Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
[Type text]
1
कर्मचारी राज्य बीर्ा निगर् र्ॉडल अस्पताल चचिंता से र्ुक्तत E.S.I CORPORATION MODEL HOSPITAL
इिंडक्स्ियल एररया,फेज-II रार् दरबार,चिंडीगढ़-160002 Ph : 0172-2639641 INDUSTRIAL AREA,PHASE-II,RAMDARBAR,CHANDIGARH-160002 0172-2639643
(ISO 9001:2015 CERTIFIED आई.एस.ओ. 9001:2015 प्रर्ाणित) Fax : 0172-2639642
E-Tender for Providing Laundry Services & Linen
At
ESIC Model Hospital, Chandigarh.
NIT Issue Date : 05/11/2019
NIT No. : 172-D/23/22/12/19/ESICMHCHD
Pre-Bid Meeting Date : 13/11/2019 at 02:30 PM
Last Date of
Submission
: 26/11/2019 up to 1:00 PM
Date & Time of opening of : 27/11/19 at 02:30 PM
Technical Bid
चचिंता से रु्क्तत
[Type text]
2
E-TENDER DOCUMENTS FOR PROVIDING & WASHING OF
HOSPITAL LINEN AND LAUNDRY SERVICES AT ESIC HOSPITAL,
CHANDIGARH
Table of Contents
Sr No Description Page No
1. E-tender notice 3-5
2. Checklist 6
3. Instructions for online submission 7-11
4. Eligibility Criteria 12-13
5. Instructions to bidders 14-16
6. General conditions of contract 17-21
7. Specific terms and conditions 22-23
8. Quality of linen required 24
9. Annexure I, II, III, IV, V. VI, VII 25-31
10. Schedule of requirements 32-34
11. Financial bid 35-36
12. Pattern of VIBGYOR sheet 37-38
[Type text]
3
कर्मचारी राज्य बीर्ा निगर् र्ॉडल अस्पताल चचिंता से र्ुक्तत E.S.I CORPORATION MODEL HOSPITAL इिंडक्स्ियल एररया,फेज-II रार् दरबार,चिंडीगढ़-160002 Ph : 0172-2639641 INDUSTRIAL AREA,PHASE-II,RAMDARBAR,CHANDIGARH-160002 0172-2639643
(ISO 9001:2015 CERTIFIED आई.एस.ओ. 9001:2015 प्रर्ाणित) Fax : 0172-2639642 --------------------------------------------------------------------------------------------------------------------------------
No. 172-D/23/22/12/19/ESIC MHCHD Dated: 05/11/19
Subject: E-Tender notice for Providing Laundry Services at ESIC Model Hospital,
Ramdarbar, Industrial Area, Phase II, Chandigarh
MEDICAL SUPERINTENDENT, ESIC MODEL HOSPITAL, RAMDARBAR-CHANDIGARH,
invites E-Tenders under Two-Bid system through e-procurement solution from reputed,
experienced, financially sound Agencies/firms/companies for Providing Laundry Services at
ESIC Model Hospital, Chandigarh, as per description mentioned in the tender document.
The contract will be valid for one year. The contract may be further extended up to two years,
on the same terms & conditions or with some addition/deletion/modification depending on
performance of the Agency and mutual consent of both parties.
E-TENDER SCHEDULE:
Validity of E-NIT: 90 days
S.NO DESCRIPTION SCHEDULE
1. Date of online availability of E-Tender
document
05/11/2019
2. Date and Venue of Pre-Bid meeting 13/11/2019 at 2.30 PM, ESIC Model
Hospital, Chandigarh
3. Last date and time for submission of
completed tender forms –Both online &
Offline
26/11/2019 Up to 1:00 PM
4. Date and time for opening of online E-
Tender and Tender Box.
27/11/2019 at 2:30 PM
5. Earnest Money Deposit Thirty thousand rupees only
6. Performance Security Deposit One lakh rupees only
The objective of the pre-bid meeting inter alia is, to answer the clarifications/questions/queries
related to e-tendering of this tender.
[Type text]
4
In the event of the above-mentioned date/s being declared as a holiday, the tender will be
opened on the next working day at the appointed time and place.
The tender document containing eligibility criteria, scope of work, terms & conditions and
draft agreement etc. are available online on:
a) https://eprocure.gov.in
b) www.esic.nic.in
Sr.
No.
Name of the Work
1) Supply of linen on a daily basis in a timely manner as per time
asked for by respective departments. Linen to be collected from
laundry station by the DNS/ ward N/S
2)
Collection of dirty linen from laundry station of hospital and supply
of washed linen at time asked for by respective departments as
and when required.
The interested agencies/firms/companies are required to upload duly signed and stamped
technical bid and financial bids in chronological order with scanned copies of all relevant
certificates, documents etc in correct resolution on the e-tender portal.
In addition to online submission, bidders are also required to submit hard copy of
DOCUMENTS as described below:
a) Envelope : Sealed Cover containing EMD of Rs30,000/ (Rupees thirty thousand only)
in the form of Demand Draft/Pay Order in favor of ESIC Fund Account No. 1, payable
at Chandigarh or MSME Certificate
b) Affidavit for non- blacklisting
The envelope containing above documents should be duly super scribed “Tender for
Providing Laundry services and Linen at ESIC Model Hospital Chandigarh”, E -
Tender I.D Number : … and should be dropped in the Tender box kept in the
Administrative Block, ESIC Model Hospital, Industrial Area Phase-II, Ramdarbar,
Chandigarh - 16002, on or before closing time of submission i.e. Up to 1:00 pm,
26/11/2019.
In the event of the above mentioned dates being declared as a holiday, the tender will be
opened on the next working day at the appointed time and place.
Tenders received after the specified date and time shall not be accepted. Proof of Postage or
courier shall not be accepted as a claim for timely submission of Tender.
Tender submitted without EMD will be summarily rejected.
Any future clarification and/or corrigendum(s) shall be communicated only through the website
www.esic.nic.in and https://eprocure.gov.in
https://eprocure.gov.in/http://www.esic.nic.in/http://www.esic.nic.in/
[Type text]
5
Medical superintendent, ESIC Model Hospital, Chandigarh, reserves the right to accept any
tender in full or in part and to reject all tenders at any time without assigning any reason thereof.
Medical Superintendent
Declaration by the Bidder:
This is to certify that, I/We, before signing this tender, have read and fully understood all the
terms and conditions contained herein and undertake myself/ourselves to abide by them.
Enclosures:
1. DD/Pay Order No.
Place:………………………………… (Signature of Bidder with seal)
Date:…………………………………
Name:
Address
Phone No (O):
Fax No.(O):
[Type text]
6
CHECK LIST
Sr. No. Particulars Mark (√) (N.A.) or (X)
whichever is applicable
1 Earnest Money Deposit of Rs 30000/ as a Crossed DD/Pay order in favor
of “ESIC Fund A/c No. 1” payable at Chandigarh, (soft copy uploaded+
hard copy) /MSME certificate
[ ]
2 Proof of Registration under Factory/Shops and Establishment. Act
[ ]
3 Undertaking regarding authorized signatory
4 Copy of ESI& EPF Registration. [ ]
5 Copy of PAN Card.
[ ]
6 Copy of GST Registration Certificate.
7 Copies of 3 years Annual Income Tax Return and audited Balance Sheets
for the years 2015-16, 2016-17, 2017-18. Average turnover must be
15 Lakhs per annum each during these 3 financial years.
[ ]
8 Advance pre-receipt [ ]
9 Affidavit on non-judicial stamp paper for non-black listing of company (in
original) (soft copy uploaded+ hard copy)
[ ]
10 Experience certificate for 3 years 2016-17, 2017-18, 2018-19.
[ ]
11 Proof of workshop/factory address within 20kms from ESIC Hospital,
Chandigarh
[ ]
12 Copy of valid Labour License under Labour Law authorities. [ ]
13 Complete Tender Document duly signed and stamped by the bidder. [ ]
14 Undertaking as per clause 20 of instructions to bidders [ ]
[Type text]
7
Instruction for online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. 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
REGISTERATION:-
1. 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” on
the CPP Portal which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their profile.
5. 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 DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
https://eprocure.gov.in/eprocure/app
[Type text]
8
SEARCHING FOR TENDER DOCUMENTS
1. 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.
2. 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 / email in case there is any corrigendum issued to the tender document.
3. 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.
[Type text]
9
PREPARATION OF BIDS
1. Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
2. Please 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.
3. 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/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
4. 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” or ‘’Other
Important Documents’’ 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 again and again. This will lead to a reduction in the time
required for bid submission process
[Type text]
10
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any
delay due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument / scan copy.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the DD/any other accepted instrument, physically sent, should
tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been
given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other cells should be changed.
[Type text]
11
Once the details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be
rejected.
6. 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 submission.
7. All the documents being submitted 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.
8. The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
9. 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.
10. 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.
ASSISTANCE TO BIDDERS :-
1. 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.
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 1800 233 7315. Foreign bidder can get help at +91-79-40007451 to 460.
[Type text]
12
I. ELIGIBILITY CRITERIA 1. The agency/bidder should be registered under competent authority and must possess all
relevant license(s) and documents applicable to perform the contract.
(Registration Certificate / Deed of incorporation of Firm/Agency/Organization is to be
submitted with the tender)
2. The Bidder should have an experience of at least two years in providing Laundry Services to
the Govt./ Corporate/ private Hospitals. (Submit Certificate signed by the Medical
Superintendent/Competent Authority of the hospital on the Institute’s letter head with
period for which services were provided).
3. The Bidder should have an annual turnover of Rs.15 Lakhs in the last three financial years.
(Submit attested balance sheet from CA). This turnover should be from Laundry services only.
Income from other sources should not be included in the turnover and will not be considered for
determining the eligibility.
4. The Bidder should not be black listed by Central Government/State Government/E.S.I.C. or
any other autonomous institution presently nor any proceedings for blacklisting has been initiated
by Central Government/State Government/E.S.I.C. or any other autonomous institution against
the bidder and should not have been convicted for any criminal offence. (Affidavit as per
Annexure II)
5. The bidder should have a office in tri-city or within 20 km of ESIC Model Hospital Chandigarh
in the state of Punjab and Haryana and operate laundry services from there. Bidder should
submit address with documentary evidence.
6. EMD of amount Rs. 30,000/- (Rupees Thirty Thousand Only) is to be submitted in the form of
DD/Banker’s Cheque only from any scheduled/Nationalized bank in favour of “ESIC FUND A/C
NO.1” PAYABLE AT CHANDIGARH. Tenders without EMD will be summarily rejected.
However, Exemption for depositing the Earnest Money will be allowed to Micro and Small
Enterprises (MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small
and Medium Enterprises (MSME) or bidders who are registered with the Central Purchase
Organisation or the concerned Ministry or Department. Documents in support of the exemption of
EMD, must be submitted with the Tender to claim the exemption. Validity of this certificate
should not expire during the validity of contract.
7. Certificates of satisfactory performance report from hospitals (Govt, Private, corporate any
other autonomous institution) signed by the Medical Superintendents/Competent Authority of the
hospital on the Institute’s letter head should be submitted along with the experience certificate.
[Type text]
13
8. Lowest Rate certificate: That the firm is not providing the services to Central
Government/State Government/E.S.I.C. or any other autonomous institution below the rates
quoted in this tender document.
9. Conditional tender will be summarily rejected.
10. Bidders has to submit ITR of last 03 (Three) years filed by firm.
11. Bidders has to submit PAN Number of firm/owner of firm as on ITR
12.. Bidders has to submit Registration Details, registration with Company’s act/Shops and
establishment act and proof of business.
13. Bidder should have GST Registration, if applicable
14. Bidder should have Labour Licence and ESI/EPF registration, if applicable.
[Type text]
14
INSTRUCTIONS TO THE BIDDERS
Related to submission of bids:
1) Firms intending to participate in the tender should first ensure that they fulfill all the
eligibility criteria.
2) Bid quotations are to be submitted only if the terms and conditions as mentioned in the
tender are acceptable in its entirety.
3) The tender document containing eligibility criterion, scope of work, terms & conditions and
draft agreement etc. are available online on:
https://eprocure.gov.in/eprocure/app and www.esic.nic.in.
4) All the pages of the tender should be signed by the owner of the firm or his
Authorized signatory. In case the tender is signed by the Authorized signatory, a
copy of the power of attorney/authorization should be enclosed along with tender.
5) The interested agencies/firms/companies are required to upload duly signed and
stamped technical bid and financial bids in chronological order with scanned copies of all
relevant certificates, documents etc. in correct resolution on the E-Tender portal
https://eprocure.gov.in
6) In addition to online submission, bidders are also required to submit hard copy of the bids
as described below:
a) Sealed Envelope containing EMD of Rs 30,000/-(Thirty Thousand only) in the form of
Demand Draft/Pay Order in favour of “ESIC Fund Account No. 1”, payable at Chandigarh.
OR
Documents in support of the exemption of EMD (MSME)
Validity of this document should not expire during the validity of contract
b) Undertaking as per “Annexure II”.
c) Advance pre-receipt affixing revenue stamp along with the full particulars of Bank
details in order to refund the EMD amount of unsuccessful bidders through ECS.
Please note that the sealed envelope should only contain EMD, pre-receipt and Annexure-
II only. Any additional document shall be summarily rejected.
The envelope should be in a sealed cover duly super scribed “E-Tender for providing Laundry
Services and Linen for ESIC MH, Chandigarh” E Tender ID No.----- and should be dropped in
the Tender box kept in the Administrative Block, ESIC Model Hospital, Ramdarbar, Ph II,
Chandigarh- 16002, on or before closing time of submission i.e. upto 1:00 PM on 26/11/2019.
7) The Technical bids shall be opened on the 27/11/19 at 2:30PM in Conference Hall, ESIC
MH Chandigarh in presence of the bidders or their authorized representatives who choose
to remain present.
8) Technical Bids will be scrutinized by an evaluation committee as constituted by the
Medical Superintendent to check all requisite and relevant documents and their
authenticity. The bidders, whose Technical Bids are found eligible in all respect and
accepted will be informed about the date and time of opening of Financial Bid.
https://eprocure.gov.in/eprocure/apphttp://www.esic.nic.in/
[Type text]
15
9) EMD of amount Rs. 30,000/- (Rupees Thirty Thousand Only) is to be submitted in the
form of DD/Banker’s Cheque only from any scheduled/Nationalized bank in favour of
“ESIC FUND A/C NO.1” PAYABLE AT CHANDIGARH. Tender without EMD will be
summarily rejected. However, Exemption for depositing the Earnest Money will be allowed
to Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by
Department of Micro, Small and Medium Enterprises (MSME) or bidders who are
registered with the Central Purchase Organization or the concerned Ministry or
Department. Documents in support of the exemption of EMD, must be submitted with the
Tender to claim the exemption. Validity of this certificate should not expire during the
validity of contract.
10) EMD of unsuccessful bidders shall be returned back without accrual of interest within 30
days of Award of Contract. All bidders are requested to submit an advance Pre-Receipt
affixing Revenue stamp along with full particulars of bank details in order to process the
refund through NEFT/ECS
11) The EMD shall be forfeited if:
a) Bidder withdraws his participation after opening of Price Bid.
b) If at any stage of tender processing, any information given by the bidder is found to be
false.
c) Successful Bidder fails to undertake the work after award of contract.
12) Only those bidders who have successfully qualified the Technical Bid will be informed
about the date and time of opening of Price bids.
13) As a guarantee towards due performance and compliance of the contract work, the
successful bidder/contractor will have to deposit an amount of Rupees 100,000/- ( one
lakh rupees) towards Security Deposit by Pay Order/Demand Draft drawn on any
nationalized bank/Scheduled Bank in favor of “ESI Fund Account No. 1, payable at
Chandigarh”. This Security Deposit should be valid for 60 days beyond the date of
completion of all contractual obligations of the contractor including statutory obligations.
Any pending amount/recovery towards the Contractor on any account of the contract shall
be recovered through the performance security.
14) The Security Deposit shall be forfeited if the successful bidder fails to comply with any of
the terms & conditions of the contract or is implicated of indulging in any fraudulent
practices/concealment of information/providing false information/blacklisted at any time
during the validity of contract.
15) The work shall be started by the Successful Bidder within seven (7) days of acceptance of tender otherwise the contract may be cancelled and EMD will be forfeited
16) All entries in the tender form should be legible and filled clearly. If the space for furnishing
information is insufficient, a separate sheet duly signed by the authorized signatory may
be attached. Authorized signatory must countersign all cuttings in the Technical Bid
application.
17) After evaluation, the work shall be awarded to the Agency fulfilling all the conditions
and who has quoted the lowest rate (inclusive for all categories) after complying with
[Type text]
16
the all the Acts / provisions stated / referred to for adherence in the tender. In case two
or more agencies are found to have quoted the same rates, Medical Superintendent,
ESIC MH Chandigarh, shall decide about the Agency to which the offer shall be
granted based on the report of the past performance of the firm, and length of
experience etc. Such decision by the authority shall be final.
18) Medical Superintendent, ESIC MH Chandigarh, reserves the discretionary right to
award on the same rate, parallel contract to the next eligible agency, in case, the
agency with lowest rate, at any stage after award of contract, fails to perform
successfully / satisfactorily.
19) Canvassing in any form is strictly prohibited and the bidders who are found canvassing
are liable to have their tenders rejected out-rightly.
20) Family members of officials working in ESIC cannot take part in this E-Tender. Each
Bidder will have to give an undertaking to this effect on a Non-Judicial stamp paper
of appropriate value. This will also apply to officials who have resigned/retired from the
services of ESI Corporation within one year of date of opening of this e-tender.
21) Evaluation of the tender and finalization of the laundry services Contract will be done
online on the e-bid submitted by the bidder. It will be the sole responsibility of the bidder to
scan and upload clear and legible documents including the complete tender document
duly signed and stamped by authorized signatory, failing which the tender will be liable for
rejection.
22) Rates quoted will be all inclusive of cost of manpower, material, machinery, tools etc. No
escalation of cost of any kind shall be permitted within the validity of the contract.
23) Medical Superintendent, ESIC MH Chandigarh reserves the right to accept or reject
any or all bids without assigning any reasons. M.S, ESIC MH Chandigarh also reserves
the right to reject any bid which is non- responsive or violating any of the
conditions/specifications without any liability to any loss whatsoever it may cause to the
bidder in the process.
24) Conditional tenders will be rejected. Contractor shall not sublet any portion of the contract.
25) These instructions shall form a part of the contract document.
[Type text]
17
GENERAL CONDITIONS OF THE CONTRACT:
1. The Contract shall initially be valid for a period of one year from the date of commencement of
Agreement. Contract may be extended for further period of two years based on satisfactory
performance and with mutual consent, on the same rates, terms and conditions depending on
performance of the Agency.
2. ESIC Model Hospital, Chandigarh reserves the right to terminate the contract by serving one
month’s notice, in writing if the services of the agency are not found satisfactory. The Medical
Superintendent may ask agency to provide services till the alternative arrangement is made.
3. The Agency has to ensure the payment of at least minimum wages applicable under Central
Govt. or U.T.(Chandigarh) Minimum wages Act, whichever is higher at the time of award of
contract. The basic rate quoted shall be all inclusive wages , statutory expenses like EPF,ESIC,
leave wages, and holiday wages, weekly off, uniform expenses etc. any other incidental charges
to meet the requirement of contract.
4. The Agency/contractor shall be solely responsible for compliance with all statutory laws like
ESI, EPF, GST, and Contract Labor Act but not limited to these.
5 .All statutory contributions (ESI, EPF, IT, GST etc.,) should be deposited to the respective
departments within the due dates. Delay in payment of contribution resulting in penalty
should be borne by the agency and no payment will be made for such claims of the
agency.
6. GST claimed by the agency should be supported by GST paid challan failing which GST
amount will not be paid or released by ESIC.
7. The persons deployed by the Agency/contractor shall not claim nor shall be entitled to pay,
perks and other facilities admissible to regular/confirmed employees of this institute
during the current or after expiry of the contract.
8.In case of termination of this contract on its expiry or otherwise, the persons deployed by the
service providing Agency shall not be entitled to and will have no claim, for any
absorption nor for any relaxation for absorption in the regular/ other capacity at the
Hospital.
9. The bidder will be bound by the details furnished by it to ESIC MH Chandigarh, while
submitting the tender or at subsequent stage. The agency will be fully responsible for ensuring
[Type text]
18
the correctness of the documents submitted by the persons being engaged against various
posts. In case, any of such documents furnished by it is found to be false at any stage, it would
be deemed to be a breach of terms of contract making it liable for legal action besides forfeiting
of security money and termination of contract.
10. The Agency shall ensure fulfillment of skills, experience, age limit and other engagement
conditions. The Agency will get their antecedents (Police Verification), identity proof,
character and conduct and medical health suitability verified and submit related
documents within 15 days of Award of contract.
11. The Agency shall furnish documents of the personnel to be deployed at ESIC MH
Chandigarh along with their date of birth, marital status, address, identity proof before
commencement of work.
12. A representative/ supervisor of the Agency shall visit ESIC MH Chandigarh at least once-a-
week and review the service performance of its personnel. During the weekly visit,
Agency’s representative will also meet M.S, ESIC MH CHD Chandigarh for mutual
feedback regarding the work performed by his personnel and removal of deficiencies, if
any, observed in their working.
13Contractor will intimate his e-mail ID/ phone no., for contact in emergency conditions. Any
message given on e-mail will be considered as message delivered and action requested is to
be deemed completed.
14The contractor will provide mobile phone of the Supervisor posted at ESIC Model Hospital,
Chandigarh to the Caretaker and designated officers at the Hospital. Contractor shall have to
attend this office as and when informed by the Competent Authority.
15 The deployed persons at ESIC MH Chandigarh shall be the employees of the Agency
and it shall be the duty of the Agency to pay their salaries before 7th of every month.
Though ESIC MH Chandigarh shall maintain timely reimbursements through ECS,
nonetheless payment of wages to workers by the agency shall in no way be dependent on
this.
16The Agency shall ensure proper conduct of personnel deployed. The personnel
deployed at all times should be polite, courteous and efficient while handling the assigned
work such that their actions shall promote goodwill and enhance the image of this Hospital.
The Agency shall be solely responsible for any act of indiscipline on the part of personnel
deployed at ESIC MH Chandigarh.
17. The Agency shall provide reasonably good uniform, name badges with Photo Identity
Cards to its personnel deployed at ESIC MH, Chandigarh at its own cost and ensure that
[Type text]
19
these cards are to be constantly displayed, maintained in good condition and their loss
should be reported immediately. Incidentals for the respective categories of manpower
shall be borne / supplied by the Agency at its cost.
18. The responsibility of transportation, food and other essential requirements in respect of
each deployed personnel will be solely with the agency.
19. The Contractor shall ensure that any replacement of the personnel, as required by the
M.S, ESIC MH Chandigarh, for any reason specified or otherwise, shall be effected
promptly without any additional cost to ESIC MH Chandigarh. If the agency wishes to
replace any of the personnel, the same shall be done with prior permission of M.S,
ESIC MH Chandigarh at Contractor’s own cost. In the event of any personnel being on
leave/absent, the agency shall ensure suitable alternative arrangement to make up for
such absence. To meet such eventualities, the agency shall make provision for
adequate leave reserve.
20. The Agency will strictly ensure that any sensitive / confidential nature of information
related to the organization is not divulged or disclosed to any person by the personnel
deployed by it.
21. The Agency shall be contactable at all times and message by phone/mail/fax/special
message from this hospital shall be acknowledged immediately on receipt, the same
day. The Agency shall strictly adhere and implement all instructions issued by this
Hospital, failure of which shall be taken as breach of contract making it liable for legal
action besides termination of contract.
22. ESIC MH Chandigarh shall not be responsible for any loss, damage, theft, burglary or
robbery of any personal belongings, equipment or vehicles of the deployed personnel.
23. That the agency on its part and through its own resources shall ensure that the goods,
materials and equipment etc at ESIC MH Chandigarh are not damaged in the process
of carrying out the services undertaken by personnel deployed.
24. The Agency shall be responsible for all acts of commission or omission on the part of
its staff or personnel deployed. If ESIC MH Chandigarh suffers any loss or damage on
account of negligence, default or theft on the part of the personnel deployed, the
Agency shall be liable for reimbursement of the pecuniary value of the loss besides
imposition of penalty as decided by MS, ESICMH, Chandigarh.
25. The Agency shall keep ESICMH, Chandigarh fully indemnified against all claims,
damages or compensation under all statutory laws and rules prevailing there under
[Type text]
20
from time to time. Any loss caused to life & property due to negligence or dereliction of
duty of the deployed staff is to be indemnified by the Agency up to the entire
satisfaction of the concerned office.
26. FAILURE AND TERMINATION: If the contractor fails to deliver the stores or any
instalments thereof within the period prescribed for such delivery in the contract or any
time liquidate the contract before the expiry of such period, Medical Superintendent
may without prejudice to his right to recover damages for breach of the contract, be
entitled at his/her option to do recovery as per performance matrix.
27. All the disputes relating to the tender shall be subject to the territorial jurisdiction of
Chandigarh.
28. The successful bidder will enter into an agreement (Stamp duty to be borne by the
bidder-Second Party) with ESIC MH Chandigarh (First party) for providing laundry
services as per the requirement on these terms & conditions.
29. The Agency shall disburse the wages to its staff every month through ECS and shall
furnish a consolidated statement of such deposit. The Agency shall ensure that all staff
has valid bank account and the same is to be communicated while giving acceptance
for the Contract.
30. The decision of the M.S, ESIC Hospital, Ramdarbar, Chandigarh in regard to
interpretation of the Terms & Conditions and the Agreement shall be final and binding on
the Agency.
31. The Agency shall not be allowed to transfer, assign, pledge or sub-contract its rights and
liabilities under this contract to any other Agency.
32.The agency shall be solely responsible for the redressal of grievances/ resolution of
disputes relating to persons deployed. The Hospital shall, in no way, be responsible for
settlement of such issues whatsoever.
33. PAYMENT TO THE SUCCESSFUL BIDDER :
The contractor shall be required to submit his bill in triplicate month-wise by the 7th of the
subsequent month for further action and payment shall be released as per the terms &
conditions, less deduction at source of Income Tax and TDS on GST at prevailing rates.
The bills shall have to be submitted with logbook signed by the Sister in Charge of user
wards/ units.
In case the contractor fails to abide by any statutory law, the competent authority reserves
the right to impose any penalty so as to make good such lapse or delay the payment,
thereof, without prejudice to any statutory penalty under law. The Tenderer shall have no
right to claim any interest on the delayed payments.
[Type text]
21
34. The payment to the contractor will be made mandatorily by electronic mode such
as RTGS/NEFT etc. The contractor is instructed to supply the following information
along with the tender.
(i) Name of the Bank
(ii) Name of the branch
(iii) Account Number
(iv) IFSC Code
35. Any violation of instructions/agreement or suppression of facts will attract cancellation of
agreement without any reference.
36 . All the disputes and differences arising out of and in any way touching the concerning this
contract (except for which specific provision has been made herein) shall be referred to the Sole
Arbitrator to be appointed by the ESIC Model Hospital Chandigarh. The Arbitrator so appointed
shall be a Government Servant who has dealt with matters not related to this contract and in the
course of his duties not expressed on all or any of the matters in dispute. The award of the
arbitrator so appointed shall be final and binding on both the parties to this contract subject to the
provision of the Arbitration and conciliation Act, 1996 as amended time to time.
[Type text]
22
SPECIFIC TERMS AND CONDITIONS :
1. The selected contractor/agency/Tenderer shall be required to provide and wash hospital linen,
which are being used at various departments/units/wards/wings of the hospital.
2. The Tenderer shall be required to collect the used linen everyday from laundry station in the
hospital, and such times as may be advised to him from time to time.
3. Such linen after being washed, dried and ironed shall have to be delivered back, at such
intervals that may be prescribed to him, and in case of linen belonging to the Operation Theatre,
Labour Room, Minor Operation Theatre, Casualty, the same shall have to be delivered back as
fast as possible, but not later than one day.
4. The Agency shall arrange for and keep at least four sets of all types of linen. Out of these one
set shall be kept in the hospital in four use in case of exigency so as to maintain the essential
services
5. The Agency shall maintain a backup of at least 30 % of overall linen to replace damaged linen.
6. DNS or Sister-in-charge of respective areas will sign the Log book during exchange of dirty
linen with clean linen.
7. The Agency shall incorporate feedback about the services being provided by it in its regular
feedback mechanism and collate such feedback from the ward in-charge (or any other person
responsible for collection of cleaned linen) on a regular basis.
8. The Tenderer/ agency shall use highest grade of washing materials, reagent, disinfectants,
colouring agents, whitening agents, etc. for maintaining proper washing durability of the linen and
attaining adequate disinfection.
9. Woollen items and blankets shall essentially be dry washed and any other items requiring
special treatments due to the nature of fabric shall have to be treated accordingly.
10.If any item/linen is delivered damaged/deteriorated/torn after being
handled/washed/dried/treated/ironed by the Tenderer/agency, the same shall be rejected by the
user unit of the hospital. In such cases the Tenderer /agency shall have to replace the items with
fresh ones of the same quality on same day, failing which the decision of the competent authority
in this regard shall be final and binding.
11.If there is delay in the supply of linen and the hospital has to make alternate arrangement for
supply and washing of linen, the cost incurred on the same shall be deducted from the bill of the
contractor along with appropriate action as deemed necessary by the competent authority
12.The list of linen which are currently required in the hospital and is to be provided, washed,
dried and ironed, are appended herewith in the schedule, and the Tenderer /agency shall have
to quote the rate against each item without which the tender shall be rejected.
[Type text]
23
13. The Tenderer /agency shall be liable to provide/wash/dry/iron etc. newer linen/newer types of
linen which may be introduced in the hospital, time to time, on comparable terms and conditions.
14. The Tenderer/agency shall use his own tools, machines and other appliances for washing,
drying, ironing, etc. of the linen.
15. The successful Tenderer should have workshop within 20 kms from the ESIC Hospital,
Chandigarh, to save delay in transit. Existence of such works may be verified by the hospital
authority, after issuing of provisional work order.
16. Tenderer should have mechanical washing and drying facilities. Washing and drying by hand
will not be acceptable.
17. The hospital authority reserves the right to inspect the premises of the agency where the
work is being carried out and also to verify the quality of materials used for washing as well as
the entire process of carrying out the work. The dispute, if any, shall be dealt with as per the
modality described in the tender paper.
[Type text]
24
QUALITY OF LINEN REQUIRED
• Proper moisture repellency
• Quick drying
• Surface soft
• Good tensile strength
• Poorly static
• Low flammable
• Easy to sanitize
• Good visual appearance
• Microbial repellant
• Non-irritant
[Type text]
25
ANNEXURE I
PROFILE OF THE
FIRM
1 Name of the firm:-
2 Year of Registration
3 Type of Firm
A Full Postal Address:-
B Cell Phone No.
4
C Telephone No:-
D Fax No.
E Email Id:
Register Details
A
PAN No
5
B GST Registration No
C E.S.I
E.P.F Registration
Name and Address of your
Bankers stating
i. Name of Bank
6 6 ii. Name of Branch
the name in which the Account
stands:- iii. A/c. No.
iv. IFSC Code
7
Are you in the list of approved
contractors of any other
organizations
/institutions, if any, give details:-
6 Any other information which you
consider necessary to furnish:
[Type text]
26
ANNEXURE II
UNDERTAKING
I, ............................................................................................. Son / Daughter of
Shri..........................................................................Authorised signatory
of................................................................................... Is / am competent to sign this declaration
and execute this tender document.
I have carefully read and understand all the terms and conditions of the tender and hereby
convey my acceptance of the same.
The information / documents furnished along with the above application are true and authentic to
the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any
false information / fabricated document would lead to rejection of my tender at any stage and
forfeit of EMD/Performance Security besides liabilities towards prosecution under appropriate
law.
I further declare that my Company/agency is not blacklisted by any Government organization
and no CBI/ or any criminal case is pending against me. I further declare that I have never been
convicted for any criminal offence by any court of law.
The firm is not providing the services to Central Government/State Government/E.S.I.C. or any
other autonomous institution below the rates quoted in this tender document.
The contractual staff will always be an employee of contractor and never a staff of E.S.I.C. hence
will never claim such benefit like claim of permanency, medical benefit etc
I hereby undertake to supply the items as per directions given in the tender document/supply
order within stipulated period.
.
Date: - Sign and Stamp
Place:
[Type text]
27
ANNEXURE III
PERFORMANCE MATRIX
S.
No
Performance
Indicators
Expected
Level
Measurement
protocol
Penalty in
case of non-
compliance
1 Collection of dirty linen at
the time fixed by the
Health Facility (9am-
11am)
100% of time
within a month
on time.
To be verified
from daily
Log Book
1% of the total
monthly invoice
for the respective
facility, for each
day (for delay
beyond 24 hrs)
2 Timeliness of handing
over cleaned linen back
to Health Facility (9am-
11am)
100% of time
within a month
on time
To be verified
based on
handover/
takeover time
fixed at the
Health Facility
and entered in
the daily Log
Book
1% of the total
monthly invoice
for the respective
facility (for delay
beyond 24 hrs) +
cost incurred on
making alternate
arrangements
3 Linen delivered is in good
condition ( not torn)
99% of the
delivered linen
should not be
torn
To be verified
from log book
1% of the total
monthly invoice
for the respective
facility
[Type text]
28
ANNEXURE IV
LINEN EXCHANGE RECORD
Maintain separate logs for different departments (such as OT, Delivery Room, Ward etc.)
S
No.
Department
(OT, ward,
labor room)
Date Number
of dirty
linen
collected
Number
of clean
linen
delivered
Signature Signature Remarks
(by
agency)
(by
agency)
Agency’s
representative
Authority’s
department
DNS/ N/S
Any torn,
dirty
linen
received,
pending
items
etc.
1
2
3
4
5
6
7
[Type text]
29
ANNEXURE V
MAINTENANCE COMPLAINT REGISTER
S.No. Date &
Time
Complainant Nature of
complaint
Complaint attended
Date & Time
Remarks Signature of
Contractor
30
ANNEXURE VI
AUTHORIZATION CERTIFICATE To, The Medical Superintendent, ESICMH, Chandigarh Dear Sir/Madam, Authority letter against Tender No.----------------------for providing Laundry Services We,---------------------------------------------, who are established and reputed owner/proprietor of---------------------------------------------having Office at--------------------------------------------- hereby authorize M/s------------------------------------------------------------------------------(Name and address of agent) to bid, negotiate and conclude the contract with your institution against above tender. Further, it is confirmed that we will be solely responsible for providing Laundry Services during contract period even when the Agent is changed. Our other responsibilities include:
1. The services to be rendered by us are as under: - (Here specify in detail firms’ responsibilities) 2. The services to be rendered by our authorized agent, M/s------------------------------are as under a. ------------------------------------- b. -------------------------------------- (Here specify the services to be rendered by the agent) Yours faithfully, (Signature) (Name & designation of the signatory) (Seal of the Proprietor)) (Signature) (Seal of the authorized agent as witness) Note: Authorization letter must be issued by the Original trader, on the letterhead and should be signed by the authorized signatory. No mailed copy/notarized copy will be accepted
31
Annexure VII
EXPERIENCE CERTIFICATE (On the letter head of issuing organization) It is certified that M/s ___________________________________________ has
been providing/has provided Operation, maintenance and running of Laundry
Services to our organization since _________ to _________/for __________ years
from ___/20___ to ___/20___ and his/their services have been found to be
satisfactory.
Further certified that the company/firm has never been indicted/debarred for any
criminal, fraudulent or anti competition activity and have never been black-listed or
debarred or both and his/their contract has never been prematurely terminated ever
by our department/Ministry/Organisation/Hospital.
Date: (Competent authority)
Place: Seal of the Officer
Phone no
32
SCHEDULE OF REQUIREMENTS
List of items to be supplied on daily basis
Note: The following list is not exclusive and addition or deletion will be made at the discretion of
the institute. The following list comprises one set of linen.
S. No Item Dimensions Quantity reqd
1 Bed sheet VIBGYOR (Sunday to
Saturday)
150 x 225 cm 90 for each colour
4 sets
2 Draw sheet (green) 58”x 36” 80
3 Stitched pillowcase VIBGYOR (Sunday
to Saturday)
Size 80x 55cm 90 for each colour
4 sets
4 Stitched, surgeon kurtas (sky blue) Medium size- length 28”
Chest 46”, sleeves 10”,
width 7”
Large size- length 30”
Chest 48”, sleeves 10”,
width 7”
X-Large size- length 36”
Chest 50”, sleeves 10”,
width 8”
XX-Large size- length 38”
Chest 54”, sleeves 10”,
width 9”
20
05
02
02
5 Stitched surgeon pajamas (sky-blue)
(with string tie)
Small size- length 34”, waist
50”, thigh 24”, assan 13”
Medium size- length 36”,
waist 50”, thigh 24”, assan
13”
Large size- length 38”, waist
52”, thigh 26”, assan 15”
X-large size- length 42”,
waist 55”, thigh 26”, assan
17”
XXL size- length 45”, waist
65”, thigh 30”, assan 18”
02
20
05
02
02
6 Stitched operation room gown (wrap
around type) for surgeons (dark
GREEN)
Length 47”, chest 52”, 14”
width at wrist, sleeve26”
Large gown: length 50”,
chest 54”, 14” width at wrist,
sleeve 30”
50
10
7 Stitched, nurses kurtas (light green) Medium size: length 28”, 20
33
chest 46”, sleeves 10”, width
7”
Large size: length 30”, chest
48”, sleeves 10”, width 7”
x-Large size: length 36”,
chest 50”, sleeves 10”, width
8”
XX-Large size- length 38”
Chest 54”, sleeves 10”,
width 9”
10
05
02
8 Stitched, nurses pajamas (light green)
(with string tie)
Small size- length 34”, waist
50”, thigh 24”, assan 13”
Medium size- length 36”,
waist 50”, thigh 24”, assan
13”
Large size- length 38”, waist
52”, thigh 26”, assan 15”
X-large size- length 42”,
waist 55”, thigh 26”, assan
17”
XXL size- length 45”, waist
65”, thigh 30”, assan 18”
20
10
05
02
02
9 Stitched, ward attendant kurtas (brown) Small size: length 34”, chest
46”, sleeves 7”
Medium size: length 36”,
chest 48”, sleeves 8”,
Large size: length 38”, chest
52”, sleeves 8”
02
02
04
10 Stitched, ward attendant pajamas (
brown) (with string tie)
Small size: length 38”, waist
50”, thigh 25”, assan 16”
Medium size: length 40”,
waist 55”, thigh 26”, assan
17”
Large size: length 44”, waist
60”, thigh 28”, assan 17”
02
02
04
11 Stitched, patient coats (violet in check)
with front overlapping
Small size : length 30”,
chest 45”
Medium size: length 35”,
chest 50”
Large size: length 40”, chest
55”
X-large size: length 42”,
chest 60”
XXL size: length 44”, chest
10
40
30
20
10
34
65”
12 Stitched ,patient pajamas (violet in
check)
Small size: length 38”, waist
50”, thigh 25”, assan 16”,
bottom circle 17.5”
Medium size: length 40”,
waist 55”, thigh 26”, assan
17”, bottom 18.5”
Large size: length 44”, waist
60”, thigh 28”, assan 17”,
bottom 20.5
X-large size- length 42”,
waist 55”, thigh 26”, assan
17”, bottom 22”
10
40
30
30
13 Stitched, ladies petticoat(violet in check) Waist with string tie,
standard size
10
14 Stitched, children’s shirt (pink color) Size: 19” chest, 24” length,
front overlapping with 4”
cover
20
15 Stitched, children’s pajama with mayani
( pink color)
Size 85cm x 85cm 20
16 Stitched baby frock (pink color) standard 10
17 Hand towel (white color) Size: 18”x 39” 50
18 Towel (white color) Size 28”x 58” 15
19 Stitched, legging bag of bleached
casement cloth (green color)
Length 75-110cm
Top width 45-85cm
Bottom width 30-45cm
4 pairs
20 OT towel 18”x 12” 50
21 Central hole sheet for OT 48”x 48” 25
22 Small hole sheet (for eye surgery) 60x 60cm, incise area
6x8cm
02
23 Spinal sheet 36”x 36” 10
24 OT drape sheet large (green) 57”x 86” 40
25 OT drape sheet medium(green) 46”x56” 80
26 OT drape sheet small (green) 36”x 36” 80
27 OT sheet green (for wrapping) with tie 36”x36” 60
28 Blankets (of hospital supply, only
washing)
29 Curtains (of hospital supply, only
washing)
35
FINANCIAL BID
Bidders have to quote for all items (S.no 1 to 29). Inability to quote even one item
will lead to disqualification of the bid
S. No Item Amount per
unit for
washing
GST Total cost
1 Bed sheet VIBGYOR
(Sunday to Saturday)
2 Draw sheet (green)
3 Stitched pillowcase
VIBGYOR (Sunday to
Saturday)
4 Stitched, surgeon kurtas (sky
blue)
5 Stitched surgeon pajamas
(sky-blue) (with string tie)
6 Stitched operation room
gown (wrap around type) for
surgeons (dark GREEN)
7 Stitched, nurses kurtas (light
green)
8 Stitched, nurses pajamas
(light green) (with string tie)
9 Stitched, ward attendant
kurtas (brown)
10 Stitched, ward attendant
pajamas ( brown) (with string
tie)
11 Stitched, patient coats (violet
in check) with front
overlapping
12 Stitched ,patient pajamas
(violet in check)
13 Stitched, ladies
petticoat(violet in check)
14 Stitched, children’s shirt
(pink color)
15 Stitched, children’s pajama
with mayani ( pink color)
16 Stitched baby frock (pink
color) for newborns
17 Hand towel (white color)
36
18 Towel (white color)
19 Stitched, legging bag of
bleached casement cloth
(green color)
20 OT towel
21 Central hole sheet for OT
22 Small hole sheet (for eye
surgery)
23 Spinal sheet
24 OT drape sheet large
(green)
25 OT drape sheet
medium(green)
26 OT drape sheet small
(green)
27 OT sheet green (for
wrapping) with tie
28 Blankets (of hospital supply,
only washing)
29 Curtains (of hospital supply,
only washing)
Total X
* L1= ‘X’ ( in Rs)
* For operative convenience, a single agency which is technically suitable and has quoted for all the items will be selected on the basis of lowest amount at the column X (‟Grand Total‛).
1. I/we have gone through the terms and conditions as stipulated in the tender and confirm to
accept and abide by the same.
2. No other charges would be payable by the hospital.
3. Quantity mentioned above is tentative. It may increase or decrease as per requirement.
4. The bidders have to quote for all the items. 5. GOI policy regarding MSME holders will be followed as per guidelines of GOI and ESIC
HQ.
Signature of the bidder
37
SAMPLE OF VIBGYOR SHEET COLOUR OF STRIPES IN THE CENTRE SHOULD BE OF VIBGYOR PATTERN FOR EACH DAY OF THE WEEK PILLOW COVERS TO BE ON SAME PATTERN.
38