Institute of Animal Health & Veterinary Biologicals

Total Page:16

File Type:pdf, Size:1020Kb

Institute of Animal Health & Veterinary Biologicals

Government of West Bengal DIRECTORATEOFANIMALRESOURCES&ANIMALHEALTH INSTITUTE OF ANIMAL HEALTH & VETERINARY BIOLOGICALS 37, BELGACHIA ROAD, KOLKATA-700037 E-Tender Helpdesk: (033)2223-6236 Tele-fax: (033) 2556-5476 E-MAIL:[email protected] Departmental Website: http:// www.darahwb.org Log-on for submission of bid: http://www.wbtenders.gov.in

SET OF TENDER PAPERS

Each set contains:-

(1) Application Form (Annexure-I).

(2) Detailed Tender Notification Along With Site Details.

(3) Terms & Conditions for Submission of Tender.

(4) Check List.

(5) BOQ.

LAST DATE FOR ONLINE SUBMISSION OF TENDER: 20.9.2017, UP TO 11 AM

Sd/- (Dr. T. K. Sadhukhan) Joint Director, A.R.D. IAH&VB(R&T), Kolkata Government of West Bengal DIRECTORATEOFANIMALRESOURCES&ANIMALHEALTH INSTITUTE OF ANIMAL HEALTH & VETERINARY BIOLOGICALS 37, BELGACHIA ROAD, KOLKATA – 700 037 E-Tender Helpdesk: (033)2223-6236 Tele-fax: (033) 2556-5476 E-MAIL:[email protected] Departmental Website: http:// www.darahwb.org Log-on for submission of bid: http://www.wbtenders.gov.in

E-TENDER NOTIFICATION

No. WBARD/IAHVB/NIT-13(A)/T-7/17-18 Date of issue: 09.8.2017

Online bids (2nd call) are invited by the Governor to the State of West Bengal through the undersigned from the reputed, resourceful & bonafide Private Agency having proven track record for engagement of personnel for housekeeping (with disinfectant & all cleaning accessories for sweeping and cleaning of building premises and surroundings) at i) IAH&VB main building -3 storied with GMP labs and more than 50 rooms, ii) CAM buildings - 3 storied iii) QC division -2 storied iv) FMD building-2 storied v) BSL-II & III Lab 2 storied vi) Surrounding + Gardening under Institute of Animal Health & Veterinary Biologicals,37,Belgachia Road,Kolkata-700037 .

1. Total Housekeeping Personnel required in General Shift: 18 (Eighteen) Nos.

Detailed particulars may be obtained from the website http://www.wbtenders.gov.in from 30.8.2017 & Notice only may be viewed from the Website http://www.darahwb.org.

Online Receipt and Refund of EMD of e Procurement through State Govt. E Procurement Portal

1. Login by bidder: a) A bidder desirous of taking part in a tender invited by a State Government Offices / PSUs, Autonomous and Local Bodies, PRIs, etc. shall login to the e-procurement portal of the Government of West Bengal https://wbtenders.gov.in in using his login ID and password. b) He will select the tender to bid and initiate payment of pre-defined EMD/Tender Fees for that tender by selecting from either of the following payment modes: i) Net banking (any of the banks listed in the ICICI Bank payment gateway) in case of payment though ICICI Bank payment gateway : ii) RTGS/NEFT in case of office payment through Bank Account in any Bank.

2. Payment Procedure : a) Payment by the Net Banking (any listed bank) through ICICI Bank payment Gateway. i) On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank payment Gateway web page(along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction. ii) Bidder will make the payment after entering his Unique ID and Password of the Bank to process the transaction. iii) Bidder will receive a confirmation message regarding success/failure of the transaction. iv) If the transaction is successful , the amount paid by the bidder will gate credited in the respective pooling account of the State Government /PSU/ Autonomous Body /PRIs, etc. maintain with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. v) If the transaction is failure the bidder will again try for payment by going back to the first step. Payment though RTGS/NEFT

i) On selection of RTGS/NEFT as the payment mode, the e-procurement portal will show a pre-filled challan having the details to process RTGS/NEFT transaction. ii) The bidder will print the challan and used pre-filled information to make RTGS/NEFT payment using his Bank account. iii) Once payment is made , the bidder will come back to the e procurement portal after expiry of a reasonable time to enable the NEFT/RTGS process to complete, In order to verify, the payment made and continue the bidding process. iv) If verification is successful , the fund will gate credited to the respective pooling account of the State Government / PSUs/ Autonomous Body/Local Body / PRIs, etc. maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. v) Here after, the bidder will go to e-procurement portal for submission office bid. vi) But if the payment verification is unsuccessful the amount will be returned to the bidders account.

Continued on Page- 2

Page- 2 3. Refund/Settlement process: i) After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-procurement portal of the State Government, the tender inviting authority will declare the status of the bid as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to ICICI Bank by the e- procurement portal through web services. ii) On receipt of the information from the e-procurement portal, the bank will refund, through an automated process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders’ bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of bid is uploaded to the e-procurement portal by the tender inviting authority. iii) Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of

the technically qualified bidders other than that of the L- 1 and L-2 bidders will be refunded, through an automated process, to the respective bidders bank accounts from which with they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is uploaded to the

e-procurement portal by the tender inviting authority. However, the L1 bidder should not be rejected till the LOI process is successful.

iv) If the L1 bidder accepts the LOI and the same if processed electronically in the e-tender portal,

EMD of the L2 bidder will be refunded through an automated process to his Bank account from which he made the payment transaction. Such refund will take place within T+2 Bank Working

Days where T will mean the date on which information Awarded of contract (AOC) to the L 1 bidder is uploaded to the e-procurement portal by the tender inviting authority.

v) As soon as the L1 bidder awarded of contract (AOC) and the same is processed electronically in e-procurement portal.

a) EMD of the L1 bidder for tender of State Government Office will automatically gate transferred from the pooling account to the State Government deposit head ‘’8443- 00-103-001-07’’ through

GRIPS along with the bank particulars of the L1 bidder.

b) EMD of the L1 bidder for tenders of the state PSUs/Autonomous Bodies/Local Bodies/ PRIs etc. will automatically gate transferred from the pooling account to their respective linked bank

account along with the bank particulars of the L1 bidder. In both the above cases, such transfer will take place within T+1 Bank Working Days where T will mean the date on which the Award of Contract (AOC) is issued. vi) The Bank will share the details of the GRN No. Generated on successful entry in GRIPS with the e-procurement portal for updation.

vii) Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidder will be transferred electronically from the pooling account to the Government revenue receipt head ‘’0070-60-800-013-27’’ through the GRIPS for government tender and to the respective link bank account for State PSUs/Autonomous Bodies/Local Bodies/PRIs etc. tenders. viii) All refunds will be made mandatorily to the Bank Account from which the payment of EMD and Tender fees (if any) were initiated.

Each tender must be supported by:- a) Each tender, unless the bidder is exempted under the existing order of the Govt. of West Bengal or Govt. of India, will have to deposit Earnest Money Rs.30,000/- (Rupees Thirty Thousand) only as per above manner or Document Showing EMD Exemption to be uploaded. E.M.D. in any other manner is not acceptable. b) Scanned Original PAN Card issued by IT Dept., Govt. of India. c) Scanned Original License for carrying business in contract labour engagement Agency (valid up to 31.12.2017). d) Scanned Original Valid 15 Digit Goods & Services Taxpayers Identification Number (GSTIN) under GST Act, 2017 issued by appropriate authority. e) Scanned Original EPF & ESI Registration Certificate issued by appropriate authority. f) Application Form in Annexure-I [Service Charge in BOQ should not be indicated in the Application, Disclosure of S.C. anywhere other than BOQ will be a disqualification & such tender will be rejected]. g) Intending bidders should have proven track record & experience of employing engagement of personnel for housekeeping during last financial year. Documentary evidence in support of performing same type of job in State/Central Govt./Semi Govt./Govt. Undertaking/

Autonomous body along with list of Clients & payment certificate should be scanned and uploaded. h) Average Annual Turnover of the bidder should not be less than Rupees Fifty lakh. The up-to-date Balance Sheet in 3 CD Format, Receipt Payment Statement & Income-Expenditure Statement of the bidder duly authenticated by any Registered Chartered Firm should be scanned & uploaded in the prescribed e-tender portal. i) Terms & conditions for submission of tender digitally signed will have to be scanned & uploaded as a token of acceptance in the prescribed e-tender portal. j) All the submitted documents should bear Page number & must be indicated in the CHECK LIST.

N.B.: AGENCIES HAVING NIL EXPERIENCE WILL NOT BE CONSIDERED. No Tender will be accepted, if the same is not supported with all the above documents. Continued on Page- 3

Page- 3

The quoted service charge should remain valid for TWENTY FOUR MONTHS but the period may be extended or curtailed at the discretion of the undersigned/Tender Committee & requirement. The revision of minimum wages, ESI, PF, Service Tax as would be revised by the Govt. from time to time will be paid on submission of Tax Invoice supported by relevant Govt. Order. But percentage of Service Charge of the successful bidder cannot be changed in any case.

Online submission of bid will start from 2 pm on 30 th August 2017. The last date of th submission of bid (Technical & Financial) is up to 11 am on 20 September2017. The technical bid will be opened on 22 nd September 2017 at 11am. The date of opening of financial bid will be notified later on.

For any clarification the bidder may contact e-tender helpdesk (033) 2223-6236/ (033) 2556-5476

IMPORTANT : BEFORE QUOTING RATE INTERESTED PARTIES WILL HAVE TO VISIT INSTITUTE OF ANIMAL HEALTH & VETERINARY BIOLOGICALS, 37,BELGACHIA ROAD, KOLKATA-700037 TO GET A CLEAR IDEA ABOUT THE JOB TO BE UNDERTAKEN. THE BIDDERS MUST ABIDE BY THE ENCLOSED TERMS OF CONTRACT & NO DEVIATION WILL BE ALLOWED.

Sd/- (Dr. T.K. Sadhukhan) Joint Director, ARD IAH&VB(R&T), Kolkata Government of West Bengal DIRECTORATEOFANIMALRESOURCES&ANIMALHEALTH INSTITUTE OF ANIMAL HEALTH & VETERINARY BIOLOGICALS 37, BELGACHIA ROAD, KOLKATA - 700037

Terms & Conditions for submission of Tender against online N.I.T. No. WBARD/IAHVB/NIT-13(A)/T-7/17-18 Dated 09.8.2017. 1. MINIMUM ELIGIBILITY CRITERIA

(A) Average Annual Turnover of the bidder should not be less than Rupees Fifty Lakh. (B) Performing same type of job experience of employing of personnel for housekeeping in the last financial year. Documentary evidence in support of performing same type of job in State/Central Govt. /Semi Govt. /Govt. Undertaking/Autonomous body along with list of Clients & payment certificate should be scanned and uploaded. Agencies having nil experience will not be considered. (C) Housekeeping Personnel having sound physique & possess good character must be provided. (D) The successful agency shall be responsible for production & updating of all statutory registers (including daily attendance, Provident Fund, ESI etc.) as & when required by the authority. (E) The successful agency shall be solely responsible for timely payment (e.g. within 10 th day of preceding month) of monthly wages as per minimum wage rules framed by the Labour Dept.; Govt. of West Bengal.

2. E-BIDDING

(i) In the event of e- f i l l i n g , i n t e n d i n g b i d d e r m a y d o w n l o a d the tender d o c u m e n t f r o m the website http://www.wbtenders.gov.in d i r e c t l y w i t h the h e l p of Digital S i g n a t u r e C e r t i f i c a t e . E a r n e s t M o n e y i s t o b e d e p o s i t e d i n t h e m a n n e r p r e s c r i b e d i n N I T . (ii) B o t h Technical Bid & Financial Bid are to be submitted c o n c u r r e n t l y d u l y d i g i t a ll y s i g n e d in the website h t t p : / / e t e n d e r . w b . n i c . i n . (iii) T h e f i n a n c i a l o f f e r of the i n t e n d i n g b i d d e r will be c o n s i d e r e d o n l y if the T e c h n i c a l B i d of the b i d d e r is f o u n d q u a l i f i e d by the ‘ T e n d e r C o m m i t t e e ’ . T h e d e c i s i o n of the ‘Tender E v a l u a t i o n C o m m i t t e e ’ will be final & a b s o l u t e in t h i s r e s p e c t . T h e list of Q u a l i f i e d B i d d e r s will be displayed in the website.

3. EARNEST MONEY DEPOSIT (i) Each tender, unless the bidder is exempted under the existing order of the Govt. of West Bengal

or Govt. of India, will have to deposit Earnest Money Rs.30,000/- (Rupees Thirty Thousand) only as per prescribed manner stated in the N.I.T. or Document Showing EMD Exemption is to be uploaded. E.M.D. in any other manner not acceptable. (ii) In no circumstances, Demand Draft, Bankers’ cheque, Pay Order, T.R. Challan, Cash, G.P. Note, Pass Book, Fixed/Term Deposit, Token of Bank, A/c. Payee Cheque will be accepted save & except those mentioned in the N.I.T. as Earnest Money Deposit. (iii) The Earnest Money Deposit shall not carry interest. This Office is not liable for deposition of excess of Earnest Money. (iv) Earnest Money deposited before the date of issue of this online NIT will not be accepted. Earnest Money Deposit of previous tender will not be adjusted/ considered for this tender. (v) The onus of proving that a Bidder is exempted from depositing Earnest Money will be on the Bidder & must be proved by submission of valid documents to that effect, e.g., Co-operative Societies of this State should furnish Registration Certificate from the State Register of Co-Operative Societies. (vi) Earnest money will be released in due course after finalization of tender & in the following cases a. Tender documents which are not valid. b. After deposition of prescribed Security Money. c. Since a panel of 2nd Lowest Rate(s) is/are to be maintained the Earnest Money Deposit(s) of such firm(s) will be retained up to 6 (Six) months from the date of approval of 1st Lowest Rate due to obvious reason. For such retention no interest shall be payable. d. In other cases, it will be released in due course.

4. TENDER PRE-REQUISITES (i) Scanned ORIGINAL Application Form in Annexure-I, PAN, License for carrying business in contract labour engagement Agency , Valid 15 Digit Goods & Services Taxpayers Identification Number (GSTIN) under GST Act, 2017 , (all valid up to 31.12.2017) are to be furnished along with bid. (ii) Bidders, if they do not furnish Service Tax Registration Certificate along with offer, must have to furnish the same at the time of receiving payment against bill otherwise payment will not be made. (iii) Duly certified copy of English version of pre-requisites as in (i) are to be furnished. (iv) In no case, Affidavit of License for carrying business in contract labour engagement agency, GSTIN Registration Certificate will be accepted. Continued on Page-2

Page-2

(v) Original Trade License/Valid 15 Digit Goods & Services Taxpayers Identification Number (GSTIN) under GST Act, 2017, Exemption Certificate or any other document is required to be furnished for examination when called for. (vi) Documents in support of performing same type of job, employing of housekeeping works in last financial year in State/Central Govt./Undertaking/ Autonomous body along with name of the clients are to be furnished. Agencies having nil experience will not be considered. (vii) Attested copies of up-to-date Balance Sheet in 3 CD Format, Receipt Payment Statement & Income-Expenditure Statement of the bidder duly authenticated by any Audit Firm showing annual turnover not less than Fifty Lakh. (viii)This tender schedule is to be uploaded duly signed in all pages with tender as a token of acceptance. (ix) All the submitted documents should bear Page number & must be indicated in the CHECK LIST.

5. SERVICE CHARGE

(i) Service Charge for housekeeping including all essential accessories as mentioned in 5 (iii) should be quoted only in the BOQ. Before quoting service charge intending bidders should visit the job site. (ii) The revision of minimum wages, ESI, PF, GST etc as would be revised by the Govt. from time to time will be paid on submission of Tax Invoice which should be supported by relevant Govt. order. However, the percentage of Service charge of the successful bidder cannot be changed in any case during the tenure of service. (iii) The Quoted Service Charge should be inclusive of all charges viz. profit, cost of two sets of Uniform, bleaching powder, muriatic acid, disinfectant viz. Phenyl, naphthalene balls/cube, cleaning articles/accessories viz. COLIN, HARPIC, Commode Brush, SCOTCHBRITE, Soap (both Liquid & Powder),

Stick Broom, Wall broom, Shovel, Bucket, Garbage Bucket, Garbage Bag, ODONIL, Toilet wiper, Mop (both wet & dry), Torch, Batteries, Raincoat, Gumboot, , Baton & all other accessories required for Sweeping ,Cleaning and Gardening . (iv) Abnormally low service charge quoted by a bidder with some malafide intention will not be accepted, if detected.

6. VALIDITY

(i) The period of contract will be for two years. Order will be placed initially for 6 (six) months subject to extension in three phases for another 18(eighteen) months depending upon satisfactory performance & requirement. The period of contract may further be extended at the discretion of the undersigned after expiry of contract. In case of poor performance the undersigned shall be at liberty to terminate/curtail the contract at any point of time without any prejudice. (ii) Rate quoted shall hold well for Twenty Four months from the date of approval of rate by the Tendering Authority and/or any extended period, if situation arises & any refusal will be dealt with as per Tender Rule. (iii) The Validity period of rate may further be extended/ curtailed at the discretion of the undersigned/ Tender Committee at the time of finalization of tender or after expiry of the period of validity.

7. AGREEMENT

(i) The Successful Bidder will have to enter into a contractual agreement with the Govt. in standard

format embodying the tender terms & conditions in Non-Judicial Stamp Paper worth H.10/- (Rupees Ten) only.

8. SECURITY MONEY DEPOSIT

(i) The successful bidder will have to deposit security money to cover 5% (Five Percent) of the value tendered per month multiplied by 12(Twelve) months subject to maximum of Rs.1,00,000/- (Rupees One Lakh) only within 7 (seven) working days from the date of issue of order failing which the order will be cancelled along with forfeiture of Earnest Money Deposit. (ii) The Security Money may carry interest. This office is not liable for deposition of excess Security Money. Partial Deposit/ adjustment with previous deposit(s) will not be accepted. (iii) Security Money will be refunded after satisfactory completion of work. No proportionate refund of Security Money will be allowed if the undersigned compels to terminate the contract on premature basis for non- observance of contractual obligations.

9. PENAL MEASURE

1. The Earnest money Deposit furnished by a firm will be liable to be forfeited in full (including excess amount of earnest money, if deposited), if the firm withdraws tender as a whole or for any particular item at any stage during the tenure of tender or fails/refuses to enter into written agreement once the rate for any/all items is/are accepted within the time specified when requested to do so by this Office &/or refuses to deposit security money. Such firms offer will not be taken into consideration in future & shall liable to be black listed for 3(three) years. Continued on Page-3 Page-3

2. The Security Money Deposit furnished by a bidder is liable for forfeiture in full (including excess amount of Security Money, if deposited) along with cancellation of order without prejudice in the event of failure/refusal to maintain the contract &/or non-observance of terms & conditions of N.I.T. & the authority will be at liberty to terminate the contract as a whole or part. Any delay in disbursing wages to the engaged housekeeping personnel will lead to termination of contract along with forfeiture of security money deposit in full.

3. Notice seeking explanation (Show cause) will be served in the event of any loss or damage to the Govt. Property by the housekeeping personnel provided by the successful party for or by any person, full cost due to loss/damage will be recovered from monthly bills or Security money deposit of the successful party or in any manner as will be decided by the authority after detailed enquiry/investigation to be done by the competent authority which will be binding on the successful party . The deduction for absence of housekeeping personnel will be made on pro-rata basis from the monthly bill. 4. In case of poor performance the undersigned shall be at liberty to terminate/curtail the contract at any point of time without any prejudice.

10. SUBMISSION OF TENDER

The tender is to be submitted in two bid system, one Technical Bid & other Financial Bid. The documents will get encrypted (transformed into non-readable formats). A.TECHNICAL PROPOSAL: “BID–A”: The Technical proposal should contain scanned copies of the following documents in two covers. (1) STATUTORY COVER containing the following documents:-

1 Each tender, unless the bidder is exempted under the existing order of the Govt. of WB or Govt. of India, will have to deposit Earnest Money Rs.30,000/- (Rupees Thirty Thousand) only as per prescribed manner or Document Showing EMD Exemption to be uploaded. 2 Check List in the prescribed format. 3 Application in the prescribed format given in Annexure I. 4 Copy of NIT & terms &conditions digitally signed.

(II).NON-STATUTORY COVER/ MY SPACE containing the following documents: Sl. Category Sub Category Description 1 CERTIFICATES- i) PAN Card of the authorized signatory.  All certificates are to ii) Valid 15 Digit Goods & Services Taxpayers be furnished in Identification Number (GSTIN) under GST Act, 2017. English Vernacular iii) Credential showing employing of house keeping  Affidavits are not personnel in State/Central Govt./Undertaking/ valid. Autonomous body in the last financial year.  Scanned original copy iv) Credential showing Turnover of not less than Fifty Lakh issued by competent authority as described in the N.I.T. 2 COMPANY DETAILS i) License for carrying business in Contract Labour Scanned original copy issued by competent authority valid up to 31.12.2017.

N.B.: ALL STATUTORY & NON-STATUTORY DOCUMENTS ARE REQUIRED TO BE FURNISHED IN ORIGINAL AS & WHEN ASKED FOR.

B.FINANCIAL COVER: BID- B: BOQ:

a. Single percentage of Service charge for the entire work (i.e. housekeeping) including all essential accessories

as mentioned in clause no. 5 (iii) above should be quoted only in the BOQ. Before quoting service charge intending bidders should visit the job site.

11. DATES & INFORMATION

Sl. Activity Date, Time & Venue 1. Date of Publishing of N.I.T. & other Documents (Online) 30.8.2017 after 2 pm 2. Starting Date of Downloading Documents (Online) 30.8.2017 after 2 pm 3. Bid submission date (Online) 30.8.2017 after 2 pm onwards. 4. Date of hosting of documents at departmental Website 30.8.2017 after 2 pm 5. Closing date of downloading documents & online bid submission 20.9.2017 up to 11 am

6. Bid opening date for Technical bid (Online) 22.9.2017 bat 11 am onwards 7. Date of uploading list for Technically Qualified Bidder(Online) To be notified later on 8. Date for opening of Financial bid (Online) To be notified later on

9. Date of uploading of list of Bidders along with the approved rate To be notified later on. Continued on Page 4

Page-4

JD,ARD,IAH&VB ,KOLKATA RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE & NOTICE BOARD.

12. GENERAL (i) The monthly wages of the engaged housekeeping personnel should be disbursed within 10th day of preceding month.. Any complaint in this regard lodged from any corner will be viewed seriously. (ii) The services of the house keeping personnel deployed by the successful party will be placed at the disposal & administrative control of the head of institute. (iii) Responsible housekeeping personnel should be of age group of 21 to 40 years having sound physique possess good character must be provided by the successful agency. In case any personnel provided found unsuitable, the authority shall have the right to ask for replacement without giving any reason thereof. On receipt of

written communication, the party shall replace such person immediately. Any instruction for withdrawal of any housekeeping personnel is to be carried out forthwith by simultaneous placement of substitute.

(iv) The name, complete profile of housekeeping Personnel along with recent color photo & full address of the personnel to be put on duty shall have to be communicated to the head of establishment of this office. The agency should keep close vigil of the job. (v) The successful agency shall be responsible for production & updating of all statutory registers (including daily attendance, Provident Fund, ESI etc) as & when required. (vi) There will be no employer-employee relationship between the authority and the personnel to be provided by the successful bidder. (vii) The housekeeping personnel provided by the successful party will be responsible of sweeping, cleaning and gardening of the area already mentioned at the Institute Buildings and campus. (viii)It shall be responsibility of the successful party to provide two sets of suitable uniform (summer, rainy &

winter season) to the housekeeping personnel employed to perform their duties along with all other items like disinfectant & all sweeping, cleaning and gardening accessories viz. broom, bucket, mop etc and extra payment for the same will not be admissible. (ix) The dress code for male personnel would preferably be Black Trouser, Light Blue Shirt and Black Shoes.

Female personnel, if provided, may wear white blouse, deep blue sari & grey canvas shoes (Two sets each). Dress code may be changed, if desired by the undersigned. (x) The successful party shall be solely responsible for paying the monthly wages as per minimum wage rules, ESI, PF or any other liabilities framed by the Govt. time to time to the personnel engaged by them and this office shall in no way be responsible for meeting any demand on salary or any other account to those personnel engaged by them. (xi) The authority will not be have any liability whether Civil or Criminal offence/activity, if performed, by the engaged housekeeping personnel. (xii) The Govt. will not be held responsible for any mishap of whatever nature it may be viz. death by snake biting, drowning, lightning etc. to the employed staff of the successful party while in duty. (xiii)If there be any blockage in Sewerage Pipe Line/Latrine/Main Tank, the same must be attended & cleaned on receipt of instruction. Cleaning work is to be undertaken regularly for performing the cleaning works of the above noted locations/buildings including drains, sewerage systems etc for maintaining proper hygienic condition of the premises.

13. PAYMENT

(i) The payment of consolidated monthly charges to the house keeping personnel deployed by the successful

private agency would be guided by G.O. # 3687-F(Y) dated 02.5.2012 issued by the Special Secretary, to the Govt. of West Bengal, Finance Department, Audit Branch. (ii) No advance payment (Part or full) will be entertained in any case. (iii) Tax Invoice is to be sent in Triplicate along with relevant Govt. order, if any, after completion of every month addressed to the head of the site for making payment. Monthly payment will only be released after checking employee wise EPF/ESI deposit documents, attendance & other terms. (iv) Periodical inspection/ surprise visits will be carried out by the Officers authorized by the head of each establishment regarding performance of the agency during the tenure. The payment will be released after inspection of the area proposed for housekeeping. (v) Payment shall be made after executing the order satisfactorily in all respect. However, no interest shall be paid to the firm, if the payment is delayed due to whatsoever reasons. In no circumstances, duties should be affected and or linked with the payment of outstanding bills. The payment of bills shall be withheld, in case of violation of any tender terms & conditions. (vi) Statutory deduction of VAT and Income Tax will be made from the Bill of cost as per rules.

14. MISCELLANEOUS (i) No additional terms & conditions shall be put forth by the bidder and such offer(s) will not be taken into consideration. (ii) No tender Pre-requisites or hard copy will be accepted after closing date.

(iii) Conditional tenders & tenders not accompanied with the documents as mentioned in Clause # 2 & 3 above shall be summarily rejected without any reference made to the bidder & no correspondence will be entertained.

Continued on Page 5 Page-5

(iv) The intending bidders are requested to attend the Pre-bid meeting as per schedule. (v) In the event of delay/non-availability/garbled printout/inconvenience in getting access to the Website for downloading tender documents, the authority will not be held responsible. (vi) Abnormally low percentage of service charge quoted by a tendering firm in the BOQ with some malafide intention will not be accepted, if detected. (vii) D u r i n g s c r u t i n y , if it c o m e s to the n o t i c e of the t e n d e r i n v i t i n g a u t h o r i t y t h a t the c r e d e n t i a l or a n y o t h e r p a p e r f o u n d i n c o r r e c t / m a n u f a c t u r e d / f a b r i c a t e d , t h a t b i d d e r w o u l d not be allowed to p a r t i c i p a t e in the tende r & t h a t a p p l i c a t i o n will be r e j e c t e d w i t h o u t a n y p r e j u d i c e . (viii) D u r i n g e v a l u a t i o n the u n d e r s i g n e d m a y s u m m o n the b i d d e r s & s e e k c l a r i f i c a t i o n /i n f o r m a t i o n or a d d i t i o n a l d o c u m e n t s or o r i g i n a l h a r d c o p y of a n y of the documents a l r e a d y s u b m i t t e d & if t h e s e are not produced w i t h i n the stipulated t i m e f r a m e , t h e i r p r o p o s a l s will be liable for rejection. (ix) The offer may go to the next bidder, if the successful bidder fails to perform the contract. (x) No negotiation/enquiry/subsequent representation regarding quoted percentage of service charge or otherwise will be entertained. (xi) Latest guidelines pertaining to purchase of stores issued by the Govt. of West Bengal will be followed provided that there is no specific instruction of the Tender Committee in this regard. (xii) If t h e r e be any o b j e c t i o n r e g a r d i n g p r e q u a l i f y i n g the a ge nc y t h a t s h o u l d be lodged to the

u n d e r s i g n e d w i t h i n 2 ( t w o ) d a y s f r o m the d a t e of p u b li c a t i o n of list of q u a l i f i e d a g e n c i e s & b e y o n d t h a t t i m e s c h e d u l e no o b j e c t i o n will be e n t e r t a i n e d . (xiii) Any dispute / difference arising out of this Tender will be referred to the sole arbitrator to be appointed by the undersigned and the same will be held at Kolkata. Arbitrator will have the power to pass interim order and will be guided by the Arbitration & Conciliation Act, 1996. (xiv) When a Tendering Firm submits their tender in response to this Notification, they will be deemed to have understood fully the contents, the requirements, terms & conditions of this tender. No extra payment will be made on the pretext that the Tendering Firm did not have a clear idea of any particular point. Any offer made in response to this tender when accepted by the Tendering Authority will constitute a Contract between the parties. (xv) Non-compliance to any terms & conditions laid herein shall constitute a breach of contract & penalty for non- compliance shall be enforced very rigidly. (xvi) Considering local security aspects, the undersigned will have the right to incorporate a few conditions, if unavoidable.

Sd/- (Dr. T.K. Sadhukhan) Joint Director, ARD IAH&VB(R&T), Kolkata

CHECK – LIST

Information about Bidders (To be furnished online with the Technical bid)

Serial Page Description Particulars Number Number 1. Name of the Firm

1. (a) Registered Address with PIN, Phone No., E-mail, FAX etc.

(b) Sole Owner or Partnership Firm.

3. Name of the Person authorized to enter into & execute Contract Agreement 4. Earnest Money deposit for each site, whether deposited, if not attested copy of Exemption Certificate attached. 5. Scanned Original PAN Card whether uploaded. 6. Scanned Original Valid 15 Digit Goods & Services Taxpayers Identification

Number (GSTIN) under GST Act, 2017 whether uploaded. 7. Scanned Original Trade License whether uploaded. 8. Copy of Terms & Conditions of the Tender duly signed in each page whether enclosed. 9. Scanned Original Documentary Evidence in support of employing of housekeeping personnel in a Govt./ Undertaking/Autonomous body in last financial year whether uploaded. 10. List of Clients whether uploaded.

11. Scanned Original Documentary Evidence in support of prescribed Annual Turnover of Fifty Lakh issued by competent authority whether uploaded. 12. Scanned original License for carrying business in contract labour engagement Agency issued by competent authority valid up to 31.12.2017..

Signature of the Bidder with Date & Office Seal

Annexure-I Application Format (To be furnished in the Company’s Official Letter Head Pad with full Address with contact no. Telephone No. FAX No., e-mail No., Website etc.)

To The Joint Director, A.R.D., Institute of Animal Health & Veterinary Biologicals, 37, Belgachia Road, Kolkata-700 037.

Sub: Engagement of Housekeeping personnel at IAH&VB, Kolkata. Sir,

With reference to your online N.I.T.-WBARD/IAHVB/NIT-13(A)/T-7/17-18 dated 09.8. 2017, I am/We are furnishing my/our service charge for the tendered job for as per your detailed terms & conditions. Should this tender be accepted, I/We hereby agree to abide by & fulfil all the terms & conditions laid down in the online N.I.T. and the particulars available in the Tender Notice & the details given in the specification/ Description or in default thereof to forfeit & pay the Governor of the state of West Bengal, or his successor in office the penalties/sums/or of money that may be imposed by the Joint Director, ARD, IAH&VB, Kolkata , the earnest money deposited herewith or from other money deposited by me/us or from the bills that will be payable to me/us for the supplies to be made.

I/We also agree that the decision of the Joint Director, ARD, IAH&VB, Kolkata in all matters in respect of this online tender will be final & binding on me.

I/We also agree to execute on being called upon to enter into a formal agreement embodying the terms & conditions contained herein &/or on usual terms & conditions & on default on my/our doing so, the Earnest Money deposited by me/us will liable to be forfeited.

Yours faithfully,

Date: Signature & office seal:

Name of the Firm:

Address with PIN:

AGREEMENT

The articles of agreement made this day day of in the year of Two Thousand ______between the Governor of the State of West Bengal represented by the Joint Director, ARD, Institute of Animal Health & Veterinary Biologicals, 37, Belgachia Road, Kolkata-700037 hereinafter referred to as the “Governor’ (which expression shall include here successors in office and assigns) of the One Part.

And represented by , Proprietor/Partner/Director h ereinafter referred to as the “Contractor” (which expression shall unless excluded by repugnant to the context be deemed to include his heirs executors administrators representatives and assigns) of the Other Part. WHEREAS the contractor submitted an online tender to the Governor through the Joint Director, ARD, Institute of Animal Health & Veterinary Biologicals, on the on the ______day of ______Two Thousand ______.for engagement of personnel for housekeeping mentioned in the said online tender a copy whereof is annexed hereto and the Governor has accepted the said online tender so submitted by the Contractor on the ______day of ______Two Thousand ______.

AND WHEREAS the Contractor has agreed to execute a formal Agreement embodying the terms & conditions of the said online tender and the other terms & conditions.

NOW THIS INDENTURE WITNESSETH AND IT IS HEREBY AGREED AS FOLLOWS:

1. That the Contractor agrees to engage housekeeping personnel as detailed in the online N.I.T. WBARD/IAHVB/NIT-13(A)/T-7/17-18 dated 09.8.2017 submitted by the Joint Director, ARD, Institute of Animal Health & Veterinary Biologicals, Kolkata, which has been duly accepted by the Governor on the ______day of ______Two Thousand ______for consideration and on the terms & conditions mentioned in the said online tender. 2. That the Contractor shall duly and faithfully observe perform and fulfil the terms and conditions mentioned in the said online tender submitted by the Contractor and in default thereof the Governor shall have the right and be entitled to recover all damages suffered by the Governor and/or the Govt. of West Bengal and shall be entitled to forfeit the amount of the Security Deposit, proportionate deduction from the pending bills mentioned in the said online tender after assigning Natural Justice to the Contractor. Continued on Page 2 Page-2

3. That all the terms & conditions and covenants on the part of the Contractor contained in the said online tender so submitted by the Contractor, a copy whereof is annexed here to shall be deemed to form and shall be treated as forming a part of this Agreement and the Contractor shall be bound to observe and fulfil the said terms & conditions and covenant on the part of the Contractor herein contained as if the same are specifically embodied herein.

4. That the Contractor will take care of safety & security of valuable Govt. property/assets.

5. That any dispute and or differences arises regarding anything concerning this

Agreement of the tender of the construction of these presents of the said online tender or any of the terms/conditions and covenants therein contained the decision of the Director of Animal

Husbandry & Veterinary Services, West Bengal, therein shall be final & binding on the parties.

6. Any dispute / difference arising out of this Tender will be referred to the sole arbitrator to be appointed by the Director of Animal Husbandry & Veterinary Services, West Bengal and the same will be held at Kolkata. Arbitrator will have the power to pass interim order and will be guided by the Arbitration & Conciliation Act, 1996.

7. That the house keeping Personnel so provided by Contractor should be of age group of 21 to 40 years having sound physique possess good moral character. In case any personnel provided found unsuitable, the Governor shall have the right to ask for replacement without assigning any reason thereof. On receipt of written communication, the Contractor shall replace such person immediately. Any instruction for withdrawal of any housekeeping personnel is to be carried out forthwith by simultaneous placement of substitute.

8. There will be no employer-employee relationship between the Governor and the personnel so provided by the Contractor.

9. The names with color Photo & full address of the personnel to be put on duty shall have to be communicated to the head of the office. The attendance sheet of personnel is to be maintained & the same shall have to be signed by the head of the establishment or his authorized representative which will have to be submitted along with monthly bill for payment. The Contractor will be responsible for production & updating of all statutory registers (including daily attendance, Provident Fund, ESI etc.) as & when required.

10. That the services of housekeeping Personnel deployed by the Contractor will be at the disposal and administrative control of the Head of the establishment. Continued on Page 3 Page-3

11. That the Contractor will solely responsible for paying the monthly minimum wages and other statutory benefits as per rules framed by the Labour Department, Govt. of West Bengal or any other liabilities to the personnel engaged by the contractor & the Government shall in no way be responsible for meeting any expenditure on salary or any other account to those personnel engaged by you. The monthly wages of the engaged security personnel should be disbursed within 10th day of preceding month. 12. Periodical inspection/Surprise Visits will be carried out by the Officer authorized by the head of the office regarding actual performance of the Contractor during the tenure. Payment will be released after inspection of the area proposed for protection. 13. That necessary Notice seeking explanation will be served, in case of any loss or damage done to the Govt. property by the house keeping Personnel, Full cost of loss/damage/, if there be any, will be recovered from Monthly bills/Security Money Deposit or in any manner as will be decided by the Head of the Institute after detailed investigation to be done by the competent authority which will be binding on you. The deduction of absence of housekeeping personnel will be made on pro-rata basis from the monthly bill.

14. That the revision of min. wages, ESI, PF, Service Tax etc as would be revised by the Govt. from time to time will be paid on submission of Tax Invoice which should be supported by relevant Govt. order. However, the percentage of Service charge of the contractor cannot be changed in any case during the tenure of service. In case of receipt of any complaint from the house keeping Personnel of the Agency on duty regarding non- receipt of min. wages, etc. from the employer, the undersigned may take necessary action as deem fit. 15. That the Security Money Deposit so furnished by the Contractor is liable for forfeiture in full along with cancellation of order without prejudice in the event of failure/refusal to maintain the contract &/or non-observance of terms & conditions of tender & the authority will be at liberty to terminate the contract as a whole or part. Any delay in disbursing wages to the engaged security personnel will lead to termination of contract along with forfeiture of security money deposit in full. 16. Notice seeking explanation (Show cause) will be served in the event of any loss or damage to the Govt. Property, full cost due to loss/damage will be recovered from monthly bills or Security money deposit of the contractor or in any manner as will be decided by the authority after detailed enquiry/investigation to be done by the competent authority which will be binding on the contractor. The deduction for absence of housekeeping personnel will be made on pro-rata basis from the monthly bill. Continued on Page 4

Page-4

17. That in the event of poor performance the Governor shall be at liberty to terminate/curtail the contract at any point of time without assigning reason. 18. That the payment shall be made after executing the order satisfactorily in all respect. However, no interest shall be paid to the firm, if the payment is delayed due to whatsoever reasons. In no circumstances, duties should be affected and or linked with the payment of outstanding bills. The payment of bills shall be withheld, in case of violation of any tender terms & conditions. 19. Tax Invoice is to be sent in Triplicate along with relevant Govt. order, if any, after completion of every month addressed to the head of the site for making payment. Monthly payment will only be released after checking employee wise EPF/ESI deposit documents, attendance & other terms.

20. The Joint Director of ARD, IAH&VB, Kolkata, will not shoulder any prayer made by the person engaged by the contractor.

21. That the Governor will not be held responsible for any accident arising out of and in course of employment. The Governor will not have any liability whether Civil or Criminal offence/activity, if performed, by the engaged Security Personnel.

22. That it shall be responsibility of the Contractor to provide two sets of suitable uniform (Summer, Rainy & Winter seasons) to the house keeping personnel employed to perform their duties along with all other items like disinfectant and other cleaning material and extra payment for the same will not be admissible.

23. That considering local security aspect, the Local authority will have the right to incorporate a few conditions, if unavoidable.

IN WITNESS WHEREOF the parties to these presents hereinto have set and subscribed their respective hands the day month and year first above written.

SIGNED & DELIVERED: ------In the presence of: 1) Witness:

SIGNED on behalf of the Governor of the State of West Bengal (Dr. T. K. Sadhukhan) Joint Director, ARD

IAH&VB(R&T), Kolkata

Recommended publications