26
Page 1 of 26 MUNICIPAL CORPORATION, GURGAON TENDER DOCUMENT Name of Work : Providing /Supplying of skilled, unskilled and semi skilled manpower on outsourcing service for various works in different offices such as WSS, Sanitation etc. under Municipal Corporation, Gurgaon. Executive Engineer- IV For Commissioner Municipal Corporation, Gurgaon.

MUNICIPAL CORPORATION, GURGAON - e Tendersmcg.etenders.in/tpoimages/mcg/tender/Tender2240.pdf · Page 1 of 26 MUNICIPAL CORPORATION, GURGAON TENDER DOCUMENT Name of Work : Providing

  • Upload
    vonga

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 26

MUNICIPAL CORPORATION, GURGAON

TENDER DOCUMENT

Name of Work : Providing /Supplying of skilled, unskilled and semi skilled

manpower on outsourcing service for various works in different offices such

as WSS, Sanitation etc. under Municipal Corporation, Gurgaon.

Executive Engineer- IV

For Commissioner

Municipal Corporation,

Gurgaon.

Page 2 of 26

INDEX

Sr.

No

Section Description Page No

1 Press notice 03

2 Notice Inviting Tender 04

3 Section-1 Condition for e-tendering 08

4 Section-2 Definitions 12

5 Section-3 Scope of Work 14

6 Section-4 Eligibility Criteria for Tender 14

7 Section-5 Bid evaluation 15

8 Section-6 Terms and Conditions 19

9 Section-7 Penalty Clause 24

10 Section-8 General condition 25

11 Section-9 Technical Bid 28

12 Section-10 Financial bid 30

13 Section-11 DNIT 31

MUNICIPAL CORPORATION GURGAON

Press Notice for Tender

No. EE-IV/MCG/2015/ Dated:

Sealed tenders are invited from eligible registered manpower service providers having

all valid license from Labour / Home and other Government Departments and also having

ESI / EPF/ PPF, Service Tax and PAN/TAN No. from the concerned departments of the

Government with at least three years‟ experience for providing skilled & unskilled

manpower services for Municipal Corporation, Gurgaon for a period of one year as per

schedule.

Name of work Time

Limit for

work

Earnest Money Tender

Document Fee

Providing /Supplying of skilled,

unskilled and semi skilled

manpower on outsourcing

service for various works in

different offices such as WSS,

Sanitation etc. under Municipal

Corporation, Gurgaon.

12 Months Rs. 750000/- Rs. 5000/-

Page 3 of 26

1. Tender documents can be seen on website: http://mcg.gov.in and downloaded

online from the Portal: http://mcg.etenders.in by the Firms / Individual registered

on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and

digitally signed, the Bidders are advised to obtain Digital Signature Certificate

(DSC) at the earliest.

3. Tender Documents Fees has to be paid online through payment gateway during the

"Downloading of Tender Document & Payment of Tender Document fees" stage and

Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC)

in the form of demand draft in favour of Commissioner Municipal Corporation

Gurgaon at Municipal Corporation Office, Opp. Civil Hospital, Gurgaon(0124-

2220154). However, as the details of the EMD are required to be filled at the time

of Bid Preparation and Hash Submission stage, the Bidders are required to keep the

EMD details ready beforehand. Possession of Digital Signature Certificate (DSC) and

registration of the contractors on the portal i.e. http://mcg.etenders.in is a

prerequisite for e-tendering.

For further details and e-tendering schedule, visit website http://mcg.etenders.in

Executive Engineer -IV

for Commissioner,

Municipal Corporation,

Gurgaon.

MUNICIPAL CORPORATION GURGAON

NOTICE INVITING TENDER

Sealed tenders are invited from eligible registered manpower service providers having all

valid license from Labour / Home and other Government Departments and also having ESI

/ EPF/ PPF, Service Tax and PAN/TAN No. from the concerned departments of the

Government with at least three years‟ experience for providing skilled & unskilled

manpower services for Municipal Corporation, Gurgaon for a period of one year as per

schedule.

Name of work Time

Limit for

work

Earnest Money Tender

Document Fee

Providing /Supplying of skilled,

unskilled and semi skilled

manpower on outsourcing service

for various works in different

offices such as WSS, Sanitation

etc. under Municipal Corporation,

Gurgaon.

12 Months Rs. 750000/- Rs. 5000/-

1. Tender documents can be seen on website: http://mcg.gov.in and downloaded

online from the Portal: http://mcg.etenders.in by the contractors/

agencies/individual registered on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and

digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC)

at the earliest. For obtaining Digital Certificate, the Bidders should follow point No. 3

under Section 2 (Conditions of e-tendering).

3. The interested persons should submit the following documents along with his

application.

Page 4 of 26

Sales Tax/Vat No

VAT Return Last Financial Year

4. Key Dates

Sr.

No.

MCG Stage Contractor Stage

Start

Date and

Time

Expiry

Date and

Time

1 Release of Tender

document

22.06.2015

09:00

23.06.2015

17:00

2

-

Downloading of

Tender Documents

along- with Tender

fees

23.06.2015

17:01

09.07.2015

12:00

3

-

Online Bid

Preparation & Hash

Submission

23.06.2015

17:01

12.07.2015

17:00

4 Technical &

Financial Lock -

13.07.2015

09:01

14.07.2015

12:00

5 -

Re-Encryption of

Online Bids

14.07.2015

12:01

16.07.2015

09:00

6 Open EMD &

Technical/PQ Bid -

17.07.2015

09:00

19.07.2015

17:00

7 Eligibility criteria

evaluation -

19.07.2015

17:01

23.07.2015

15:00

8 Open Financial

Bid

23.07.2015

15:01

25.07.2015

17:00

5. (a) The pre-bid meeting will be held on 09/07/2015 in the office of Joint

Commissioner (HQ), Municipal Corporation, Gurgaon, C-1, GTPL Building,

Sector-34, Gurgaon at 15:00 hours.

(b) Any queries relating to bid document should be given in writing & by

E-mail on [email protected] untill prebid meeting. Any other pt if

raised at a later stage will not be entertained & no claim will be

entertained. The decision of Joint Commissioner (HQ) in this regard

will be final.

6. The manual submission of documents be made on 16.07.2015 upto 17.00

Hrs in office of EE(IV)- C-1, Infocity, 2nd Floor, Sector-34, Gurgaon .

7. The Bidders can download the tender documents from the Portal:

http://mcg.etenders.in. Tender Documents Fees has to be paid online through

payment gateway during the "Downloading of Tender Document & Payment of

Tender Document fees" stage and Earnest Money Deposit has to be submitted

through Citizen Facility Center (CFC) in the form of demand draft in favour of

Commissioner Municipal Corporation Gurgaon at Municipal Corporation Office, Opp.

Civil Hospital, Gurgaon(0124-2220154). However, as the details of the EMD are

required to be filled at the time of Bid Preparation and Hash Submission stage, the

Page 5 of 26

Bidders are required to keep the EMD details ready beforehand.The tender shall be

submitted by the bidder in the following three separate envelops online:

i. Earnest Money in shape of Envelope 'ED'

ii. All the documents in support of eligibility criteria and Technical Bid containing

all information & documents as defined hereinafter in - Envelope 'T I'

iii. Price Bid prescribed on the format in - Envelope 'C I'

iv. The envelopes 'ED' & 'TI' shall be kept in a big outer envelope, which shall also

be sealed. In the first instance, the Envelop - 'ED' of all the Bidders containing

the Earnest Money and TI containing the document in support of eligibility

criteria and Technical Bid shall be opened in the presence of such bidders who

either themselves or through their representatives choose to be present. After

that the financial bid will be opened as per schedule

v. The bidder will submit the necessary documents as under.

The bidder will submit the necessary documents as under.

Envelope 'ED' - Earnest Money Deposit Envelope

Online EMD Envelope-Reference details as well as scanned copy of the Earnest Money

Deposit instrument and scanned copy of documents.

Envelope 'TI' - Eligibility criteria and Technical Bid Envelope

Online Technical Envelope - All the information and scanned copies of the Documents /

Certificates as required to be submitted supporting eligibility criteria and technical bid as

per the Tender. Also, all such documents, if any, that cannot be submitted online i.e. all

the Information and Documents / Certificates as required to be submitted in physical

technical envelope as per the schedule given at Sr. No. 6.

Envelope 'CI' - Price Bid Envelope

To be submitted mandatory online- "Information related to Price Bid of the Tender".

Physical Financial Envelope "CI" shall be submitted clearly marking "Blank".

The bidder can submit their tender documents as per the dates mentioned in the schedule

above.

CONDITONS:-

a. Application for tender documents must accompany with an attested copy of

registration certificate of the contractor at the time of submission of tender. The

successful bidder if not enlisted with MCG will get the enlistment done with MCG

within one month.

b. The tender without earnest money will not be opened.

c. The jurisdiction of court will be at Gurgaon.

d. The tender of the bidder who does not satisfy the eligibility criteria in the bid

documents is liable to be rejected summarily without assigning any reason and no

claim whatsoever on this account will not be considered.

e. The bid for the work shall remain open for acceptance during the bid validity period

to be reckoned from the date of "Online Bid preparation and Hash submission". If

any bidder withdraws his bid before the said period, any modifications in the terms

and conditions of the bid, the said earnest money shall stand forfeited. Bids would

require to be valid for 3 months from the date of closing of online "Bid preparation

and Hash submission stage".

Executive Engineer -IV

for and On Behalf of Commissioner,

Municipal Corporation,

Page 6 of 26

Endst. No. EE-IV/MCG/2015/ Dated :

A copy of above is forwarded to the following for information and wide publicity:

1. Mayor/Sr. Deputy Mayor/Deputy Mayor, Municipal Corporation, Gurgaon

2. Commissioner, Municipal Corporation Gurgaon.

3. Deputy Commissioner, Gurgaon.

4. Chief Engineer, Municipal Corporation Gurgaon.

5. Superintending Engineer, P.W.D. (B&R) Circle, Gurgaon.

6. Superintending Engineer, Public Health Engineering Circle, Gurgaon.

7. Superintending Engineer, Circle No. 1 & 2, HUDA, Gurgaon.

8. Chief Account Officer, Municipal Corporation Gurgaon.

9. Executive Engineer, Marketing Board, Gurgaon.

10. Dy. Director (Audit), Municipal Corporation Gurgaon.

11. Assistant Register, Cooperative Societies, Gurgaon.

12. Manager, Gurgaon Distt. Co-op. L/C Federation Ltd. 209/3 Gopal Nagar, Gurgaon.

13. Notice Board, Municipal Corporation Gurgaon.

14. CFC, Municipal Corporation Gurgaon for publication on net.

15. All Contractors.

Executive Engineer -IV

for and On Behalf of Commissioner,

Municipal Corporation,

Gurgaon.

Page 7 of 26

SECTION-1

CONDITIONS OF E-TENDERING

1.1 These conditions will over-rule the conditions stated in the tender

documents, wherever relevant and applicable.

1.2 All the contractors/ agencies/individual intending to participate in the tenders

processed online, are required to get registered for the Electronic Tendering

System on the Portal http://mcg.etenders.in

For more details, please see the information in Registration info link on the home

page.

1.3 Obtaining a Digital Certificate

1.3.1 The Bids submitted online should be encrypted and signed electronically with a

Digital Certificate to establish the identity of the bidder bidding online. A digital

signature certificate has two keys i.e. Public Key and Private Key. Public Key is

used to encrypt the data and Private Key is used to decrypt the data. Encryption

means conversion of normal text into coded language whereas decryption means

conversion of coded language into normal text. These Digital Certificates are

issued by an approved certifying authority, by the controller of Certifying

Authorities, Government of India.

1.3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and

verification letters attested by the Notary Public / Chartered Accountant / Any

Gazetted Officer whose stamp bears emblem of Ashoka. Only upon the receipt of

the required documents, a digital certificate can be issued.

1.3.3 The contractors/ agencies/individual may obtain Class II B digital certificate from

any Certifying Authority or Sub- certifying Authority authorized by the Controller of

Certifying Authorities on the portal http://cca.gov.in. or may obtain information

and application format and documents required for issue of digital certificate from

one such certifying authority on given below which is :-

1. TATA Consultancy Services Ltd.

11th

Floor, Air India Building, Nariman Point, Mumbai-400021 website -

www.tcs-ca.tcs.co.in

2. Sify Communications Ltd.

III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-

600113. Website - www.safescrypt.com

3. MTNL Trustline CA

O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar Doorsanchal Sadan,

CGO Comples, MTNL, Delhi-125003.

Website - www.mtnltrustline.com

4. iTrust CA (IDRBT)

Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra Pardesh -

500057. Website - idrbtca.org.in

5. (n)Code solutions

301,GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat. Website-

www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication and

Information Technology

A-Block CGO Complex, Lodhi Road,

New Delhi-125003. Website https://nicca.nic.in

7. e-Mudhra CA

Page 8 of 26

3i Info-tech Consumer Services Ltd

3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli,

Bangalore560036, Karnataka

Website - http://www.e-Mudhra.com

Contractors/ agencies/individual may also obtain information and

application format and documents required for issue of digital certificate

from the following:-

8 Nextenders (India) Pvt. Ltd.

O/O Additional Chief Engineer, HUDA, Sector 40, M- Block South City –I,

Gurgaon. Contact persons : Sh. Rajit Garg – 09650482332

9. Nextenders (India) Pvt. Ltd.

YUCHIT, Juhu Tara Road, Mumbai-400049 Email-

[email protected]

10. Nextenders (India) Pvt. Ltd.

O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151

Contact Person: Manmit – 09815034028 Rishi – 09878012160

1.3.4 Bid for a particular tender may be submitted only using the digital certificate,

which is used to encrypt the data and sign the hash during the stage of bid

preparation and hash submission. In case, during the process of a particular

tender, the user loses his digital certificate (i.e. due to virus attack, hardware

problem, operating system problem), he may not be able to submit the bid

online. Hence, the users are advised to have back up of certificate and keep the

copies at safe place under proper security to be used in case of emergencies.

1.3.5 In case of online tendering, if the digital certificate issued to the authorized user

of a firm is used for signing and submitting a bid, it will be considered equivalent

to a no-objection certificate/power of attorney to that User. The firm has to

authorize a specific individual via an authorization certificate signed by all

partners to use the digital certificate as per Indian Information Technology Act

2000. Unless the certificates are revoked, it will be assumed to represent

adequate authority of the user to bid on behalf of the firm for Municipal

Corporation Gurgaon, Haryana tenders as per Information Technology Act 2000.

The digital signature of this authorized user will be binding on the firm. It shall

be the responsibility of management / partners of the registered firms to inform

the certifying authority or Sub Certifying Authority, in case of change of

authorized user and applies for a fresh digital certificate and issues an

'authorization certificate' for the new user. The procedure for application of a

digital certificate will remain the same for the new user.

1.3.6 The same procedure holds true for the authorized users in a private/Public

limited company. In this case, the authorization certificate will have to be signed by

the directors of the company.

1.4 Set up of machine

In order to operate on the electronic tender management system, a user's machine

is required to be set up. A help file on setting up of the system can be obtained

from NexTenders (India) Pvt. Ltd. or downloaded from the home page of the

website - http://mcg.etenders.in.>> "Information for new users".

1.5 Online Viewing of Notice Inviting Tenders:

The contractors/ agencies/individual can view the N.I.T and the time schedule

(Key Dates) for all the packages floated using the e lect ron i c tendering

system on the Haryana MCG websi te http://mcg.etenders.in. Contractors/

agencies/individual may refer to NIT in the office of Executive Engineer, Municipal

Corporation, Gurgaon, C-1, GTPL Building, Sector-34, Gurgaon.

Page 9 of 26

1.6 Opening of an Electronic Payment Account:

1.6.1 For purchasing the tender documents online, contractors/ agencies/ individual are

required to pay the tender documents fees online using the electronic payments

gateway service as mentioned at S. No.8.

1.6.2 For the list of payments using which the online payments can be made, please

refer to the Home page of the Portal http://mcg.etenders.in

1.7 Submission of Earnest Money Deposit:

1.7.1 Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC)

in the form of demand draft in favour of Commissioner Municipal Corporation

Gurgaon at Municipal Corporation Office, Opp. Civil Hospital, Gurgaon(0124-

2220154). However, as the details of the EMD are required to be filled at the time

of Bid Preparation and Hash Submission stage, the Bidders are required to keep the

EMD details ready beforehand.1.8 Submission of Tender Document Fees:

1.8 The Payment can be made by eligible contractors/ agencies/individual online

directly via Credit Card / Internet Banking Account / Cash Card / Debit card. The

contractors/ agencies/individual have to pay for the tender documents online by

making online payment of tender document fees using the service of the secure

electronic payment gateway. The secure electronic payments gateway is an online

interface between contractors and credit card / online payment authorization

networks.

1.9 Purchase of Tender Documents:

Download of Tender Documents: The tender documents can only be downloaded

from the Electronic Tendering System on the Portal http://mcg.etenders.in

1.10 Submission of Bid Seal (Hash) of online Bids:

Submission of bids will be preceded by submission of the digitally signed bid seal

(Hash) as stated in the tender time schedule (Key Dates) of the Tender. Bidders

should take note of any corrigendum being issued on the website on a regular

basis. They should view and note down the tender Hash and ensure that it

matches with their previous noted Hash before confirming the rates.

1.11 Generation of Super Hash:

After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid

round will be closed and a digitally signed tender Super Hash will be generated by

authorized Haryana MCG official. This is equivalent to sealing the tender box.

1.12 Submission (Re-encryption) of actual online bids:

Bidders have to submit their encrypted bids online and upload the relevant

documents for which they generated the hash at the stage of hash generation and

submission after the generation of Super Hash within the date and time as stated

in the Notice Inviting Tenders (Key Dates). The electronic bids of only those

contactors who have submitted their bid seals (Hashes) within the stipulated time,

as per the tender time schedule (Key Dates), will be accepted by the System. A

bidder who does not submit his bid seal (Hash) within the stipulated time will not be

allowed to submit his bid.

1.13 Key Dates:

1.13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice

Inviting Tender.

The date and time will be binding on all the bidders. The bidders are required to

complete the stage within the stipulated time as per the schedule to continue their

participation in the tender. All online activities are time tracked and the system

enforces time locks that ensure that no activity or transaction can take place

outside the start and end dates and time of the stage as defined in the Notice

Page 10 of 26

Inviting Tender. The bidder should check the status of a particular stage by

following the below mentioned procedure:-

a. Click on "Main" after login into the portal.

b. Select "Tender Search" and click on "Go"

c. Next screen will appear on the screen and click on "Search" button to view

the list of various tenders.

d. Select the tender whose status is to be viewed by clicking on the tender no.

e. Click on “Action page” button. The status of all the stages i.e. whether

"Pending" or "Completed" can be viewed.

The bidder should ensure that the status of a particular stage should be shown as

"Completed" before the expiry date and time of that particular stage and he should

possess a copy of receipt of completion of each stage to be performed from his

end. It will be the sole responsibility of the bidder if the status of a particular stage

is "Pending" till the expiry date and time of that stage and he is not able to proceed

further in the e-tendering process.

1.14 OTHER INFORMATION:

1.14.1 The intending bidders shall fill the lump sum rate in the online templates of the

online tender. The Price Bid has to be submitted mandatory online.

1.14.2 Technical Bid Documents except EMD that cannot be submitted online, if any

should be put in separate sealed envelopes and these sealed envelopes together

with the documents listed below should be sealed in another cover and delivered

to this office before the date and time mentioned in the Tender Notice.

i. A list of all documents accompanying the sealed envelopes containing the

tender documents.

ii. Duly accepted power of Attorney in original along with its two certified

copies in the name of bidder or authorized representative to act on behalf of

the agency.

iii. Documents in respect of payment of earnest money.

1.14.3 Tender must strictly abide by the stipulations set forth in notice inviting tender &

while tendering for the work, the bidder shall adopt only the three envelope

system.

1.14.4 The third envelop - Price Bid envelope has to be submitted mandatory online and

shall not be accepted physically under any circumstances. In case any bidder does

not comply with procedure given above, it will be presumed that he is not

interested in the work and the work shall not be let out to him. Further he may

be de-listed without further notice to him for failing to abide by the strictly

approved terms of notice inviting tender for this work.

1.14.5 The tenders which are not accompanied by the earnest money or proof of

earnest money or do not strictly follow the technical requirement, are liable to be

rejected summarily.

1.14.6 Tenders / quotations which are dependent upon the quotations of another bidder shall be

summarily rejected.

1.14.7 The tenders of the bidders who does not satisfy the qualification in the bid documents

are liable to be rejected summarily without assigning any reason and no claim

what so ever on their account will be considered.

Note: - Bidders participating in e-tendering shall check his/her validity of Digital

Signature Certificate before bidding in the specific work floated online at e-

tendering portal of Municipal Corporation Gurgaon , Haryana on the website

http://mcg.etenders.in. Also, the bidder will be held liable solely, in case, while

Page 11 of 26

bidding in particular stage - Date & Time expired as per the key dates available

on the tender document. Key dates are subject to change in case of any

amendment in schedule due to any reason but the same will be intimated via

Corrigendum on website.

SECTION-2

Definitions

2.1 “Corporation” means Municipal Corporation Gurgaon 2.2 “MCG” means Municipal Corporation Gurgaon 2.3 “Work” means the complete work as mentioned in scope of work with details to be

performed by the Agency pursuant to the Contract.

2.4 “Agency” means any eligible entity which submits a Proposal and which upon

selection, would provide Services to the Employer under the Contract.

2.5 “Contract” means the contract signed by and between Employer and the Agency and all its attached documents.

2.6 “Day” means calendar day. 2.7 “Employer” means the Commissioner, Municipal Corporation Gurgaon, Haryana or

his authorized representative.

2.8 “Government” means the Government of Haryana . 2.9 “Personnel” means professionals and support staff provided by the Agency and

assigned to perform the Services or any part thereof. 2.10 “Proposal” means the Technical Proposal and the Financial Proposal, considered

together. 2.11 “Terms of Reference” (TOR) means the document for work which explains the

objectives, scope of work, activities, tasks to be performed by the Agency and the deliverables of the Assignment/job.

SECTION-3

SCOPE OF WORK

Commissioner, Municipal Corporation, Gurgaon requires the services of reputed, well

established and financially sound Manpower service provider for providing manpower to

perform jobs assigned to outsource staff for works as specified in Annexure - A.

1. MCG has tentative (initial) requirement of the number of persons, category/group

wise as given below:

Group Category/Description of

Services

Approximate number

1. Providing /Supplying of

skilled, unskilled and semi

skilled manpower on

outsourcing service for

various works in different

offices such as WSS,

Sanitation etc. under

Municipal Corporation,

Gurgaon.

306

TOTAL 306

However, above number may be subject to change depending on actual requirement. The

job description of the categories of the persons to be deployed are given at Annexure-A.

Page 12 of 26

2. The contract will likely to commence after allotment as per work order and would

continue for a period of one year. The period of the contract may be further

extended after the completion of contract, provided the requirement of the MCG for

augmenting its present manpower persists at that time or may be curtailed /

terminated before the contract period owing to deficiency in service or substandard

quality of manpower deployed by the selected bidder or cessation of the

requirement of work.

SECTION 4

ELIGIBILITY CRITERIA

1. The bidder firm shall be an incorporated entity/Professional Manpower servicer

provider registered with competent authority of state/central government and in

existence for a minimum period of 3 years. The Agency shall submit documentary

evidence regarding their incorporation/existence.

2. Only those bidders with a minimum annual turnover of Rs. 5 Crore each of last

three years from similar services shall be eligible to participate in the bidding

process. The company should have earned profit during the last three years. The

work order, payment details and a certificate from a Chartered Accountant in this

regard shall be submitted with the technical bid.

3. The Service Provider should have a valid license from the competent licensing

authority under the provisions of Contract Labour (Regulation and Abolition) Act,

1970 and Contract Labour (Regulation and Abolition) Central Rules, 1971 and have

office in the Gurgaon district.

4. The Bidder must be ISO 9001:2008 certified company.

5. The bidder should have experience of completion of similar works in any of the

Departments/Government/Autonomous Institutions/Universities/PSUs of Govt. of

India/State Govt./Municipalities/Reputed private company as given below:-

(i) Three similar completed works costing not less than Rs 2.0 Crore and service

of at least 100 skilled and unskilled manpower per work in last five years.

OR

(ii) Two similar completed works or costing not less than Rs.3.00 Crore and

service of at least 200 skilled and unskilled manpower per work in last five

years.

OR

(iii) One similar completed work of costing not less than Rs.4.50 Crore and

service of at least 300 skilled and unskilled manpower in last five years.

A satisfaction completion certificate for a period as above applicable from the

concerned department must be submitted with the technical bid. The tender will

be rejected straightway if the documents are not uploaded at time of filling

tenders & if not possible due to some reason then at the time of submission

of documents physically as per the schedule.

6. The service provider must be registered under ESI, EPF Act and Shops &

Establishments Act. Copy of registration papers along with code numbers allotted to

the service provider must be provided with technical bid.

7. The service provider must have valid service tax registration number and

documentary evidence must be provided with technical bid.

8. The PAN/TAN No. of the service provider must be indicated and documentary

evidence of this must be provided with technical bid.

9. The service provider must submit balance sheet and Income Tax returns for the last

three financial years (2012-13, 2013-14 & provisional balance sheet along with

chartered accountant certificate for 2014-15) duly attested from Chartered

Accountant with technical bid.

Page 13 of 26

10. The Service provider should have adequate facilities (infrastructure, qualified and

expert manpower) for testing/screening of personnel to ensure that they conform to

the given standards of knowledge/skill and experience before deployment. This

aspect is also subject to evaluation/verification by MCG at any stage. (this will be

given weightage).

11. The provision of training facilities/up-gradation of skills of the persons deployed by

the service provider, if any (this will be given weightage).

12. The bidder should not have been debarred/ blacklisted by any Central/State

Government Organisation/ any PSUs/Municipal Corporation or any other

Government Organisation. The Bidder shall submit an affidavit stating that the

service provider is not / has not been debarred /black listed by Central/State

Government Organisation/ any PSUs/Municipal Corporation or any other

Government Organisation.

13. All documents to be submitted by the service provider should be duly attested by a

Class-I Gazetted Officer/Notary in case these are the copies of the original

documents. No un-attested documents will be entertained.

Non-compliance with any of the above conditions by the company/firm will

amount to non-eligibility for the service for which tender has been floated

and its tender will be summarily rejected.

SECTION 5

BID EVALUATION

Bids will be evaluated on Technical and Financial criteria. A committee constituted of Chief

Account Officer, Account Officer(concerned), Section Officer(concerned),EE-4,AE-8 will

jointly examine the technical bid and financial bid and do the needful. 70% weightage will

be given to Technical bid and 30% to financial bid. A minimum of 75% score (out of 100)

will be necessary for qualifying in technical bid evaluation and financial bids of only those

bidders would be opened who score this minimum score in technical evaluation.

5.1 Tender Document Evaluation procedures shall consist of marking system.

Marks shall be allotted on the following basis:

SI Evaluation Criteria Maximum Marks

1 Specific Experience of providing similar

manpower by the Firm/Agency to

government/or reputed organisation

50 Marks

2 Adequacy of proposed methodology and Work

plan in response to the terms of reference

20 Marks

3 List of Clients 10 Marks

4 Financial Capability of Firm/ Agency 20 Marks

Total 100 Marks

Criteria, Sub-criteria and point system for evaluation to be followed under this

procedure are as under:

Page 14 of 26

No. Item Maximum

Marks

1. Bidder‟s experience & existence Below 3 years Disqualified

3 to 5 years 5

Above 5 years 10

2. Bidder‟s experience of completion of similar works of

outsourcing in any of the Departments/Govt. of

India/Autonomous Institutions/Universities/PSUs of Govt. of

India/State Govt./Municipalities/ Reputed private

company having turnover of 500 crore annually during

the last 3 years as follows;

(i) Three similar completed works costing not less than

Rs.2.0 Crore and service of at least 100 skilled and unskilled

manpower per work (Note: for evaluation purpose these

three assignment would consider as one project) or

(ii) Two similar completed works of costing not less than

Rs.3.00 Crore and service of at least 200 skilled and

unskilled manpower per work (Note: for evaluation

purpose these two assignment would consider as one

project)

or

(iii) One similar completed work of costing not less than

Rs.4.50 Crore and service of at least 300 skilled and

unskilled manpower.

1 Project 4

2 Project 10

3 & more project 20

3. Bidder‟s facilities (infrastructure, qualified and expert

manpower) for testing/screening of personnel to

ensure that they conform to the given standards of

knowledge/skill and experience before deployment.

5 qualified and

expert manpower

in board of director

or decision making

authority

3

10 qualified and

expert manpower

in board of director

or decision making

authority

5

More than 10 8

Adequate Office

space in Gurgaon. 2

4. Bidder's infrastructure in form of training facilities/up-

gradation of skills/ safety of the persons deployed by

the service provider.

Tie-Up with training

institute or in house

infrastructure

5

Panel of Trainer

with their details

bio-data

5

Key Clients

5. Successfully completion of Outsourcing work for providing

similar staff to government organisation or Reputed

private company having staff capacity (outsourcing and

regular) more than 500 and having turnover or budget of

more than 500 crore. (Please provide complete details of

such organisation along with name and address and details

of service provided with work order

1 such client 1

2 such client 2

3 such client 3

5 such client 5

More than 5 such

client 10

6. Details Approach & Methodology to

understanding and completion of said

assignment.(Along with presentation, if

desired by CMC, GGN.)

A Details Approach

for project 5

B Details

Methodology 5

Page 15 of 26

C Response to handle

crisis 5

D Presentation 5

7. Financial Capacity of the Bidder

A.

Annual Turnover

of previous year is

more than 3 crore

5

B.

Annual Turnover

of previous year is

more than 5 crore

10

C.

Annual Turnover

of previous year is

more than 10 crore

15

D.

Net profit

(Rs.25/-lacs) &

above

5

Total 100

The minimum thresh-hold score will be 75 Mark

5.2 Evaluation of Bid :

1. The Method of selection and evaluation of Bid is QCBS (Quality & Cost Based Selection) system. The weightage assigned is 70% for technical score and 30% for financial score.

2. The bidders who qualify and get minimum score of 75 of eligibility criteria will only be considered for evaluation of Financial Bid. The bids will be evaluated on a total score of 100 comprising Technical component of 70 marks and financial component of 30 marks.

3. Technical Evaluation: The Technical evaluation will be done on the basis of the

above criteria with maximum marks of 100. The weight age for each factor of the criteria shall be according to marking system as detailed in qualification criteria.

4. Weight for Financial parameters: Proposal with the lowest cost will be given a financial score of 100 and other proposals will be given financial scores that are inversely proportional to their quotation.

5.3 Composite Evaluation:

T: Technical Proposal evaluation score out of 100 F: Commercial Proposal evaluation = 100 x Af/ Bf Where Af= Price of lowest responsive Bidder and Bf= Price of any other Bidder The Final Total score will be worked out by adding the weighted marks on technical and financial proposals i.e. Final Score for particular bidder C= T x 0.70+ F x 0.30

6 The total score will be arrived at by summing up the Technical and Financial scores. Firm getting higher mark on above parameters would be considered for award of said assignment.

7 The right to reject any or all bids rests with the Commissioner MCG without assigning any reason

5.4 BIDDING PROCESS:

The tender should be submitted as per the scheduled given.

Page 16 of 26

A. PROCEDURE FOR SUBMISSION OF BIDS:

a) Technical Bid in one sealed cover (marked „X‟- Technical Bid) along with earnest

money on prescribed form enclosed in the bidding document. All the relevant

document should be attached along with technical bid. (all pages should have page

Nos. with proper Index)

b) Technical Bids will be opened on the prescribed date and time. However, the

Financial Bids of the Technically Qualified bidders shall only be opened after they

qualify the technical bid.

c) The cover thus prepared should also indicate clearly the name and address of the

bidder along with Contact Numbers such as Landline or Mobile phone numbers with

e-mail details to enable the Bid to be returned unopened in case it is declared

“Late”.

d) Conditional tenders and tenders with deviations shall be summarily rejected.

B. DETAILS OF REQUIRED STAFF WITH QUALIFICATION:-

I) Qualification of required staff as prescribed by Government/MCG.

SECTION 6

TERMS & CONDITIONS

1. The complete Tender Document with scope of work and terms & conditions can be

downloaded from the website of this Corporation i.e. www.mcg.gov.in as per

schedule.

2. The offer not accompanied with Earnest Money in shape of Demand Draft duly

placed in favour of the Commissioner, Municipal Corporation, Gurgaon and Tender

form/Fee will be rejected straight way. The successful tenderer can claim this

earnest money after a period of three months of completion of project without

interest.

3. Bank Guarantee equivalent to one month salary of total staff required within fifteen

days of allotment of tender with agreement. Tender form‟s Terms & Conditions

should be mentioned on these bank guarantee. The bank guarantee should be valid

for one year.

4. The quoted rates shall not be less than DC Rate as applicable for the period 2014-

15 as per orders of Deputy Commissioner, Gurgaon vide Endst. No. 86-185 dated

27.05.2014 for Gurgaon District plus ESI + EPF + all other statutory liabilities plus

minimum 5% service charge. Rate of any bid found to be less than the above rate

shall be summarily rejected.

5. The service provider shall appoint one manager having minimum qualification of

MBA with specialization of Human Resource and atleast 3 years experience of

management, deployment, providing substitute of the absentee, completion of

service record i.e. deposit of ESI, EPF etc. The manager shall exclusively

control/manage the manpower provided by the service provider. No extra

remuneration shall be paid for these managers, to the service provider by MCG.

6. All Government taxes including Income Tax will be deducted at source in all cases of

payment of Tender as per rule from time to time.

7. The successful bidder will pay the wages to all the employees engaged by him and

deposit ESI, EPF etc. charges of every employee as per rules upto the 5th of every

succeeded month. Only after the above payment the bill will be reimbursed after

checking the receipts provided by successful bidder for that particular month.

Page 17 of 26

8. The initial period of contract for the work shall be one year from the date of award

and which is extendable by Commissioner, Municipal Corporation, Gurgaon on

satisfactory performance of the work of the service provider. In case work is found

unsatisfactory during the contract period, then the contract shall be terminated with

forfeiting of security deposited with MCG.

The contract can, however, be terminated by the Commissioner, MCG at any

time by giving 15 days notice in case the quality of the services is found

unsatisfactory or for such other reason, as Court orders, Government policy or any

other reason which is to the satisfaction of the Commissioner, MCG is sufficient to

terminate the contract.

9. The service provider shall provide any number of extra persons as desired by the

Municipal Corporation, Gurgaon office during the period under this agreement at the

rates already agreed to in the contract.

10. Sub-letting of contract directly or indirectly is not permissible which shall result in

pre-mature termination of contract and imposition of any penalty decided by

Commissioner, MCG including forfeiting of entire security. Sub-letting in any way

would tantamount to forgery and criminal liability against the service provider can

be fixed as per law.

11. In case of any material violation of any of the terms and conditions by the Service

Provider, the Commissioner reserves its right to unilaterally terminate the contract.

In case of any dispute, the decision of the Commissioner will be final and binding.

12. The salary /remuneration shall be disbursed through Bank Accounts only.

13. In case of revision in minimum wages, in writing, by Government of

Haryana/Ministry of Labour and Employment, Government of India, the

corresponding revised rates shall be payable by the MCG after the approval of

Competent Authority in the MCG.

14. The payment will only be made after the payment of salary EPF, ESI, Service tax

etc. by the service provider to the employees /department. He will submit the

copies of bank advice and EPF/ESI, service tax challans and after submission of

these documents is payment will be processed and paid. No payment shall be made

without submission of above documents.

15. It shall be the responsibility of the service provider to fulfil all legal/contractual

obligations towards the employees such as P.F. deduction, ESI contribution etc. as

applicable.

16. The service provider shall ensure that all his workers deployed in Municipal

Corporation, Gurgaon office are covered under the requisite ESI Scheme under the

prescribed Act and in case of any accident to staff while working it shall be the sole

responsibility of the service provider on this account whatsoever.

17. MCG shall not bear any other expenses payable to the employee of the service

provider such as CPF contribution; to and fro transport charges from residence

medical expenses etc.

18. The service provider undertakes to comply with the applicable provisions of all

welfare legislations and more particularly with the Contract Labour (Regulation and

Abolition) Act, 1970, if applicable, for carrying out the purpose of this agreement.

The Services Provider shall further observe and comply with all Government laws

concerning employment of staff employed by the Services Provider and shall duly

pay all sums of money, to such staff as may be required to be paid under such laws.

It is expressly understood that the Service Provider is fully responsible to ascertain

and understand the applicability of various Acts, and take necessary action to

comply with the requirement of law.

Page 18 of 26

19. The Service Provider shall be obliged and solely responsible to comply with all

statutory requirements in respect of the manpower engaged by him and MCG shall

not be a party to any dispute arising out of such deployment by the contractor.

20. The Service Provider before selecting the manpower will satisfy himself about the

character and integrity of the persons proposed to be provided to the Corporation.

The Service Provider shall obtain a character certificate in respect of every such

person from the school/college last attended by such person or a character

certificate from a Gazetted Officer and a copy of such certificate should be made

available to the MCG at the time of deployment. The persons deployed by the

Agency should not have any Police record/criminal cases against them and they

should be deployed after police verification. The agency should make adequate

enquiries about the character and antecedents of the persons whom they are

recommending. The character verifications of the personnel are sole responsibility of

bidder.

21. The Service Provider shall be responsible for all acts of commission and omission on

the part of the manpower engaged for the purpose. The Commission shall not be

responsible in any manner, whatsoever, in matters of injury/death/health etc. of the

Service Provider‟s employees performing duties under the contract.

22. If service provider fails to discharge the obligation of tender so awarded part or in

full or on the grounds of quality of staff, the Municipal Corporation, Gurgaon has the

right to impose appropriate cut or terminate the contract and to place the order to

other service provider even at higher rate at the risk and cost of service provider

and the Municipal Corporation, Gurgaon shall have the right to forfeit the security

money or to take any legal action against defaulter service provider.

23. The Service Provider‟s personnel shall not divulge or disclose to any person, any

details of office, operational process, technical know-how, security arrangements

and administrative/organizational matters as all are of confidential/secret nature as

this will be considered as criminal breach of trust.

24. The Service Provider‟s personnel shall not have any right to claim any

benefit/compensation/absorption/regularization of services with the MCG under the

provision of Contract Labour (Regulation & Abolition) Act, 1970 or any other Act.

Undertaking from the person to this effect will be required to be submitted by the

Service Provider to this office.

25. All disputes are subject to Gurgaon jurisdiction. Every dispute, difference or

questions which may at any time arise between the parties hereto or to any other

person claiming under them touching or arising out in respect of this agreement, or

the subject matter thereof shall be referred to the Sole Arbitration of the authorised

representative of Commissioner, Municipal Corporation, Gurgaon whose decision

shall be final and binding on the parties. His decision will not be open to be

challenged before any Court of law.

26. For all intents and purposes, the service providing Company/firm shall be the

“Employer” within the meaning of different Labour Legislations in respect of

manpower so employed and deployed in the MCG. The persons deployed by the

Company in MCG shall not have claims of any Employer and Employee relationship

nor have any principal and agent relationship with or against MCG.

27. The service provider shall supply an Indemnity Bond on Non-Judicial Stamp Paper

that in case of any mishap he shall be responsible for the payment of all types of

compensation to the staff as per provision and various Acts such as workman

compensation Act etc. and the Municipal Corporation, Gurgaon will have no

accountability on this account. The service provider shall also supply an Indemnity

Bond on Non-Judicial Stamp Paper that in case of any mishap or damage of the

office record/office equipments he shall be responsible for all type of payments or

compensation to the Municipal Corporation, Gurgaon.

Page 19 of 26

28. Complaints regarding payment of lesser wages and marking of wrong attendance

shall be viewed seriously and the Service Provider shall be liable for criminal legal

proceedings as per law.

29. The service provider shall not default in making the persons available and shall not

change persons deployed except in exceptional circumstances only with the consent

of Commissioner/ Joint Commissioner (HQ), Municipal Corporation, Gurgaon in this

regard & number of staff required can be increased & decreased by them.

30. The service provider will maintain necessary records as required under labour

regulations and make available the same for inspection to the competent authority

and to the MCG.

31. The service provider shall obtain workman‟s compensation insurance policy from an

approved insurance company to cover up the risk of injury /death of the contract

labour engaged by him at site. The service provider has to give a compensation of

Rs. Ten Lakhs within one month of the death of a person deputed by him in the

MCG. The labour regulations shall be deemed as part of the contract and breach

thereof shall be deemed as breach of contract. Accordingly the service provider will

render himself for penal action for omission and commission on his part by the

competent authority. The service provider will have to open EPF, ESI & GIS

accounts and shall ensure the deposit of the same and submit challan receipts to

MCG by the 7th of each month. In case MCG deposit the EPF, ESI & GIS directly

then it shall not be payable to the service provider and a penalty amounting to Rs.

1000/- per month per employee shall be recovered from the service provider.

32. Firms/Contractor who have been debarred / black listed by any Deptt. /

Autonomous body of the Central / State Govts. / Union Territories and Municipal

Corporation or any other govt. or semi government organisation are not eligible to

apply. In case this fact is established after allotment of the contract, then such

contract will be terminated after due enquiry without any notice and in such an

eventuality the security deposit and bank guarantee will stand forfeited. The above

condition of being debarred/black listing shall also apply to associate

concern/partners of the applicant firm/contractor.

33. Any of orders/decisions passed by honourable Court from time to time shall be bound

to consider by both the parties.

34. The service provider shall be required to sign an agreement with Commissioner,

Municipal Corporation, Gurgaon containing all the terms and conditions of the

tender document within seven days of receipt of work order. A certificate given in

the below format is also to be submit with Technical Bid.

I/We certify that I/We have read the terms and conditions of the tender as

well as the provisions as mentioned in the service agreement. I/We undertake that

it is my/our responsibility to ensure that being the employer in relation to persons

engaged/deployed by me/us to provide the services/activities under this service

agreement as well as to make the payment of monthly wages/salaries, which in any

case shall not be less than the D.C. rates as fixed for Gurgaon district along with all

other statutory dues as Employees Provident Fund, Employee State Insurance,

Employee Deposit Link Insurance etc. to his employees. I/We undertake to observe

the compliance of all the relevant labour laws as applicable viz. Payment of wages

Act, 1936, Minimum Wages Act, 1948 Contract Labour (Regulation and Abolition)

Act. 1948, Contract Labour (Regulation and Abolition), Act, 1970, State/UT Contract

Labour/ (R&A) Rules, 1974, EPPF Act, 1952, ESI Act (1948) as applicable and as

amended from time to time and or any other rule framed there under from time to

time by the Central or State Government or any Authorities constituted by or under

any Law, for the category of persons deployed be me/us.

Certified that I/We have read the tender documents containing the nature

and scope of work, terms and conditions and the draft of service agreement and

have understood the contents.

Page 20 of 26

I/We undertake to abide the terms and conditions as laid down in the tender

document and the service agreement in case the work order is allotted to me/us.

SECTION 7

PENALTY CLAUSE

1. Penalty will be levied as decided by Commissioner or any higher authorities in case

of non-completion of contract or non-fulfilment of any condition of this tender. The

decision of JC(HQ) in writing will be sufficient and binding on all parties.

2. Penal recovery at triple of the amount on quoted/allotted rates shall be made if

services of any of categories not provided by the contractor.

3. If during the pendency of contract any worker is found inefficient the Contractor will

have to replace him with another suitable worker. If contractor failed to do so and

any loss incurred by the corporation shall be born/ recovered from the contractor

along with penalty.

4. In case of fraud or financial loss or physical damage or any other problem bidder

has to repay amount decided by Commissioner or any higher authorities

5. Persons deputed by the service provider shall be allowed only one leave per month.

Prior permission for leave shall be obtained from the concerned officer of this

Corporation. In emergent cases, such as the person deployed falls sick or is not able

to attend the office for the reason beyond his control continuously for more than 3

days, the Service Provider shall deploy a suitable substitute. If the contractor fails

to deploy requisite number of persons due to default on his part or fails to send the

substitute, without prejudice to any other right or remedy available under the law to

the Corporation on account of such breach, pro-rata recovery along with penalty

equal to triple the amount payable to the agency for deployment of that person, on

pro-rata basis for the first ten days from the date of absence of the person from

duty will be made. In case the Service Provider fails to provide suitable substitute(s)

within ten days, additional penalty @ 5% of the total wage bill (excluding taxes) of

that month will be imposed. The quantum of recovery will be decided by Competent

Authority in MCG, which will be final and binding on the Service Provider.

6. The service provider shall send the requisite number of persons within stipulated

time after requisition from the MCG. In case of any inability of personnel deputed to

the job in the MCG the same will be got done from the market at the cost of service

provider and amount spent along with penalty mentioned above shall also be

recovered from the service provider.

7. The t e n d e r e r applicant and their respective officers, employees, agents and

advisers shall observe the highest standard of ethics during the Bidding Process.

Notwithstanding anything to the contrary contained herein, MCG may reject a

tender without being liable in any manner whatsoever to the tenderer if it

determines that the tenderer has, directly or indirectly or through an agent,

engaged in corrupt practice, fraudulent practice, coercive practice, undesirable

practice or restrictive practice in the Bidding Process.

8. Without prejudice to the rights of the MCG under Clause 7 hereinabove, if a

tenderer is found by the MCG to have directly or indirectly or through an agent,

engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice during t h e Bidding Process, s u c h

tenderer shall not be eligible to participate in any tender floated by MCG.

C. INTERVIEW

1. For interview and skill test the Service Provider has to send a list of candidates two

times of the requirements (2x1) within a week‟s time from the date of placement of

the requisition.

Page 21 of 26

2. Manpower agency has to appoint only the persons who have been interviewed/

selected by MCG. Agency / contractor has to submit the bio‐data (affixed with photo

and enclosed all certificates for education and professional experience). If, required

MCG may verify originals documents.

SECTION-8

GENERAL CONDITIONS

1. The service provider shall ensure that the employees / workers are punctual and

remain alert and vigilant in performance of their duties. The service provider shall

engage physically fit persons of minimum age of 18 years and not more than 45

years.

2. The service provider shall certify regarding fulfilling of prescribed qualification &

experience requirement by the workers deployed by him in Municipal Corporation,

Gurgaon. These workers shall have to pass the test conducted before deployment in

MCG.

3. The service provider shall ensure that the staffs employed by him are decently and

properly dressed in distinct uniform. The uniform shall be approved by the Joint

Commissioner (HQ), MCG. Those employees found working without uniform shall be

treated as absent from work despite their presence in the biometric system. The

cost of the uniform shall be borne by the service provider.

4. The service provider shall ensure that none of their employees will be a member of

any of the employee‟s union(s) and political parties or take any interest in such

activities.

5. The employees engaged by the service provider will be in the employment of the

service provider only and not of the Municipal Corporation, Gurgaon in any way.

6. The service provider shall provide Identity Card to all its manpower deployed as per

the format provided by the MCG Office.

7. The staff provided by the service provider to the department, in case is found to be

indulging in any undesirable or unfair activities in the premises of the office, the

service provider will solely be responsible for all the consequences apart from the

liberty of MCG to lodge complaints before appropriate authorities. The decision on

what qualifies as an unfair activity rests solely with Commissioner, Municipal

Corporation, Gurgaon.

8. The service provider will be responsible for the discipline of manpower deployed by

them as per Conduct Rules and Regulations.

9. Service provider shall compensate in full the loss sustained by MCG on a/c of any

damage caused to any equipment/ items available at the office/premises or due to

negligence/lapse of the employees engaged by service provider to Municipal

Corporation, Gurgaon. The amount so involved on this account shall be deducted

from the payment due to service provider.

10. The service provider shall strictly comply with the terms and conditions of

agreement. Further, they shall also comply with all statutory obligations. In case of

violation, the agreement shall be liable for cancellation immediately and security

deposited will be forfeited.

11. In case of any unsatisfactory services rendered by the service provider, the

Commissioner, Municipal Corporation, Gurgaon reserves the right to terminate the

contract even during the continuity of the contract after giving reasonable

opportunity.

12. Leave reserve for weekly rest and other holiday/National holiday shall be provided

by the Service Provider and no extra charges will be paid by MCG.

Page 22 of 26

13. The service provider shall furnish a personal guarantee of its Managing Director/

Partner, guaranteeing the due performance by the Service Provider of its

obligations.

14. All payments made by the Department shall be after deduction of Tax at source

wherever applicable as per the provision of the Income Tax Act, 1961.

15. Service Provider shall obtain all registration(s) permissions(s)/ license(s) etc. which

are/may be required under any labour or other legislation(s) for providing the

services.

16. The Service Provider shall at all times indemnify and keep indemnified the MCG

against any claim by any third party for any injury, damage to the property or

person of the third party of for any other claims whatsoever for any acts of

commission or omission of its employees or personnel during the hours of providing

the services at the MCG premises or before and after that.

17. The service provider shall provide all type of required safety equipments and

accessories keeping in view the work assigned to staff deputed by them.

18. The Service Provider has complied with and obtained necessary permissions/

licenses/ authorizations under the Central, State and Local Authorities and obtained

all required permissions/license for carrying out its obligations.

19. All the persons engaged by the service provider should be healthy, physically fit and

free from communicable diseases.

20. The personnel sent/deputed on job will be on the pay roll of the service provider

and will be the employees of the service provider for all intents and purposes.

However, the services of service provider shall communicate the name, parentage,

residential address, date of birth, academic qualification previous experience etc.

along with a photograph of the person in the prescribed format of Municipal

Corporation, Gurgaon.

21. The antecedents of personnel deployed by the service provider should be credible

and above board.

22. In case of pilferage, theft breakage; the service provider will be responsible. The

Commissioner, Municipal Corporation, Gurgaon will be at liberty to recover the

amount of such loss from the service provider after holding an enquiry. The decision

of the Commissioner, MCG to this effect shall be final and binding upon the parties.

In case unsatisfactory performance and violating of any condition of the contract /

service agreement, the contract shall be liable to the cancelled and security will be

forfeited.

23. Tender received after the closing date and time will be summarily rejected. No

appeal against such rejection shall lie.

24. Tender shall be in the prescribed form. No tender will be considered which is not as

per the printed form and does not bear the tenderer‟s signature and seal at the

bottom of every page of the tender document.

25. Commissioner, Municipal Corporation, Gurgaon reserves the right to accept or reject

any tender in part or full without assigning any reason whatsoever.

26. Commissioner, Municipal Corporation, Gurgaon takes no responsibility for delay,

loss or non-receipt of tender sent by post.

27. Biometric attendance will be made for the employees provided by the service

provider. A complete electronic generated attendance will be maintained.

IMPORTANT:- Offer without prescribed Tender form/Tender fee or not supported

with Earnest Money/Authority letter will not be considered in any

circumstances.

SECTION 9

TECHNICAL BID (‘X’)

Page 23 of 26

1. Name of organization /Service provider

2. Address and phone No. of organization/Service

provider

3. Contact Person Name

Phone No :

Mobile No. :

E-Mail ID :

4. Status of the organization/Service provider

(whether private or public sector undertaking or

Sole Proprietor or Partnership or Cooperative

Society etc.) the tender should attach a resolution

passed by the Executive Body authorizing the

specific officer/Partner for signing the documents.

5. Declaration in the form of affidavit that the

individual /Service provider /Organization including

its partners and share-holders, was not black

listed/prosecuted by any departments/ Statutory

Bodies in Haryana or by any Court of Law, is to be

attached.

6. Registration No. of labour license for providing

skilled manpower.

(Attested copy)

7. Registration number Shops & Establishment Act

(Attested copy)

8. Registration No./Code No. registered under EPF/ESI

Act. (Attested copy)

9. Service Tax Registration No.

(Attested Copy)

10. PAN /TAN No. of the Service provider /Service

provider (Attested copy)

11. ISO No. (Attested copy)

12. Receipt No. date of deposit of tender Fee / Demand

Draft No. & date amount Rs.

13. Detail of earnest money in the shape of demand

draft payable at Gurgaon for Rs.__________ /-(Rs.

__________ Lacs) in favour of Commissioner,

Municipal Corporation, Gurgaon.

14. a) Certificate from Service provider / Service

provider for deposit of EPF upto date i.e.

31.03.2015.

b) Certificate from Service provider / Service

provider for deposit of Service Tax upto date i.e.

31.03.2015

(certificate of chartered accountant for (a) &

(b) above)

15. Work experience for a minimum of three years with a Govt. Department with at

least hundred skilled employees per year in the last 3 years from the competent

authority.

Year Name &

Address of

Govt.

Department

No. of

Manpower/

Employee

Type of

Manpower

Financial

Value

(Rs.)

(1) 2014-

2015

Page 24 of 26

(2) 2013-

2014

(3) 2012-

2013

Note Use separate sheet, if required

16. Annual Turnover amounting of Rs. ______ Crores in 2014-15 and Rs. __________

Crores in 2013-14 & 2012-13 for providing skilled manpower.

(certificate of chartered accountant)

Year Financial value (Rs.)

(in figure & in words)

(1) 2014-

2015

(2) 2013-

2014

(3) 2012-

2013

17. Has the tenderer read all conditions etc mentions in tender

form/ bidding document & tender notice carefully. (Please tick

Yes/No)

Yes/No

18. Has the tenderer enclosed tender form duly signed by the

tendering service provider accepting all terms and conditions

mentioned in the Tender Form/ Bidding document & tender

notice? (Please tick Yes/No)

Yes/No

19. Proposed Number/Methodology and Detailed plan to provide services

(May use separate sheet for write up)

Verification:

I solemnly declare and affirm that the above facts given from Sr. No. 1 to 19

are true to the best of my knowledge and nothing has been concealed.

Date: Signature with Seal

Page 25 of 26

SECTION 10

FINANCIAL BID (‘Y’)

(Mandatory to be submitted only ONLINE)

(FINANCIAL BID SHELL BE OPEND AFTER THE FINALISTION/ELIGIBILTY OF

TECHNICAL BID)

Service Provider‟s Proposal Reference No. & Date:

Service Provider‟s Name & Address:

Person to be contacted:

Designation:

Telephone No:

Fax No:

Mob No:

Email address:

Sr.

No.

Type of Service Rate to be quoted by the Firm Per

Year

1. Providing /Supplying of skilled,

unskilled and semi skilled manpower

on outsourcing service for various

works in different offices such as WSS,

Sanitation etc. under Municipal

Corporation, Gurgaon.

In Figure

____________________________

In words

____________________________

Note:- The Service Charge/ rate shall be quoted in percentage of DC Rates

for the year 2014-15 as per orders of Deputy Commissioner, Gurgaon

vide Endst. No. 86-185 for Gurgaon District.(Total payable would be

DC rate + ESI + EPF + all statutory liabilities + service charge as

quoted above)

Date: Signature

Name Service provider

With Stamp/Seal

Page 26 of 26

SECTION-11

DNIT Sr.

No.

Type of Service Rate to be quoted by the Firm Per

Year

1. Providing /Supplying of skilled,

unskilled and semi skilled manpower

on outsourcing service for various

works in different offices such as WSS,

Sanitation etc. under Municipal

Corporation, Gurgaon.

In Figure

____________________________

In words

____________________________

ANNEXURE-A

S.No. Post Swerage & Water services

1 Office Asst. 2

2 Clerk/Computer Clerk 30

3 Peon 10

4 Driver 6

5 Safaisupervisor(Diploma holder) 14

6 Gangman 20

7 Beldar 30

8 Fitter 12

9 Sewermen 65

10 Plumber 2

11 Electrician 2

12 Diesel Engin operator 6

13 Helper /Plumber helper 9

14 Store Munsi 1

15 Surveyor 1

16 Electric Helper 3

17 Meter reader 6

18 Chowkidar 5

19 Pump Attendant 82

TOTAL 306