You are on page 1of 37

Bid Document/

Bid Details/

Bid End Date/Time/ बड बंद होने क तार ख/समय 19-08-2023 18:00:

Bid Opening Date/Time/ बड खुलने क तार ख/समय 19-08-2023 18:30:

Bid Offer Validity (From End Date)/ बड पेशकश वैधता (बंद होने क तार ख से) 80 (Days)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Coal

Department Name/ वभाग का नाम Materials Managem

Organisation Name/संगठन का नाम Bharat Coking Coa

Office Name/कायालय का नाम Bccl Dhanbad

Manpower Outsour
Item Category/मद केटे गर Regional Hospital H
Cleaning staf..

Contract Period/अनुबंध अविध 1 Year(s)

Minimum Average Annual Turnover of the bidder (For 3 Years)/ बडर का यूनतम औसत वा षक
95 Lakh (s)
टनओवर (3 वष का)

Years of Past Experience Required for same/similar service/उ ह ं/समान सेवाओं के िलए अपे त
7 Year (s)
वगत अनुभव के वष

Past Experience of Similar Services required/इसी तरह क सेवाओं का पछला आव यक अनुभव है Yes

MSE Exemption for Years Of Experience/अनुभव के वष से एमएसई छूट/ and Turnover/टनओवर के


Yes
िलए एमएसई को छूट ा है

Startup Exemption for Years Of Experience/अनुभव के वष से टाटअप छूट/ and Turnover/ टनओवर
Yes
के िलए टाटअप को छूट ा है

Experience Criteria
Turnover,Additiona
Document required from seller/ व े ता से मांगे गए द तावेज़
*In case any bidde
eligibility for exem

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications during technical evaluation/तकनीक मू यांकन के दौरान
5 Days
तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 9492336

Evaluation Method/मू यांकन प ित Total value wise ev

1 / 28
Bid Details/

Financial Document Indicating Price Breakup Required/मू य दशाने वाला व ीय द तावेज ेकअप
Yes
आव यक है

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 118700

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant cate
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy./जेम क शत
अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन जमानत रािश, ज

Beneficiary/लाभाथ :
Area Manager (Admn), Barora Area
Office of the General Manager, Barora Area, BCCL, PO.Nawagarh, Dist. Dhanbad, PIN - 828306
(Hemant Kumar Heyna)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be exempted from
technical specifications. If the bidder is OEM of the offered products, it would be exempted from the "OEM Average Turnove
exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for exemption must be up
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and "Experien
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of quality and te
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the pr
form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant / Cost Accounta
constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the completed financial

2 / 28
4. Years of Past Experience required: The bidder must have experience for number of years as indicated above in bid docum
State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be uploaded along with bid
5. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as defined in Pub
Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned Ministry. If th
offered Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offere
margin of purchase preference /price band defined in relevant policy, then 100% order quantity will be awarded to such MS
Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012 and Public Procurement (P
6. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for determ
has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid partic
would be determined by the buyer based on its own assessment of reasonableness and based on competitive prices receiv
7. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services over the las
to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated cost.
8. Short Duration Bid has been published by the Buyer with the approval of the Competent authority due to Emergency pro

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Scope of work & Job description:1691584330.pdf

Manpower Outsourcing Services - Man-days Based - Hiring Of 30 Nos Para Medical Staff For M
Skilled, Highly Skilled; Nurse 12 Nos Dresser 06 Nos Ward Boy 06 Nos Cleaning Staf.. ( 365

Technical Specifications/तकनीक विश याँ

Specification

Core

Type of Function Hiring of 30 nos para medical staff for male and female wards of Regi

Skill Category Unskilled , Semi-skilled , Skilled , Highly Skilled

Type of Services required Nurse 12 nos Dresser 06 nos Ward Boy 06 nos Cleaning staff 06 nos

Experience of Resource 7 to 10 Years

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

Consignee
S.No./ .सं. Address/पता
Reporting/Officer/परे षती/ रपो टग अिधकार

3 / 28
Consignee
S.No./ .सं. Address/पता
Reporting/Officer/परे षती/ रपो टग अिधकार

828306,Office of General Manager, Barora Area (Are


1 Hemant Kumar Heyna
P.O. Nawagarh, Dhanbad, Pin code-828306.

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25 percent at
duration can only be increased up to 25 percent. Bidders are bound to accept the revised quantity or duration

2. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Notice Inviting Tender through Gem Portal

I. Brief details of the Tender:

Item Description Period Manpo Estimated Valu Earnest money


wer to e of Tender (IN Deposit @ 1.25
be depl R) including GS % (INR)
oyed T @ 5% (Rs)

Hiring of para-medica 365 days 30


l staff for Male & Fem = 01 yea
ale wards for Regiona r
l Hospital Baghmara,
118700/-
Barora Area, B.C.C.Lt
d. to provide medical 9492336/-
services

(24 Hours in 03 shift


s per day) (08 hours e
ach shift)

Offers are invited for the work “Hiring of para-medical staff for Male & Female wards for Regional H
ded in Annexure-A and the terms and conditions attached as Annexures and given here under.

4 / 28
The Bid to be submitted on-line on GeM portal.

Before starting the bidding process, bidders are advised to carefully read ‘Instructions to the Contractors/Bid

II. INSTRUCTIONS TO BIDDERS:

The requirements for submission of the Bids On-line are indicated in the Annexure-B for the information and

1. All entries in the quotation should be entered at on-line submission form without any ambiguity.

2. Tender cannot be accessed on-line after the DUE DATE and TIME of submission.

3. BCCL reserves the right to cancel the Bid or extend the due date of opening of tender without assigning

III.COMMERCIAL TERMS AND CONDITIONS:

Bidders are requested to read carefully following terms and conditions. It is essential for the bidders to

1 PRICE:Price Bid shall be submitted and the quoted rate as per scope of work should be FIRM subject to
two years.

2 TAXES AND DUTIES :

As per terms & conditions applicable.

3 VALIDITY OF OFFER: Offer of the firm must remain valid for a period of minimum 180 (One hundred
thin the validity period/extended validity period of the offer, the price(s) quoted in their offer shall rem

4 PAYMENT TERMS:

The rate of Work/service (refer table I of Annexure-C) quoted per day shall be exclusive of daily meals

The legally applicable rate of Service Tax should be clearly mentioned in the commercial bid and

Paying Authority: - Area Finance Manager, BARORA AREA.

Payments :- The running on account payments may be made once in a month or at intervals stipulated in the

5 / 28
5 WORK / SERVICE REQUIREMENT-

The bidder shall start the work after receipt of LOA/Work Order for undertaking the job of Offers are inv
pital Baghmara (24 Hours in 03 shifts per day) as per the scheduled time limit otherwise legal
of the company.

LIQUIDATED DAMAGES CLAUSE will confirm their acceptance of the following Liquidated Damage C

In the event of failure to maintain the Offers are invited for the work “Hiring of para-medical staff f
y) as per the scope of works at Annexure-A and in accordance with the terms and conditions and the
rms and conditions mentioned in the assignment/work order, Bharat Coking Coal Ltd., shall be entitled

1. To cancel the assignment/work order or a portion thereof and if so desired to get the assignment/work

2. To get the work done from elsewhere after notice to the successful tenderer on the account and at the
cancelling the assignment/work order in respect of the assignment/work.

3. Whenever under this contract any sum of money is recoverable from and payable by the firm, Bharat
ucting any sum or which at any time thereafter may become due to the successful tenderer in this or a
ccessful tenderer shall pay to Bharat Coking Coal Ltd., the balance amount on demand of the remainin

4. To forfeit the Security deposit fully or in part as applicable

7 . SECURITY DEPOSIT

4.1 Security Deposit shall consist of :

5. Performance Security (to be submitted after award of work)


6. Retention Money to be recovered from running bills. The
security deposit shall bear no interest.

4.2 Performance Security should be

5 % of annualized value of contract amount for the contract of one year or more
duration

Performance Security as mentioned above should be submitted within 21 (twenty one) d


ays of receipt of LOA by the successful bidders.
Performance Security as mentioned above should be submitted by the successful bidders
in any of the form given below:-.

6 / 28
i) FDR (schedule bank) or any other form of deposit stipulated by the owner.

ii) Demand Draft drawn in favour of Bharat Coking Coal Limited on any Schedule Bank p
ayable at its Branches at Dhanbad.

4.3 All running on account bills shall be paid at 95% (nine


ty-five percent) of work value. The balance 5% shall b
e treated as retention money and will be second part
of security deposit.
a. Retention Money should be refunded after issue of No Def
ect Certificate.
Failure of the successful bidder to comply with the requirements of 4.1 &4.2 above, shall constit
ute sufficient ground for cancellation of the award of work and forfeiture of the bid security. Add
itionally the company reserves the right to debar such defaulting contractor from participating i
n future bids for a minimum period of as per NIT.
.4 Refund of Security Deposit: The refund of security deposit shall be subject to company’s right to ded
uct/appropriate its dues against the contractor under this contract or under any other contract. On
completion of the work and certified as such by the Engineer-in-charge, the security deposit remai
ning with the company shall be refunded.

Performance Security (security deposit) shall be refunded within 60 days of the completion of the w
ork. (The date of completion of the work will be certified by the Engineer-in-charge

Scanned copy of the following documents tabulated below must be uploaded by all bidd
ers during online submission of the bid.

Sl No Document Scanned copy to be uploaded at GeM portalby all the


. bidders during bid submission.

I Legal Status of the Any one of the following document:

Bidder 1. Affidavit or any other document to prove proprietorship/


Individual status of the bidder.2. Partnership deed containi
ng name of partners3. Memorandum & Article of Associatio
n with certificate of incorporation containing name of bidd
er

2. In case of Joint Venture/consortium:

a. Details of all partners as at 1/2/3 (as applicable)above


b. Joint Venture/consortium agreement fulfilling NIT c
onditions on a non-judicial stamp paper of minimum v
alue of Rs.10/- (Annexure-F) (Bidder must sign all the
above documents with seal before uploading a t GeM
portal

7 / 28
Ii Contractor's Bid and Contractor's Bid and Acceptance of Bid Conditions on bidd
er’s letter head as per Performa given at Annexure-G of
Acceptance of Bid the bid document.
Conditions In case of Joint Venture/consortium, the above document i
s to be signed by all partners.

Iii Affidavit for commitment, An undertaking is to be given in the form of Affidavit on


genuineness of the inform a non-judicial stamp paper of minimum value of Rs.10/-
ation furnished and authe as per Performa given in the bid document at Annexure
nticity of documents furni -H
shed during bidding proce
ss. In case of Joint Venture/consortium, affidavit shall be sig
ned by all the partners.

Iv MANDATE FORM for e-Pay Filled up Performa for electronic mode payment in origin
ment as per the format gi al duly certified by bidder’s banker with ID number of aut
ven in the bid document a horized signatory of banker as per the format given in th
t ANNEXURE- A4 as a req e bid document at Annexure- A4 as a requirement of th
uirement of the tender. e tender.

V Undertaking that not und i) Undertaking that not under liquidation, court receiv
er liquidation, court recei er, bankrupt and not being debarred and blackliste
ver, bankrupt and not bei d from any agency
ng debarred and blacklist
ed from any agency

Vi Valid Permanent Account Copy of PAN card issued by Income Tax department, Go
Number (PAN)(Ref. Annex vt.of India. In case of Joint Venture/consortium, Copy of
ure-I) PAN Card of all the partners or Joint Venture/consortium
itself

Vii Certificate of registration Certificate of registration issued by Service tax departm


of GST (PAN based) (Ref. ent in favour of bidder. In case of Joint Venture/consorti
Annexure-I) um, copy of certificate of registration issued by Service
tax department of all partners or Joint Venture/consorti
um itself.

8 / 28
viii Certificate of registration Certificate of registration issued by Coal Mines Providen
with CMPFO (EPF) / Conse t Fund Organisation (EPF) in favour of bidder. In case of
nt Joint Venture/consortium, copy of certificate of registrati
on issued by CMPFO of all partners or Joint Venture/con
sortium itself. In case of non-registration, the contracto
r will give consent to obtain Certificate of Registration
within 30 days of issue of Work Order./ LOA or undertaki
ng to obtain such after obtaining LOA/Work Order.

ix Audited balance Sheet of Las The bidder shall provide the audited balance Sheet dully Certificate
t 03 Financial Year notarised for the last 03 financial years. Important – rd Act 2006.

All above documents to be self-certified& notarized as


well.

X Years of Past Experience Requi


red for same/similar
service 7 Year (s)

7 (seven) Years of Past Experience required: The bidder must have experience for number of years as indicated
imilar type of services to any Central / State Govt. Organization / PSU / Public Listed Company. Copies of
during each of the Financial year.

In respect of the above eligibility criteria the bidders are required to furnish the
i. Description of qualifying experience (similar nature)
ii. Work order Number /Agreement Number of each experience
iii. Name & address of Employer/Work Order Issuing authority of
iv. Executed Value of work against each experience
v. Start date & end date of each qualifying experience (similar
vi. Confirmation in the form of Yes/No regarding submission of s

9 / 28
X Contractor should confirm that it has and will comply with all the

requirements of the statutory authorities in respect of the

Minimum Wages Act, Contract Labor ( R & A) Act, 1970, The

Workmen’s Compensation Act, The Factories Act or The Shops

and Establishment Act, The Payment of Gratuity A 1972, The

Payment of Bonus Act, 1964, The Payment of Wages Act, The

Provident Fund Act, The Employees State Insurance Act, 1948,

Professional Tax, The Income Tax Act, India, 1961 and all other

Acts, rules, regulations, byelaws, orders, notifications etc. state/

central present or future applicable to Service Contractor from

time to time for performing the services.

Xi The contractor will provide To be uploaded at the time of

their labour license / submission of BID.

Consent for obtaining license

Xii Cancelled cheque of the Bidder To be submitted at the time of BID.

Xiii Requisite certificates of the workers To be submitted at the time of BID

Is essential for deployment of the

Workers

i) Nurse – Intermediate With nursing certificate

from recognised institute, 2 Years (Post Qualification) experience


Only nurses not below the age of 20 years and up to 35 years as on 01.01.2023
ii) Dresser – Matriculation with at least one year

Training certificate from recognised

Institute, 2 Years (Post Qualification) experience


Age not below 20 years and up to 35 years as on 01.01.2023.(Age relaxation

iii) Ward Boy – Literate, 2 years experience

10 / 28
Age not below 20 years and up to 35 years as on 01.01.2023.(Age relaxation

iv) Cleaning staff - 2 years experience

Age not below 20 years and up to 35 years as on 01.01.2023.(Age relaxation

CONSIGNEE PARTICULARS: The Area Manager(Admn), Barora Area-I, P.O. Nawagarh, Dhanbad.

9 Submission of certificates etc .: The self-attested copies of documents like CMPF/ FSSAI Registration
c. shall be necessarily attested by the Notary Public and duly stamped.

The above particulars are to be incorporated by the issuing Bank properly while issuing BG under SFMS

1 The original Bank Guarantee issued by the issuing Bank shall be sent by the issuing Bank to the benefi
1

1 BANNED OR DELISTED SUPPLIERS:The bidders would confirm that they have not been banned o
2 banned by any government or quasi‐government or PSU’s, this fact must be clearly stated and it may n
ected as non‐responsive. A declaration to this effect shall be submitted along with the offer in the form

1 ACCEPTANCE CERTIFICATE:The bidder has to give the declaration regarding acceptance of all the te
3 is certificate is to be submitted as per the format enclosed in Annexure‐A6.

1 LOWEST PRICE CERTIFICATE: The price quoted by the bidder against this tender must be the lowes
4 ding CIL its subsidiaries & Other Organizations. This certificate is to be submitted as per enclosed

1 QUALITY CERTIFICATE: That, there has not been any complaint against the quality of products
5 ganizations. This certificate is to be submitted as per enclosed Annexure‐A8.

11 / 28
1 MSM Enterprise: As per provision of Micro, Small and Medium Enterprises Development Act, 2006, Th
6 hority. They should also attach a duly self-certified copy (certified by the Chief Executive of the Enterp
ders.

All Micro and small Enterprises (MSEs) who are having Udyog Aadhar memorandum will be given all be
/ copy for the same duly notarized to be uploaded along with the offer.

1 SUB-CONTRACT: Sub-Contract will not be allowed in part or in whole under any circumstances.
7

1 RIGHT OF ACCEPTANCE:The bidders are requested to please note the following while submitting the
8
“OFFERS WHICH DO NOT MEET TENDER REQUIREMENTS EITHER TECHNICALLY OR COMMERCIALLY ARE

The purchaser does not bind himself to accept the lowest or any other tender and reserves the right of
the right to reject or accept any tender either in whole or in part without assigning any reason whatsoe

1 RIGHT TO INFORMATION ACT: Any document/information submitted by the bidder can be made pub
9

2 General terms and Conditions: Unless otherwise specified in the NIT, the Purchase order, if placed, sha
0 se there is a conflict in any particular term of the NIT with the General Terms, the terms of the NIT will

2 JURISDICTION: Any dispute arising out of this enquiry shall come under the sole jurisdiction of the
1

2 CERTIFICATE OF CONFIRMATION IN RESPECT OF CORRIGENDUM (IF ANY):


2
If any corrigendum is issued after the publication of NIT, the bidder has to submit a certificat
signed with seal.

12 / 28
2 UNDERTAKING OF AUTHENTICITY:
3
The bidder will have to submit an undertaking that if the information/declaration /documents furnished
stage, they will be liable to punitive action. This certificate is to be submitted as per enclosed Annexure

2 ARBITRATION: Settlement of commercial disputes between Public Sector Enterprises inter s


4 of Arbitrators (PMA) in the Department of Public Enterprises:-In the event of any dispute or dif
te or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department
f Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration und

The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any pa
d to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. Upon such
es finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intima

2 BCCL reserves the right to:


5
i) Follow the guidelines issued or to be issued by Govt. of India from time to time for giving purchase

ii) Place order on Govt. Undertakings/BCCL’s Ancillary units as per DPE guidelines/ Govt. Guidelines/ BC

iii) Not withstanding anything said above BCCL reserve the right to follow any guideline or instructions

iv) Reject or accept or withdraw the tender in full or part as the case may be without assigning any rea

Note:All provisions of Coal India Limited’s Purchase Manual - 2004 (read with all amendments) shall be

26 The following Acts and Rules as applicable would be the responsibility of the

a. The Minimum Wages Act & Rules and orders and notifications issued there under from
b. The Contract Labor (Regulation & Abolition) Act,1970 with rules, orders and notifications made
c. The Industrial Disputes Act, 1947 with rules, orders and notifications issued there under from
d. The Workmen’s Compensation Act with rules, orders and notifications issued there under
e. The Payment of Gratuity Act, 1972 with rules, orders and notifications issued there under from
f. The Payment of Wages Act with rules, orders and notifications issued there under from time

g. The Employee Provident Fund Act with rules, orders and notifications issued there under from
h. The Employees State Insurance Act, 1948 with rules, orders and notifications issued there
i. Payment of Bonus Act, 1965 with rules, orders and notifications issued there under from time
j. Maternity Benefit Act,1961.
k. All other Acts/rules/regulations, byelaws, orders, notifications, etc. present or future applic
l. THE INTER-STATE MIGRANT WORKMEN (REGULATION OF

13 / 28
m. The Tax on Professions.
n. The Income Tax Act, India, 1961

Contractor should confirm that it has and will comply with all the requirements of the statutory auth
en’s Compensation Act, The Factories Act or The Shops and Establishment Act, The Payment of Grat
t Fund Act, The Employees State Insurance Act, 1948, Professional Tax, The Income Tax Act, India,
present or future applicable to Service Contractor from time to time for performing the services.
The Contractor shall not offer or give, or agree to give, to Purchaser or any other public body
ration of an kind as an inducement or reward for doing, refraining from doing, or for having done or
y other contract with Purchaser or any other public body, or for showing or refraining from showing

27 Penalties

Penalties for a specific month / period stall be capped at 10% of bill generated for that particular
If any Service Level Agreement is breached beyond 3 instances in any billing period then
ntract after giving a notice of 30 days.
Penalties for Non-Compliance to Service Level Agreement

Penalties will be levied on the service provider for the violation of service level

Sl.No. Service level agreeme Penalties for non-complia


nt nce
Non-deployment of total ma Up to 15 Days, @1% per day o
1 npower mentioned in the co f the total value and Beyond 1
ntract as per the date of 5 days cancellation of the cont
joining ract with
cancellation charges @ 10% of
the order value

If the employee is found resp Immediate payment in actu


onsible for any theft, loss of als, equivalent to the value
2 material/articles and damage of the article
s theft/lost/damaged. Replace
ment within2
day/cancellation of contract
as decided by the buyer dep
ending on the gravity of the
act.

14 / 28
3 If the employee is found resp Warning/ counselling/ Imme
onsible for disobedience/ mis diate Replacement within 2
conduct days as decidedby the buye
r depending on the gravity
of the act

If the employee is absent or Substitute within 2 days failing


4 takes leave for more than 2 which, @ 1% per day of the tot
days without informing or ta al value (excluding service tax
king prior approval etc.) of the absent resources u
p to 15 days. Beyond 15 days,
cancellation of the contract wit
h cancellation charges@ 10%
of the order value.

If the employee is found res Immediate replacement within


5 ponsiblefor adopting illegal 2 days/ cancellation of the con
and foul methods or exercisi tract with cancellation charges
ng any corrupt practice in c @ 10%, as decided by the buy
ollusion with er depending onthe gravity of t
any third party or officials at he act.
the workplace
6 Delay in payments of take-h @ Rs 100 per day for each defau
ome remuneration by the Se lt
rvice provider and deposit of
EPF/CMPF and ESI (both empl
oyee and employer share)

28 Restriction regarding personnel deployed

The manpower supplied would be engaged at R e g i o n a l H o s p i t a l

Baghmara.

The Service provider shall ensure to get the police verification for all the man power deploy by the
character. The Contractor shall engage only such workers whose antecedents have been thoroughly
Employees shall be paid the wages strictly as per biometric attendance/attendance register marked

Payment Procedure :-

Based on the Biometric attendance fetched from system installed by the Bidder and ve
salaries directly into bank account of its employee by 7th of next month and this payment should
Upon payment of the salary /wages, the agency will have to submit the bill in duplicate complete in
ys from the dayof submission of the bill if found complete in all aspects.
The Agency required to issue pay slip to all employees every month.

15 / 28
All the payment to the worker to be made by the agency through bank transaction only. Cash

While submitting the bill for the month, the service provider must enclose the following documents:

I. Details of payment of wages credited to the Bank Account of individual worker along

by authorized person of the Hospital

II Proof of payment of employee wise along with Challan.

IIIProof of payment of EPF contribution employee wise along with


IV Details of GST payments of the last month/cycle along with Challan.
V A Certificate that he is complying with all the applicable Statutory Labour Laws.
VI Computerized printout of Biometric Attendance Sheet duly verified by authorized
person of CHD, BCCL in respect of the persons deployed for the billing month, along
with salary sheet for the billing month.

29 Work Experience:
The Intending bidder must have in its name or proportionate share as a member of
prime contractor, during last 7(seven) years ending last day of month previous to the one
-

Three similar completed works each costing not less than the amount equal to 40%
Or
Two similar completed works each costing not less than the amount equal to 50% of the
Or
One similar completed work costing not less than the amount equal to 80% of the estimated
Experience for those works only shall be considered for evaluation purposes, which match elig
which tender has been invited(publication date of NIT). The experience of incomplete/ongoing
ed work includes construction as well maintenance after construction, the experience of such
date of ‘eligibility period’, even if maintenance work is ongoing, and the certificate issued
In all the above cases, while considering the value of completed works, the full value of comp
en) years period. The date of completion of work should be during last 7(seven) years ending l
Cost of previous completed works shall be given a simple weight age of 5% per year
Such weight age shall be considered after end date of completion. Updating will be considered
he last day of month previous to one in which bid has been invited.

30 Restriction regarding personnel deployed


a) The manpower supplied would be engaged at Regional Hospital Baghmara
b) The manpower agency should endeavor to deploy suitable and eligible candidates by following
website/newspaper etc. without mentioning the name of the hospital or any official/officer of
ough corrupt practices should be obtained from all the outsourced staff at the time

c) The Service provider shall ensure to get the police verification for all the manpower deploy by
d moral character. The Contractor shall engage only such workers whose antecedents have
.
d) Outsourced staff may have to perform rotational duties in shifts for round the clock duty on all
hospital. The timing of single shift duties will be specified by the Hospital Authority.
e) The service provider should ensure that persons to be deployed are not alcoholic, drug addict
on. The Contractor shall be fully responsible for the conduct of his staff. Such person will have
ly, with written intimation to CHD BCCL.
f) The persons deployed by the Contractor should be properly trained, have requisite experience
right to ask for the removal/replacement of any manpower of the agency, so deployed, who
g) The staff shall wear proper uniform with their identity properly displayed which shall be provide
h) Any personnel engaged by the agency, if found indulging in illegal activities is liable to be
agency.
i) The contractor/agency will not allow or permit its employees to participate in any trade
lications arising due to contract, Agency will be solely responsible and shall bear all the expe
j) The contractor will be responsible for such conduct of the persons engaged, which will be
desired acts and omissions of such persons. If any person is found to be undisciplined or not

16 / 28
d and replaced by a suitable person immediately.
k) Employees shall be paid the wages strictly as per biometric attendance/attendance register
Bagmara, Barora Area .
l) The Agency shall appoint Supervisor for monitoring outsourced staff provided by Agency
m) For all intents and purposes, the Service Provider shall be the “Employer” within the meaning
by the Service Provider shall not have any claim whatsoever like employer and employee relation
n) The Buyer Department shall not be responsible for any financial loss or any injury to any
uties, or for payment towards any compensation.
o) In case of services hired on annual basis and 5 working days, the employees will be entitled
he employees will be entitled to 15days casual leave per year on pro-rata basis. Beyond specified
cessary deduction will be made by the buyer in the billed amount if no replacement is provided.

p) No medical facilities or reimbursement or any sort of medical claims thereof in respect of


will in no way be responsible for the violation of any rules and/or infringement of any other laws
employees as well as the Service Provider shall comply with the relevant rules and regulations ap
s department would not be liable or responsible in any manner. The onus of compliance to

31. Scope of work


Area of Work: Regional Hospital Baghmara
Job Description:

1. The work should be attended round the clock. The shift timings are given
1st Shift : 06.00 hrs to 14.00 hrs. 2nd Shift : 14.00 hrs to 22.00 hrs. 3rd
2. Charge taking over and handing over with full responsibility.
3. Administration of SC, IM, IV Injection & Medicines to be given.
4. Nursing care of sick patients, TPR, BP. I/0 Chart, CBD chart to be maintained
5. Writing of diet sheets and entering in PC.
6. Giving the due injection in time.
7. Preparing the patient for operation theatre.
8. Preparing the charts which are to be sent to Operation theatre.
9. Admission to be entered in Indoor Patient registers.
10. Carrying out Doctors & Matrons Orders.
11. Sending the patient to others departments with their concern.
12. Sending forms for Lab Investigation and collecting results from the Lab
13. Patient’s complaints to be intimated to doctors in time, getting the instruc
14. Checking and keeping linen, articles and Medicines & Injections up to
15. Assisting the Matron & others in condemnation of linen etc.
16. Maintaining all registers properly.
17. during doctor’s round taking the charts and other details and implementin

Instructions.
18. Separating the medicines and keeping it in the tray in required interval(ex

17 / 28
Checked).
19. Diabetic Urine Chart to be maintained.
20. Assisting the procedures done by the doctors (aspiration & tapping etc.)
21. Restricting the visitors from the ward during non- visiting hours.
22. Transfer IN & Transfer OUT of patients to be done carefully.
23. Discharge patients are to be sent after doctors’ instructions.
24. Documentation as when required.
25. Cleaning & Sweeping work round the clock in all 03 shifts per day

IV. METHODOLOGY OF SUBMISSION OF BID:


1. In order to submit the Bid, the bidders have to get themselves registered online on the GeM Portal.
2. It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software and inter
CL shall not be liable to the bidders for any direct/indirect loss or damages incurred by them arising out
3. The bidders have to accept unconditionally the on-line user portal agreement which contains the accep
nd other terms, if any, along with on-line undertaking in support of the authenticity of the declarations r
become an eligible bidder. No conditional bid shall be allowed / accepted.
4. In case no offers are received, tender will be automatically cancelled with competent approval.
5. The bidder will have to upload all scanned (clearly visible) copies of various documents and annexures a

6. It may be noted that if the information/declaration/Credentials/ scanned documents furnished in suppor


leading at any stage, such bidder will be liable to punitive action.

7. Submission of Forged/Tampered Documents: Based on undertaking furnished by the bidder in his Letter
of such statement submitted with online bid against the tender, BCCL, while carrying out evaluation of t
nal. However, BCCL reserves the right to verify such documents with the original, if necessary at a
later stage for which the bidder shall have to submit the original documents to BCCL on demand. If at a
ted by the bidder, is found to be false/incorrect /forged/tampered in any way, the total responsibility sha
the bidder and BCCL reserves full right to take penal action as may be deemed fit including rejection of
ination of contract / forfeiture of all dues including EMD/ Security Deposit / banning of the firm along wit
g damages from the bidder.
8. Document must NOT be uploaded in OID (Other Important Documents) section, i.e. documents uplo
tender.

9. All applicable Annexures are to be uploaded by the bidder after signing in each page along with seal of
10. All the documents (except printed leaflets and catalogues) uploaded by the bidders along with their bid
ertained/accepted unless they are properly authenticated (signed and duly stamped) by the bidder.
11. Price bid:The Bidder will quote the rate for his offered item. The Price bid of the tenderers will have no
12. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission osf his

V. EVALUATION OF BIDS:
1. The bidder will have to upload scanned copies of various documents as specified in NIT for the evaluati
echno-commercial evaluation.
2. The online bid will be opened on the pre-scheduled date and time of tender and system will automatica

18 / 28
3. Upon opening of the bids, GTE, TPS, BOQ and all other documents uploaded by the eligible bidders get
be declared by the system, based on the comparative statement so generated.
4. Supporting documents of bidders shall be downloaded and evaluated by the Tender Inviting Authority.
5. Shortfall Documents / Confirmatory Documents : During evaluation, shortfall documents/Confirma
ng to submission of EMD. Request for documents and the response shall not be in writing. No modifica
ts, not specifically asked for by BCCL, will be allowed and even if submitted, they will not be considere
6. If the techno-commercial acceptability of bidders is established upon verification of uploaded docume
er evaluation.

Note:
i. The penal provisions will be squarely applicable to all those defaulter firms whose documents are e
ii. The submission of forged document, if any, by the bidder(s), shall be dealt as per extant guidelines

iii. All the details of Techno Commercial bid and Price bid will be kept preserved in the archives for aud
bidders who have participated in the bid along with timing and date will also be kept preserved in th

7. All the details of Techno Commercial bid and Price bid will be kept preserved in the archives for auditin
ers who have participated in the bid along with timing and date will also be kept preserved in the syste

VII. LANGUAGE OF BID:

All correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser shall be
may be written in another language provided they are accompanied by a certified true translation of the re
nslation shall govern. All such translated documents should bear the signature and stamp of the authorized

VIII. COMMERCIAL TERMS AND CONDITIONS OF NIT:


As per terms & conditions applicable.

ENCLOSURES:

Annexure-I : Eligibility / Proven-ness Criteria


Annexure-A : Technical Specifications and Schedule of Requirement
Annexure-A1 :Letter of Bid (LOB)
Annexure-A2 : Other Commercial Information
Annexure-A3 : Undertaking of Authenticity
Annexure-A4 : Mandate Form for Electronic Fund Transfer / Internet Banking Payment
Annexure-A5 : Non-Banning or Delisting Certificate
Annexure-A6 :Acceptance Certificate
Annexure-A7 :Lowest Price Certificate

ANNEXURE–I

ELIGIBILITY AND PROVEN‐NESSCRITERIA

Only proven/ experienced Service Providers having experience in similar category of work are eligib
r Male & Female wards for Regional Hospital Baghmara (24 Hours in 03 shifts per day)” of Govt
Act)

The work order and corresponding satisfactory work completion certificate must be submitted in support of above ex

19 / 28
Annexure-A

SCOPE OF WORK:- Offers are invited for the work “Hiring of para-medical staff for Male & Female w
nts is to be made for maintaining cleanliness of the aforesaid area on daily basis for a period of 12 (twelve) months.

Annexure-A1
Letter of Bid (LOB)
(To be printed on bidder’s letter head, duly signed with seal)

To,

Bharat Coking Coal Ltd. (Barora Area),

PO: Nawagarh, Distt. - Dhanbad

Sub: Tender No. & Date:

Tender ID:

Dear Sirs,

1. Having examined the Bid Documents including Addenda/Corrigenda, if any, I / We, the undersigned, offe
uments.

2. We confirm to accept all terms and conditions contained in the tender document unconditionally.

3. We confirm that until a formal contract is prepared and executed, this bid together with your written ac

4. We understand that you are not bound to accept the lowest or any bid you may receive.

5. We confirm that the contents of the offer are given after fully understanding and all information furnishe

6. We confirm that all information/ documents / credentials submitted along with the tender are genuine, a

7. We confirm that if any information or document submitted is found to be false / incorrect, the said offer
ing termination of the contract, forfeiture of all dues including EMD / Security Deposit and Banning of ou

20 / 28
Yours faithfully,

(Signature of the Bidder)

Name:

Designation:

Date:

Annexure-A2

Other Commercial Information


(To be printed on bidder’s letter head, duly signed with seal)

Sl No Particulars

1 Proof of being Manufacturer (for tendered it


ems)

A Type of registration (SSI/NSIC/DGS&D/BCCL


Ancillary etc)

B Document reference no & date

C Issued by

D Valid up to

E Registration Number

F Name of the Registering Authority.

2 MSME Enterprise (if applicable)

A Kindly confirm whether you are MSME/ Udy


og Aadhar registered or not(Yes or NO)

B Registration Number FOR Micro, Small and


Medium Enterprises

C Industry Type

D Registration Number along with the name o


f the registering Authority.

21 / 28
E Whether owned by SC & ST entrepreneurs

3 GST Details

A GST Registration No.

B Rate of GST

4 PAN No.

5 Authorization of principal manufacturer to q


uote against the tender indicating the tend
er reference to be submitted (if the offer is
submitted by a firm exclusively authorized
to quote on behalf of the manufacturer) Do
cument reference No. & date to be indicate
d.

6 Supply point (from which place and state th


e materials will be supplied) to be mentione
d

7 Kindly confirm whether there is any import


ed items or not

8 In case there is any imported items , kindly


give the name of the imported items.

Annexure–A3

Undertaking of Authenticity

(To be printed on bidder’s letter head, duly signed with seal)

22 / 28
I/We M/s __________________________________ hereby undertake that if the information / declaration / documen
ding at any stage, I/we will be liable to punitive action.

Name of the Bidder

Signature of the Bidder

With Seal of the Firm / Company

Annexure-A4

Mandate Form for Electronic Fund Transfer / Internet Banking Payment


(To be printed on bidder’s letter head, duly signed & sealed with banker’s sign & seal)

(Please fill in the information in CAPITAL LETTERS, Please TICK wherever it is applicable)

1 VENDOR / SUPPLIER / CONTRACTOR / CUST


OMER’S NAME & ADDRESS:

(With Telephone No. & Fax No.)

2 PARTICULARS OF BANK ACCOUNT:


A. BANK NAME:

B. BRANCH NAME:

(Including RTGS Code)


C. 9-DIGIT CODE NUMBER OF THE
BANK & BRANCH (As appearing on MICR
Cheque issued on the Bank) Or 5-DIGIT Co
de Number of SBI
D. ACCOUNT TYPE:

(S.B. Account/Current Account Or Cash Cre


dit with Code 10/11/13)
E. LEDGER NO./LEDGER FOLIO NU
MBER:
F. ACCOUNT NUMBER (CORE BANK
ING) & STYLE OF ACCOUNT

(As appearing on the Cheque Book)

3 DATE OF EFFECT:

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or
tution responsible. I have read the option invitation letter and agree to discharge responsibility expected of
all be borne by us.

Date: (______________________)

Signature of the Customer /

23 / 28
Vendor / Supplier / Bidder

Certified that the particulars furnished above are correct as per our records.

(______________________)

Signature of the Authorized

Officials from the Bank

Annexure–A5

Non-Banning or Delisting Certificate

(To be printed on bidder’s letter head, duly signed with seal)

Our firm has not been suspended, banned or de-listed by any Government or Quasi-Government agencies o

Datue:
Signature of the Tenderer

With Seal of the Firm

Annexure–A6

Acceptance Certificate

(To be printed on bidder’s letter head, duly signed with seal)

We accept all the technical & commercial terms and conditions of this tender without any reservation whats

Date:

Signature of the Tenderer

With Seal of the Firm

Annexure–A7

Lowest Price Certificate

(To be printed on bidder’s letter head, duly signed with seal)

The price quoted by us against this tender is the lowest and is the same as applicable to other Government

Date:

Signature of the Tenderer

With Seal of the Firm

24 / 28
Special Terms and Conditions:
1. Deployment of eligible manpower by the Contractor as per Annexure - II attached with
staggered rest.
2. The Contractor will provide the Identity card and the Uniforms to their workers.
3. The successful Bidder will have to Register and obtain labour license from the Comp
Authority under the Contract Labour (Regulation & Abolition) Act, 1970, the Contract La
same to the Area Manager (Admn), Barora Area.

4. The Contractor will have to familiarize and fully comply with the provisions of all the
Acts/Rules/Regulations/Bye-laws and orders of the local authority/Municipality/State Go
ehicle Act, Workmen’s Compensation Act, Labour laws, Insurance etc .and shall be fully
no responsibility/liability whatsoever on these accounts. The Contractor shall fully inde
same.
5. The Contractor will provide details of office establishment of the for emergency contac
such as mailing address and Telephone/Mobile numbers should be submitted along w
the tender paper.
6. The Contractor will not be provided any garage or accommodation for the staff
deployed.
7. The Contractor will ensure that its staff will not at any time divulge/make known any
trusted information or other matter relating to the affairs of BCCL.
8. The agency will ensure that all its staff are properly trained to carry out their duties in
time.
9. All workers will be employees of the agency and in no case these employees of agenc
10. CMPFO norms to be strictly followed by the contractor. He will ensure the deduction &
deposition of CMPF 12% + Pension 7% from the salary/wages of the workers working
under him every month and submit the proof to the Administration Deptt. Barora Area.
11. Provision of Labour law like, Payment of Wages Act, Payment of Minimum Wages Act,
Contract Labour (Regulation & Abolition) Act, Violation Act & other such Industrial Rule

25 / 28
12. Necessary arrangement for maintaining cleanliness of the aforesaid areas / premises o
daily basis will be required all the time from the contractor.
13. Any dispute arising out of employment of the persons engaged by the contractor shal
contractor’s liability for which he will be solely responsible.
14. The para-medical staff shall work under administrative control of Area Medical Officer
ments, medicines etc. shall be provided by BCCL as per the established rule.
15. The contractor will submit wages sheet, proof of salary/wages payment through Bank,
bill every month.
16. Discipline :- The workers / employees deployed must be non-alcoholic, medically fit and
their antecedents must have been verified by the agency/owner under Contract. In case of negligence, dere
back the employee concerned immediately and will give suitable replacement within 24 hours.

17. BCCL, Dhanbad reserves the right to accept or reject any or all tender without assigning
any reason whatsoever and decision of BCCL, Dhanbad in awarding the work shall be final and cannot be su

18. The contractor has to pay monthly wages to their workers as per the Minimum rate of wages of Central Govt. of Indi

19. All disputes arising out of this contract shall be under the jurisdiction of Dhanbad

Jharkhand Court only and as per the “Law of the Land

Payment Of Price Variation :

Wage Escalation/De-escalation:-
The increase/decrease in wage and its respective impact on statutory payments shall be payable to/ded
ocumentary evidence. The base date for such payment shall be the end date of submission of bids. The
sonnel employed by them. In the event of non-payment of such wages and/or other dues, the total amo
o the personnel employed by them. The contractor

should pay the personnel employed by him through digital mode. Escalation/de-escalation will be made
W = ( W1 –W0 )X1.19 (@ 12% for CMPF & 7% For Pension )Rs
Where W = Increase or decrease in wage rate (Rs).
W0 = Existing Wage(Rs.)
W1 = Changed (Current) Wage (Rs.)
The contractor shall not pay less than the minimum wages to the labourers engaged by him/them as per the min
d category of workers as notified.

ANNEXURE – II

Staff requir Minimum requi Cate Minimum wag Annual expen


ed rement (Ma es including E di ture includi
nshift / Day) gory PF(Rs/Day) ng EPF

(Rs)

Male ward Female wa Total


rd

26 / 28
Nurse 2 nos. * 3 shift 2 nos. * 3 s 12 Highly skille 959 4200420
hifts d

Dresser / OT 1 no. * 3 shift 1 no. * 3 shi 6 Skilled 858 1879020


Assistant fts

Ward Boy 1 no. * 3 shift 1 no. * 3 shi 6 Semi - skill 736 1611840
fts ed

Cleaning staff 1 no. * 3 shift 1 no. * 3 shi 6 Un - skilled 616 1349040


fts

Total 30 Total 9040320

GST @ 5% 452016

Total amount 9492336


including GST

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority in Buy
bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in the bidding proce
governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as null and void and would

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum issued by
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to exemption
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any Category item bu
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without specifying equi
10. Seeking experience from specific organization / department / institute only or from foreign / export experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of this bid, th
details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound to r
representations.

27 / 28
This Bid is governed by the General Terms and Conditions/
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition specified
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a la

undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordanc

ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब
घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।

---Thank You/

28 / 28
UNDERTAKING
Respected Authority,
We M/s Awadh Security Services Pvt Ltd are hereby undertake following
points :-
1. Accepting all terms & conditions of the Tender.
2. Accepting the scope of work of the tenders.
3. Accepting payment of Minimum wages as per labour law applicable
as per tender terms & conditions.
4. Accepting to follow all statutory compliances & clauses as per tender
scope of work & terms & condition.

Thanking you

For Awadh Security Services Pvt Ltd


Op. Head

You might also like