Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
Page 1 of 33
Municipal Corporation Gurgaon
Tender Documentfor
SANITATION WORK OF THE AREA ZONE 4 GURGAON AND ALL
OTHER CONTINGENT THERETO. THE AREA INVOLVES THE
FOLLOWING:-
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8 (KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8 TO SOHNA AND
ADJOINING AREA OF BEGAMPUR KHATOLA FAZILPUR
RED LIGHT
Issued by
Assistant Engineer (S)
Municipal Corporation Gurgaon
PLOT NO. C-1, INFOCITY, SECTOR-34
Gurgaon
Page 2 of 33
INDEX
Sr. No Section Description Page No
1 Press notice 3
2 Notice Inviting Tender 4
3 Section-1 Condition for e-tendering 8
4 Section-2 Definitions 10
5 Section -3 Scope of Work 11
6 Section-4 Instructions to the bidders 11
7 Section-5 Manpower Wages 14
8 Section-6 Force majeure 15
9. Section-7 Arbitration 15
10 Section-8 Award of contract 15
11 Section-9 Payment schedule 15
12 Section-10 Penalty Clause 16
13 Section-11 Time Period 17
14 Section-12 Eligibility Criteria 17
15 Section-13 Technical Bid 17
16 Section-14 Financial Bid 18
17 Section-15 DNIT 18
Page 3 of 33
MUNICIPAL CORPORATION GURGAON
Tender/Community Participation Notice
No. AE(S)/ZONE-IV/MCG/2016/ Dated:
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/firm/individuals/Co-operative Societies for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
F)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING
AREA OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
Rs. 5000/-
1. Tender documents can be seen on website: http://mcg.gov.in and downloaded onlinefrom 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 digitallysigned, the Bidders are advised to obtain Digital Signature Certificate (DSC) at theearliest.
3. Tender Documents Fees has to be paid online through payment gateway during the"Downloading of Tender Document & Payment of Tender Document fees" stage.Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) ofMunicipal Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG
Page 3 of 33
MUNICIPAL CORPORATION GURGAON
Tender/Community Participation Notice
No. AE(S)/ZONE-IV/MCG/2016/ Dated:
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/firm/individuals/Co-operative Societies for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
F)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING
AREA OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
Rs. 5000/-
1. Tender documents can be seen on website: http://mcg.gov.in and downloaded onlinefrom 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 digitallysigned, the Bidders are advised to obtain Digital Signature Certificate (DSC) at theearliest.
3. Tender Documents Fees has to be paid online through payment gateway during the"Downloading of Tender Document & Payment of Tender Document fees" stage.Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) ofMunicipal Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG
Page 3 of 33
MUNICIPAL CORPORATION GURGAON
Tender/Community Participation Notice
No. AE(S)/ZONE-IV/MCG/2016/ Dated:
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/firm/individuals/Co-operative Societies for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
F)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING
AREA OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
Rs. 5000/-
1. Tender documents can be seen on website: http://mcg.gov.in and downloaded onlinefrom 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 digitallysigned, the Bidders are advised to obtain Digital Signature Certificate (DSC) at theearliest.
3. Tender Documents Fees has to be paid online through payment gateway during the"Downloading of Tender Document & Payment of Tender Document fees" stage.Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) ofMunicipal Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at MCG
Page 4 of 33
Office 1st floor, Infocity, Sector -34, Gurgaon. If the bidder fails to submit the EarnestMoney in CFC before due date then the tender will not be considered in any way andwill be treated as cancelled without any intimation. However, as the details of the EMDare 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 and copy of G-8 ismandatory to be submitted with technical bid.
4. The tender can be postponed or cancelled at any time due to administrative reasonsand no claim shall be entertained on this account.
5. 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
Assistant Engineer(S),ZONE-IV,for Commissioner,
Municipal Corporation,GurgaonEmail: [email protected]
Page 5 of 33
MUNICIPAL CORPORATION GURGAON
NOTICE INVITING TENDER
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/ manufacturer for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
G)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING AREA
OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
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 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. For obtaining Digital Certificate, the Bidders should follow
point No. 3 under Section 2 (Conditions of e-tendering).
Page 5 of 33
MUNICIPAL CORPORATION GURGAON
NOTICE INVITING TENDER
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/ manufacturer for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
G)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING AREA
OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
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 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. For obtaining Digital Certificate, the Bidders should follow
point No. 3 under Section 2 (Conditions of e-tendering).
Page 5 of 33
MUNICIPAL CORPORATION GURGAON
NOTICE INVITING TENDER
Online bids are hereby invited on behalf of Commissioner MCG from eligible
contractors/ manufacturer for the work mentioned below:-
Name of work Time
Limit for
work
Earnest
Money
Tender
Document Fee
SANITATION WORK OF THE AREA ZONE
4 GURGAON AND ALL OTHER
CONTINGENT THERETO. THE AREA
INVOLVES THE FOLLOWING:-
G)
A) RAJIV CHOWK TO BADSHAHPUR
B) SUBHASH CHOWK TO HERO
HONDA CHOWK
C) SERVICE ROAD FROM RAJEEV
CHOWK TO TOLL PLAZA
D) DARBARIPUR ROAD FROM NH-8
(KHERKI DAULA) TO
BADSHAHPUR AND ADJOINING
DARBARIPUR VILLAGE
E) BEHRAMPUR ROAD FROM NH-8
TO SOHNA AND ADJOINING AREA
OF BEGAMPUR KHATOLA
FAZILPUR RED LIGHT
1 Year Rs.
5,00,000/-
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 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. For obtaining Digital Certificate, the Bidders should follow
point No. 3 under Section 2 (Conditions of e-tendering).
Page 6 of 33
3. Key Dates:-
Sr.No.MCG Stage Contractor Stage
Start Date
and Time
Expiry Date and
Time
1 Release of Tender
document
07.10.2016
09:00 Hrs.
07.10.2016
20:00 Hrs.
2
-
Downloading of
Tender Documents
along- with Tender
fees
07.10.2016
20:01 Hrs.
22.10.2016
20:00 Hrs.
3-
Online Bid
Preparation & Hash
Submission
07.10.2016
20:01 Hrs.
22.10.2016
20:00 Hrs.
4 Technical & Financial
Lock-
23.10.2016
09:00 Hrs.
26.10.2016
16:00 Hrs.
5-
Re-Encryption of
Online Bids
26.10.2016
16:01 Hrs.
27.10.2016
17:00 Hrs.
6 Open EMD &
Technical/PQ Bid-
27.10.2016
17:01 Hrs
03.11.2016
20:00 Hrs.
7 Eligibility criteria
evaluation-
27.10.2016
17:01 Hrs
03.11.2016
20:00 Hrs.
8Open Financial Bid
27.10.2016
17:01 Hrs
03.11.2016
20:00 Hrs.
4. The pre-bid meeting will be held on 14.10.2016 in the office of Joint
Commissioner IV, Municipal Corporation, Gurgaon, C-1, GTPL Building, Sector-34,
Gurgaon at 14:00 hours.
5. Any queries relating to bid document should be given in O/o Assistant Engineer
(Sanitation) untill Prebid meeting. Any other point if raised at a later stage will not
be entertained & no claim in this regard will be considered. The decision of Joint
Commissioner-IV, MCG in this regard will be final.
6. Manual Submission of Documents will be done by the agencies/Contractors on
27.10.2016 from 10:00 AM to 04:00 PM. in the office of Assistant Engineer (S),
Municipal Corporation, Gurgaon, Old MCG Office, Opp. Civil Hospital Gurgaon.
Page 7 of 33
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. Earnest Money Deposit has to be submitted through
Citizen Facility Center (CFC) of Municipal Corporation Gurgaon at MCG office, Opp.
Civil Hospital, Gurgaon or at MCG Office 1st floor, Infocity, Sector -34, Gurgaon. If
the bidder fails to submit the Earnest Money in CFC before due date then the
tender will not be considered in any way and will be treated as cancelled without
any intimation. 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 and copy of G-8 is mandatory to be
submitted with technical bid.
8. The tender shall be submitted by the bidder in the following three separate
envelops online:
i. Proof of deposit of Earnest Money - 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'
The envelopes 'ED' & 'TI' shall be kept in a big outer envelope, which shall also be
sealed. In the first instance, the Envelop - 'ED and TI' of all the Bidders 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
Envelope 'ED' - Earnest Money Deposit Envelop
Online EMD Envelope-Reference details 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 Bid envelope as per the Tender.
Envelope 'CI' - Price Bid Envelope
To be submitted mandatory online- "Information related to Price Bid of the Tender".
Page 8 of 33
The bidder can submit their tender documents as per the dates mentioned in the
schedule above.
CONDITIONS:-
a. The tender without earnest money will not be opened.
b. The jurisdiction of court will be at Gurgaon.
c. The tender of the bidder who does not satisfy the Eligibility and Technical Bid
Criteria in the bid documents is liable to be rejected summarily without assigning
any reason and no claim whatsoever on this account will be considered.
d. 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".
Assistant Engineer(S),ZONE-IV,for Commissioner,
Municipal Corporation,GurgaonEmail: [email protected]
Endst No.AE(S)/ZONE-IV/MCG/2016/ Dated:A copy of above is forwarded to the following for information and wide publicity:
1. Commissioner, Municipal Corporation Gurgaon.
2. Deputy Commissioner, Gurgaon.
3. Additional Commissioner, Municipal Corporation, Gurgaon.
4. Administrator, HUDA, Gurgaon.
5. Chief Account Officer, Municipal Corporation Gurgaon.
6. Executive Engineer, Marketing Board, Gurgaon.
7. Dy. Director (Audit), Municipal Corporation Gurgaon.
8. Assistant Register, Cooperative Societies, Gurgaon.
9. Manager, Gurgaon Distt. Co-op. L/C Federation Ltd. 209/3 Gopal Nagar, Gurgaon.
10. Notice Board, Municipal Corporation Gurgaon.
11. CFC, Municipal Corporation Gurgaon for publication on net.
Assistant Engineer(S),ZONE-IV,for Commissioner,
Municipal Corporation,GurgaonEmail: [email protected]
Page 9 of 33
SECTION-1
CONDITIONS OF E-TENDERING1. These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
2. All the Contractors 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.
3. Obtaining a Digital Certificate
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.
3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and
verification letters attested by the Notary Public / Chartered Accountant / Any
Gazatted Officer whose stamp bears emblem of Ashoka. Only upon the receipt of
the required documents, a digital certificate can be issued.
3.3 The contractors 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.
IV 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)
Page 10 of 33
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
3i Info-tech Consumer Services Ltd
3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli,
Bangalore560036, Karnataka
Website - http://www.e-Mudhra.com
Contractors 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 protected]
10. Nextenders (India) Pvt. Ltd.
O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151
Contact Person: Manmit – 09815034028 Rishi – 09878012160
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 looses 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.
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
Page 11 of 33
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.
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.
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".
5. Online Viewing of Notice Inviting Tenders:
The contractors can view the N.I.T and the time schedule (Key Dates) for all the
packages floated using the elect ron i c tendering system on the Haryana
MCG websi te http://mcg.etenders.in. Contractor may refer to NIT in the office of
Assistant Engineer (Sanitation).
6. Opening of an Electronic Payment Account:
6.1 For purchasing the tender documents online, contractors are required to pay the
tender documents fees online using the electronic payments gateway service as
mentioned at S. No.8.
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
7. Submission of Earnest Money Deposit:
Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) of
Municipal Corporation Gurgaon at MCG office, Opp. Civil Hospital, Gurgaon or at
MCG Office 1st floor, Infocity, Sector -34, Gurgaon. If the bidder fails to submit the
Earnest Money in CFC before due date then the tender will not be considered in any
way and will be treated as cancelled without any intimation. However, as the details
of the EMD are required to be filled at the time of Bid Preparation and Hash
Page 12 of 33
Submission Stage, the Bidders are required to keep the EMD details ready
beforehand and copy of G-8 is mandatory to be submitted with technical bid.
Submission of Tender Document Fees:
The Payment can be made by eligible contractors online directly via Credit Card /
Internet Banking Account / Cash Card / Debit card. The contractors 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.
8. 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
9. 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.
10. 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.
11. 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.
12. Key Dates:
12.1 The bidders are strictly advised to follow dates and time as indicated in the
Notice Inviting Tender.
Page 13 of 33
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 Inviting Tender. The bidder should check the status of a particular stage
by following the below mentioned procedure:-
i. Click on "Main" after login into the portal.
ii. Select "Tender Search" and click on "Go"
iii. Next screen will appear on the screen and click on "Search" button to view
the list of various tenders.
iv. Select the tender whose status is to be viewed by clicking on the tender no.
v. 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.
OTHER INFORMATION:
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.
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.
3. Tender must strictly abide by the stipulations set forth in notice inviting tender &
Page 14 of 33
while tendering for the work, the bidder shall adopt only the three envelope system.
4. The third envelope - 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.
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.
6. Tenders / quotations which are dependent upon the quotations of another bidder shall be
summarily rejected.
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 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 stated by concerned Executive Engineer of the Department.
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 .
Page 15 of 33
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.
SECTION-3
SCOPE OF WORK
1. Following is the list of Area taken up for Sanitation falls under Zone-IV area.
Sr.
No.Name of Area
Minimum Staff and Machinery need to
deployed by agency
1.Rajiv Chowk to Badshahpur (NH-248A
& Service Road)
58 Safai Karamchari
03 Safai Supervisor
02 Tractor Trolley
10 Ricksha Rehri
All required sanitation material like
Jharu, kassi, Kolchi, etc
2.
Darbaripur Road from NH-8(Kherki
Daula ) to Badshahpur and adjoining
Darbaripur Village
23 Safai Karamchari
01 Safai Supervisor
01 Tractor Trolley
04 Ricksha Rehri
All required sanitation material like
Jharu, kassi, Kolchi, etc
3.Service road from Rajeev Chowk to
Kherki Daula Toll Plaza
24 Safai Karamchari
02 Safai Supervisor
01 Tractor Trolley
04 Ricksha Rehri
All required sanitation material like
Jharu, kassi, Kolchi, etc
4. Subhash Chowk to Hero Honda Chowk
20 Safai Karamchari
01 Safai Supervisor
04 Ricksha Rehri
All required sanitation material like
Jharu, kassi, Kolchi, etc
5.Behrampur Road from NH-8 to Sohna
Road and adjoining area of Begampur 24 Safai Karamchari
02 Safai Supervisor
Page 16 of 33
Khatola, Fazilpur Red Light 01 Tractor Trolley
04 Ricksha Rehri
All required sanitation material like
Jharu, kassi, Kolchi, etc
2. The firm/ contractor will have to undertake:-
2.1 Twice Daily Sweeping (once in the morning and then in the afternoon) of all streets,
Road’s, Chaupals, Cemetery, Community Center and all open spaces and public
places of the area.
2.2 Collection and transport all solid waste to the designated Solid Waste Collection
Points whatsoever including poly bags, sachets, plastics, over grown vegetation,
discarded items, litter, kitchen waste, etc. that do not belong to the street whether
lying on the street or attached to a tree/plant/pole or any movable or immovable
fixture on the street.
3. The service provider shall be responsible for Complete Sanitation of the area under
scope of work atleast from 7am to 5pm or any other time specified by MCG on all
seven days of week.
4. Daily & immediate collection and transportation of Dust, Debris, Malba, Sludge,
Stone, Bricks, Tiles etc. and any non-recyclable solid or semi solid waste that does
not belong to the street to the designated solid waste collection point/C&D waste
collection point.
5. Cleaning and maintenance of Dustbins points in the allotted area and keep these at
all times in spic and span condition.
6. Prevention/removal of defacement of all fixtures including any poles, Jersey
Barriers, Police Barricades etc.
7. Twice Daily Surface Cleaning of all Open Drains, Storm water Drains, Street Gully,
openly disposed Sewage and maintaining them with blockage free movement.
8. Immediate removal of small Dead Animals including rat, cat, dog, goat, sheep etc.
from the street and dispose off them as per MSW Rules 2000 amended time to
time. For large dead animals including cows, bulls, buffalo etc. the service provider
will immediately send report to the Dead Animal Service Provider of MCG.
9. Agency will install the biometric mechanism at his own cost and submit the
Biometric Attendance report verified by SSI/SI/ASI along with bill.
10. Agency has to install the GPS System on all the vehicles and submit the GPS report
along with log book duly verified by SSI/SI/ASI with the bill submitted.
Page 17 of 33
SECTION-4
Specification4.1 The Vehicles and Driver should be fully insured. Service Provider must submit all
documents to the office in this regard before start of work in this regard. In the
absence of this the work will be stand cancelled and performance guarantee and
earnest money will be forfeited. The service provider shall be liable for all types of
civil and criminal liabilities.
4.2 The contractor name, mobile no. and address should be written on the vehicle at
two places. Swachh Bharat Mission Logo and ‘On Duty MCG’ should also be written
on all Vehicles & Equipments.
Sr.
No.
Description of
Item
Specification Remarks
1. Tractor with
Trolley all 7
days working.
Tractor Should be of model
2012 or above. Trolley Having
Size 10’ x 6’ x 2’ with
hydraulic mechanism. It
should be equipped with
modern GPS System.
All cost related with operation maintenance, Fuel,
Driver, insurance etc. will be borne by the
successful bidder. Tirpal in good condition will be
provided by the successful bidder on the tractor
trolley. Driver should have a valid mobile no.
with him every time.
2. Safai
Supervisor
(Should have
two wheeler
with valid
Mobile No.
having
facility)
Daily collection of Bio-Metric
attendance and GPS detail.
Continuance round of
respective area and ensure
complete sanitation and solve
all the issues. He will daily
report about the work done of
day and plan of the next day
to the ASI/SI & shall upload
the same on official whatsapp
group.
Safai Supervisor Should be 10+2 Passed and one
year computer course.
3. Field Manager
(Should have
two wheeler
with valid
Mobile No.
having
facility)
Coordination of all the safai
supervisor and submission of
Bio-Metric attendance and
GPS detail after compilation
on daily basis take frequent
round in all area under scope
work and resolve all issue with
immediately effect. Daily
report to SSI/ A.E.(S) about
the progress of work.
Maintenance of ESI & EPF
record.
Graduate/Diploma Holder in
mechanical/civil/electrical etc with one year
computer knowledge certificate.
Page 18 of 33
SECTION-5
General Instruction to Bidders
5.1 Number of Proposals
Each Bidder shall submit only one Proposal in respect of the work in response to
this tender document. Any Bidder, who submits more than one Proposal in respect
of the subject work, will be disqualified for this work.
5.2 Proposal Preparation Cost
The Bidder shall be responsible and shall pay for all of the costs associated with the
preparation of its Proposal and its participation in the bidding process. MCG shall
not be responsible or in any manner be liable for such costs, regardless of the
conduct or outcome of the bidding process.
5.3 Right to Accept or Reject any of the Proposals
Without prejudice to whatsoever is contained in this TENDER DOCUMENT, MCG
reserves the right to accept or reject any Proposal or to annul the bidding process
or reject all Proposals, at any time without any liability or any obligation for such
rejection or annulment, without assigning any reasons.
MCG reserves the right to reject any Proposal if:
a. At any time, a material misrepresentation and/ or concealment of any facts/
materials is made or discovered, or
b. If the Bidder does not respond promptly and diligently to requests for
supplemental information required for the evaluation of the Proposal, it lead to
the disqualification of the Bidder. If such disqualification/ rejection occur after
the bids have been opened and the best bidder gets disqualified/ rejected, then
MCG reserves the right to:
c. Either reject the Bidder for this time and in future also, or
d. Take any such measure as may be deemed fit in the sole discretion of MCG,
including annulment of the bidding process.
5.4 Amendment of TENDER DOCUMENT
5.4.1 At any time prior to the Proposal Due Date, MCG may, for any reason whatsoever,
whether at its own initiative or in response to clarifications requested by a Bidder,
Page 19 of 33
modify the TENDER DOCUMENT by the issuance of Addendum. Any Addendum thus
issued will be added as ‘corrigendum’ on net.
5.4.2 In order to provide the Bidders a reasonable time to examine the Addendum, or for
any other reason, MCG may, at its sole discretion, extend the Proposal Due Date.
5.5 Language and Currency
5.5.1 The Proposal and all related correspondence and documents should be written in
English. Supporting documents and printed literature furnished by Bidder with the
Proposal may be in any other language provided that they are accompanied by
appropriate translations of the pertinent passages in the English language.
Supporting materials, which are not translated into English, may not be considered.
For the purpose of interpretation and evaluation of the Proposal, the English
language translation shall prevail.
5.5.2 The currency for the purpose of the Proposal shall be the Indian National Rupee
(INR).
5.6 Bid Security(EMD)
5.6.1 The Proposal needs to be accompanied by bid security. The Bid Security shall be
kept valid throughout the Proposal Validity Period and would need to be extended,
if so required by MCG, for any extension in Proposal Validity period.
5.6.2 The Bid Security shall be returned to the unsuccessful Bidders within a period of
One (1) week from the date of announcement of the Successful Bidder.
5.6.3 The Bid Security shall stand forfeited in the following cases:
a. If any bidder withdraws his bid before the expiry of the validity period, or before
the issue of letter of acceptance, whichever is earlier, or makes any modification
in the terms and conditions of the bid which are not acceptable to the
department, then the MCG shall, without prejudice to any other right or
remedy, be at liberty to forfeit bid security absolutely.
b. If bidder fails to furnish the prescribed performance security within the
prescribed period the bid security is absolutely forfeited by the MCG
automatically without any notice;
c. In case of forfeiture of bid security as prescribed in a to b above, the bidder
shall not be allowed to participate in the rebidding process of the work.
5.7 Validity of Proposal
The Proposal shall indicate that it would remain valid for a period not less than 90
(Ninety) days from the Proposal Due Date ("Proposal Validity Period") in the format
set out in tender document. MCG reserves the right to reject any Proposal, which
does not meet the said requirement.
5.8 Extension of Validity of Proposal
Page 20 of 33
5.8.1 In exceptional circumstances, prior to expiry of the original Proposal Validity Period,
MCG may request Bidders to extend the Proposal Validity Period for a specified
additional period.
5.8.2 A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreed
to the request will not be allowed to modify its Proposal.
5.8.3 The Successful Bidder shall, wherever/whenever required, be asked to extend the
Proposal Validity Period till the date of execution of the Concession Agreement.
5.9 Format and Signing of Proposal
5.9.1 Bidders would provide all the information as per this TENDER DOCUMENT and in the
specified format. MCG would evaluate only those Proposals that are received
in the required format and complete in all respects.
5.9.2
(a) If the bidder is an individual, the application shall be signed by him above his fully
type written name and current address.
(b) If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full type written name and the full name of the firm with its current
address.
(c) If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full type written names and current addresses, or
alternatively, by a partner holding power of attorney for the firm. In the later case
a certified copy of the power of attorney should accompany the application. In both
cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
(d) If the bidder is a limited company or a corporation, the application shall be signed
by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public Notary.
5.9.3 The Proposal and its copy shall be typed or written in indelible ink and the Bidder
shall initial each page. The person signing the Proposal shall initial all the
alterations, omissions, additions, or any other amendments made to the Proposal.
5.9.4 All the financial documents shall be duly authenticated by Chartered Accountant.
5.10 Proposal Due Date
5.10.1 MCG may, in exceptional circumstances, and at its sole discretion, extend the
Proposal Due Date by issuing an Addendum in accordance with uniformly for all
Bidders.
5.11 Late Proposals
Page 21 of 33
Any Proposal received by MCG after the Proposal Due Date as provided in TENDER
DOCUMENT will not be opened.
5.12 Proposal Opening
5.12.1 MCG would open the Proposals on the Proposal Due Date and can amend it when
necessary.
5.13 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the Bidders shall not be disclosed to any person not officially
concerned with the process. MCG will treat all information submitted as part of
Proposal in confidence and would require all those who have access to such
material to treat the same in confidence. MCG will not divulge any such information
unless it is ordered to do so by any authority pursuant to applicable law or order of
a competent court or tribunal, which requires its disclosure.
5.14 Clarifications
To assist in the process of evaluation of Proposals, MCG may, at its sole discretion,
ask any Bidder for clarification on its Proposal or substantiation of any of the
submissions made by the Bidder. The request for such clarification or substantiation
and the response shall be in writing or by facsimile. No material change in the
substance of the Proposal would be permitted by way of such clarification.
5.15 Consultant(s) or Advisor(s)
To assist in the examination, evaluation, and comparison of Proposals, MCG may
form a Board of Assessors.
5.16 Proposal Evaluation
5.16.1.1 MCG may either choose to accept the Proposal of the Lowest Bidder or reject. If
required, MCG may negotiate the rates with lowest bidder.
5.16.1.2 Upon acceptance of the Proposal of the Lowest Bidder MCG shall declare the
Lowest Bidder as the Successful Bidder.
5.17. DISPUTE RESOLUTION
5.17.1 Any dispute and or difference arising out of or relating to this contract will be
resolved through joint discussion of the authorized representatives of both the
parties. However, if the dispute is not resolved by joint discussion, then the
matter will be referred for adjudication to a sole Arbitrator appointed by the
Commissioner, MCG.
5.17.2 The award of the sole Arbitrator shall be final and binding on all the parties. The
arbitration proceeding’s shall be governed by Indian Arbitration and Conciliation
Act,1996, as amended from time to time.
Page 22 of 33
5.17.3 The cost of Arbitration shall be borne by the respective parties in equal
proportion. During the pendency of the arbitration proceedings and currency of
contract, neither party shall be entitled to suspend the work/service to which
the dispute relates on account of the arbitration. Arbitration proceedings will be
held at Gurgaon only.
5.18 JURISDICTION OF COURT
The Distt. courts at Gurgaon or High Court at Chandigarh shall have the
exclusive jurisdiction to try all disputes, if any, arising out of the agreement
between the parties.
5.19 Neither Joint Venture allowed nor subletting is permissible.
5.20 Participation of any agency who is Black- Listed / De-Listed by any Government
Department/Agency /Board/Company in India in any capacity during last 5
years shall not be allowed to participate in the tender and affidavit of the same
shall be submitted to with Technical Bid.
5.21 In any emergency condition, MCG has the right to depute the manpower/
machinery for any other work and during such period, the penalty clause will
not be applicable.
5.22 That Service Provider shall be solely responsible for all Central/State
Government statutory compliances especially the laws related with Labour,
Labour Welfare, Service Taxes and Minimum Wages etc. If any notice is served
to the Service Provider for any non-compliance by any Central/State
Government authority, The Service Provider shall have to inform Municipal
Corporation Gurgaon about it right away. The Service Provider shall also keep
the MCG posted about all subsequent developments with regard to such notices.
5.23 Any of orders/decisions passed by honourable Court from time to time shall be
bound to consider by both the parties.
SECTION - 6
SPECIAL TERMS & CONDITIONS
1. Before the commencement of work all the equipment such as Tractor Trolley, Hand
Trolley, Rickshaw Rehri, shall be first Numbered/ Marked/Painted and got physically
verified from concerned Senior Sanitary Inspector.
2. The bidder is expected to examine the area of work all instructions, Norms, terms
and specifications in the Tender Document. Failure to furnish all information
required in the Tender Document or submission of a bid not substantially
responsive to the Tender Document in every respect will be at the bidders risk and
Page 23 of 33
may result in the rejection of the bid or any other action as deemed fit. (The bidder
should verify the working conditions himself at site & also study the area physically
before bidding. No claim in this regard will be entertained at any later stage if the
3. The prices quoted shall be inclusive of all Taxes, fees, charges, ESI/EPF/Service Tax
and duties throughout the period of this contract.
4. MCG reserves right to direct the agencies to allot manpower with logistics to RWA
/Any other Society, and in that case RWA/Society/etc. will verify Quality of work.
5. In any emergency condition, MCG has the right to depute the manpower/machinery
for any other work and during such period, the penalty clause will not be applicable.
6. Upon award of the tender the Service Provider shall have to deposit a
Performance Guarantee of 10 Lacs within Seven days from the date of work
order in shape of demand draft in favour of Commissioner, Municipal Corporation,
Gurgaon. Failure to do so will result in forfeiture of EMD and cancellation of work
order. This Performance guarantee will be refunded after 1 months of successful
completion and signoff of work without interest.
7. A Detailed work agreement will be signed by the Service Provider with Municipal
Corporation Gurgaon.
8. The Service Provider shall have to ensure that MSW is collected and transported in
full compliance with the MSW Management and Handling Rules, 2000 amended
time to time and following activities are not allowed to be undertaken:
i. Burning of garbage/MSW in any manner
ii. Mixing of Bio-Medical waste with the MSW
iii. Mixing of other types of wastes such as Industrial Waste, Hazardous Waste,
carcass, e-waste and Construction waste with the MSW
9. The Service Provider shall be solely responsible for ensuring that the behavior of his
staff, especially those engaged in the pre-emptive work, with the public is highly
courteous.
10. The Service Provider shall have to provide reports at any frequency as asked by
official appointed by the Commissioner Municipal Corporation Gurgaon from time to
time.
11. The Authorities appointed by Commissioner, Municipal Corporation Gurgaon from
time to time may make as many visits to the area / zone area as they may desire
and will make observations of violations /non-sanitary conditions with photographs
supporting his/her observation and impose penalties to the agency.
12. Service provider shall attend all the complaints received directly to him or through
Page 24 of 33
MCG.
13. Any disturbance caused in sanitary condition due to an ongoing engineering work
whether of Municipal Corporation Gurgaon or of some other department will not be
counted as penalty against Service Provider. However in cases of earth digging
work which is left in open condition, the Service Provider will immediately cover it
using Barricades at their own cost and submit a separate bill to Municipal
Corporation Gurgaon for realization from the concerned contractor.
14. If an accident that has occurred on the street that has led to the loss of life, loss of
property that requires police investigation, then Service Provider must not tamper
the site. However as soon as police has completed their investigation such site shall
be restored to sanitary condition. It shall of course be the duty of the Service
Provider to immediately report such instances to Police at phone number 100 and
also clicking photographs of that area and uploading it to Gurgaon Police Facebook
chapter and Gurgaon police department website.
15. The Service Provider shall be allowed to remove the recyclable materials from the
waste and make profits out of it. He shall also be allowed to use recyclable
materials for composting or any other process. The Municipal Corporation Gurgaon
will not claim any share out of the income derived out of these activities by the
Service Provider. For carrying out such activities Municipal Corporation Gurgaon
shall not provide any land or facility to the Service Provider.
16. The Service Provider or any of its personnel will not work on door to door collection
of Garbage.
17. The Service Provider if applicable should have valid PAN, EPF, ESI, Contract Labour
license, Service Tax registrations and must comply with labour and other laws.
ESI/EPF paid will be monitor by MCG or by any other party appointed by MCG.
18. The Service Provider shall, at his own expense, provide dress (as directed by MCG),
Mask, Gloves, Shoes, Safety Jackets to all staff and labors engaged to the
satisfaction of the Municipal Corporation Gurgaon, and on his failure to do so
Municipal Corporation Gurgaon shall be entitled to provide the same and recover
the cost from the Service Provider. Such clothing and equipment shall include, at
minimum, protective footwear and gloves for workmen undertaking work of
sweeping, waste removal and other allied works related to activities envisaged in
the Contract.
19. The Service Provider shall, at his own expenses, provide first aid equipment at all
camps and work sites to the satisfaction of the Commissioner, Municipal
Corporation Gurgaon.
Page 25 of 33
20. All the employees deputed by Service Provider must be cover under insurance
policy and it is the duty of the service provider. Agency will be responsible for all
civil and criminal liabilities.
21. If at any time any malpractice is perpetrated by the Service Provider the entire
dues of the Service Provider shall stand forfeited and MCG will initiate punitive legal
action in respect thereof. Which may even lead to cancellation of allotted work.
22. The successful bidder has to issue the Identity Cards to each employee mentioning
employee name with his father name, gender, area allotted as per scope of work,
and other information. The Identity Cards must be signed by successful bidder
and concerned area Sanitary Inspector.
23. The successful bidder has to issue a separate attendance register for each area
which should be daily counter signed by concerned area SI/ASI.
24. The agency has to depute atleast minimum required staff and machinery as per
scope of work to maintain cleanliness at all times. The agency should quote the
rates after ascertaining the total area and its requirement. He should submit a
detail of staff & machinery alongwith Technical Bid which should not be less than
minimum specified in scope of work norms.
25. The documents attached should be strictly in series as prescribed in the Technical
Bid. If the bidder attach unnecessary documents with the Technical Bid, the tender
will be considered cancelled without assigning any reason. The bidder have to
attach a summary about the experience shown with proper detail showing the time
period and amount of the work done year-wise.
26. The Service Provider shall pay wages not less than D.C. Rates, fixed for the year
2014-15 i.e. 8100/- per month per person.
27. In respect of all laborers, immediately or directly employed on the work, for the
purpose of the Service Provider’s part of this agreement, the Service Provider shall
comply with or cause to be complied with, Contract Labour Regulations made, or
that may be made, the Government, from time to time, in regards to payment of
wages, wage period, deductions from wages, recovery of wages not paid, and
unauthorized deductions, maintenance of wages register, wage card, publication of
scale of wages and other terms of employment, inspection and submission of
periodical returns, and all other matters of a like nature.
28. Municipal Corporation Gurgaon shall have right to deduct, from the money due to
the Service Provider, any sum required or estimated to be required for making
good the loss suffered by a worker or workers by reasons of non-fulfillment of the
conditions of the contract for the benefit of the worker or workers, non-payment of
Page 26 of 33
wages or of deductions made there from, which are not justified the terms of the
contract or as a result of non-observance of the aforesaid regulations.
29. The regulations, aforesaid shall be deemed to be part of this Contract and any
breach thereof, shall be deemed to be breach of the Contract.
SECTION – 7
PAYMENTS Schedule
1. Agency has to produced bill upto the 7th of every succeeding month. Seventy
percent of the payment after deduction of penalty will be made, remaining payment
will be paid after submission of all the relevant documents like EPF, ESI, Challan
etc.
2. Service Provider must be able to get at least 60% of the awarded amount after
deduction of penalty. In case of failure to do so, the Work Order will stand cancelled
and both the Performance Guarantee and EMD shall be forfeited.
SECTION –8
PENALTY CLAUSE
A. Violation/Non-Sanitary Condition:-
i. If any occurrence of the following instances is reported on the web site of Municipal
Corporation Gurgaon at www.mcg.gov.in by anyone with proof in the form of
photograph/video will be considered as violation/non-sanitary condition and a
report of these will be automatically emailed to the Service Provider at an email
address to be provided by the Service Provider:
Presence of litter/solid waste whether Recyclable or not. Overflowing/untidy/
dirty/ broken dustbins
Defaced poles whether erected for street light, electric supply, telephone etc
and any defaced fixture like and vent shafts etc.
Any incidence that can reasonably be said to be a violation of any of the
items of scope of work.
ii. Though the monitors will take all care in this regard there’s a chance that
sometimes merely on the basis of the provided photograph at www.mcg.gov.in the
Service Provider may not be able to identify the site of problem. In such cases
service provider shall be free to ask for further information to locate the site before
he addresses the violation on the spot. Time so lost shall not be counted against
Page 27 of 33
the Service Provider provided he registers his inability to locate the site within the
prescribed 3 hours period.
B. Rates of penalty :-
1For non compliance of complaintsreceived from Call Centre & allothers Complaints within 3 hrs.
Penalty Rs. 500/- per complaint.
2 Presence of dead animals coveredunder this agreement
Penalty Rs. 1000/- if not removed/ disposed within 3 hrs.
3 Uncovered garbage Vehicle Penalty Rs. 1000/- per complaint.
4 Open garbage in the area. Penalty Rs. 1000/- percomplaint/violation.
5 Burning of Garbage Penalty Rs. 5000/- per instance.
6 Employee without Identity Card Penalty Rs 200/- per day peremployee
7 Any deficiency in manpower andresources as per the scope of work
Penalty -Two times the rates takenin scope of work.
8
During inspection if sanitation worknot found satisfactory:
i. Commissioner/JointCommissioner
ii. Assistant Engineer (S)/Consultant (SWM)
i. Penalty Rs. 2000/- to 5000/-perday.
ii. Penalty Rs. 1500/- to 3000/-perday.
C. Note
If any penalty is imposed on MCG by any authority on account of insanitation
condition in the area assigned to service provider, then the penalty amount shall be
recovered from the agency.
D. Other action as per clauses of agreement of MW-4 will be taken which will form a
part of this agreement.
SECTION – 9
TIME PERIOD
1. Time period for work is one year after allotment of work. The work can be cancelled
at any time with a fifteen days notice period.
SECTION – 10
ELIGIBILITY CRITERIA
1. The Bidder should have completed at least one similar nature work amounting to
Rs. 80 Lacs in the last three years in the area of sanitation for the years 2012-13,
2013-14, and 2014-15 in any State / Central Govt. Deptt., Semi-Govt. Deptt., ULBs
Page 28 of 33
or any other reputed organization.
OR
The Bidder should have completed at least two similar nature work amounting to
Rs. 50 Lacs in the last three years in the area of sanitation for the years 2012-13,
2013-14, and 2014-15 in any State / Central Govt. Deptt., Semi-Govt. Deptt., ULBs
or any other reputed organization.
OR
The Bidder should have completed at least three similar nature work amounting to
Rs. 30 Lacs in the last five years preceding 2015-2016 in any State / Central Govt.
Deptt., Semi-Govt. Deptt., ULBs or any other reputed organization.
Satisfactory work completion certificates mentioning time period should be
attached.
2. The annual turnover of the agency will be counted for 2012-13, 2013-14, 2014-15.
The total turnover for above three financial years should not be less then Rs. 100
lacs.
Original Certificates in this regard duly issued by Chartered Accountant along with
attested Balance Sheet and Profit & Loss Statement should be attached with
Technical Bid.
A Summary about the experience certificates attached should be placed which
properly clarifies the experience duly mentioning the amount of work done with
name of Employer, time Period etc.
Page 29 of 33
FFOORRMM-- AA
MMUUNNIICCIIPPAALL CCOORRPPOORRAATTIIOONN GGUURRGGAAOONN____________________________________________________________________________________________________________________
Name of Work :- Sanitation work of the area Zone 4 gurgaon and all other
contingent thereto.
1. Name of Applicant (Block Letters)
_______________________________
2. Name of firm : ____________________________________
3. Name of the Authorized Representative: __________________________
4. (i) Complete Address: ____________________________________
____________________________________
(ii) Telephone No. (Mob.)_________________________
(Office Landline)_________________
(E-mail id)______________________
5. (a) Amount of Earnest Money deposited ____________________
(b) Details ____________________________________
6. Whether all the documents as per Technical Bid are enclosed ___________
7. Any other information, which the Bidder / Applicant may like to furnish ___
____________________________________________________________
Signature of Bidder / Applicant
Name/Designation with seal/stamp
DECLARATION
I/We have gone through the contents of these tender documents carefully and the
information furnished by me/us is true to the best of my/ our knowledge and belief and
nothing has been concealed there from. I / We have also read carefully the terms and
conditions annexed herewith by which I/We shall be abide by.
Signature of Bidder / Applicant
Date _________________
Page 30 of 33
SECTION – 11
TECHNICAL BIDThe documents attached should be strictly in series as prescribed in the Technical Bid. The
bidder have to attach a summary about the experience attach with proper detail showing
the name of employer with amount and time period of the work done year-wise. If the
bidder attach unnecessary documents with the Technical Bid, the tender will be considered
cancelled without assigning any reason.
1. Experience certificate strictly as per eligibility criteria.
2. Turnover Certificate as per eligibility criteria.
3. Detailed plan for execution of scope of work.
4. In case, agency is blacklisted by any government organisation, the bid will be liable
to be rejected. An affidavit to be submitted by the bidder in this regard.
5. Proof of Earnest Money deposited(in the form of G-8 issued from CFC,MCG )
6. Attested copy of PAN Number
7. Attested copy of ESI Number
8. Attested copy of EPF Number
9. Attested copy of Contract Labour license
Page 31 of 33
SECTION – 12
FINANCIAL BID
(Mandatory to be submitted only ONLINE)
SANITATION WORK OF THE AREA ZONE 4 GURGAON AND ALL OTHER
CONTINGENT AT RAJIV CHOWK TO BADSHAHPUR, SUBHASH CHOWK TO HERO
HONDA CHOWK, SERVICE ROAD FROM RAJIV CHOWK TO TOLL PLAZA,
DARBARIPUR ROAD FROM NH-8(KHERKI DAULA) TO BADSHAHPUR &
ADJOINING DARBARIPUR VILLAGE & BEHRAMPUR ROAD FROM NH-8 TO
SOHNA ROAD & ADJOINING AREA OF BEGAMPUR KHOTA, FAZILPUR RED
LIGHT.
AS PER THE SCOPE OF WORK:-
1. Rates for providing Sanitation Services are inclusive of all applicable taxes except
service tax.
2. We hereby confirm that the Financial Proposal is unconditional and we acknowledge
that any condition attached to Financial Proposal may result in rejection of our
Financial Proposal.
3. Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, if any.
We understand you are not bound to accept any Proposal you receive
Note:- Item No. 1 & 2 should be mandatory to pay as per minimum wages Act
SN Work Description Qty. Rate
1 Safai Worker 149
2 Supervisor 08
3 Ricksha Rehri 26
4 Tractor Trolley 05
Page 32 of 33
Page 33 of 33