1 Regional Office ESI Corporation 143, Sterling Road ...

32
1 Regional Office ESI Corporation 143, Sterling Road, Chennai 34. Dated:29/10/2020 Notice Inviting e-Tender ( Expression of Intrest) from Central/ State PWDs/PSUs UNDER TWO BID SYSTEMS To ______________________________________________________________________________ The Additional Commissioner and Regional Director, ESIC, Chennai invites e-tender (two bid system) in prescribed format for hiring Project Management Consultancy services from Central/ State PWDs/PSUs under rule 133(1),133(2) and133(3) sub rule I and II of GFR 2017 for supervision/execution of ANNUAL REPAIRS AND MAINTENANCE WORKS/SPECIAL REPAIRS WORKS (Civil and Electrical works ) for the existing infrastructure of ESIC properties comprising of Buildings, Medical college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu State /Puducherry ( on demand by R.O. Puducherry)for the Period of One year. Additional Commissioner & Regional Director

Transcript of 1 Regional Office ESI Corporation 143, Sterling Road ...

1

Regional Office

ESI Corporation

143, Sterling Road, Chennai 34.

Dated:29/10/2020

Notice Inviting e-Tender ( Expression of Intrest) from Central/ State PWDs/PSUs

UNDER TWO BID SYSTEMS

To

______________________________________________________________________________

The Additional Commissioner and Regional Director, ESIC, Chennai invites e-tender

(two bid system) in prescribed format for hiring Project Management Consultancy

services from Central/ State PWDs/PSUs under rule 133(1),133(2) and133(3) sub rule I

and II of GFR 2017 for supervision/execution of ANNUAL REPAIRS AND

MAINTENANCE WORKS/SPECIAL REPAIRS WORKS (Civil and Electrical works )

for the existing infrastructure of ESIC properties comprising of Buildings, Medical

college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO

Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu

State /Puducherry ( on demand by R.O. Puducherry)for the Period of One year.

Additional Commissioner & Regional Director

2

Annexure - A

Schedule of e- tender

Details of e-tender

1. Mode of tendering Online bidding system through

https://eprocure.gov.in/eprocure/app www.esic.nic.in

2. Type of tender Two bid system

3. Service charges

To be quoted in percentage (%) up to two decimal excluding of applicable taxes

Time schedule of e-tender :

S.No. Particulars Date Time 1 Date of publishing e-tender 29-10-2020 10.00 a.m 2 Last date of online bid submission 26-11-2020 03.00 p.m

3 Due date of opening of e-Tender ( Technical Bid) 27-11-2020 11.00 a.m

Bidder should carefully read all the terms & conditions before submitting their tender. The invitation to e-tender is subject to fulfilment of instructions and conditions as per schedules below: Chapter I Instruction regarding e-tendering Chapter II Instructions and Tender conditions Any change in the tender shall be uploaded in the below mentioned website only, hence the Bidders may visit the website regularly. (https://esictenders.eproc.in, https://eprocure.gov.in & www.esic.nic.in

Additional Commissioner & Regional Director

3

Chapter I

1. Instruction regarding e-tendering

All bidders are required to procure Class-IIIB Digital Signature Certificate

(DSC) with Both DSC Components i.e. Signing & Encryption to participate in the

E-Tenders.

https://eprocure.gov.in/eprocure/app, www.esic.nic.in ,https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer - Tools -

Internet Options - Security - Trusted Sites - Sites of Internet Explorer:

https://eprocure.gov.in/eprocure/app, www.esic.nic.in ,https://esictenders.eproc.in

https://www.tpsl-india.in

https://www4.ipg-online.com

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet

Explorer - Tools - Internet Options - Advanced Tab - Security.

Bidders can contact our Helpdesk at https://eprocure.gov.in/eprocure/app

www.esic.nic.in https://esictenders.eproc.in/html/Support.asp

4

Chapter II

2. Instruction and Tender conditions

2.1. Details of the project for which tenders are invited are as follows.:

Hiring Project Management Consultancy (here after referred as PMC) services from Central/State PWD/PSUs under rule 133(1),133(2),133(3) I and II of GFR2017 w.r.t execution of works under ANNUAL REPAIRS AND MAINTENANCE WORKS / SPECIAL REPAIRS WORKS ( Civil ,M.E.P and Electrical works ) for the existing infrastructure of ESIC properties comprising of Buildings, Medical college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu State/ Puducherry ( on demand by R.O.Puducherry,ESIC) for One year.

The list of work locations are as follows.

1. ESIC Regional Office, Chennai and annexed Staff Quarters at Nungambakkam and ESI Branch offices, Dispensaries and Staff Quarters at Kaladipet, Tondiarpet, George Town, Moolakadai, Triplicane, Korattur, Redhills, Tambaram, Pallavaram, Nandambakkam, Ambattur, Ambattur Industrial Estate, Avadi, Ambur, Ranipet and D Type Quarters at Chetpet attached to Regional office at Chennai Region.

2. ESIC Medical College, Hospital, Staff Quarters, and students Hostels at K.K. Nagar, and Dispensaries of Egmore, Anna Road and annexed staff Quarters; Rural Health Training Center at Avadi and, Urban Health Training Center at Choolai, Chennai.

3. ESI Hospital at Ayanavaram and ESIC Staff Quarters at Ayanavaram and ESI

Dispensaries and annexed Staff Quarters at Perambur I & II, Sembium, Choolai, Kilpauk and 192 Staff Quarters, Jamalia, Chennai.

4. ESI Hospital and annexed staff quarters at Varadharajapuram and ESI Dispensaries and Staff Quarters at Sowripalayam, Uppilipalayam and Vellalore, Coimbatore.

5. ESIC Sub Regional Office, Coimbatore and annexed Staff Quarters at Ramanathapuram and Kattur and ESI Dispensaries, Branch offices and Staff Quarters at singanallur, Ganapathy, Kattur, P.N.Palayam, Thudiyallur, Tirupur, Udumalpet, Pollachi, Ondipudhur attached to Sub Regional office at Coimbatore Region.

6. ESI Hospital and staff quarters at Thathaneri, ESI Dispensaries and Staff Quarters at Ponnagaram and Maninagarm, Madurai.

5

7. ESIC-SRO Madurai-Inner: Sub Regional Office Madurai, RAMO, ESI Dispensaries and Staff Quarters at Tallakulam, ESI Dispensaries and Staff Quarters Branch Offices, Munichalai, Thirunagar, , Palanganatham,

8. ESIC-SRO Madurai-Outer: ESI Dispensaries, Branch Offices and Staff Quarters at Virudhunagar Sivakasi, Rajapalayam, Dindigul Palani and paravai.

9. ESI Hospital and Staff Quarters, Sivakasi

10. ESIC Hospital at Tirunelveli.

11. ESIC Sub Regional Office, Tirunelveli and ESI Dispensaries, Branch Offices and

Staff Quarters at Tirunelveli, V.K Puram, Kovilpatti and Tuticorin.

12. The PMC should execute ARM/SR works at Puducherry only on demand by R.O.Puducheery, for the following premises. Regional office, Puducherry , Staff Quarters and Dispensary at Mudliarpet, Puducherry, Branch office , Dispensary & Staff Quarters at GandhiNagar,Puducherry, Dispensary & Staff Quarters at Reddiarpalayam, Puducherry and ESIS Hospital & Staff Quarters at Gorimedu,Puducherry.

2.1.1. SCOPE OF SERVICES TO BE PROVIDED: -

The scope of work of the PMC is broadly defined under the following

Inspection of ESIC infrastructure facilities at various locations and assessing Preventive and end user need based maintenance works.

Preparation of estimates as per CPWD Specifications and DSR, State Schedule of Rates guidelines.

Preparation of tender documents as per ESIC / CPWD and in line with CVC Guidelines and conditions etc.,

On behalf of ESIC inviting tender and finalising the construction Agency for execution of indented ARM/SR works.

The PMC should Coordinate with ESIC Engineers / Officials and End users to monitor day to day work and ensure time bound works completion for the smooth functioning of Medical College and Hospitals, Office, Staff quarters and Hostels.

Preventive and breakdown maintenance works to ensure uninterrupted Water and Power Supply, and other essential installation like DG Set / Chiller plant / RO

6

Plant / Lift / Laundry / STP etc.by employing required qualified manpower through the Shortlisted Construction Agency.

Supervising and Monitoring the maintenance works carried by the Construction Agency.

Ensuring the Specifications, Quality of materials and Workmanship being used by the Construction Agency.

Ensuring Safe execution work by following all safety norms as per the relevant acts.

The PMC Should assist ESIC by Supplying Technical details required for Government Authorities like EB / Metro water / Municipalities / Licensing board through Shortlisted Construction Agency.

The PMC has to verify and certify the correctness of the measurement (100%) of bills submitted by the Construction Agency. and recommend for the release of payment to the agency for onward verification of O/O Additional Commissioner cum Regional Director, ESIC through Construction and Maintenance Branch within the stipulated time preferebily monthly basis on execution of works and man power enagaged.

7

2.2 INSTRUCTIONS TO THE BIDDERS

2.2.1. The interested bidders should submit the tender through online only at https://eprocure.gov.in/eprocure/app www.esic.nic.in https://esictenders.eproc.in from 29/10/2020 to 26/11/2020 upto 3..00 pm. The tender document can be obtained by downloading it in pdf format from https://eprocure.gov.in/eprocure/app,www.esic.nic.in,https://eprocure.gov.in.In addition to e-tender which has to be filed online the bidder also shall be required to file hard copies of Tender documents duly completed along with technical credentials and supported by requisite documents and the forms for evaluating Financial strength and technical competence, as mentioned in the tender document which should be submitted with covering letter in a sealed envelope (Please refer instruction No. 2.2.14) duly super scribed with the name of work and should be dropped in the tender box kept at below mentioned office address at latest by 03.00 pm on 26/11/2020.The Bidder should submit the Tender both Online and Hard copy absence of either will be rejected. The Additional Commissioner &Regional Director, Regional Office, ESI Corporation 143 Sterling Road, Chennai-600034 Delay/late tenders for whatever is the reason will summarily be rejected.

8

2.2.2. For all practical purposes, the e-tender shall be considered for evaluation, however in case of any disputes, the physical documents (Hard Copy) submitted would be scrutinized. 2.2.3. Each and every page of the scanned documents (hard copy) should bear stamp and signature of the authorized representative of the Bidder. Format I & II of Part-A enclosed shall be filled without exception. The Bidder shall also enclose the copies of documents in support of details furnished in Format-I & II of Part-A such as Income Tax Return, GST registration, Experience and Financial details. 2.2.4. The envelope containing scanned tender document shall be sealed and bear the name of work and the name and address of the Bidder. 2.2.5. Conditional tenders are liable to be rejected.

2.2.6. The tender for the work shall remain open for acceptance for a period of 60 days from the date of opening of tender. 2.2.7. The Additional Commissioner & Regional Director,Regional office, ESIC,Chennai reserves the right to accept or reject any tender or all tenders without assigning any reason. 2.2.8. Date and time of opening of tender is 27/11/2020 at 11.00am. The tender shall be opened in presence of Bidder / Authorised Representatives who choose to be present. 2.2.9. Rates (Percentage of Actual work executed) given are firm and fixed for the PMC services till the completion of the contract period or an extended period. 2.2.10. The rates quoted in online tender will be final. No escalation of whatsoever nature shall be payable later on. 2.2.11. The site for the work can be inspected on any working day during office hours by contacting the ESIC Engineers / ESIC Officials. 2.2.12. These above instructions shall form a part of the MOU entered with R.O. ESIC,Chennai and PMC.

9

2.2.13 Eligibility Criteria:

I. Should be a Central / State PWD / PSU or its subsidiary unit set up by the central or state government to carry out civil and electrical works.

The Bidder should have minimum three years PMC Service / Third party supervision experience in the field of construction supervision, repair and maintenance of (Civil / M.E.P/ Electrical) works with Government Organisation / PSU / Government Undertakings and documentary evidence with copies of work orders and completion certificates. Especially experience of supervising of Construction and Maintenance of Buildings of RCC framed construction, residential or non-residential building, under a composite tender consisting of Civil, finishes Plumbing & Sanitary, Electrical works, Lifts and Fire protection system, HVAC etc. Bidder should have experience of having successfully completed works during the last seven years ending previous day of the last date of submission of tenders.

1. Three Similar works each costing not less than Rs. 16crores

(OR) 2. completed two similar works each costing not less than Rs 26 Crores. (OR)

3. completed one similar work costing not less than Rs.36 Crores

Components of work executed other than those included in definition of similar work shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of receipt of applications for tender. At least one similar work amounting minimum Rs.16 crores should be executed by bidder for Government of India building directly.

(Experience Certificates should have been issued by the Authority not less than the rank of Executive Engineer / Project Manager / Engineer-in charge).

II. Average annual turn overs for the last three years of the PMC should have not been less than 15 crores.

10

III. The following documents must be submitted along with the Tender documents:

a. Audited Balance Sheet of Last three financial years 2016-17, 2017-18,2018-19 b. Income Tax returns for last three financial years 2016-17, 2017-18,2018-19 c. Latest GST Filed Acknowledgment copy

IV. Should not have incurred any loss for more than two years during the above

referred financial years.

V. Information regarding projects in hand, current orders, regarding litigation, exclusion / expulsion or black listing, if any.

VI. Upon Placement of Order , the PMC Should provide the methodology of execution for Mechanical,Electrical Plant work within 15 days and get it approved by Executive Engineer of ESIC,Regional Office,Chennai.

VII. Bidders not meeting the minimum eligibility criteria shall be summarily rejected.

VIII. Bidder should not been blacklisted by any state/ Central Departments/ PSUs/Autonomous bodies during the last 7 years of its operations. Affidavit shall be made in current date after the date of invitation of the tender as per Enclosure -V and shall be furnished on a ‘Non-Judicial’ stamp paper worth Rs.200/- otherwise the tender shall be rejected.

IX. The PMC should take total responsibility of Execution of the Annual Repairs and Maintenance/ Special Repairs works (Scope of Work mentioned in the Tender document) through their Shortlisted Construction Agency

X. ISO certification on works if any.

XI. On Technical Scrutinzation of EOI, the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai may, at its discretion, ask any Bidder for clarification of his Bid. The request for clarification and the response shall be in writing or by email / fax, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai in the evaluation of the bids.

XII. No, Bidder shall contact the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai on any matter relating to his EOI from the time of the EOI opening to the time of shortlisting of PMC Agency.

11

XIII. Any effort by the Bidder to influence the Additional Commissioner & Regional

Director, ESIC, Regional Office, Chennai EOI evaluation, may result in the rejection of his EOI. Prebid clarification meeting shall be on 10/11/2020 at 11.00am at the Chamber of the Regional Director, Regional Office, 143, Sterling Road, Nungambakkam, Chennai.

XIV. The Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai, does not bind itself to accept the EOI, and reserves the right to reject any or all of the EOI received without assigning any reasons. EOI in which any of the prescribed conditions are not fulfilled or any conditions including that of the conditional rebate put forth by the bidder shall be summarily rejected.

Pre-bid meeting

1. The Bidder or his officially authorized representative is invited to attend a pre-

bid meeting, which will take place as referred in clause XIII of 2.2.13 of NIT. Bidder/ bidder representative who wish to attend Pre-bid meeting should carry a valid identity proof certifying his designation with authorization letter.

2. The purpose of the meeting is to clarify issues and to answer questions on

matters that may be raised at that stage.

3. The Bidder is requested to submit their questions/ queries/ clarifications in writing or by email to reach the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai before the meeting. Bidders can send Pre- bid queries on their letter head referring tender number by Speed post on above said address so as to reach Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai or on e-mail address [email protected] before 09/11/2020 up to 11 00 Hours.

4. Minutes of the meeting (MOM), including the text of the questions raised (without identifying the source of enquiry) and the responses given will be uploaded as corrigendum on website.

URL:https://eprocure.gov.in/eprocure/app and www.esic.in

5. Any modification of the bidding documents which may become necessary as

a result of the pre-bid meeting shall be made by the Additional Commissioner & Regional Director, ESIC, Regional Office, and Chennai through pre bid MOM and this shall form part of bidding document.

12

Site visit, availability of site and cost of bidding

1. The Bidder shall bear all costs associated with the preparation and submission

of his Bid.

2. The Bidder should inform the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai in advance about the proposed site visit.

3. The Bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the Site and its surroundings and satisfy himself before submitting his bid as to the form and nature of the Site, the means of access to the Site, the accommodation he may require etc., In general, Bidders shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A Bidder shall be deemed to have full knowledge of the Site, whether he inspects it or not and no extra claims due to any misunderstanding or otherwise shall be allowed.

4. The costs of visiting the Site shall be at the Bidders’ own expense. Any report

shared at the site, by the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai is subject to verification by the contractor. Any deviations of information in the report and the actual site will not be the responsibility of the ESIC.

5. The site for the work is available.

6. The architectural and structural drawings shall be made available

ito the selected PMC/Short listed Construction Agency in phased manner as and when required.

Content of Bidding Documents

1. Submission of a bid by a Bidder implies that he has read this notice

and all other contract documents and has made himself aware of the scope and CPWD specifications,ESIC Act and local conditions and other factors having a bearing on the execution of the works.

2. The Bidder shall submit the Bid, which satisfies each and every

condition laid down in the bid documents, failing which, the bid is liable to be rejected.

Amendment of Bid Documents

13

1. Before the deadline for submission of bids, the Additional Commissioner & Regional Director, ESIC, Regional Office, Chennai may modify the bidding documents by issuing corrigendum.

2. Any corrigendum so issued shall be part of the bid documents as well as

Contract document and shall be on uploaded website UURL:https://eprocure.gov.in/eprocure/app and www.esic.in

Bidders should take note of the uploaded corrigendum and submit the tenders accordingly.

2.2.14. Submission of bids:

Bidders should submit the tender through online at https://esictenders.eproc.in and hard copy of the same proposals should be submitted in separate envelopes namely, Technical Bid” and “Financial Bid” are duly sealed in two separate envelopes and these two envelopes must be kept inside a separate big size third envelope and clearly super scribed as “Hiring PMC services for ANNUAL REPAIRS AND MAINTENANCE WORKS / SPECIAL REPAIRS WORKS ( Civil and Electrical works ) for the existing infrastructure of ESIC properties comprising of Buildings, Medical college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu State. The envelope should be clearly marked as “Technical Bid & with credentials (Envelope-I) and “Financial Bid” (Envelope-II).

2.2.15. The Hard Copy Technical Bids dropped in the tender box will be opened first and technical credentials will be verified and after satisfying the tender conditions the tender will be considered for evaluation of Technical Bid 2.2.16. Evaluation of Technical Bids: After satisfying technical credentials, the technical bids will be evaluated by the committee to ascertain the qualifying criterion i.e. works experience, eligibility criteria, financial background etc.. 2.2.17. The tenders will be evaluated based on the information sought for in the prescribed formats I and II of part A. All documents in support of details and work completion certificates etc., should bear the stamp and signature of the authorized representative / quoting bidder and shall be enclosed with the Technical Bid (Envelope-I). 2.2.18. Financial Bid: The financial bid of the Bidder, whose technical bid is found to

be qualified as per prescribed eligibility criteria will be opened in the presence of the

Bidder, who choose to attend during the opening of financial bid. Minimum of two

days notice will be given to the Bidder for this purpose.

14

2.2.19. Award of work:

PMC to whom the work is awarded will have to manage the total services. The

Authorised /Shortlisted PMC will not be allowed to sub-let the work of PMC to

any other agency.

1. The selection of PMC will be at the sole discretion of the ESIC who reserves

its right to accept or reject any or all the proposals without assigning any

reason.

2. The PMC contract for the Annual Repairs & Maintenance works / Special

repair works shall be awarded to the qualified Bidder who has quoted lowest

Percentage ( of the Actual work executed).

3. Upon evaluation of offers the notification on award of contract will be

intimated to the successful Bidder.

2.2.20. Execution of Memorandum of understanding:

The successful Bidder will have to execute MOU for the contract of PMC service for

proper performance of contract as per the scope of service described in Para.2.1.1.

An agreement between the ESIC & successful bidder will be entered into on Rs.200/-

non-judicial stamp paper. Stamp Value will be borne by the successful bidder.

ANNEXURE ‘B’

15

2.3. GENERAL CONDITIONS OF CONTRACT

Definitions and interpretation

2.3.1. Definitions

(a) In the contract (as hereinafter defined) the following works and expressions shall have the meanings hereby assigned to them except where the context otherwise requires:

i) “Employer” means the Regional officeChennai/Puducherry,ESIC and the legal successors in title to ESIC.

ii) “PMC” means the (Project Management Consultants) government agency incorporated, that has entered into contract with the employer.

(b) (i) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter of acceptance, the Contract Agreement (and such further documents as may be expressly incorporated in the Letter of Acceptance or MOU of Contract Agreement). (ii) “Specification” means the specification of the works included in the Contract and any modification thereof. (iii) “Tender” means the PMC priced offer to the Employer for the execution and completion of the works and the remedying of any defects therein accordance with the provisions of the Contract, as accepted by the Letter of Acceptance and entered MOU of contract agreement. The word tender is synonymous with “Bid” and the words “Tender Documents” with “Bid Documents”.

(iv) “Letter of Acceptance” means the formal acceptance of the tender by ESIC issued to the Shortlisted PMC.

(v) “MOU of Contract Agreement” means the contract agreement (if any) entered between Regional office,ESIC,Chennai and PMC.

(vi) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to these Conditions.

(c) (i) “Commencement Date” means the date upon which the PMC receives the notice to commence the Services.

(ii) “Time for Completion” means the time period for which the contract of Repair and Maintenance has been awarded by the employer to the PMC.

(d) “Contract Price” means the Percentage stated in the Letter of Acceptance as payable to the PMC for the services in accordance with the provisions of the contract. (e) (i) “Works” means the Repairs & maintenance Works/Permanent works and the Temporary Works / Special Repair works or either of them to be executed in accordance with the contract.

16

(ii) “Site” means the places provided by the Employer for ANNUAL REPAIRS AND MAINTENANCE WORKS/SPECIAL REPAIRS WORKS ( Civil,M.E.P and Electrical works ) for the existing infrastructure of ESIC properties comprising of Buildings, Medical college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu/Puducherry ( on demand by R.O.Puducherr).

17

PMC (Project Management Consultant) 2.3.2. PMC‟s Duties and Authority The PMC shall carry out the duties as specified in the scope of the works. 2.3.3. Custody and supply of drawings and documents The drawings, standard sketches shall remain in the sole custody of the Employer/PMC, but copies as required thereof shall be provided to the construction Agency free of cost solely for the purpose of this contract. 2.3.4. Sufficiency of Tender The PMC shall be deemed to have based on that Tender on the data made available by the Employer and their own inspection and examination of this site conditions. 2.3.5. PMC’s Employees The PMC shall provide on the Site, qualified and experienced technical staff in connection with the Repair and Maintenance of the works. 2.3.6. Employer at Liberty to Object The Employer shall be at liberty to object and request the PMC to remove forthwith from the works any person deployed by the PMC, who in the opinion of the Employer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Employer to be undesirable, and such person shall not be again allowed upon the works without the consent of the Employer. Any person so removed from the Works shall be replaced as soon as possible by a qualified person approved by the Employer. 2.3.7. Safety, Security and Protection of the Environment The PMC shall ensure safety, security and protection of the environment throughout the execution and completion of the services. 2.3.8. Time for Completion

a.The PMC services shall be for a period of one year from the date of fixing and awarding work to the construction agency by the PMC/ESIC and it can be extended for further one year with the mutual consent.

b. The time for submission for detailed and cost abstract estimate for each ARM/SR is 30 to 45 days from the date of award/instruction from R.O.Chennai/R.O.Puducherry, ESIC.

c. The time for finalization of construction agency including NIT, Justification and Recommendation for award of contract is 45 days from the date of Technical Sanction/Administrative Approval informed by R.O.Chennai/ R.O.Puducherry, ESIC.

d. Compensation for delay of work (b) and (c) will be calculated and deducted @1.5% per month of delay to be computed on per day basis.It will be deducted from the first bill of the PMC service charge.The levy of Compensation delay in case of (b)

18

& (c) can be waived off if there is sufficient justification/ reason for the delay represented by PMC subject to the approval of AC/RD, R.O.Chennai/R.O.Puducherry, ESIC.

e. The time for submission of monthly bills of construction agency alongwith

certification and recommendation of payment should be done within 30th day of the following month.

MODE OF PAYMENTS:

2.3.9. Monthly Payments

The PMC shall claim their invoices according to the percentage rate as quoted and accepted by the employer in the agreement and PMC can prepare their invoices based on the certified monthly RA bills paid to the construction agency through O/o Regional Director, C&M Branch, ESIC, Chennai. The percentage rate quoted is inclusive of all taxes, duties inspection charges Travelling Accommodation etc but excluding GST, which will be paid extra at the ruling rate ( @ 12 %) by the Employer.

2.3.10. Deduction of Statuatory Tax

The amount to be deducted towards TDS of Income Tax and GST and labour cess. 2.3.11. Amicable Settlement of Dispute

The PMC shall use their best efforts to settle amicably all disputes arising out of or in connection this contract or the interpretation thereof.

2.3.12. Arbitration.

Any dispute and differences relating to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship of materials used in the work or as to any other question, claim, right, matter of thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which amicable settlement has not been reached, shall be referred to the Sole Arbitration of the Chief Engineer, ESIC who shall proceed as per the Arbitration Act, 1996.

19

ANNEXURE C

2.4. SPECIAL CONDITIONS OF CONTRACT

2.4.1 CPWD specifications shall be followed and where same is not available, Bureau of Indian Standard / Engineering practice as directed by the ESIC Engineer shall be followed.

2.4.2. Complaints shall be made in the format (Enclosure – I)

2.4.3. A complaint register (format at Enclosure-II) shall be maintained in the Repair and Maintenance Office of the Construction Agency in which all complaints received shall be documentation to be maintained by PMC.

2.4.4. Formats of Performance Guarantee and Contract Agreement are at Enclosure III and IV respectively.

2.4.5. All the debris generated by the Construction Agency to be cleared on daily basis and coordination / cooperation is to be made with the other Executing Agencies and to be ensured by PMC.

2.4.6. As the work will have to be carried out in building and area in use, PMC should ensure through the Construction Agency

(a) That the normal functioning of ESIC activity is not affected as far as possible.

(b) That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.

(c) That all rubbish etc. is disposed off at the earliest and place is left clean and orderly at the end of each day’s work.

(d) The PMC shall ensure that Repair and Maintenance staff of the Executing Agency is qualified and licensed for their part of work and shall responsible for their conduct. The staff should behave in a courteous manner. The PMC shall be held responsible for any loss or damage to ESIC property.

(e) PMC shall ensure safety of their workers and others at site of work and shall be responsible for any consequence arising out of execution of the Repair and Maintenance work.

(f) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material.

2 .Operation and Maintenance of DG set Chiller plants, Lifts, STPs, RO Plant and Laundry, etc.

All the above plant and equipments etc. shall be taken over after recording the complete details of make, date of manufacture etc. including their running conditions.

During the contract period, the same shall be operated and maintained including supply of all spares, materials, labour, Tools & Plants etc., and including consumables like Engine oil, transformer oil etc. Complete( excluding diesel) . The maintenance and operation shall meet all the requirements of the concerned statutory authorities. At the end of the Contract Period, the equipment/system shall be handed over back, in the condition in which they were taken over, normal wear

20

and tear only is acceptable. The same shall be ensured through Construction Agency by PMC.

NOTE:

All breakdown / faults shall be attended to immediately and rectified promptly. Only genuine/original spares parts shall be used while carrying out the maintenance work. Any major repair involving overhaul of engine, replacement of major components of equipment and machinery etc. shall be paid separately. Prior approval of the ESIC officials / Engineer is to be obtained for any such major repair/replacement. The PMC shall depute qualified and experienced staff for maintenance The PMC shall follow all instructions conveyed to them by the concerned ESIC officials regarding maintenance of the above.

21

ANNEXURE- D

(TO BE TYPED ON BIDDER'S LETTER HEAD)

UNDERTAKING

To, The Additional Commissoner & Regional Director Regional Office, ESI Corporation, 143 Sterling Road Chennai-600034. Sub: Hiring PMC services for ANNUAL REPAIRS AND MAINTENANCE WORKS/SPECIAL REPAIRS WORKS ( Civil and Electrical works ) for the existing infrastructure of ESIC properties comprising of Buildings, Medical college, Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry, Roads, and other services etc., at various locations in Tamil Nadu/Puducherry ( on demand by R.O.Puduchery) for One year Sir,

1. We hereby agree to abide by all the terms and conditions laid down in tender document.

2. This is to certify that We before signing this bid have read and fully understood all the terms and conditions and instructions contained therein and undertake ourselves abide by the said terms and conditions.

3. We shall deploy only physically and mentally fit technical personnel. Signature Name Seal

22

ANNEXURE - E

Technical Bid ESIC

Check list of the documents to be submitted with the tender Confirm the enclosure of all the below listed documents without which Bidder may not be eligible to participate in the tender.

S.No Items Yes / No

1

Tender form with complete technical bid with all pages serially numbered, signed and stamped on each page

Audited Balance sheet of three years with details ofannual turnover, profit/loss account etc

2 (2016-17, 2017-18, 2018-19) Income tax statement of three years 3 (2016-17, 2017-18, 2018-19) 4 Copy of PAN /TAN Registration

5 Power of Attorney /copy of Board Resolution, in favour of the authorized signatory of the Bid,

6 GST Registration certificate copy

7 Completion certificate from previous organisations

8 The Competant Authority of the PMC should certify that the bidder is Central/ State PWDs/PSUs

9 Any other details

23

PART-A

(Technical Bid)

Format - I

a. BRIEF DESCRIPTION OF THE FIRM

(With an outline of the experience of the firm for similar works during last three years)

1 Name of Bidder:

2 Name of Authorised Person: (Person who is authorised to sign / provided with Power of Attorny)

3 FULL PARTICULARS OF OFFICE

a)Address For Communication:

b) Address of Registered office: (Head Quarters)

c) Telephone No / Fax No: d) E-Mail Address:

4 Full Particulars of the Bankers of Company / Firm.

a) Name of the Bank:

b) Address of the Bank:

c) Type of Account and Account No.: d) MICR/IFSC code:

5 Registration Details

a) PAN No.: b)TAN No.: c) GST Registration No.:

6 Turn Over of THE Firm for the Financial Year

a) 2016-17: b) 2017-18: c) 2018-19:

Format II

24

EXPERIENCE OF Bidder

Experience of relevant and similar PMC work of Annual Repair / Construction

supervision / Quality control / Maintenance Works completed during last three

years and ongoing works. Use separate sheet for each work.

1 Project title & Location

2 Name of the client and address

3

Describe area of participation (Specific work done/services rendered by the applicant)

4 Period of work done/services rendered for the Project

5 Total cost of Project

6 Date of start of the work and the present status

7 Any other details

Note:-

* Self-attested supporting documents like certificates from the client in

support of each of the above projects to be furnished.

25

PART B

PRICE BID Name and Address of PSU Quoting :

Name of work: Hiring PMC services for ANNUAL REPAIRS AND MAINTENANCE

WORKS/SPECIAL REPAIRS WORKS ( Civil,M.E.P and Electrical works ) for the

existing infrastructure of ESIC properties comprising of Buildings, Medical college,

Hospitals, Dispensaries, Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant,

Laundry, Roads and other services etc., at various locations in Tamil Nadu State for One

year.

PRICE BID Charges for rendering Project Management Consultancy services as per the terms and conditions for the work given in scope of work.(Excluding GST) for A.

Sl. No.

Description of items Unit Rate(In Figures) Rate In Words

1

ANNUAL REPAIRS AND MAINTENANCE WORKS ( Civil,M.E.P and Electrical works )

Percentage % of (on Actual Value of Work Executed)

% of (on Actual Value of Work Executed)

2

SPECIAL REPAIRS WORKS (Civil and Electrical works)

Percentage % of (on Actual Value of Work Executed)

% of (on Actual Value of Work Executed)

26

Enclosure-I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Signature of Complainant

Name _

Complaint attended (Name) Date

Time From To

Certified that the complaint has been satisfactorily attended.

Contractor Complainant

Date

To be submitted alongwith running bills.

27

Page 25 of 29

Enclosure-II MAINTENANCE

COMPLAINT REGISTER

Sl.No Date & Time Complaint Nature of Complaint

Complaint

Attended by Name Date & Time

Remarks Signature of Contractor

28

Enclosure-III FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND In consideration of the ESIC having agreed under the terms and conditions of the Agreement No._____ dated ________ made between ESIC and Second Party (herein called the said PMC Agency ______________ for the work ____________ hereinafter called the said agreement) to production of irrevocable bank guarantee for Rs. ____________ (Rupees_____________________________________________ only) as a security/Guarantee from the PMC Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement, We___________________________________(hereinafter referred as to “the Bank” hereby) (indicate the name of the bank) Undertake to pay to the ESIC an amount not exceeding Rs. ___________________ (Rupees ______________________________________ only) on demand by the ESIC.

2. We _____________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________ (Rupees ________________________ only).

3. We, the said bank further undertakes to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment.

4. We __________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the second party and accordingly discharges this guarantee. 5. We __________________________ (indicate the name of Bank) further agree with the ESIC that, the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms

29

and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or form time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reasons of any such variation, or extension being granted to the said PMC Agency or for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. The guarantee will not be discharged due to the change in the constitution of the Bank or the PMC Agency. 7. We_____________________ lastly undertakes not to revoke this guarantee

except with the previous consent of the ESIC in writing.This guarantee shall be valid upto _______. Unless extended on demand by ESIC.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. _________(Rupees _______________________________________________only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the _______ day of ____________________ for ______________________________ (indicate the name of bank).

30

Enclosure: IV

CONTRACT AGREEMENT FORMAT

This CONTRACT (herein after called the “contract”) is made the _________________ day

of the month of____________ year____________between Regional office,ESIC, Chennai

on the one hand (hereinafter called the “employer”) and on the other and

________________________________________(hereinafter called the “contractor”.

Whereas

a. the client has accepted the offer of the PMC to provide certain services for

ANNUAL REPAIRS AND MAINTENANCE WORKS/SPECIAL REPAIRS

WORKS ( Civil and Electrical works ) for the existing infrastructure of ESIC

properties comprising of Buildings, Medical college, Hospitals, Dispensaries,

Staff quarters, DG sets, Chiller plants, Lifts, STPs, RO Plant and Laundry,

Roads, and other services etc., at various locations in Tamil Nadu State for One

year.

b. PMC, having represented to the client that they have the required professional skills, personnel and technical resources, have agreed to provide the services on the terms and conditions set forth in this contract Agreement. Now therefore the parties hereto hereby agree as follows:

1.0 The following documents attached hereto shall be deemed form an integral

part of this contract:

1 Instruction to Bidders Annexure ‘A’

2 General Conditions of Contract Annexure ‘B’

3 Special Conditions of Contract Annexure ‘C’

4 Undertaking Annexure ‘D’

5 Checklist of documents submitted with tender

Annexure ‘E’

2.0 The mutual rights and obligations of the Employer and the PMC shall be as

set forth in the contract; in particular:

31

a. The PMC shall carry out the services in accordance with the

provisions of the contract; and

b. The employer shall make payments to the PMC in accordance with

the provision of the contract,

In witness whereof, the parties hereto have caused this contract to be signed in their

respective names as of the day and year first above written.

FOR AND ON BEHALF OF PMC

FOR AND ON BEHALF OF ESIC

Authorised Represenative of PMC With Seal

Additional Commissioner & Regional Director Regional Office, Chennai & Puducherry,ESIC

32

Enclosure: V

TO WHOMSOEVER IT MAY CONCERN

It is to Certify that M/s ____________________________________________________ has

not been blacklisted by any state/ Central Departments/ PSUs/Autonomous bodies

during the last 7 years of its operations.

Authorised Signatory