Professional Documents
Culture Documents
OF
SECURITY SERVICES
FOR
INSTITUTE OF KIDNEY DISEASE &
RESEARCH CENTRE,
AHMEDABAD, GUJARAT, INDIA
PRESS NOTICE INVITING E-TENDERS
A. E-Tender ID.
B. Name of Work “E-Tender for Security Services - IKDRC “
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
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.
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
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).
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.
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.
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.
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.
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.
(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.
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.
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:
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.
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.
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:
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.
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.
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.
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:
b) Checklist of documents as per Appendix A, duly filled along with page number.
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.
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.
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:
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.
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 -
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 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
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.
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 -
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.
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.
i. Tax deduction at source shall be governed as per prevailing rules and provisions of law.
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
____________.
ii. Wages Register.(Separate wages register for reliever and regular manpower)
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)
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.
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.
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
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)
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:
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:
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).
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;
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.
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.
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.
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:
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.
xvii. Security Guard must leave their place only after proper handover to reliever
Security guard.
Parking:
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.
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.
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.
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.
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.
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.
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.
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.
i. To check case paper properly and fill up all the details in the register.
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.
vi. To guide patients and relatives towards cash counter for procedure payment.
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.
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.
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.
iii. Relative pass must be properly checked before person enter in the 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.
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
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.
ii. Chief supervisor should be in touch with coordinator round the clock.
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 e-tender:
E-tender ID:
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
Thanking You,
Date:
Place:
(Signature & Stamp of Bidder)
ANNEXURE – IV (DECLARATION FOR PF/ESIC)
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.
(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,
We are currently providing security services to following clients with whom annual billing
for the similar services are as under:-
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.
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.
______