejected who has not quoted for all the listed items
of Price bid.
xii. If quoted price is less than minimum wages (As per Labour Law), bid is liable to be
rejected. Salary of the Supervisor should not be less than Rs. 15,000/- per month i.e.
Basic Salary + DA and Salary of Chief Supervisor should not be less than Rs.
22,000/- per month i.e. Basic Salary + DA (considering 26 working days in a month).
Driver’s salary should not be less than Rs. 12,000/- per month i.e. Basic Salary +
DA (considering 26 working days in a month) If quoted salary found to be less than
specified minimum salary in any category than the bid is liable to be rejected.

xiii. EPF and ESIC will be applicable as per current prevailing Acts.
E-Tender for Security
Services -

5. LOI / LOA (Rate Contract)


a. This is a total wise e-Tender, LOA (Rate Contract) will be issued to bidder who has quoted
lowest rate in total.
b. L1 will be given LOA (Rate Contract) for Two years (2 Years).

c. The Rates mentioned in the LOA (Rate Contract) will be valid till the end of contract period,
which is Two Years from the date of issuing of LOA (Rate Contract) or any extension thereof.
d. If for any reason, LOA (Rate Contract) of L1 bidder discontinues, the Tender Committee has
right to give LOA (Rate Contract) to L2 or L3 Bidder and so on.

e. If for any reason, LOA (Rate Contract) of L1 bidder has been discontinued and L2 bidder
will agree to work by matching the price quoted by L1 bidder, in that case, for time being
order should be placed on L2 bidder subject to approval of their quality of work. After
approval of quality of work by Technical Expert Committee, fresh LOA (Rate Contract) will
be issued to L2 bidder till the remaining tenure of LOA (Rate Contract) of L1 Bidder.
f. If for any reason, LOA (Rate Contract) of L2 bidder has been discontinued and L3 bidder
will agree to work by matching the price quoted by L1 bidder, in that case, for time being
order should be placed on L3 bidder subject to approval of their quality of work. After
approval of quality of work by Technical Expert Committee, fresh LOA (Rate Contract) will
be issued to L3 bidder till the remaining tenure of LOA (Rate Contract) of L1 Bidder.
g. If for any reason LOA (Rate Contract) of all bidders are terminated, Institute reserves the
right to procure the item (s)/Service by alternate mode of procurement till Re-tendering
procedure is completed.
h. During the contract, regularity of the work should be maintained. If not, action to be taken as
per penalty clause.

 Letter of Intent (LOI)


Letter of Intent (LOI) will be issued to successful bidders. As per terms and conditions
of the e – tender, successful bidders has to produce Performance Bank Guarantee
within 21 days of issuing of LOI.

 Letter of Award (LOA) – Rate Contract

Letter of Award (LOA) will be issued after receipt of Performance Bank Guarantee.

6. Agreement:
Successful bidder has to execute a formal Agreement on a stamp paper or franking of
Rs. 300/- for Contract agreeing to the terms and conditions specified in the form
prescribed by the IKDRC within 15 days’ time from the date of receipt of LOA (Rate
Contract), failure to do so attracts cancellation of the LOA (Rate Contract) automatically and
E.M.D. will be forfeited. Further, the bidder has to execute the said agreement for all the
accepted product (item) / Services/Works. Executing the

Page: 28 SIGNATURE AND STAMP OF THE BIDDER


agreement for part of the accepted product (item) / Services/Works will not be
permitted.

7. Extension of the Rate Contract :


IKDRC will have the right to extend the period of this for another Six Months beyond
the stipulated period if necessary, and it will be binding on the bidder to provide goods/services at
the same rate, terms and conditions as mentioned therein, during the extended period also.
However, further extension for a period of more than six months can be granted on
mutually agreed terms (with max up to 10% rise- depending on RBI index, CPI index,
inflation rate, etc.) by both parties.
SECTION – IV
GENERAL TERMS AND CONDITIONS

1 At any time prior the date of submission of E - tender, E - tender Inviting Authority may, for
any reason, whether on their own initiatives or in response to a clarification requested by a
prospective bidder, modify the condition in E - tender documents by amendment(s) /
addendum(s) / corrigendum(s) / clarification(s). In order to provide reasonable time to take the
amendment(s)/ addendum(s) / corrigendum(s) / clarification(s) into account in preparing their E
- tender, E - tender Inviting Authority may at his/her discretion, extend the date and time for
submission of E – tender.

2 Conditional e – Tender is not acceptable and it will be rejected.

3 The rate should be quoted inclusive of men power specified in the Price Bid. No alteration /
modification is allowed in the Price Bid. If there is any alteration / modification in the Price bid,
it will not be considered for evaluation.
4 Bidder shall be required to furnish copy of account of the Institute from their books
immediately on call by the institute, for reconciliation purpose & also furnish the explanations
for any deviation or discrepancy, if any, is noticed in reconciliation.
5 Representation for enhancement of rates will not be considered during the contract period once
accepted.
6 The downward revision of the price in the market must be communicated to the IKDRC
immediately with appropriate documentation by Bidder and LOA (Rate Contract) for that work
/ service will be revised to new reduced rates. In the same way any price rise due to increase in
government levies / taxes will be applicable only after approval by the IKDRC after producing
appropriate documentation & justification by Bidder.
7 During validity of e-tender if the statutory authority changes the prevailing rate of taxes, the
difference of rate of taxes will be given to / recovered from the respective bidder.
8 Bidder will mention GST separately in invoice supplies to institute and the same will be
deposited on time and file the GST returns regularly as per legal requirements and Bidder will
produce the challans on demand as and when required by the institute.
9 Rates mentioned in the LOA (Rate Contract) will be valid for Two Years. However, the
Director, IKDRC, reserves the right to terminate/cancel the contract in part or whole at any time
at any stage and without assigning any reason. Bidder will not be entitled for any compensation
whatsoever, in respect of such cancellation.

10 IKDRC will have the right to extend the period of this contract for another six months
beyond the stipulated period if necessary, and it will be binding on the bidder to provide
service at the same rate, terms and conditions as mentioned therein, during the extended
period also. However, further extension for a period of more than six months can be
granted on mutually agreed by both parties (with max up to 10% rise- depending on RBI
E-Tender for Security
Services -

index, CPI index, inflation rate, etc.)

11 The bidder who quotes other than listed product (item)/ Services will not be considered.

12 As per terms and conditions of the e – tender, successful bidder has to produce Performance
Bank Guarantee within 21 working days of issuing of LOI.
13 As per terms and conditions of the e – tender, successful bidder has to enter in to agreement
with IKDRC within 15 working days of issuing of LOA.
14 The bidder shall not sublet the contract in full or any part of bid.
15 The bidder are advised to submit his bid in spiral / binder book with index, page numbering,
sign and stamp on each and every page.
16 IKDRC does not bind itself to accept lowest or any other bids and has the right to cancel the
bidding process and reject all bids or some bids or single bid at any time prior to award of the
contract without assigning any reasons whatsoever and without thereby incurring any liability
to the affected bidder/bidders on the grounds for the company’s action.

17 Contract Period (Rate Contract):


a. Total Contract period is for 2 years. Initially the Rate Contract will be given for One year.
Validity of the contract will start from the date of commencement. At the end of one year of
contract, another one year contract will be given after review of satisfactory performance by
tender committee of the institute. The institute shall have right to extend the contract for
further six months with same rate, terms & conditions subject to satisfactory performance of
the bidder. The extension of the contract beyond 6 months can be done with mutual
consonance by both the parties on various terms. (with max up to 10% rise- depending on
RBI index, CPI index, inflation rate, etc.)

b. Institute will decide the commencement of the service which will be duly notified at the
time of LOA (Rate Contract) of Tender.

c. The probation period will be for four months. Institute reserves the right to extend the
probation period further. Institute reserves the rights to cancel the contract during
probation period, in the event of lack of satisfactory work. The work will be reviewed
every four months by the Tender Committee appointed by the Institute. If the quality of
work /Performance is not as per terms & conditions of e – tender, then the Institute
reserves the right to change the work along with the imposition of penalty as per
instruction of tender committee of the Institute.

d. Quoted rates shall be valid for the entire period of the contract. However, the increase
of minimum wages as notified by Labour Department, Govt. of Gujarat / India shall be
applicable with corresponding increase in the statutory components only and will be borne
by the institute.
e. During the contract period if any statutory authority increases/ Decreases rate of taxes, the
difference of Tax amount will be given to/ recover from the contractor by the Institute.

Page: 31 SIGNATURE AND STAMP OF THE BIDDER


f. During the contract period if any statutory authority increases/ Decreases rate of EPF
/ESIC and other such statutory items, the difference of amount will be given to/ recover
from the contractor by the Institute.
g. The bidder shall not avail any kind of incentive / benefit /subsidy from any government
or authorities or organization or anybody in respect of employees engaged under the
contract or for reason of this contract for which Institute is making payment to the bidder
under the contract. Bidders will not be entitled to accept any such benefits during the
contract period. If such benefit is taken Institute will deduct the amount so availed from
the payment to contractor. E.g GOI –PMJKY
h. The bidder shall ensure full compliance with labour and all other tax laws of India with
regard to this contract and shall be solely responsible for obtaining requisite registrations
and filing of returns etc. The bidder shall be required to submit documentary
evidences like copies of acknowledgements, returns etc. If the bidder fail to file
returns/pay taxes in times as stipulated under applicable Indian/state labour and all
other tax laws and consequently any interest or penalty is imposed by the concerned
authority, the bidder shall liable to pay the same. The bidder shall indemnify the
Institute against any and all liabilities or claims arising out of this contract for such taxes
including interest and penalty that any such tax authority may asses or levy on the
bidder. In such cases Institute is not liable.

i. Tax deduction at source shall be governed as per prevailing rules and provisions of law.

18. Payment Terms:

a. The bidder will raise month wise bill for the services provided at the rates as agreed and
accepted by the institute. Deductions will be made for duty absentees, penalty, if any.
b. The bill is to be prepared in Original on the name of “Institute of Kidney Disease & Research
Centre, Ahmedabad".
c. No Advance payment will be made.

d. The contractor has to open their bank account with and they have to disburse the wages
as per labour laws to the workers in their bank accounts by 5th of every month and submit the
bill of preceding month to IKDRC. The institute will pay the bill within one week of submission
of the invoice. The employee of the contractor must have their bank account with
____________.

e. Salary Slip Format


Employee Name Employee ID Designation
Month
No. of Days Present
SALARY STATEMENT ESI No.
Payable paid PF No.
BASIC DEDUCTIONS AMOUNT
HRA EPF
OTHERS ALLOW. ESI
ADD. ALLOW TOTAL DEDUCTION:
GROSS WAGES
NET PAYABLE
(Rs.)
f. Contractor must ensure to pay the salary with compliance to all statutory laws and any
violation of the same will be entitled for penalty.
g. The contractor shall submit the monthly bill along-with following documents for further
processing of the bill:
i. Undertaking for PF and ESIC as per Annexure – IV (Declaration for PF and
ESIC)

ii. Wages Register.(Separate wages register for reliever and regular manpower)

iii. Attendance sheet supported by Biometric Attendance Report with summary as


asked by institute.

iv. Wages slips

v. Details of wages disbursed by ECS/NEFT to the staff deployed in the institute


(copy of bank statement)

vi. EPF Challan, payment conformation receipt (PCR) , EPF – ECR (Electronic
Challan cum Return) w.r.t. individual staff deployed in the institute

vii. ESI Challan, payment conformation receipt (PCR), ESI – ECR (Electronic
Challan cum Return)

viii. Professional Tax challan

ix. Proof of having deposited GST Challan and Receipt of filled GST Returns for
previous month and by way of presenting the copy of Challan receipts which
should show such amount that must tally with the GST charged/levied for the staff
deployed in the Institute.

x. Proof of distribution of bonus/Leave salary, as and when become due/payable, as


per norms.

xi. Requisite records for the Overtime Staff.(If any)

xii. Any other document as may be required

h. For this purpose, the contractor will not mix up payment of GST and other statutory payments
such as EPF etc. with those of other Institutes/departments where the contractor might be
providing Service.
i. With written prior approval of competent authority of the Institute , concerned officer, may
require some of your staff - to work in excess of normal daily full hours as outlined herein
tender or to work on scheduled day of rest , on special occasions or in emergency situation ,
& the said extra work hours shall be considered as overtime & the payment for the same
shall be calculated as Basic + DA(per day)/8*2 per hour .Requisite records for the Overtime
Staff & payment shall be maintained as required. Without prior approval request for
overtime will not be considered.
j. At time of payment, institute will separately reimburse actual bonus amount not exceeding
@ 8.33% on Basic Wages + DA to the eligible employe es on a (On Diwali Festival) and
actual leave salary amount not exceeding @ 6.71% on Basic Wages + DA to the eligible
e mployees on a Calendar year basis, on submission of list of employees and it
will be verified with attested true copy of payment made by the contractor to their
employees. Bonus and Leave Salary will be given as per prevailing statutory laws by the
contractor to their employees. It is compulsory to give Bonus and Leave salary to the
employees as and when it is due. If not paid by the contractor, Institute will give Bonus and
Leave Salary as per prevailing statutory laws and amount will be deducted from the
monthly bill of the contractor and/or PBG as the case may be. Such payment shall be made
only once in a year separately from regular monthly wages payment.
k. It shall be obligatory on part of contract to provide proof of payment to individuals to the
Institute .Contractor must not claim Bonus or leave salary in respect of those who have left
or who have not become eligible / entitle for the benefits.
l. While considering the attendance and availability of the staff, their working hours will also be
considered for evaluation and non–compliance with the mentioned hours of work would be
penalized.
m. Bidder is under legal obligation to pay due wages as per the requirement of law to the
workmen under Electronic Fund Transfer System. The contractor shall pay for all the legal
charges/contribution to the statutory authority. The contractor shall be obliged to satisfy
empowered officer about continued labour law compliance as and when required by
empowered officer.
n. The payment shall be made to the bidder only after the certified acceptance of services both
in quantitative & qualitative terms by designate officer of the Institute.
o. Disputed amount or amount on which clarification is required may be withheld till the time
matter is sorted out. However, rest amount shall be released within Thirty (30) days of
submission of bill. In such case, eventuality the bidder should ensure timely submission of
the required documents to the Institute for early release of payments after making payments
to its manpower without affecting the work.
p. Payment from Institute shall be made by electronic fund transfer to the bidder’s account with
Bank either by Cheque or NEFT or RTGS for which purpose agency is expected to submit their
complete bank details.
q. The payment to the contractor shall be made as per the attendance of the approved and required
manpower from the Biometric Attendance Machine but not exceed quoted and approved
manpower price with the submission of the ECS statement duly verified by bank official for the
monthly salary payment in the bank account of the employees.
r. The bidder will ensure full strength of staff as conveyed by the IKDRC from time to
time. In case of noncompliance of number of staff, the institute reserves the right to impose
penalty and employ other staff at the cost of the contractor.
s. The bidder shall keep and maintain such records in such prescribed form(s) as required under
Labour Laws/norms. Further, the records which are required to be kept at site shall be kept
and maintained at site and the same may be made available for verification as and when
required by the institute.
t. Bidder has to follow the all labour rules as per the government of Gujarat.
u. It is sole responsibility of bidder to pay wages, bonus, leave salary, PF, ESIC, and all
statutory payment to eligible employee or appropriate authority as per the respective act.
19. Resolution of disputes:
a. If dispute or difference of any kind shall arise between the Purchaser and the supplier in
connection with or relating to the contract, the parties shall make every effort to resolve the
same amicably by mutual consultations.
b. If the parties fail to resolve their dispute or difference by such mutual consultation within
twenty-one days of its occurrence, then, either the Purchaser or the supplier may give notice
to the other party of its intention to commence arbitration, as hereinafter provided the
applicable arbitration procedure will be as per the Arbitration and Conciliation Act, 1996 of
India. In the case of a dispute or difference arising between the Purchaser and a domestic
Supplier relating to any matter arising out of or connected with the contract, such dispute or
difference shall be referred for adjudication through arbitration by a sole arbitrator appointed
by the Director, Institute of Kidney Disease & Research Centre (IKDRC), Ahmedabad,
Gujarat. The award of the arbitrator shall be final and binding on the parties to the contract.
c. Venue of Arbitration: The venue of arbitration shall be the place from where the contract
has been issued, i.e. Ahmedabad, Gujarat, India.

d. Jurisdiction of the court will be from the place where the tender enquiry document has been
issued, i.e., Ahmedabad, Gujarat, India. The bidder will ensure full strength of staff as
conveyed by the IKDRC from time to time. In case of noncompliance of number of staff, the
institute reserves the right to impose penalty and employ other staff at the cost of the bidder.
20. The bidder will ensure full strength of staff as conveyed by the IKDRC from time to time as
per Section – V (Clause 1). In case of noncompliance of number of staff, the institute
reserves the right to impose penalty and employ other staff at the risk and cost of the
bidder.
21. The bidder shall keep and maintain such records in such prescribed form(s) as required
under Labour Laws/norms. Further, the records which are required to be kept at site shall be
kept and maintained at site and the same may be made available for verification as and when
required.
22. In case of any dispute whatsoever the decision of The Tender Committee, Institute of Kidney
DIsease & Research Centre, Ahmedabad will be final and binding to bidders.
23. The bidder shall not sublet the contract in full or any part. Joint venture (J.V.) or Consortium
is not permitted.
24. IKDRC does not bind itself to accept lowest or any other bids and has the right to cancel the
bidding process and reject all bids or some bids or single bid at any time prior to award of
the contract without assigning any reasons whatsoever and without thereby incurring any
liability to the affected bidder/bidders on the grounds for the company’s action.
25. Whenever under this contract any sum of money is recoverable from the Bidder and
payable by the bidder to the Institute, Institute shall be entitled to recover such sum (with
applicable GST) by appropriating in part or whole the pending bills and / or Security Deposit
of the Bidder, if a security deposit / Pending bills being insufficient or if no security has
been taken from bidder, the balance of the total sum recoverable as the case may be
deducted from the sum due to the bidder under this or any other contract (with IKDRC) and
remaining balance due will be recovered as under provision of relevant act.

26. If there is any fault which comes to the notice later on for which institute has not taken any
penalty before, Tender Committee has a right to impose penalty or any disciplinary action
later on and decision of Tender Committee will be binding to the bidders. No bidder shall
have any objection with it.
27. Corrupt or Fraudulent Practices: It is required by all concerned bidders to observe the
highest standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy
a. Tender Inviting Authority defines, for the purpose of this provision, the terms set forth
below:
i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of an employee of the institute in the procurement
process or in contract execution;
ii. “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Tender
Inviting Authority, and includes collusive practice among Bidders (prior to or after
Tender submission) designed to establish Tender prices at artificial non-competitive
levels and to deprive the Tender Inviting Authority of the benefits of free and open
competition;
iii. Bidder and his employees should not accept any kind of Gift bribe or bakshis in cash
/kind from patients or their relatives or from any person of the Institute. Otherwise
penalty will be levied & appropriate actions shall be initiated including termination
of contract.

b. Tender Inviting Authority will reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for the
contract in question.
c. Tender Inviting Authority will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract by the Tender Inviting Authority / purchaser if it at
any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing the contract.
28. The E.M.D. / Performance Bank Guarantee shall liable to be forfeited in the following
circumstances when the:
a. e – Tender is rejected due to failure to furnish the requisite documents in the proper format
or giving any misleading statement or submission of false affidavit or fabricated
documents.
b. Bidder fails to sign the agreement for entering into contract in case the offer is accepted,
due to any reason whatsoever.
c. Bidder fails to provide services as mentioned in the e – Tender document.
29. The Contract can also be terminated at any stage without assigning any reason by the IKDRC
in the following circumstances:
a. Information obtained from other sources regarding prosecution under any of the tax laws
or Govt. Act on bidder.
b. Supplies of goods/Services to IKDRC at a price higher than that to any other Central or
State Government agency, Semi Government organizations, Local bodies etc.
c. If bidder involves in any corrupt or fraudulent practice.
d. If the firm is debarred or disqualified or ceases to exist or is convicted of any
offence.

e. If the quality of the services is not up to the standard.

f. If supply position of the firm is not satisfactory.

g. Failure to abide by the rules, various terms and conditions of agreement of the LOA
(Rate Contract).
30. The bidder should read this document very carefully and comply with the instructions / terms
& conditions therein positively. Any bidder who does not confirm with the instructions /
terms
/ conditions contained therein is liable to be rejected without any reference.

31. Contacting the Tender Inviting Authority: In case a bidder attempts to influence the Tender
Inviting Authority for its decision on scrutiny, comparison & evaluation of tenders and
awarding the contract, the tender of the bidder shall be liable for rejection in addition to
appropriate administrative actions being taken against that bidder, as deemed fit by the Tender
Inviting Authority.
32. Termination for Default: The Purchaser, without prejudice to any other contractual rights
and remedies available to it (the Purchaser), may, by written notice of default sent to the
supplier, terminate the contract in whole or in part, if the supplier fails to deliver any or all of
the goods / services or fails to perform any other contractual obligation(s) within the time
period specified in the contract, or within any extension thereof granted by the Purchaser.
In the event of the Purchaser terminates the contract in whole or in part, the Purchaser may
procure goods and/or services similar to those cancelled, with such terms and conditions and
in such manner as it deems fit at risk and cost of supplier. The supplier shall be liable to the
Purchaser for the extra expenditure, if any, incurred by the Purchaser for arranging such
procurement.
Unless otherwise instructed by the Purchaser, the supplier shall continue to perform the
contract to the extent not terminated.
33. Withholding and Lien in respect of sums claimed

a. Whenever any claim for payment arises under the contract against the supplier, the
purchaser shall be entitled to withhold and also have a lien to retain such sum from the
security deposit or sum of money arising out of under any other contract made by the
supplier with the purchaser, pending finalization or adjudication of any such claim.
b. It is an agreed term of the contract that the sum of money so withheld or retained under
the lien referred to above, by the purchaser, will be kept withheld or retained till the claim
arising about of or under the contract is determined by the Arbitrator or by the competent
court as the case may be, and the supplier will have no claim for interest or damages
whatsoever on any account in respect of such withholding or retention.
34. The Institute reserves the right to order the work/service as per requirement
(increase/Decrease), irrespective of value of the order.
35. Institute is planning to start satellite centers in various parts of Gujarat, as and when required
bidder must have to provide security service with same rates and same terms and conditions of
the tender at the satellite centers without any financial burden to IKDRC.
36. Each page submitted against this E - Tender should be serially numbered & signed with
company seal of the bidder except the Demand Draft/Banker’s cheque/Bank Guarantee for
EMD and e-tender processing fees.
37. Force Majeure :
a. Notwithstanding the provisions contained in General Terms and Condition clauses, the
supplier shall not be liable for imposition of any such sanction so long the delay and/or
failure of the supplier in fulfilling its obligations under the contract is the result of an event
of Force Majeure.
b. For purposes of this clause, Force Majeure means an event beyond the control of the
supplier and not involving the supplier’s fault or negligence and which is not
foreseeable and not brought about at the instance of , the party claiming to be affected by
such event and which has caused the non – performance or delay in performance. Such
events may include, but are not restricted to, wars or revolutions, hostility, acts of public
enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine
restrictions, strikes excluding by its employees , lockouts excluding by its management, and
freight embargoes.

c. If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser in
writing of such conditions and the cause thereof within twenty one days of occurrence of
such event. Unless otherwise directed by the Purchaser in writing, the supplier shall
continue to perform its obligations under the contract as far as reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
d. If the performance in whole or in part or any obligation under this contract is prevented
or delayed by any reason of Force Majeure for a period exceeding ninety days either party
may at its option terminate the contract without any financial repercussion on either side.

e. In case due to a Force Majeure event the Purchaser is unable to fulfil its
contractual commitment and responsibility, the Purchaser will notify the supplier
accordingly and subsequent actions taken on similar lines described in above sub-
paragraphs.
38. IKDRC will not issue any document such as statutory form / import license and/or any other
Document.
39. Termination for insolvency: If the supplier becomes bankrupt or otherwise insolvent, the
purchaser reserves the right to terminate the contract at any time, by serving written notice to
the supplier without any compensation, whatsoever, to the supplier, subject to further
condition that such termination will not prejudice or affect the rights and remedies which have
accrued and/or will accrue thereafter to the Purchaser.
40. In the event of any breach by the supplier of any of the conditions of this e-tender the institute
may by a notice in writing rescind and terminate your e-tender without prejudice to all other
rights which may be available to the institute.
41. Documentary evidence for the constitution of the firm such as memorandum and articles of
association, partnership deed etc. with details of name, address, telephone / fax no, e-mail
address of the firm and of the Managing Director/ Partners / Proprietor to be provided with the
tender.
42. IKDRC reserves the right to inspect the Bidder Office(s). Surprise visit to the office(s) will
be done by Committee appointed by Tender Committee of the institute and bidder has to
cooperate and coordinate the smooth process.
43. ADDITIONAL WORK: In case of any need of additional work by the Institute, it shall be
done as per the rate mentioned in the tender by the bidder. Institute reserves the right to
increase the men power / any services as deemed fit so as per the requirement of the institute
and it will be binding on the bidder to execute at the rate of contract with same terms and
conditions.
44. RISK PURCHASE: In the event of the Bidder’s failure to provide the ordered services
as per the contract the IKDRC reserves the right to procure the services from any other source
at the risk and cost of the bidder. The IKDRC shall forfeit Performance Bank Guarantee and the
outstanding claim and or any other action(s) as deemed fit.
45. The individual signing the tender document/bids or any document forming part of the
contract on behalf of bidder, shall be responsible to produce a proper power of
attorney duly executed in his favour stating that he/she has authority to bind other such
person of the bidding agency as the case may be in all matters pertaining to the contract
including the legal actions. In case the bidder, so signing, fails to provide the said power
of attorney the IKDRC may, without prejudice to other civil and criminal remedies cancel
the bid and hold the signatory liable to all costs and damages. In case of registered or
unregistered partnership firm, only authorized signatory partners should sign the bids. In case
of change of any person signing the e-tender / agreement on behalf of limited company or
firm, he/she will produce a letter of authority /resolution passed by the company empowering
him/her to sign the e-tender/agreement on behalf of the Bidder/ company or firm.
46. The bidder shall obtain a license under Contract Labour (R&A) Act, 1970 and also
submit a copy of such license in IKDRC duly attested. The agency shall abide by all the
necessary provisions of various other Labour Laws/Activism. Minimum Wages Act, the
Employees’ State Insurance Act, 1948, the Employees Provident Funds and
Miscellaneous Provisions Act 1952, the Payment of Bonus Act, 1965, the workmen’s
compensation act 1923, The Payment of Wages Act, 1936, Professional Tax, GST,
Gratuity, Leave Salary, Uniform and Allowance thereof and any other laws and rules as
may be applicable from time to time in this regard.
47. The bidder, himself, shall be responsible for any type of statutory/ mandatory claims or
penalties in light of the default with reference to the above provisions. Any liability arising
out of any litigation (including those in consumer courts) due to any act of the personnel
of the bidding agency/Contractor shall be directly borne by the said agency including all
expenses/fines.
48. IKDRC shall not provide any sort of accommodation to the staff or person deployed by
the bidder and no cooking/lodging will be allowed in the premises of IKDRC at any time.
49. The bidder shall not engage any staff below the age of 18 years. Or anyone who
history / past is either criminal or not normal / good All the staff deployed by the bidder
shall be medically fit and their antecedent be verified prior to the deployment in the
Institute.
50. IKDRC does not pledge himself to accept the lowest or any e – Tender and also reserves
the right to accept the whole or any part of the e – Tender against any item at his
discretion. The e – Tender will be accepted if IKDRC is fully satisfied about the quoted price,
technical details, and past performance of bidder.
51. It shall be within the authority of IKDRC, at any time after acceptance of the bid or
during the execution of the work, to foreclose or reduce the scope of the work, for any
reasons whatsoever, either partly or wholly by giving the written Notice without
assigning the reason, not less than 15 days to the Contractor. In such an event, Contractor
shall have no claim whatsoever on account of any loss or Profits (s) or advantage (s)
which Contractor might have derived from the execution of work in full but for the reasons of
the foreclosure of the whole or part of the work. However, the Contractor shall be paid at the
contract rates for the Actual Services performed by him and the amount certified by Institute of
Kidney Disease and Research Centre at the time of force closure.
52. The decision taken by IKDRC shall be final and binding to all the bidde rs.
53. IKDRC reserves the right to accept or reject any or all the applications at its discretion.
54. Bidder or his staff should not be involved in any kind of Legal or Criminal
Offences, during the procedure of e-tendering and/or during the Contract. If such
involvement comes to the notice, then the Contract can be terminated at the Institute’s
discretion and PBG will be forfeited.
55. Bidder should comply PF Act, ESIC Act, Bonus Act, Professional Tax Act,
Minimum Wages Act, Contract Labour Act, Workmen Compensation Act, C. L. (R&A)
Act, Migrant Labour Act, Essential Commodities Act, The Payment of Wages Act,
1936 etc. or any other rule of Central/ State / Municipal & Local Government Agency.
56. Bidder must not recruit the staff of previous contractor without taking the
Permission from the Institute.
57. If any complaint of misbehavior and misconduct comes into the knowledge of the Institute
then all such responsibility shall be of the bidder and any loss owing to negligence or
mishandling by the security staff, the bidder shall himself be responsible to make
good for the losses so suffered by the Institute.
58. After completion of contract, performance bank guarantee will be returned to the bidder
after recovering of any dues of penalty.
59. The bidder shall, for providing proper Security services, ensure the following: -
a. A daily report of its staff on duty and about their performance is to be furnished &
maintained.

b. The staff must not smoke/ Chew Tobacco / drink alcohol/abuse drugs at the place of
work.
c. Any specific Security work assigned to it by the Client/Institute or any officer
authorized by him is carried out by him dilige ntly and well in time.
d. The bidder may also furnish that the salary / wages shall be distributed in full as per
the Minimum Wages Act to the Security worker(s).

60. Once the contract is awarded to the Bidders, (having license) can neither be
transferred to other agency / contractor nor be given as a sub contract. Therefore the
Bidders who have been awarded the contract are responsible for executing the contract. If
they are unable to fulfill the contract, then the whole contract can be awarded to L2 or any
other source and the Performance Bank Guarantee of defaulter will be forfeited.
61. Under any circumstances or any reasons, in the event of non-existence/ non survival
of Contractor, then the contract will be considered as terminated. Contractor’s descendants /
assignees has no right to claim.
62. No other activity/ business / profession other than the work of the contract is allowed
in the campus of the Institute.
63. Contractor’s staff is allowed to take lunch / dinner / snacks only at designated areas
directed by the institute.
64. Contractor should ensure that their staff is complying with Infection Control
parameters as defined by the institute.
65. Contractor should ensure that their newly recruited staff undergo pre induction training
as directed by the institute.
66. Training shall be provided by the agency to its staff as per NABH guidelines and the
Training Calendar shall be shared with the Institute. Weekly, fortnightly and monthly
training of all the personnel deployed must be organized as per training program under
intimation to the Client. The contractor has to bear the expenses for training program
conducted for their employees. Special training for the staff who are deployed at critical
care areas like OT/Cath Lab/MICCU/CTRR/Special Room/operating wheel chair and
stretcher must be conducted in presence of IKDRC authorized personnel. For the training
purpose, the contractor should provide qualified trainer as per qualification decided by
IKDRC.

I/We have read & understood all the above terms & conditions of E - Tender Bid hereby agree &
abide with the same.
SECTION – V
SPECIAL TERMS AND CONDITIONS

1 Required Manpower for providing security services:

Approx. Present Approx. requirement


Designation Category Eligibility for the post requirement after Starting of Phase
(Phase-1) 2 (Expansion Building
Block -A)

 Educational Qualification:
Preferably Graduate in any Discipline.
 Minimum 5 years of experience
in security services is required.
Trained and  Experience as Ex-Army/ Ex-Servicemen
Experienced Skilled / BSF / CRPF / Police department and /
Chief Security or working in hospitalwill be preferable
Supervisor  Well acquainted with Gujarati, Hindi,
English language andbasics of computers
 Age: Between 18 to 60 years*
 Salary: Should not be less than Rs. 22 ,
000/- per month (Basic Salary + DA)
 Educational Qualification: Preferably
Minimum 12th Std. passed (HSC).
 Minimum 2 years of experience in
security services is required.
 Experience as Ex-Army/ Ex-Servicemen
Trained and / BSF / CRPF / Police department and
Skilled
Experienced / or working in hospitalwill be
Security preferable
Supervisor  Well acquainted with Gujarati, Hindi,
English language andbasics of
computers
 Age: Between 18 to 55 years*
 Salary: Should not be less than Rs. 15 ,
000/- per month (Basic Salary + DA)

 Educational Qualification: Preferably


10th Std. (SSC) passed
 Experience of working in hospitalwill
Security Guard
Un-Skilled be preferable.
(Male / Female)
 Wellacquaintedwith Gujarati and
Hindi language.(Preferably)
 Age: Between 18 to 45 years*
 Salary: As per minimum wages Act
 Educational Qualification: Preferably
10th Std. (SSC) passed
 4 with Light Motor Vehicle License
and 2 with Heavy Motor Vehicle
License.
Security Guard  Driver should have minimum 2 years
with Driving Skilled of driving experience.
License  Experience of working in hospitalwill
be Preferable.
 Wellacquaintedwith Gujarati and
Hindi language.(Preferably)
 Age: Between 18 to 45 years*
 Salary :Should not be less than Rs. 12 ,
000/- per month (Basic Salary + DA)
Total No. of employees across three shifts

* Any relaxation of age must be after approval from IKDRC.

2 The above mentioned requirement of security personnel is tentative and may vary
(increase or decrease) from time to time depending upon the actual requirement to be
decided by the Institute.

3 Institute reserves the right to increase the requirement at the pre-determined salary
structure and also asked to reduce manpower as per the requirements again at the same
applicable rates, if the need of the same is felt during the currency/tenure of the contract. If
increase or decrease in men power as per requirement of the institute is not done within
stipulated time( within 7 days) penalty will be levied upon as per penalty clause
4 In case of emergency / urgent requirement of the institute, contractor should have
provision for minimum ______ Drivers – ______ with Light Motor Vehicle License and
_____ with Heavy Motor Vehicle License. Driver should have minimum 2 years of
driving experience and if required, special driving training should be given to the drivers
at the cost of contractor. Driver’s salary Should not be less than Rs. 12,000/- per
month
i.e. Basic Salary + DA (considering 26 working days in a month)

5 The bidder shall provide requisite manpower and equipment necessary to enable the
provision of Security Services. The bidder shall provide manpower as per the category
and quantity specified in the Section – V (Special Terms and Conditions). However, the
deployment of staff may vary on dynamic basis based on varying requirement of the IKDRC
with its prior approval.
6 The bidder shall be required to provide/use equipment (on returnable basis) to enable the
provision of Security services in the Institute without any additional cost. The manpower
provided by the bidder would have a direct patient / attendant/staff contact; they would be
required to play an important role in supporting those who render care as per hospital
norms and scope of work provided in this document.

7 The manpower provided by the bidder shall be provided periodical and continual training
by the bidde r to maintain quality and standard of services. The Training shall be
provided as per NABH guidelines and the Training Calendar shall be shared with the
Institute. Weekly, fortnightly and monthly training of all the personnel deployed must be
organized as per training program under intimation to the IKDRC. Staff shall attend specified
hours of technical and soft skill training in a year as per the prescribed norms of the
hospital and requirement of the institute.
8 During any urgency or during any special programs / events etc. additional manpower, as
approved by the IKDRC, should be made available for works not covered under scope of
work. For extra manpower deployment, payment as per the Contracted rates will be made.
The agency should not come up with plea that they need more time for new recruitments for
deployment etc.
9 Each Supervisory staff shall be given a mobile telephone by contractor, which shall be
used by them round the clock and list of such mobile numbers shall be made available to
Institute. The cost of which shall be borne by the Contractor.
10 Selection/ Appointment of Chief Supervisor and Supervisor will be done jointly by
contractor and institute by interview / networking.
11 Institute will decide the job profile and duty shifts of the employees at the time of
signing of agreement. Contractor should ensure that Chief Supervisor / Supervisor is posted
in such way to provide field work services.
12 Once the staff is allotted an area of work he or she will be under supervision of the
Nursing Staff / Coordinator / Admin Staff / Officer of that area i.e.
wards/OPD/IPD/Stores/Offices etc. and in addition to the instructions issued by the
contractor, they have to follow all instructions and orders given by the Nursing Staff /
Coordinator / Admin Staff / Officer. All instruction given by Nursing Staff / Coordinator /
Admin Staff / Officer should be considered in the scope of work if it is for the benefit of the
patients.

13 Replacement of Staff: Any staff may be asked to be replaced immediately from the site
without assigning any reason whatsoever. Non-compliance may lead to imposition of
penalty as per terms of the contract.

14 3(Three) pairs of Uniform must be provided to all security staff on yearly basis.
Uniform for Security Services will be consisting of:

 Chief Supervisor: Safari Suit (Dark Grey or Black)


 Security Guard and Supervisor:

i. Men – Pant + Shirt + Tie + Shoulder Patti + Shoes + Belt + Cap + Whistle + Liner +
Shoulder Stars (Supervisor Only) +Lathi/Rope/Baton etc.-as may be required to
discharge duties.
ii. Women – Punjabi Dress and/or Sari
iii. Apron / Sleeveless Jacket during Training Period.
iv. Seasonal Sweater, Seasonal Raincoat (Once a year)
15 Other Items as under:

i. Umbrella (Big & Regular Size) as per requirement


ii. Necessary Stationeries like Registers/Pen etc. as per requirement
iii. Identity card
iv. Torch
16 Smoking cigarette, bidi / chewing Tobacco, pan, Gutkha/ consuming any form of alcohol/
any form of intoxication or drug abuse etc. is strictly prohibited inside the Institute’s
premises. Non-Compliance may lead to imposition of penalty /termination of contract.
17 The bidder will have to ensure that all his employees will use mask, sanitize their hands and
will keep social distance in view of transmission and spread of Corona. The bidder will not
employ or engage any of his employees who has corona viral infection. All govt guidelines
and instructions from the institute will have to be observed. Employees will mark their
attendance keeping adequate social distances
18 Attendance Register:

a. The bidder shall be responsible to maintain the records of daily attendance of the
staff deployed by him. For this purpose the bidder shall install biometric system in
the Institute.
b. The bidder shall submit hard copy of the record of shift wise biometric
attendance by 10 am for all the shift duties of the previous day.
c. However, the Institute reserves the right to inspect the record & verify
attendance as and when required or deemed fit through its officer(s).

d. The payment to contractor shall be regulated on the basis of biometric attendance


sheet, which will have to be submitted along-with bill from the 2nd month of
commencement of work onwards each month.
19 The bidder shall be responsible for verifying the antecedents of its staff/employees working
in IKDRC, by police verification and will keep attendance and other relevant records at its
cost and will produce these on demand of any authority. The list containing the
names/addresses of the personnel appointed by the bidder shall be made available to the
IKDRC with their bio-data within 15 days from the date of deputing. The same shall also be
provided in the form of CD giving out photographs and detail of the staff within one month
of commencement of work.
20 In case any person engaged by the bidder is found to be inefficient, quarrelsome, infirm, and
invalid or found indulging in unlawful or union activities, the bidder will have to replace
such person with a suitable substitute at the direction of the competent authority at
short notice.
21 Every security staff shall wear the prescribed neat and clean uniform with whistle
according to season affixing thereon the badge mentioning on the same, his/her name,
name of the hospital and designation of the staff provided by the bidder at his own cost.
22 If any complaint of misbehavior and misconduct comes into the knowledge of the Institute
then all such responsibility shall be of the bidder and any loss owing to negligence or
mishandling by the security staff, the bidder shall himself be responsible to make
good for the losses so suffered by the Institute.
23 That, in the event of any loss that occur to the Department, as a result of any lapse on
the part of the bidder or personnel deputed by him which will be established after an
enquiry is conducted by the IKDRC, the said loss can be claimed from the bidder up to the
value of the loss. The decision of the IKDRC will be final and binding on the bidder.
24 Raincoat and Sweater should be provided to the Security staff during the season by the
bidder at no extra cost.
25 They should ensure the security round the clock and should be frequently supervised by
Supervisor / Chief Supervisor where Supervisor and Chief Supervisor are fully responsible
for working of the Security Guard and security requirement of the Institute. Failing
which, they will be held responsible with penalty decided by the Institute.
26 There will be surprise checking (with penalty imposition) by the higher authority of the
Institute, which will be binding to all the Bidders for work performance at the Institute.
27 The bidder should provide 50% trained Security Guard having experience of working in
the Hospitals / as per criteria decided and to recruit remaining 50% fresh Security Guard,
only after satisfactory training is completed and certified by the officer of the institute, at the
cost of bidder.
28 The Bidder should maintain the entire details of Security Guard/ Supervisor / Chief
Supervisor being recruited (such as appointment letter, identity card, police verification
certificates, postal address, permanent address, date of birth, contact no., physical fitness
certificate) and should be provided to the Institute at regular intervals.
29 It will be the sole responsibility of Bidder to ensure Annual Medical Check-up and
vaccination of all Security Guard / Supervisor / Chief Supervisor before joining the
Institute, at the cost of bidder.
Vaccination will consist of:
• Hepatitis –B
• First dose of Hepatitis –B Vaccine, Second and third dose of Hepatitis –B
vaccination should be done on schedule after one month and six month.
• Vaccination records of all staff should be submitted to infection prevention and
control department periodically.
Annual Medical Check – up will consist of:
• Blood Tests: (CBC, S. Creatinine, RBS, Blood Group)
• Urine Routine and Microscopy
• X – Ray Chest
• ECG
• Physician Consultation – Fitness Certificate-including visual ,hearings etc

30 Contractor should provide personal protective equipment to their worker as per latest
government guideline for COVID – 19.
31 All Security Staff (Security Guard / Supervisor / Chief Supervisor) should undergo the
training for the duty in COVID/ any other infectious ward of the institute as per instructed by
IKDRC. Post COVID duty relaxation will be as per institute policy as decided from time to
time.
32 All security staff (Security Guard/ Supervisor / Chief Supervisor) must perform the
duty in COVID/other infectious ward/ anywhere in the institute as per requirement
and instruction by IKDRC. Denial in such case will lead to action/penalty as deemed fit
by the institute.
33 Even after completion of his routine duty, the Security Guard/ Supervisor / Chief Supervisor
should not leave his point till the next shift staff occupies the point. Non- Compliance may
lead to imposition of penalty.
34 The duty hours of Security Guard/ Supervisor / Chief Supervisor / Trainer should not be
more than 8 hours and for 26 days in a month as per Labor Laws. Reliever must be arranged
by contactor.
35 All Security personnel to be given one weekly off and relievers to be provided by contractor
to ensure 24x7 Security service for entire month (Reliever to be paid at the rate per day as
per actual attendance). Necessary wage register to be maintained separately for reliever.
36 With written prior approval of competent authority of the Institute , concerned officer, may
require some of your staff - to work in excess of normal daily full hours as outlined herein
tender or to work on scheduled day of rest , on special occasions or in emergency situation ,
& the said extra work hours shall be considered as overtime & the payment for the same
shall be calculated as Basic + DA(per day)/8*2 per hour .Requisite records for the Overtime
Staff & payment shall be maintained as required. Without prior approval request for overtime
will not be considered.
37 Bidder have to furnish all the requirement according to the norms of Contract Security
Workmen Act – 1970 (Law and Eradication) Contract Labour (Regulation and Abolition)
Act, 1970 or any norms related to Labour Law and any other applicable norms.
38 The Bidder should comply with all the Labour Laws (Labour Act 1970), Industrial
Dispute Act 1947 and any other Law directly or indirectly applicable for;

a. Provident Fund Number


b. ESIC Number
c. Minimum Wages Act Registration Number
d. Labour Contract Number
e. Shop & Establishment Registration Number
f. GST Number
g. Income Tax PAN Number (along with the income tax return details of last 3
years)
h. Professional Tax Number.
i. Attested photocopies of any other requisite documents related to the
Government Rules
j. Bidder should comply with Minimum Wages Act. It is the sole responsibility of
the Contractor to provide for any Group Insurance(workmen compensation and
personal accident cover) or any other required procedure/ formality, in case of any
Accident/Injury/Death of any Security Guard/ Supervisor / Chief Supervisor.
Contractor must furnish the photocopy of any such record to the Institute.
k. After award of contract, Bidder has to furnish the necessary license from the
Office of Labour Commissioner to the Institute within one month.
l. Security Guard/ Supervisor / Chief Supervisor should not be below the age of 18
years. In case of any breach of Child Labour Law, it will be the sole responsibility of
Contractor for any action or penalty, and the contract can be terminated by the
Institute.
m. The Contractor should maintain & furnish the necessary records, Registers like
Muster roll/Biometric Attendance, Salary register, deduction details, penalty details,
Salary slips of security staff and Register of advance details, as required.
39 On completion of contract, Contractor will be solely responsible to take back the
Security equipment / staff / for any financial or legal or any other liability where Institute
will not be held responsible whatsoever.
40 Police verification of Security Guard/ Supervisor / Chief Supervisor will have to done by
the Contractor and Contractor should furnish the photocopy of police verification
certificates of security staff to the Institute. In case if recruitment of Security Guard/
Supervisor / Chief Supervisor is not as per the Police verification and found guilty of
antisocial activities / terrorism, then that particular Security Guard/ Supervisor / Chief
Supervisor must be terminated immediately and Contractor will be penalized.
41 Contractor has to ensure that each worker including supervisor and chief supervisor join
their duty only after doing health checkup and police verification. Maintain file for
Health Checkup, Police verification and Training Record File and submit us as & when
require.
42 If for any reason, the Institute is not satisfied with the security services provided by L-
1, then the same can be terminated and new contract may be awarded to L-2. The PBG
of L-1 will not be returned and shall be forfeited by the Institute as penalty
43 The contractor will have to furnish necessary proof of payments/ documents like
PF Slip, ESIC /Professional Tax/ WCP (staff-wise details of amount payable) Challan
(those security staff who are working at this hospital, should be separately paid),
Attendance Register, Photocopy of Salary Slip, Income tax,GST, PF, ESIC Returns,
Professional Tax within the stipulated time. In case of any irregularity in submitting the
above documents, then 20% of the bill amount will be retained by the Institute and will
be returned to the Contractor after verification of completion of all documents as per
the instruction of the IKDRC, which will be binding to the Contractor.
44 The contractor’s bill should accompany the list of works mentioned in detail in this
section along with the duly signed satisfactory completion report of respective In charge
of various department of the Institute. The Chief Supervisor appointed by the Contractor
should meet the Senior Management of the Institute to ensure the work is satisfactory &
obtain the signature.
45 Contractor is bound to provide additional security staff (Security Guard/ Supervisor /
Chief Supervisor) in case of emergency/ urgent requirement, at the agreed rates.
46 In case of absence of any of the staff i.e. Security guard / Supervisor / Chief
Supervisor, bidder must arrange for Replacement immediately. If not, then penalty will
be implied to the bidder & the amount of such penalty decided by the Institute will be
deducted from the Contractor’s monthly bill / any other pending payment / performance
bank guarantee.
47 In the event of any theft / terrorism activity / anti-social activities such as quarrel /any
other related to law & order situation/ vandalism, it is the responsibility of the
Contractor to lodge police complaints as needed.
48 Contractor should ensure that no theft (instruments/vehicles/ Institute’s property)
occurs in any part of the Institute (including compound)/ in OT/ ICCU / Cath lab /
CTRR / other wards. In the event of theft, it will be the responsibility of contractor.
Contractor is liable to lodge police complaint and further procedures. For any losses or
damages (including the cost of stolen items), the same will be recovered from the
Contractor’s bill or PBG.
49 In the case of any loss/theft of IKDRC property or any patient property, the
committee of IKDRC will consider the circumstances leading to the loss and if the
responsibility is fixed on the bidder, the Institute will make good the losses by deducting
the cost of loss from the next month’s bill or PBG.
50 Neither the contractor nor the Security staff (Security Guard/ Supervisor / Chief
Supervisor) can utilize any part of Institute for residential purpose.
51 Any attempt directly or indirectly affect the tender procedure will be taken seriously
and the tender of those bidder will be cancelled/rejected.
52 Security staff recruited by the Contractor is not allowed to bring any prohibited or banned
items.
53 Security Guards are not allowed to use cell phones/mobiles during duty hours. Non-
Compliance may lead to imposition of penalty.
54 Security Staff is not allowed to involve in any sort of transactions (financial or any other)
with patients / patient’s relatives / employees of the Institute.
55 The Security staff (Security Guard/ Supervisor / Chief Supervisor) has to work
under co-ordination with employee/ Officer of the Institute nominated by the Director of
the Institute. No indiscipline will be entertained.
56 On completion of contract, Contractor should leave the Space allotted to him /
return Office Equipment / Furniture whatsoever given for execution of contract by the
Institute as in original condition. In case of any loss / damage, it will be recovered
from the Security deposit or Contractor’s Bill or Contractor itself.
57 In the event of any breach of clause / conditions of Contract, Institute reserves the
right to terminate the contract for such offence & forfeit the performance Bank
Guarantee.
58 Due to this Contract, there will not be any relation developed of Employer and
Employee between the Institute and Security Staff of Contract.
59 Rates should be quoted by taking into consideration the following points:
a. Staff, Machinery, Equipments & consumables, Health checkup, Vaccination, Police
verification, Uniform etc.
b. GST/ Custom duty / PF/ ESI/ Professional tax and other charges/ Minimum
Wages / Transport / Overhead Expenses / Service Charges etc.
60 The bidder will be entitled to retain only his services charges out of payments made by
the Institute and pay DA bonus and leave pay etc-shall be paid in to staff.
61 All statutory dues like -PF, GST, and ESI etc.-will be deposited on time as per statutory
requirements.
62 Institute shall have right to call for its copy for records and original to verify it.
Institute will have the right to call passbooks/bank statements of its staff to verify that its
staff is paid as agreed.
63 All statutory records and other records as required by virtue of this contract should be
available for verification any time by any officer of the Institute
64 This contract shall be subject to Ahmedabad jurisdiction.
65 Contractor should maintain daily the log books and Inward/outward register of
equipment/any other items which should be signed by the employee / officer of the
Institute.
66 The security staff (Security Guard/ Supervisor / Chief Supervisor) should have
human approach with patients/ patients’ relative & knowledge to control crowd / to
handle emergency situation. Institute reserves the right to appoint the experienced
Security Guard.
67 Within one month of award of contract/ commencement, the security staff
(Security Guard/ Supervisor / Chief Supervisor) should have to undergo training from
the officer appointed by the Institute.
68 The work will reviewed by the Institute at least four monthly or as and when
required. The contractor should comply the instructions given by the Institute.
69 It will be the sole responsibility of the Contractor to maintain the biometric punching
system (for which Contractor is bound to make available such system at the Institute at
his cost) and the daily biometric punching report should be furnished to the Officer of
the Institute as well as to be furnished along with the monthly bill.
70 Contractor to assign trained security staff to operate the lift (elevator) and the said lift
(elevator) operator should have different uniform to ensure that no other person operates
the same. For any losses or damages (incurred during operation of lift), the same will be
recovered from the Contractor’s bill.
71 There should be mock rehearsal for Fire Safety / Emergency Crowd Management /
Security Safety/ Terrorism as per the instruction of officer appointed by the Institute.
72 Institute reserves the right to add/ modify terms and conditions of tender or any
additional clause in the interest of institute, which will be binding to all the Bidders.
73 If the contractor fails to comply adequate Security Staff (Security Guard/ Supervisor /
Chief Supervisor) as per the tender terms & conditions within the stipulated date or fails
to provide Security staff (Security Guard/ Supervisor / Chief Supervisor) on the spot
within the time limit, then penalty will be imposed and recovered from the Contractor’s
bill or PBG will be forfeited.
74 After award of contract, Contractor has to provide the list of trained Security staff or
fresher (Security Guard/ Supervisor / Chief Supervisor), within one week. The final job
profile will be given at the time of award of contract.
75 At the time of joining, new contractor has to take over all the charges from previous
Contractor within four days. During this takeover period payment will not be given to
new Contractor by the Institute.
76 Coordination with hospital administration for proper management in case of any
epidemic, natural disaster, union activity at institute etc.
77 Fire safety management in case of any fire - Fire sprinkler, extinguishers,
coordination with firefighting agencies etc.
78 Assisting the medical staff in areas related to patient care and patient guidance and
patient evacuation.
79 The Security Guard/ Supervisor / Chief Supervisor / Trainer should submit
Undertaking mentioning that they will not be working in any other Organizations during
their tenure of working at this Institute.
80 The Bidder ensure that any personnel of its company do not share any information,
documents, accounts matter or transaction undertaken or handled by bidder to
outsiders without the consent of the Institute officials.
81 All liabilities, of the personnel deployed, arising out of accident or death while on duty
shall be completely borne by the bidder.
82 Penalty Te rms and Conditions
a. Following are the conditions on which penalty (with applicable GST thereon) would be
imposed by the institute to the bidder. However, penalty may be imposed on any other
violation / breach or contravention of any of the terms and conditions of the tender. In
case of penalty, decision of Tender Committee of the Institute will be final and binding to
the bidder.

1) Irregularity in Service: The successful bidders have to complete service


uninterruptedly the ordered work as per terms and conditions mentioned in Rate
Contract. Inadequate men power deployment/ long absence of employee as per the
requirement.
2) Poor quality of Service: Service which is not as per requirement by the institute (As
per e-tender Terms & Conditions) or unsatisfactory services.
3) If Bidder is found to be involved in corrupt or fraudulent practices.
4) In case the bidder fails:

a. To commence / execute the work as stipulated in the agreement; or

b. If the performance continues to be unsatisfactory even after giving it a notice


for putting the things in order for satisfactory performance by specified date as
mentioned in the notice; or

c. If he does not meet the statutory requirements of the contract even after giving it
a notice for putting the things in order to meet the statutory requirements by
specified date as mentioned in notice;
d. To supply additional men power within stipulated time as per requirement of
institute.
b. The institute reserves the right to impose the penalty as detailed below w.r.t. the
above non – compliance as mentioned at above 1, 2,3 and 4(a,b,c,d) :
i. For delay up to 4 weeks from the date of first notice, penalty may be imposed
at the rate of 20% of the daily contract value calculated for each day of delay
for a period up to maximum 4 weeks’ time for any of the defaults mentioned
above.
ii. For delay beyond 4 weeks, the Institute reserves the right to cancel the
contract and withhold the agreement and forfeit the Performance
Security/Bid Security as applicable and get this job to be carried out at the
risk and cost of the bidder. The defaulting bidder is liable to be
blacklisted/debarred/put on holidays from participating in any tender of IKDRC
for the period decided by the committee.
iii. Maximum Penalty up to 10% of the work order value may be imposed.

iv. Institute may get the work completed from L2 bidder or any other sources and
the difference incurred to the institute will be recovered from the security
deposit or any other due amount of the bidder. If the security deposit is less,
then institute will recover the remaining amount from the Bidder.
v. If contractor not supply additional men power within stipulated time as per
requirement, than IKDRC reserves the right to may get the work completed
from L2 bidder or any other sources and the difference of the amount will be
deducted from the monthly bill or PBG.
vi. Cancellation of the contract in part or in whole.

vii. Forfeiture or adjustment of Security Deposit in whole or to the extent


necessary as considered fit by the Institute
viii. Termination / cancellation the LOA (Rate contract) in part or whole at any
time at any stage
ix. Bidder may be Blacklisted / ineligible / debarred / Deregistered / Banned /
Stopped from the services / put on holidays from participating in future
tenders / any other activities of the institute for the period as decided by the
Tender Committee.
c. A non-exhaustive list of the incidences/occasions on which penalty would be imposed
is enumerated below. However, penalty may be imposed on any violation/breach or
contravention of any of the terms and conditions as well as assigned duties and
responsibilities:
i. If the personnel working are not found in proper uniform and not displaying
their photo identity card.

ii. If the personnel found indulging in smoking/drinking alcohol/sleeping during


duty hours.
iii. Penalty will also be imposed if the behavior of personnel(s) is found to be
discourteous to anyone in the hospital including staff, patients, attendants and /or
visitors.
iv. If any personel found performing duty by submitting a fake name and address,
the services of such person shall be terminated and the bidding agency/Contractor
will be held responsible for such lapse.
v. Smoking cigarette, bidi, chewing, pan, Gutkha, any form of
intoxication etc. is strictly prohibited inside the Institute’s premises. Non-
Compliance may lead to imposition of penalty /termination of contract.- add
alcohol
vi. If any personnel found on duty other than those mentioned in the approved list
is supplied by the agencies to the hospital authorities.
vii. Any staff may be asked to be replaced immediately from the site without
assigning any reason whatsoever. Non-compliance may lead to imposition of
penalty on per day basis.
viii. All Security Staff (Security Guard / Supervisor / Chief Supervisor) should have
done the duty in COVID/ any other infectious ward of the institute as per
instructed by IKDRC and in case of noncompliance work will be completed from
other sources and, penalty will be deducted.
d. If Security Guard is not performing his/her duty as per terms and conditions then
penalty will be imposed to contractor for lapse on the part of Security Guard,
Supervisor and Chief Supervisor as stipulated above.
e. Penalty (with losses incurred due to damage) will be imposed for any damages
to furniture / equipment of the Institute, or if any Security Guard/ Supervisor / Chief
Supervisor found not working properly / found sleeping / involved in antisocial
activities / found taking bribe from patients or patients’ relatives or any Institute’s
property is stolen for which penalty amount will be decided by the Institute. The
Institute’s decision is final for penalty, which will be binding to the Bidders, where
damages can be evaluated on actual condition / by photographs / by CCTV footages
or any other means.
f. In the case of any loss/theft of IKDRC property or any patient property, the committee
of IKDRC will consider the circumstances leading to the loss and if the responsibility
is fixed on the bidder, the Institute will make good the losses by deducting the cost of
loss from the next month’s bill or performance security deposit in one or more
installments.
g. The decision of the IKDRC in this regard shall be final and binding upon the bidding
agency/Contractor.
h. Penalties: The penalties will be imposed on violation of any of the
terms and conditions of this contract
a. List of penalty is given be low:
Sr. No. Description of Irregularities Penalty

1 If the required staff are less than the minimum @ Rs. 200/- per staff /day
required
2 If the work is not done as per defined mode & @ Rs. 500/- on each failure
scheduled occasion
3 Staff not in Uniform/ without I Card @ Rs. 100/- per staff /day
4 If it is found that no action is taken within One @ Rs. 200/- per complaint
hour after the complaint
5 Misbehavior b y th e s t a f f t o IKDRC @ Rs. 500/- per incident
Employee or patient/ patient relative/ visitors.
6 If any staff is found consuming or possessing of @ Rs. 500/- per incident
restricted edible items
7 If the required additional staffs not provided within @ Rs. 300/- per staff /day
stipulated time( within 7 days)
8 If any Security staff found sleeping during duty hours, @ Rs. 300/- per incident
notice/ memo will be issued to such staff and their
assigned supervisor. If such incident happen again,
penalty will be imposed on such staff and supervisor
9 Recurring of irregularities given at Sr. No. 1,2,3,4,5,6 & Double the penalties amount
8 mentioned in Sr. No. 1 to 8

b. For the instances not listed above where there is a violation of any of the
terms of contract, penalty will be applied on case to case basis as per the
decision of the tender committee of the Institute, which will be binding on the
bidder.

83 Termination Clause : The contract may be terminated in whole or in part,by giving


written notice to the bidder and vice versa. The contract shall terminate at the expiration of
ninety(90) days from the date of service of the notice by the contractor and at the
expiration of thirty(30) days from the date of service of notice by the Institute
respectively, The contract may be terminated by Institute on the occurrence of any of the
events specified in paragraphs (a) to (i) of this Clause in the case of the event referred
below:
a. if the bidder does not remedy a failure in the performance of their obligations under
the Contract;
b. if the bidder failed to submit any of the statutory documents related to EPF, ESI,
Professional tax, Bonus / Leave Salary / Guarantee / GST, Biometric attendance
sheet or any other document required to be submitted by the bidder as per contract
agreement continuously for three months.
c. if the bidder becomes insolvent or bankrupt;

d. if as a result of Force Majeure, the bidder is unable to perform a material


portion of the Services for a considerable period; or
e. If the bidder, in the judgment of the Institute has engaged in corrupt or fraudulent
practices in competing or in executing the Contract.
f. The Institute reserves the rights to terminate the services of the bidder, in
whole or in part, on severe deficiency of services or failure of the agency to perform
satisfactorily.
g. If the bidder does not comply with the quality standards or statutory compliances.
h. The Institute shall not, as a consequence of Termination or otherwise, have any
obligation whatsoever including but not limited to obligations as to compensation for
loss of employment, continuance or regularization of employment, absorption or re-
employment on any ground, in relation to any person in the employment of or
engaged by the bidding agency/Contractor in connection with the contract.
i. If any information furnished by the bidder is found to be incorrect at any time, the
contract is liable to be terminated forthwith and the PBG is liable to be forfeited by
the Institute, in addition to any other action as may be deemed appropriate by the
Institute.
SECTION – VI
SCOPE OF WORK

The scope of services of the contractor under this Contract shall include but not be limited to
the followings:

1. Area of work: All open and covered area within the boundary of the IKDRC including expansion
if any. (Note: Any other additional areas to be considered even if outside the campus as per the
direction of IKDRC)
2. As our Institute is NABH Accredited teaching institute, contractor must abide by the
statutory NABH & MCI / NMC (Medical Council of India / National Medical council or
equivalent body) norms as per the instruction of the Institute. Contractor must maintain all
checklists regarding NABH Compliance and submit regularly to officer of Institute.
3. The Security Supervisor and Security Guards should be fully aware about the preventive
security measures as well as measures to be taken when any untoward incident happens. The
security guards shall be provided with lathis, ropes and equipment for crowd mob control.
They should know the chain of command including contact numbers etc. of the concerned
local authorities in the security set up for immediate communication. They should be aware
of contact numbers of hospitals, taxi services available etc. so that in emergencies they can
rush for medical aid without loss of time. The security guards should also assist and guide the
commuters whenever required. They should be fully aware of the facilities available with IKDRC
for the commuters. They should be courteous and polite in their behavior.
4. Security Services at IKDRC: Securities have a direct patient / staff / attendant contact; they
will also play an important role in supporting those who render care. They assist in the following
ways.
a. The contractor will provide “ROUND THE CLOCK Security Service arrangement by
supplying trained security personnel as directed by the IKDRC management.

b. Patient restraints – Ensure the safety of the patients and assist in patient movement if
required.
c. Conduct firefighting drills and carry out Fire safety inspections.
d. Courtesy service (assist VIP and special guest in the hospital)
e. Ensure Access control in restricted areas.

f. Maintaining security control in the critical care areas / visitor restriction areas and
other vulnerable areas of the hospital.
g. Employee checking at staff entrance as per IKDRC policy

h. Internal Traffic control at parking and proper parking of vehicles as per IKDRC policy
i. Visitor restriction in patient areas after completion of visiting hours as per
IKDRC policy
j. To provide information regarding any pilferage/unusual activity.

k. To maintain regular contact with the management with regard to security arrangement
and improvement
l. To be fully prepared in deal with any fire/security exigency.

5. Providing safe and secure campus: Physically securing the campus is the most obvious
function of security department, there are other activities attached to this aspect which is:
a. High visibility patrolling: High visible security guards would send the message to
potential perpetrators that the institution takes security seriously and makes the staff
feel safer, especially late at night and early in the morning. Within the hospital, the
guards should have an obvious presence in all areas as directed by IKDRC.To prevent
all thefts, pilferage, damage, encroachment etc. from the guarded Boundary wall and
to report to the management and concerned police authority wherever necessary. They
must maintain liaison with the local police and fire services department.
b. Maintaining Peace and enforcing the law: Although service and administrative
functions take up most of the officers’ time, the security department can have an
edge, when it comes to maintaining peace and performing law enforcement
functions. Some of the policies the security officer must enforce on daily basis are
parking / traffic control, administrative inspections, access controls, and fire
prevention standards. The area in which their professionalism will be tested are
“mediating in potentially hostile situations”, “conducting small investigations in the
times of theft or robbery” and voluntary action for crime prevention as per
NMICRC policy.

6 As required by IKDRC, additional staff should be provided at the time of events organized at
and by IKDRC.
7 The contractor should provide staff for any area within the premises or outside the premises as
per directions by IKDRC.
8 As a special requirement and direction by IKDRC, contractor should provide
Investigation / Detective / Vigilance staff to provide specialized services as per IKDRC
requirement.
9 The contractor should provide following equipment in all respects and in good working
condition at the Institute premises free of cost at the locations as may be communicated by
Institute It is bidder’s responsibility to get all the licenses as required. Non- Compliance may
lead to imposition of penalty /termination of contract.
a. Metal Detector Door Frames – 4 nos.
b. Hand Held Metal Detector – 10 nos.
c. Under Carriage Mirror with Torch – 2 nos.
d. Bomb Detector device– 2 nos.
e. Gun – 2 nos.
f. Traffic Safety LED Baton Lights – 6 nos. (Red) & 6 nos. (Green)
g. Torch – 20 nos.
h. Thermal Temperature Gun – 10
i. Lathis/Baton for each security guard.
j. Ropes
k. Any other as per requirement

10 The contractor should immediately resolve any situation which requires security
intervention, failing which they will be held responsible with penalty decided by the Institute
or the Contract can be terminated.
11 There should be at-least 3 Security Staff in every shift who should be fireman or has
underwent fire safety course/ training.
12 Well trained Security staff who is acquainted with Lift (elevator) operating should be kept
shift wise.
13 The security staff should have knowledge of Online Monitoring System of CCTV. For this
purpose contractor should provide trained CCTV Operator / CCTV Technician / CCTV
Supervisor as per qualification decided by IKDRC.
14 The security staff should have knowledge of Fire Safety System. The security staff should
have knowledge to check the Fire Safety system at regular intervals and to submit the report
to the officer authorized by the Institute.
15 The contractor should have adequate facilities of training for fire and security of their
manpower prior to their deployment in the IKDRC.
16 Variations: The Institute may order variations in the scope or quantum of work
Through a written variation order. The payment for the variation shall be worked out on the
basis of contract rates for manpower.
17 GENERAL INSTRUCTIONS:
1. Security Guard, Supervisor, Chief Supervisor’s uniform must be according to Institute rules,
regulations and policy.

2. Training must be given before Appointing Security Guard, Supervisor, and Chief
Supervisor.\
3. It will be the sole responsibility of the Contractor to Submit Monthly summary of strength
difference between bio-metric punching and manual attendance with detail.
4. Contractor should deploy full time data entry operator/computer operator for day to day
work of biometric punching and manual attendance at its cost and risk.

5. Security Guards must be engaged on rotation bases in every department.

6. Training (Fire Fighting disaster management, etc.) must be given to all Security staff on
regular basis and submit report to officer of Institute.
7. Contractor must maintain individual personal files of all staff as per NABH norms and
submit to officer of Institute when asked.
8. Contractor must fulfill all NABH Compliance and report to be submitted to hospital
coordinator.
9. Security Guard, Supervisor, Chief Supervisor’s should remain present before 15 minutes of
duty time.
10. To arrange security staff at Institute of K i d n e y D i s e a s e a n d Research Centre,
Ahmedabad, Building, Common Road, Gates on Compound Wall, Water Bore in the
Compound, Electric Sub Station, Water Tanks, Office, ICCU, Echo Room, Cath Lab,
O.T., ECG Room, TMT Room, Parking Area etc. and also keep watch for any illegal
obstruction/encroachment on Walls of Institute of Kidney Disease & Research Centre,
Ahmedabad. This is tentative requirement, it will change as and when required.
11. The security agency should prevent any encroachment by Laari/ Galla/ Patharna and shall
be responsible for vacating such encroachment immediately, in and around the premises of
the institute.
12. Under the above mentioned circumstances contractor have to bear the cost of Legal
Proceedings and Police Complaint to remove illegal encroachments / Obstructions.

13. Keep watch for theft / robbery in all places of the institute. However, if theft/robbery takes
place than it shall be sole responsibility of the security contractor/agency. The security
contractor/agency shall pay for the loss as per contents of the Police Complaint to the
institute.
14. Ensure that Tobacco/alcoholic products are not sold in hospital and ensure that public do
not throw any tobacco and alcoholic products in the institute premises and inform the
administration about the same.

15. Follows rules framed by the Government and institute issued from time to time.

16. Keep watch that beggars or abandoned people do not enter in the institute premises.

17. It should be ensured that flower plants, trees and grassy lawns are not damaged either
by the staff or by the outsiders or by stray cattle.
18. Keep watch that private passenger vehicles are not parked in the institute or illegally
obstruction not created in the institute premises.

19. Keep watch that no loss of institute property has incurred in the institute during
occasions of public gatherings, Political tumult, disturbances, calamities or Accidents.
20. Keep watch that no one has spilled or throw garbages in institute and also keep watch
that no one has urinated or defecated in the open premises of the institute.
21. The security agency will be responsible for the safekeeping and arrangement of
vehicles in the parking area.

22. Restrict any illegal activities by anti-social elements to the patients, patient’s
relatives or on duty institute employees.
23. To take care that unauthorized slogans/advertisements are not posted/painted on
the inside/outside Compound wall of the institute.

24. To take care that damage will not be made in the compound walls to enter/exit of the
institute premises, however, in case of occurrence damages the same shall be deducted
from the payable bill of the contractor.
25. To ensure that no illegal construction is built on earmarked area of the institute.

26. To ensure that no illegal electric connections, water or drainage connections, T.V. Cable
is connected from the institute’s premises. To ensure that water cooler’s water should be
use only for institute’s patients, patient’s relatives or institute’s employees.

27. To ensure that the shed and road of the institute will not be used for general public.

28. To ensure that animals (dogs, cattle, monkey etc...) do not enter in institute premises and if
such animals (dogs, cattle, monkey etc...) found than arrange for capture them and
handover to AMC. However, if such animals are found roaming in the compound than
penalty will be imposed on the agency.
29. To ensure that any person do not damage compound walls, plants, nets, borders, tree
cages, electric and telephonic poles / wires and advertising, applying colors, spoil institute
brandings and spoil the walls etc.
30. Security guard/ supervisor/ chief supervisor must not leave their point before handing over
their duty to other joined reliving Security guard/ supervisor/ chief supervisor.
31. In case of fire, activate code red, inform hospital coordinator, vacant the fire place, help
the aged / handicap people, help in shifting the instrument and restrict the movement of
people in those areas.

32. When police complaint needed, it should be done by supervisor/ chief supervisor, only
after informing the higher authority of the Institute.
33. Battery, stationary, communication instrument, stick, etc like items should provide by the
contractor. The same will not be provided by the institute.
34. Contractor ensure that all security equipment must be in good working condition.

35. Contractor will recruit their guards and supervisor/ chief supervisor in the hospital only
after permission of the hospital authorized officer.
36. Contractor and their persons shall follow institute’s rule and regulations and check every
person before entry. Security staff will behave respectfully with patient their relatives,
staff and visitors.
37. To ensure that any security staff not involved in any financial transaction with
hospital staff, patients or patients’ relatives etc.
38. To ensure that any security staff not involved in any illegal activity in the institute.
39. Contractor must comply all norms as per NABH. Specific Scope of Services area wise is as
follow:

18. Job Profile of Security Guard:


 Main Gate of Hospital:

i. Allow staff vehicles in hospital compound and Guide to park at proper place in hospital
parking area.
ii. It should be proper Checking and parking for the government and private vehicles of
patient relatives & Visitors.
iii. To take care of all parked vehicles and property of institute from being stolen or
damaged. If such events occurs, contractor will be liable to pay the same damages.
iv. Ambulance and other vehicles with emergency patients must be guided towards
emergency department.
v. Restrict animals (Cow, buffalo, dogs, monkeys etc...) to enter in Institute’s campus.
If not followed, it will be penalized.
vi. Do not allow street vendors and other small cart vendors in hospital campus.

vii. Main gate must be kept open and free from the crowd. Do not allow street cart
vendors, auto rickshaws and two wheelers near the main gate.
viii. Check all employees and Visitors before enter in the hospital.

ix. Check Discharge card and luggage of discharged & remove patient’s id bend (if they have)
before leave the campus.

x. Guide patients and relative toward OPD, Emergency department and Other
department as per their requirement.

xi. Do not allow things containing tobacco inside the hospital campus if found
destroyed immediately by Security person or penalty as per the hospital rule. (note:
penalty applied for both patient’s relative, as well as hospital staff including security)
xii. Ensure that Patient relatives may not create Chaos. Counsel them and take away
from hospital campus in death like incidence.
xiii. Do not allow marketing banners/ posters and hoarding on hospital compound walls.
xiv. Do not allow Illegal blood selling or other Illegal activity in hospital campus.

xv. Do not allow unauthorized personnel in hospital campus.

xvi. Any Other Security Work as per instructed by Officer of Institute.

xvii. Security Guard must leave their place only after proper handover to reliever
Security guard.
 Parking:

i. Ensure proper parking of Staff vehicles & Visitors vehicles.

ii. Only hospital staff are allowed to park inside the hospital parking area and guide
other outsider to park their vehicle in the designated visitor parking area.
iii. Maintain Register of employee name & number of vehicle with entry & exit time.

iv. To inspect and inform to supervisor if any vehicle is parked for a longer duration
of time and it is responsibility of contractor to lodge the Police complain.

v. If any prohibited or objectionable material found inside the parked vehicles then
immediately inform to supervisor & officer of the Institute.
vi. Do not allow smoking and things containing tobacco inside the hospital parking
area.
vii. Restrict animals (Cow, buffalo, dogs, monkeys etc...) to enter in Parking. If not
followed, it will be penalized.

viii. Do not allow any person to throw food/waste inside parking area.

ix. Do not allow any person to damage parked vehicles and make sure vehicles are
parked systematically so that they do not obstruct road / ways.
x. Any Other Security Work as per instructed by Officer of Institute.

xi. Security Guard must leave their place only after proper handover to reliever
Security guard.
xii. Management of hydraulic Parking.

 Cash counter

i. To maintain proper queues at Cash counter and send as per sequence to avoid
overcrowdings. Maintain proper repo. & discipline towards the patients & their
relatives.
ii. If Notice any doubtful transactions of money & other things among the relatives
and the hospital staff immediately inform to supervisor & Officer of the Institute.

iii. Guide patients and relative toward OPD, Laboratory, Scheme offices and other
department as per their requirement.
iv. Keep strict vigilance for pickpockets and other illegal elements.

v. Any Other Security Work as per instructed by Officer of Institute.

vi. Security Guard must leave their place only after proper handover to reliever
Security guard.
 B.O.C Plant

i. Do not allow to park any vehicle near BOC plant and restrict public movement.

ii. Restrict animals (Cow, buffalo, dogs, monkeys etc...) near BOC area. If not
followed, it will be penalized.
iii. To take care of BOC tank and fire equipment’s from any kind of damage & stolen.
Do not allow smoking near BOC area and remain present when BOC refilling tank
has arrived and maintain arrival time register.

iv. Do not allow anyone to throw food/waste or scrape near BOC area.

v. If any prohibited or objectionable material found then immediately inform to


supervisor & higher authority.
vi. Security Guard must leave their place only after proper handover to reliever
Security guard.
vii. Any Other Security Work as per instructed by Officer of Institute.

 Main gate of hospital and the gate towards civil hospital:

i. It should be proper Checking of hospital staff, patient relatives & Visitors before
enter in hospital.
ii. Relative pass must be properly checked before enter in hospital.

iii. To ensure that hospital rules must be followed As :


a. Only one relative is allowed with patient.
b. As needed Government guards are allowed with Civil or prisoner patients.

iv. To Guide patients/relatives regarding OPD, Casualty, and Other Wards & for other
queries guide them to enquiry counter.
v. To guide any visitors as their need.
vi. Ensure that all the patients keep their shoes outside the room and wards of the
hospital in designated shoe rack.
vii. To guide patient coming to EMCS and make sure that they get wheelchair or
stretchers immediately.
viii. Do not allow things containing Tobacco inside the hospital and if found destroy
immediately.
ix. Do not allow tiffin or any kind of outside food in hospital, in special cases allowed
only after permission of doctor.
x. To allow outside person (for maintenances/ services, A.C., Lift, etc..) enter in to the
hospital only after getting permission from HOD of particular department.
xi. Inform immediately to Supervisor if any pilferage/unusual activity or any chaos
found near main gate.
xii. Any items pertaining to hospital must be scrutinized & check gate pass with sign
and seal, bill or challan before they leave the Institute.
xiii. Keep strict vigilance for pickpockets and other illegal elements.

xiv. Security Guard must leave their place only after proper handover to reliever
Security guard.

xv. Any Other Security Work as per instructed by Officer of Institute.

 Critical Areas: Operation Theatre, ICCU, Cath lab, CTRR, SICU, Nuclear, Etc.

i. Restrict entry of relatives & visitors in ICCU, CTRR and Other Critical wards.
Allow only when doctors or sisters calls.

ii. Do not allow unauthorized person to enter in doctor room and changing room.

iii. Do not allow tiffin or any outside food in critical area.

iv. Do not allow things containing Tobacco inside the Critical wards and if found
destroy immediately and strictly check all person before enter inside the wards.
v. To help in transportation of patient for operation, angiography & other procedure.

vi. Only one relative of the patient are allowed in the waiting area of critical wards.
Check pass regularly and other relatives to be sent to Ren-Basera.

vii. Provide PPE (Cap, Mask, Gown, shoes etc...) to Staff and relative before enter in
Critical area. Do not allow anyone to enter without PPE.
viii. Hospital staff and doctors should be politely requested to remove the shoes outside
critical care area.
ix. To check gate pass of equipment’s going outside for repairing /replacement or
any other reason.

x. To inform higher authority regarding doubtful activity or doubtful person in the


ward.
xi. Security Guard must leave their place only after proper handover to reliever
Security guard
xii. Any Other Security Work as per instructed by Officer of Institute.
 Lift:

i. Do not allow any unauthorized person to operate the lift other than the liftman.

ii. Do not allow Things containing Tobacco inside the lift and if found destroy
immediately.
iii. To restrict unwanted movement of lift.
iv. Do not allow to move heavy materials in the lift. Items coming from outside is
allowed only after permission of authorized person of IKDRC.
v. Do not allow staff in doctors lift and patients and/or their relatives in staff lift as
other two lifts are designated for patients and their relatives.
vi. To check and maintain cleanliness of the lift.

vii. If any malfunctioning / problem in Lift is noticed, inform immediately to electric


department and higher authority.

viii. Due to carelessness of security guard if any damage to the lift then the damages
will be deducted from the contractor’s bill.
ix. Any Other Security Work as per instructed by Officer of Institute.

 Echo / Ecg / TMT and other procedure Room:

i. To check case paper properly and fill up all the details in the register.

ii. To maintain proper queues at procedure room to avoid overcrowdings.

iii. Do not allow things containing Tobacco inside the procedure room and if found
destroy immediately and strictly check all person before entering inside the
procedure room.
iv. To inform higher authority if any doubtful activity or doubtful person found in the
procedure room.

v. Allow only one patient relative in procedure room.

vi. To guide patients and relatives towards cash counter for procedure payment.

vii. Distribute procedure report to concern patients.

viii. After completion of procedure work, check all items/ machines and lock room
accordingly.
ix. Security Guard must leave their place only after proper handover to reliever
Security guard.
x. Any Other Security Work as per instructed by Officer of Institute.

 OPD and OPD Passage Area:

vii. Maintain proper queue of new patients and other queue for follow up patients. Send
patients to the doctors one by one and as per the instruction given by the Doctors.
Maintain proper repo. & discipline towards the patients & their relatives.
i. To Guide patients towards Cash counter, CT scan, schemes office, Laboratory and
other wards as per requirement.
ii. To inform patient attendant or nursing staff regarding indoor admission.

iii. A separate queue must be made for the patients visiting for the signature and seal
formalities on prescribed date and time.
iv. To inform higher authority regarding doubtful activity or doubtful person in the
OPD.

v. Only OPD patients are allowed to sit in OPD waiting area.

vi. Behave respectfully with all the patients and their relatives.

vii. In adverse situations solve the issue in peaceful manner, ensure that not any kind of
chaos made by public.
viii. In evening times after cleaning of OPD areas, switch off fans, A.C.s and light
which are not in use.
ix. Do not open OPD rooms without permission of authorized person for any reason.

x. Security Guard must leave their place only after proper handover to reliever
Security guard.
xi. Any Other Security Work as per instructed by Officer of Institute.

 Non-Critical Area & Other floors:

i. Allow only one relative with patient

ii. To help in movement patients while using wheelchair or Stretchers.

iii. Relative pass must be properly checked before person enter in the ward

iv. Do not allow any unauthorized person to enter in ward.

v. Do not allow things containing Tobacco inside the Wards and if found destroy
immediately and strictly check all person before entering inside the wards.

vi. To inform higher authority regarding doubtful activity or doubtful person in the
wards or waiting areas.

vii. Guide the patients and relatives to other departments as per requirement.

viii. Do not allow patient’s relatives to eat and drink tea, snacks and food in passage
areas.
ix. Do not allow patient’s relatives to seat on patient beds.

x. For critical patients allow extra relative of patient with prior permission of sister in
charge & higher authority.

xi. Do not allow patients to spit and throw any kind of waste in wards.

xii. If Notice any doubtful transactions of money & other things among the relatives
and the hospital staff immediately inform to supervisor & Officer of the Institute.
xiii. Do not allow patients to go outside of the ward with support instruments without
permission of doctor.
xiv. Security Guard must leave their place only after proper handover to reliever
Security guard.
xv. Any Other Security Work as per instructed by Officer of Institute.

 Basement ;
i. Do not allow to park any vehicle in Basement and restrict public movement.

ii. Restrict animals (Cow, buffalo, dogs, monkeys etc...) in Basement. If not followed,
it will be penalized.

iii. Do not allow things containing tobacco and if found destroy immediately. Do not keep tobacco or
any kind of thing in pocket. Security staff has maintain discipline & informality strictly.

iv. To take care of hospital property from being stolen from Basement and backside
areas.
v. Do not allow any patient’s relatives to throw remains food and any kind of waste in
Basement area.
vi. If any prohibited or objectionable material found then immediately inform to
supervisor & higher authority.
vii. Security Guard must leave their place only after proper handover to reliever
Security guard
viii. Any Other Security Work as per instructed by Officer of Institute.

ix. Management of Hydraulic car Parking.


 Store:

i. Security Guard has to keep watch and check properly all persons enter and leave
Store. Make the store supply chain secure & keep observation & proper records
ii. Check gate pass of all out going equipments.

iii. Do not allow things containing tobacco and if found destroy immediately. Or penalty as per
hospital rules.

iv. Maintain entry and exit register of all staff & equipments.
v. If any prohibited or objectionable material found then immediately inform to
supervisor & higher authority.
vi. Security Guard must leave their place only after proper handover to reliever
Security guard.
vii. Any Other Security Work as per instructed by Officer of Institute

19. Job Profile of Supervisor:

i. Verbal instructions to be given to all guards before duty timings and send them to
the point after roll call.

ii. Check all guards for grooming (uniform, shoes, belt and cap) before appoint them
on duty.
iii. Take round and ensure that all guards to be alert and do their duty sincerely.

iv. Guide & direct patient regarding their needs and counsel them in peaceful manner.

v. To check visitor passes and their time limits by visiting in wards and same will be
instructed to security guard.

vi. Maintain all security equipments and ensure that all equipments are in good
working condition.
vii. Maintain all documents of statutory requirements and submit regularly to higher
authority.
viii. To check all gate pass properly of outgoing materials and equipments & Do not
allow entry and exit of any items without having valid gate pass.

ix. Restrict unwanted use of water, electricity by switching off fans, lights, AC, water
coolers whenever not in use.
x. To take Signature in attendance sheet of appointed guards from concern
department.
xi. Ensure that no chaos created by anyone and ensure smooth functioning of all
departments by follow hospital rules.
xii. To close OPD, procedure rooms and other wards / Administrative offices after
completing work.

xiii. To ensure that all security guards are be alert during night times.

xiv. During night time, check and ensure security of luggage of patient & their relatives
sleeping in wards and outside open area.
xv. If supervisor fails to take work from security guard, he has been penalized.

xvi. Do not allow Photography / video shooting in hospital campus without permission
from higher authority.

xvii. If any prohibited or objectionable material found then immediately inform to Chief
supervisor.
xviii. Give working status report after every shift to coordinator.

xix. Any Other Security Work as per instructed by Officer of Institute.

20. Job Profile of Chief Supervisor/ Trainer/ Vigilance officer.


i. Verbal instructions to be given to all guards & supervisors before duty timings and send
them to the point after roll call.

ii. Chief supervisor should be in touch with coordinator round the clock.

iii. Maintain daily Security strength as per tender terms.

iv. Take hospital round with coordinator and ensure effective working status of all guards
and supervisors.
v. To ensure that all security guards and supervisor are be alert during night times.
vi. Guide & direct patient regarding their needs and counsel them in peaceful manner.

vii. The Chief supervisor must submit night report to hospital coordinator daily.
viii. The Chief Supervisor should submit shift-wise report of supervisors’ and security guards
to hospital coordinator.
ix. The Chief Supervisor should take care of implementation of the shift-wise duties given to
them by higher authority.
x. The Chief Supervisor should check Hospital Vehicle Register, Gate pass Register, Key
Register, Complaint Register daily.
xi. The Chief Supervisor should check if any security staff or other staff are found drunk
on duty & if found immediately Report to hospital coordinator.
xii. The Chief Supervisor should keep check that any Security staff is not having personal
relation with any patient or Hospital staff.
xiii. The Chief Supervisor should keep check that when shift changes the old staff should
continue on duty till the new staff joins duty.
xiv. The Chief supervisor ensure that all security staff will get proper training (Fire, Disaster
etc.) at regular Interval.
xv. The Chief supervisor must maintain all personal data (Health checkup, Police
verification, ID Proof, Address proof etc.) of all Security staff.
xvi. The Chief supervisor ensure that all security equipment must be in good working
condition.
xvii. Do not allow Photography / video shooting in hospital campus without permission from
higher authority.
xviii. If any prohibited or objectionable material found then immediately inform to Hospital
Coordinator.
xix. The Chief supervisor must maintain daily attendance sheets of all security staff with
signature of concerned departmental HOD.
xx. The Chief Supervisor must submit all statutory challans (PF, GST, ESI, Professional
tax, etc.) to Hospital coordinator when asked.
xxi. The Chief supervisor ensures that all security staff must get salary within time as per
tender terms.
xxii. Any other security work as per instructed by Officer.
ANNEXURE – I (BIDDER’S DETAILS)

(To be typed on letterhead and submitted as under with Signature & stamp of Bidder)
---------------------------------------------------------------------------------------------------------------

Name of Bidder / Company : _____________________________________________

Address of Bidder / Company : _____________________________________________

Phone No. (Office) of Bidder /


: _____________________________________________
Company

PAN No. of Bidder / Company : _____________________________________________

GST Reg. No. of Bidder /


: _________
Company

E – Mail of Bidder / Company : _____________________________________________

Website (if any) of Bidder /


: _____________________________________________
Company

Name of the Signatory : _____________________________________________

Mobile No. of the Signatory : _____________________________________________

E – Mail of the Signatory : _____________________________________________

Designation of Signatory : _____________________________________________


ANNEXURE – II (AUTHORISED SIGNATORY CERTIFICATE)
(To be typed on letterhead and submitted as under with signature & stamp of Bidder )
Date: _________________

Name of e-tender:
E-tender ID:

It is to be Certified that Mr. / Ms. / Mrs.________________________________Designation


____________________________________ is authorized to sign all the documents related to E -
Tender Bid on behalf of M/s________________________________________.
His / Her signature is given below duly verified.
Name of Authorized Signatory to sign the documents: ___________________________

Designation of Authorized Signatory: ___________________________

Signature of Authorized Signatory: ___________________________

Name of the person authorizing for Authorized Signatory: ________

Designation of Authorizing Signatory: ________________________

Signature of authorizing person with company seal: __________

Note: Authorizing signatory should be Director / Partner / Owner of the firm for authorizing
another person (authorized signatory) to sign the bid and other relevant /authentic
documents for participating in the bid.
Relevant Documents (i.e. Board Resolution or Power of Attorney or Partnership Deed) should
be provided for Authorizing signatory, if applicable.
One recent passport size photograph(s) with name, designation, Office/Residential address and
office Telephone numbers, email address etc. of the authorized person(s) of the firm/agency
should be submitted.
ANNEXURE – III (UNDERTAKING)
To be submitted IN ORIGINAL on Non-Judicial Stamp Paper / franking of Rs. 300/- duly attested by
Notary Public

Name of e-Tender _______


E-Tender ID ________
To,
The Director
IKDRC
I/We ___________ Aged___ years residing at ______________in capacity of_____________for
M/s.______________hereby solemnly affirm that:
1. All Terms & Conditions laid down on all the pages of the e-Tender document, have been
read carefully and understood properly by me/us which are completely acceptable to me/us
and I/we agree to abide by the same.
2. All the Certificates / Permissions / Documents / Permits / Affidavits are valid and current as
on date and have not been withdrawn / cancelled by the issuing authority.
3. It is clearly and distinctly understood by me/us that the e-Tender is liable to be rejected if on
scrutiny at any time, any of the required Certificates / Permissions / Documents / Permits /
Affidavits is / are found to be invalid / wrong / incorrect / misleading / fabricated / expired or
having any defect.
4. I / We further undertake to produce on demand the original Certificate / Permission /
Documents / Permits for verification at any stage during the processing of the tender as well
as at any time asked to produce.
5. I / We also understand that failure to produce the documents in "Prescribed Proforma"
(wherever applicable) as well as failure to give requisite information in the prescribed
proforma may result in to rejection of the tender.
6. I / We understand that giving wrong information on oath amounts to forgery and perjury, and
I/We am/are aware of the consequence thereof, In case, before and/or after awarding the
Contract, any information or document provided by us found to be false or incorrect and / or
our firm found to be involved in corrupt / fraudulent practice as per the terms of tender, our
provided product/services is/are not as per required quality, Institute has right to reject our
bid at any stage including forfeiture of our EMD / Security deposit / cancel the Contract,
Debarred or Black Listed of our firm for the participating in future Tenders for the Period as
decided by the Tender Committee as well as Institute reserves right to take legal action on
me / us.
7. I / We have physically signed & stamped all the above documents along with copy of e-
Tender documents.
8. I / We enclose the tender form duly signed. Necessary documents are enclosed herewith (in
order, in which they are mentioned). The rates quoted are inclusive of all statutory taxes,
charges &compliances i.e. EPF, ESI, Prof. Tax, Bonus, Leave Wages, Uniform and other
charges as applicable. I / We have carefully read and understood the terms and conditions
stated in the tender form and I / we shall abide by all these conditions. I / We hereby
undertake to provide service as per the terms & Condition of tender.
9. I/we shall comply PF Act, ESIC Act, Bonus Act, Professional Tax Act, Minimum
Wages Act, Workmen’s Compensation Act, Contract Labour (R&A) Act, Migrant Labour
Act, Employees Liability Act, Essential Commodities Act, The Payment of Wages Act,
Industrial Dispute Act, amended from time to time and rules framed thereunder and other
labour laws affecting contract labour that may be brought into force from time to time or any
other rule of Central/ State / Municipal & Local Government Agency, GST, Gratuity, Leave
Salary, Uniform and Allowance and any other Law directly or indirectly applicable for
labour.
10. I/we agree to abide by my / our offer for a period of 180 days from the date of opening of the
Tender.
11. I/we have necessary manpower and will provide services as per the terms & Conditions of
the tender. I/we have necessary licenses/authorizations for the providing of Security services
an d of the equipment/devices and/or obtain the same at its costs and expenses as and when
required and/or obtain the same at my/our costs and expenses.
12. I / We have enclosed all additional undertakings and / or certificate as required, as per tender
conditions.
13. I/ we also declare that in case of change in constitution of our firm or for any other change,
merger, dissolution, insolvency etc. shall be immediately brought to the notice of the
institute. In such case the continuing Partner(s), Administrator, permitted assigns shall be
responsible to meet the liabilities under this tender/contract.
14. I / We hereby confirm that all our quoted items meet or exceed the requirement and are
absolutely compliment with specification mentioned in the bid document. I/ We also certify
that firm will be supplied the item as per the specification given by Institution and also abide
by all the terms & conditions stipulated in tender.
15. I / We hereby commit that we have paid all outstanding amount of statutory dues / taxes /
cess / charges / fees with interest and penalty.
16. In case of breach of any tender terms and conditions or deviation from bid specification other
than already specified as mentioned above, the decision of Tender Committee for
disqualification will be accepted by us.
17. The rates quoted against each product (item) are exclusive of all taxes but inclusive of
charges such as packing, freight, coolie, hire, incidental charges for door delivery at the
Concern Store of the IKDRC.
18. I / We also verify that I / We have not been Blacklisted / Debarred / Deregistered / Banned /
stopped from the services / put on holidays in the tender by Government / autonomous
institution, hospital or body in India / Gujarat for an item which is being quoted here by
me/us in this tender or for participating in bid altogether.
19. I/We also declare that there are no legal/financial litigations (including taxes) standing till
date on my name. I have successfully executed varied projects without any obligations what
so ever.There is no vigilance / CBI case or court case pending against me / our firm or any of
the partners/ directors of the firm. That my firm has not been declared defaulter by any Govt.
Agency and that NO case of any nature i.e. CBI/FEMA/Criminal/Income Tax/Sales
Tax/VAT/GST/ Blacklisting is pending against my firm.
20. I / We also take cognizance of the fact that failure to furnish true information to you or any
other Direct Demanding Officer or failure to comply with any contractual requirement laid
down by them will be considered as a disqualification and other penal action.
21. I/ We do not have any relation with the person authorized to evaluate technically or involved
in finalizing the tender.
22. I/ We declare that the rates quoted in the tender are the lowest and not quoted less than this
to any Government Institution (State/Central/ other Institute in India).
23. I/ We declare that Prices charged for supplies under Work order by me/us is/are in no event
exceed the lowest prices at which I/We bid to sell or sells the stores of identical description
to any other State Government/DGS&D/Public Undertaking during the period of the
contract. If at any time during the period of contract, the prices of tendered items is reduced
or brought down by any law or Act of the Central of State government, I/ We shall be bound
to inform Purchasing Authority immediately about such reduction in the contracted prices, in
case I/We fails to notify or fails to agree for such reduction of rates, the Purchasing authority
will revise the rates on lower side. If there is a price increase for any product after quoting
the rates, I/We will have to supply the item as per quoted rates. If at any time during the
period of contract, I/we quote the sale price of such goods/services to any other State
Govt./DGS&D and Pubic Undertakings at a price lower than the price chargeable under the
Work order he shall forthwith notify such reduction to Purchasing Authority and the prices
payable under the Work order for the goods/services supplied from the date of coming into
force of such price stands correspondingly reduced as per above stipulation
24. Whatever stated above is true and correct to the best of my/our knowledge and belief.
25. I/We hereby undertake that the above mentioned information is correct to the best of my/us
knowledge and belief and nothing has been concealed deliberately / inadvertently. In case
any of the above information is found to be false, the Institute reserves the right to cancel
the tender at any stage even after the award of the tender, without assigning any reason
thereof.

Thanking You,
Date:
Place:
(Signature & Stamp of Bidder)
ANNEXURE – IV (DECLARATION FOR PF/ESIC)

I, Proprietor / Partner / Director / Manager


of , do hereby declare and undertake as under:

1. That in the capacity of independent contractor by (Name and


Address of Contractor), I have complied with the provisions of
Contract Labour (Regulation and Abolition) Act, 1970 in holding a valid license under
the Act and the Rules thereto. I have paid the wages for the
Period for The Month of - 2020 to all my employees and no
Dues are payable to any employee.

2. That I have covered all the eligible employees under Employees Provident Fund and
Miscellaneous Provisions Act and deposited the contributions under our code number for the
following month so as such no amount whatsoever is payable.

3. That I have covered all the eligible employees under THE EMPLOYEES’ STATE
INSURANCE ACT, 1948 and deposited the contributions under our code number for the
following month so as such no amount whatsoever is payable.

4. I further declare and undertake that in case any liability pertaining to my employees is to be
discharged by the Institute for my lapse, I undertake to reimburse the same or the Institute is
authorized to deduct the same from my dues as payable.

Signature and Stamp of the Bidder


E-Tender for Security
Services -

ANNEXURE – V (LIST OF PRESENT CLIENTS)

(To be typed on letterhead and submitted as under with Signature & stamps of Bidder)

Date:
From: M/S
To,
The Director,
INSTITUTE OF KIDNEY DISEASE & RESEARCH CENTRE, New
Civil Hospital Campus, Asarwa, Ahmedabad: 380 016.
Dear Sir,

I/ We, M/s hereby declare that:

We are currently providing security services to following clients with whom annual billing
for the similar services are as under:-

Reference of Approx. Annual


Name No. of
SN Scope of Date of Date of authorized official on billing for
and employees
start completion clients side with providing
Address work deployed
of the contact number similar service s
client
1.
2.
3.
Note: Keep adding in the similar manner if the list is longer

NOTE:
1. Present clients mean the clients presently (on the last day of bid submission) being served
by bidder. The contract which has expired within one year of last date of submission of
bid can also be included.
2. Supporting documents in the form of award of work/completion should be submitted.
3. Please highlight the clients for which the total tenure of services is more than 3 years
continuously. Certificate of continuity of services with all the clients where Security
services have been provided for 3 or more years continuously should also be attached/proof
of award of work in continuity to be attached.
4. If no proof of award of work, completion of work is submitted, the evaluation committee
may make its own judgment on this count in technical evaluation, which will be binding
on the bidder.

Page: 78 SIGNATURE AND STAMP OF THE BIDDER


E-Tender for Security Services -

ANNEXURE – VI (BANK GUARANTEE FORMAT FOR EMD)

Whereas _____ _________ _ (Name of the Bidder/e-tenderer) has submitted its e-


tender dated _____ _ for_____ (Name of e-tender)
against the E-tender ID No_______ know all persons by these presents that we
______ (Name of The Bank)
______ _ (Address of the Bank) having our registered office at
______ are bound to_______ (Name
of Purchaser) in the sum of _____ for which payment will and truly to be made
to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this ______ day of ____ 20____. The conditions of this
obligation are:

1) If the e-tenderer withdraws or amends, impairs or derogates from the e-tender in any respect within the
period of validity of this e-tender.
2) If the e-tenderer having been notified of the acceptance of his e-tender by the Purchaser during the
period of its validity:-
i.Fails or refuses to furnish the performance security for the due performance of the contract or fails
or refuses to accept/execute the contract or
ii. If it comes to notice that the information/documents furnished in its e-tender is incorrect, false,
misleading or forged.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand and declaring the supplier to be in default under
the contract.

This guarantee will remain in force for a period of forty-five days after the period of tender validity
and any demand in respect thereof should reach the Bank not later than the above date.

______

_ (Signature with date of the authorized officer of the


Bank)
______
(Name and designation of the officer)
______
______ (Seal,
Branch)

Page: 79 SIGNATURE AND STAMP OF THE BIDDER


E-Tender for Security Services

APPENDIX – A CHECK LIST OF DOCUMENTS

Enclosed (Yes/No) Page No.


SN Eligible Criteria Document
Original Certified
copy
Original Tender document of IKDRC duly signed and stamped
1 on each page including
amendment(s)/addendum(s)/corrigendum(s), if any
Financial / Statutory Documents:
Copy of Valid Shop & Establishment Certificate / Factory
A License / Certificate of Incorporation in case of registered
company / Gram Panchayat Certificate.
B Copy of Final GST Registration certificate.
C Copy of GST TDS Registration u/s 51, if Applicable.
D Copy of PAN Card.
E Copy of ESIC registration certificate
Copy of Labour Licenses of the previous or current
F contracts under Contract Labour Act(R & A)

2 G Copy of EPFO registration certificate


Copy of Private Security Agency Regulation Act (PSARA)
H licence.

I Professional Tax Number


Chartered Accountant (CA) Certified copy of Balance
Sheets and Profit & Loss Account of last Three Financial
J years. The turnover should be of the Bidding Company
only and not for Group Company or Subsidiary company
etc.
Copy of I.T. Returns Acknowledgment of last Three
K Assessment Years
Bidder must have Average Annual Financial Turnover of
minimum Rs. during the immediate last three consecutive
3 financial years.CA certified turnover certificate should be
submitted. Minimum turn over for each financial year in last
three year should not be less than Rs …….
The bidder should have experience of having successfully
executed/completed Security services either of followings
4 during the period of last five years ending as on_________

Page: 80 SIGNATURE AND STAMP OF THE BIDDER


Enclosed (Yes/No) Page No.
SN Eligible Criteria Document
Original Certified
copy
a. Three Security services annual works-each of value not less
than Rs. . For every completed year OR

b. Two Security services annual works-each of value not less


than Rs. . For every completed year OR

c. One Security services annual works of value not less than


Rs. . For one completed year
The satisfactory work completion certificate must be produced
along with work order or contract agreement mentioning year
wise actual value of work. The similarity and suitability of the
experience shall be assessed by institute on the basis of
documentary proof furnished by the bidder. Institute may make
cross reference to confirm the documentary evidences.

Bidder should have minimum 5 years’ of experience in


providing Security Services. Bidder has to submit experience
5 certificates issued by appropriate Authority with sign and
stamp.
The Bidder should have experience of completion of work for
providing Security services as per during last five years:
a) Experience of completion of work in Minimum 200
bedded Cardiac Hospital / Multi Super Specialty
Hospital / Single Super Specialty Hospital / Multi
Specialty Hospital / Single Specialty Hospital having
General Ward, Special Room, Operation Theatre,
Intensive Care Unit, Casualty and Outdoor Patient
Department.
6
b) Experience of completion of work in any NABH
(National Accredited Board for Hospitals and
Healthcare Providers) accredited hospital in the
country. (Note: The hospital should have NABH
accreditation during the contract period)

A certificate of the same has to be submitted duly signed by


Director / Dean / Superintendent / Administrative Head of the
hospital / organization for the above said works.
Enclosed (Yes/No) Page No.
SN Eligible Criteria Document
Original Certified
copy
Satisfactory work completion certificate from last 2 end users
7
where work have been completed recently.
The firm should have an independent fully functional office in
Ahmedabad / Gandhinagar, Gujarat with all necessary office
infrastructure. (Shop & Establishment Registration Certificate /
Electricity Bill / Telephone Bill / Rent Agreement should be
submitted as a proof).
OR
If bidder has no office in Ahmedabad / Gandhinagar, than
8 bidder has to submit an undertaking (On Non-Judicial Stamp
Paper / franking of Rs. 300/- duly attested by Notary Public) for
opening up of office in Ahmedabad / Gandhinagar, Gujarat
with necessary documentary proof as mentioned above within
30 days after award of LOA (Rate contract).Failure to which
will results in automatic cancelation the contract and EMD and
/or SD will be forfeited.

Bidder should have minimum 500 employees on payroll, for


9 which ESIC/ PF / Professional Tax challan copies are to be
furnished.(For last one year)
Annexure – I : Details of the bidder (To be typed on letter
10
head of the bidder)
Annexure – II : Authorized signatory certificate (To be Typed
11
On letter head of the bidder)
Annexure – III : Undertaking from Bidder (On Non-Judicial
12 Stamp Paper / franking of Rs. 300/- duly attested by Notary
Public).
Annexure – IV: Declaration for PF/ESIC(To be Typed On
13 letter head of the bidder)
Annexure – V: Details of Present Clients. (To be Typed On
14
letter head of the bidder)
Banker’s Solvency Certificate will be required if found
15
necessary by the institute.
ABBREVIATION

Abbreviation Full Form


IKDRC Institute of Kidney Disease and Research Centre
NABH National Accreditation Board for Hospitals and Healthcare
Providers
OT Operation Theatre
CTOT Cardiovascular Thoracic Operation Theatre
MICU Medical Intensive Care Unit
PICU Paediatric Intensive Care Unit
NICU Neonatal Intensive Care Unit
ICCU Intensive Coronary Care Unit
CVTS Cardio Vascular Thoracic Surgery
OPD Outdoor Patient Department
CSSD Central Sterilization and Supply Department
CTRR Cardio Thoracic Recovery Room
SICU Surgical Intensive Care Unit
MCI Medical Council of India
PBG Performance Bank Guarantee
MSD Medical Step Down
PPE Personal Protective Equipment
ECG Electro Cardio Gram

You might also like