क्षेत्रीय कायााऱय - केरऱ, कर्ाचारी रा煍य बीर्ा निगर्, श्रम एवं रोज़गार मंत्राऱय, भारत सरकार पंचदीप भवन, उत्तरी वराज राउंड, त�ृ शरू - 680 020

REGIONAL OFFICE - EMPLOYEES’ STATE INSURANCE CORPORATION MINISTRY OF LABOUR & EMPLOYMENT, GOVERNMENT OF PANCHDEEP BHAVAN, NORTH SWARAJ ROUND, THRISSUR - 680 020 वेबसाइट /Website : www.esic.nic.in ई-मेऱ / e-mail : [email protected] दरू भाष/Phone No: : 0487 2331080 / 2331351/ 2331412 / 2331437, फै啍स /Fax No: 0487 2338441

e – TENDER DOCUMENT FOR

PREMISES WANTED (e-procurement)

ON MONTHLY RENTAL BASIS FOR ACCOMMODATING ESI DISPENSARY AT THE FOLLOWING LOCATIONS:-

1. ------(i) KANNAN DEVAN HILLS (ii) MANNAMKANDAM 2. WAYANAD ------(i) MANATHAVADY (ii) SULTHAN BATHERI (iii) KALPETTA 3. THRISSUR ------(i) CHALAKUDY 4. KANNUR ------(i) AZHIKODE 5. PALAKKAD ------(i) KANJIKODE 6. ------(i) 7. ------(i) KALAMASSERY 8. MALAPPURAM ------(i) KOTTAKKAL

e-Tender No. ESIC.54.D.25.12.2019.Genl dated 09 July 2019 Section 1.TENDER INVITATION

The Additional commissioner & Regional Director, ESI Corporation, Thrissur is inviting bids for “hiring of premises on monthly rental basis”, having an area about 150 Sq Mtrs (1600 Sq Feet), preferably in ground floor for accommodating ESI Dispensaries at various locations with 5 year agreement initially, in the state of Kerala.

1. Kannan Devan Hills, Idukki 7. Azhikode, Kannur 2. Mannamkandam, Idukki 8. Kanjikode, Palakkad 3. Manathavady, Wayanad 9. Kayamkulam, Kollam 4. Sulthan Batheri, Wayanad 10. Kalamassery, Ernakulam 5. Kalpetta, Wayanad 11. Kottakkal, Malappuram 6. Chalakudy, Thrissur

1.1 Preamble:- (a) Bidders are advised to study the Bid document carefully. Online Submission of bids shall be deemed to have been done after careful study and examination of the bid document with full understanding of its implications. Offers prepared in accordance with the procedures enumerated in Section 2 should be submitted online through Central Public Procurement Portal (CPPP) website: https://eprocure.gov.in/eprocure/app not later than the date and time specified in the Schedule for Invitation to Bid under Clause 1.2.

Prospective Bidders are advised to follow the instructions provided in the “General Instruction to Bidders” for e-submission of the bids online through CPPP for e-Procurement at https://eprocure.gov.in/eprocure/app. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

(b) Bids shall be submitted online at CPPP website: https://eprocure.gov.in/eprocure/app.

Important:- Manual bids shall be considered if the required/minimum numbers of bids are not received in the online. Therefore, all bidders who submit the bids online have to submit the offline bids invariably, in the same manner as being submitted in the online system. The main cover (containing the 02 covers inside) shall be addressed to The Additional Commissioner & Regional Director, Regional Office (Kerala), ESI Corporation, Panchdeep Bhavan, Swaraj Round North, THRISSUR, Kerala-680020, and super-scribed on the top with “BID FOR HIRING OF PREMISES FOR ESI DISPENSARY, ……………………….”.

Note:- ESIC shall not be responsible for non-receipt/non-delivery of bid documents due to any reason whatsoever.

(c) Bidder who has downloaded the tender documents from Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app, shall not tamper/modify the tender form including downloaded price bid template, if any, in any manner. In case if the same is found to be tampered/modified in any manner, tender will be completely rejected and EMD, if any, would be forfeited and bidder is liable to be banned from doing business with ESIC. (d) Prospective bidders are advised to visit CPPP website https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission of tender for any corrigendum / addendum/ amendment.

(e) The detailed requirement of the premises have been included in the tender at Section-4 for selection of Bidder for “hiring of premises on monthly rental basis”, having an area about 150 Sq Mtrs (1600 Sq Feet), for accommodating ESI Dispensaries”, in the state of Kerala. The prequalification eligibility criteria for the bidders should be fulfilled for consideration of the Financial bid.

1.2 Schedule for Invitation to Bid:- General Branch, 3rd Floor, Regional Office, 1. Name & address of the Department ESI Corporation, Pancdeep Bhawan, Swaraj Round North, Thrissur-680020 (Kerala) Closing Time & Date for receipt of 2. On or before 29/07/2019 (17:00 Hrs) online & offline bids Branch Officer, General Branch, Regional Office, Name of the Contact Person for any 3. ESI Corporation, Thrissur – 680020 (Kerala) clarification Phone:- 0487-2331080 (Extn. 239) 4. Date till which the bid should be valid 90 days from the date of opening of Technical bid

1.3 Important Dates:- Sl No. Activity Date & time 1. Release / Issue of Tender document (online only) 09/07/2019 (11:00 Hrs) 2. Start date & time for submission of Bids (online & offline) 09/07/2019 (11:00 Hrs) 3. End date & time for submission of Bids (online & offline) 29/07/2019 (17:00 Hrs) 4. Opening of online bids 30/07/2019 (17:00 Hrs) 5. Opening of offline bids (if necessary) 31/07/2019 (10:30 Hrs)

Section 2.GENERAL INSTRUCTION TO BIDDERS 2.1 Procedure for Submission of Online Bids on CPP Portal:- The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. All the pages of the bid being submitted must be signed and sequentially numbered by the Bidder irrespective of nature of content of the documents before uploading. All the files mentioned should be in .pdf format. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

2.2 Registration:- a. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (url:https://eprocure.gov.in/eprocure/app) by clicking on the link `Online Bidder Enrolment’. Enrolment on the CPP Portal is free of charge. b. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. c. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. This will be used for any communication from the CPP Portal. d. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India with their profile. List of the Certifying Authority who provide DSC is available on CPP Portal under the link “https://eprocure.gov.in/eprocure/app?component=%24DirectLink&page=DSCInfo&service=dir ect&session=T” else visit the tab “Information about DSC ” in the home page of CPP Portal. e. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others, which may lead to misuse. f. Bidder shall login to the site through secured login by entering their user ID / password and with the DSC/e-Token. 2.3 Searching for tender documents:- a. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc., to search for a tender published on the CPP Portal. b. Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective `My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / E-mail in case there is any corrigendum issued to the tender document. c. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. 2.4 Preparation of bids:- a. Bidder should take into account any corrigendum published on the tender document before submitting their bids. b. Bidder should go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. c. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally they can be in .pdf/.xls/.rar/.dwf formats. Bid documents may be scanned with 100 dpi with black and white option. d. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use `My Space’ area available to them to upload such documents. These documents may be directly submitted from the `My Space’ area while submitting a bid, and need not be uploaded repeatedly. This will lead to a reduction in the time required for bid submission process.

2.5 Submission of bids:- a. Bidder should login to the site well in advance for bid submission so that he/she uploads the bid in time i.e. on or before the bid submission time. Bidder will be sole responsible for non- submission of bids in due time. b. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. c. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submissions. d. All the documents being submitted online by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. e Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. f. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. 2.6 Assistance to bidders a. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. b. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 0120-4200462.

Section 3.GENERAL TERMS AND CONDITIONS:- 1. The bids can be submitted only as single party and consortium of bidders shall not be entertained. 2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates as mentioned in Section 2 before the due date and time. Original instruments / documents related to the bid shall be submitted physically alongwith the offline tender/bid and those submitted after the due date and time will not be considered. 3. Bids should clearly specify the bidder’s intention as to which Dispensary the building & premises are going to be leased out. 4. Any taxes or statutory levies payable should be shown separately; otherwise quoted price will be treated as all inclusive. 5. Any deviation from ESIC's guidelines shall be clearly indicated in technical bid itself. However, ESIC, Regional Office, Thrissur reserves all the rights to accept or reject the proposed solution without assigning any reason whatsoever thereof. 6. The technical bids of bidders, qualifying the bidder eligibility criteria shall be considered for further evaluation. 7. The technically qualified bidder quoting the lowest price shall be considered as the Successful Bidder for the award of contract. 8. ESIC will notify the successful Bidder in writing by letter or by e-mail that its bid has been accepted. The notification of award will be preliminary document for the agreement. 9. Within 7 working days of the receipt of notification of award from ESIC, the successful Bidder shall furnish the order acceptance letter along with other necessary documentary evidences as is desired in a lease agreement. Failure of the successful Bidder to submit the acceptance letter and/or documents shall constitute sufficient grounds for the annulment of the award. 10. If any information provided by the Bidder is found to be inaccurate at any stage of the selection process, ESIC may, at its discretion, disqualify the bidder and no correspondence will be entertained in this regard. 11. The bidder should give in writing the acceptance of Letter of Award of contract within seven working days of receiving the order. 12. The offer prepared by the bidder and all correspondence and documents relating to the bid exchanged by the bidder and the purchaser shall be written in English or local language.

13. Bidder shall quote in Indian Rupees in the Financial Bid Form. 14. Period of validity : The bid shall remain valid for a minimum period of 90 days from the date of opening of the technical bid. 15. Amendment to the Bid Document At any time prior to the last time and date for receipt of bids, ESIC, may, for any reason, at its own initiative, modify the Bid Document by an amendment. The amendment will be notified in the e-Procurement website, which will be binding on all bidders. In order to provide prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, ESIC may, at its discretion, extend the last date for the receipt of Bids. 16. Liability / Accident: The bidder shall indemnify and keep indemnified ESIC against all losses and claims for injuries and damages to any person and/or property and/or project activities whatsoever which may arise out of or in consequence of the lease agreement against all claims, demands, proceedings, damages, costs, changes, expenses whatsoever in respect thereof in relation thereto.

17. The bidder should comply with all Govt. (State & Central) statutory requirements as per law. 18. If any of the above terms is not agreeable to the bidder, it should be specifically mentioned in the bid along with the alternative suggested. ESIC reserves all the rights to accept or reject the suggestion without assigning any reason whatsoever thereof. 19. ESIC reserves the right to accept or reject any bid or cancel tender proceedings without assigning any reason whatsoever. 20. Jurisdiction : The disputes, legal matters, court matters, if any shall be subject to Thrissur, Kerala, India jurisdiction only. 21. Force Majeure: ESIC may consider relaxing the requirements, as specified in this document, if and to the extent that, the performance or other failure to perform its obligations under the contract is the result of an Force Majeure. Force Majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes, floods, storms etc.), acts of states / state agencies, the direct and indirect consequences of wars (declared or undeclared), hostilities, national emergencies, civil commotion and strikes at successful Bidder’s premises or any other act beyond control of the bidder.

SECTION 4 : TERMS AND CONDITIONS OF THE TENDER : DOCUMENTS FOR TECHNICAL AND FINANCIAL BID HAVE TO BE DROPPED ALONGWITH SIGNED TENDER DOCUMENT IN THE DROP-BOX KEPT AT “REGIONAL OFFICE, ESI CORPORATION, PANCHDEEP BHAVAN , NORTH SWARAJ ROUND, THRISSUR – 680020” (OR BY POST TO ABOVE ADDRESS) ON OR BEFORE 29.07.2019 BY 17.00 HRS. (Tenderer willing to submit offer for multiple locations, should submit the bids (both technical bid and financial bid) separately for each location) 4.1 Quotation should inter-alia contain the details as follows: a. The location and address of building/premises. b. Detailed approved plan of the building as per building by laws of the Municipal Corporation/Local Authority, as applicable c. Facilities and amenities available with the building. d. The rent offered per sq.ft. (carpet area) basis only. The rent offered should be inclusive of property tax or any other tax required to be paid by the property owners. Electricity Charges to be paid separately by ESIC. (Service Tax (now GST) if payable, will be paid extra). e. There should be sufficient Water supply in the premises. f. Facilities required to be provided by the owner. (i) Built up area mentioned above is in square feet for carpet area. Preference will be given for Ground Floor. (ii) The building should be fit for use of the proposed ESI Dispensary. (iii) The approach road of premises offered should be sufficiently wide and should be easily accessible. (iv) The building should have adequate windows & doors and proper ventilation. (v) Assured free parking space be provided/ made available for vehicles. (vi) The premises offered should have sufficient electrical fittings and fixtures such as switches, power points etc. (vii) The area proposed to be given on rent should be preferably on ground floor. However, preference would be given to exclusive building where only our dispensary would be housed with a boundary wall of reasonable height. (viii) The maintenance for Civil, electrical, mechanical, and plumbing including consumable etc. shall be provided by the owner. (xi) Owner will also undertake to carry out annual repair and maintenance including white washing / colouring of the building. (x) The building should be in a ready to use condition with facilities like electricity, potable water and sewage disposal etc. (xiI) The Building should have Gents / Ladies toilets for Staff & Visitors separately and proper waiting space. (xii) The Landlord should do any civil alteration if required, arrangement of rooms/counters/toilets etc.,before possession of the building within 30 days from the date of receipt of the communication for the same from ESIC. The same should be done with minor electrical works also. (xiii) In case of any works not carried out by the owner, ESIC shall carry out the same and deduct the same from the monthly rent payable in the succeeding month. (xiv) Owner of the building will bear the stamp duty charges to execute rent agreement and registration of the agreement on equal cost basis. (xv) The owner of the building should allow for display of Dispensary Sign Board in the front of the building in a prominent place, and also installation of Antenna for network signals on the top of the building as ESIC is a computerized office. (xvi) The owner should provide a separate electrical meter for the let out portion to be occupied by ESIC. Electrical charges for common portion / water pump to be borne by owner. The building should have proper earthing with Neutral to Earth values between 0-2. Installation of additional earthing pit should be allowed in case of requirement. 4.2. The period of lease should be for a minimum of 5 years duration and extendable on mutual consent under agreement. Rent enhancement after expiry of agreement period is subject to mutual consent of land lord and ESIC as per guidelines of ESIC applicable at that time.

4.3. All entries in tender form should be legible & filled clearly. In case any overwriting/cutting in entries/rates quoted in figures & words in tender form, entries/rate quoted in words will be considered. There should not be any use of white fluid in tender form.

4.4. The Tenderers should ensure that no corrupt file/page is uploaded failing which the tender shall be out rightly rejected.

4.5. Submission of bids: Proposals should be submitted in single bid namely; a. Bidders applying online e-tender have to upload the scanned copies of Annexure – A, Annexure – B, Annexure - C and other mandatory documents in .pdf format. All documents are to be signed. b. They also need to submit their bids/Tender offer offline by dropping in the drop box available at ESIC Regional Office, Thrissur before the last date/time. c. Last date to upload through e-tender / drop box : 29/07/2019 17.00 Hrs 4.6. Actual rent shall be decided based on measurement jointly by ESIC and bidder/owner.

4.7. The Addl. Commissioner & Regional Director reserves the right to reject any or all bids without assigning any reason thereof at any stage.

Section 5: BID EVALUATION CRITERIA:- Online bids will be opened at the date and time as mentioned at Section 1 in the presence of bidder’s representative, if available. During the bid opening, ESIC will verify whether the documents are complete, the documents have been properly signed; supporting documents attached and the bids are generally in order. Detailed evaluation of technical bids (including bidder eligibility criteria) will be carried out by a Committee, duly constituted by the Competent Authority of ESIC. Any falsification, suppression of facts would lead to rejection of the bid. The financial bid(s) of technically qualified bidders shall only be opened. However, the bidder can authorise their one representative for witnessing the opening of financial bid. No enquiry shall be made by the bidder(s) during the course of evaluation of the tender, after opening of financial bid, till final decision is conveyed to the successful bidder.

Section 6.REQUIREMENTS AND SPECIFICATION:- 6.1 About ESIC – Emloyees’ State Insurance Corporation is a statutory body constituted under Section-3 of the ESI Act 1948. 6.2 Purpose – An Act to provide for certain benefits to employees in case of sickness, maternity and ‘employment injury ’ and to make provision for certain other matters in relation thereto. 6.3. About hiring of premises – To hire suitable premises for delivery of medical care under the ESI Scheme to the Beneficiaries of the ESI Scheme.