38
[Type text] Page 1 ेीय कायालय, ओडशा Regional Office, Odisha कमचार राय बीमा नगम Employees’ State Insurance Corporation (म और रोजगार मंालय, भारत सरकार ) (Ministry of Labour & Employment, Govt. of India) पंचदप भवन, जनपथ, यूनट- IX,भुवने’वर-22 Panchdeep Bhawan, Janpath, Unit-IX Bhubaneswar-22 ( एक आ ईएसओ 9001-2015 +मा,णत संगठन ) (An ISO 9001-2008 CERTIFIED ORGANIZATION) फ़ोन 0674-2546380 फै स 0674-2546381 ईमेल [email protected] वेबसाइट www.esic.nic.in Notice Inviting Tender for ARMO work Name of Work : ARM Works Civil and Electrical at different sites of Odisha Region. INDEX S. No. Description Page No. 1. Instruction of online Bid Submission 5 2. Notice Inviting e – Tender 9 3. Information and Instructions to Bidders 12 4. MoU 16 5. Integrity Pact / Agreement 24-29 6. Letter of Transmittal 30 7. Performance Guarantee format 31-32 8. Manpower Deployment schedule 34-37 9. Technical Bid Performa 38

ओ डशा भुवनेवर Regional Office, Odisha Panchdeep Bhawan, …€¦ · If the BOQ file is found to be modified by the bidder, the bid will be rejected. 6) The server

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • [Type text] Page 1

    �े�ीय काया�लय, ओ�डशा

    Regional Office, Odisha

    कम�चार� रा�य बीमा �नगम Employees’ State Insurance Corporation

    (�म और रोजगार मं�ालय, भारत सरकार )

    (Ministry of Labour & Employment, Govt. of India)

    पंचद�प भवन, जनपथ, यू�नट- IX,भुवने'वर-22 Panchdeep Bhawan, Janpath, Unit-IX Bhubaneswar-22

    ( एक आ ईएसओ 9001-2015 +मा,णत संगठन ) (An ISO 9001-2008 CERTIFIED ORGANIZATION)

    फ़ोन 0674-2546380 फै �स 0674-2546381

    ईमेल [email protected] वेबसाइट www.esic.nic.in

    Notice Inviting Tender for ARMO work

    Name of Work : ARM Works Civil and Electrical at different sites o f Odisha Region.

    INDEX

    S. No. Description

    Page No.

    1. Instruction of online Bid Submission 5

    2. Notice Inviting e – Tender 9

    3. Information and Instructions to Bidders 12

    4. MoU 16

    5. Integrity Pact / Agreement 24-29

    6. Letter of Transmittal 30

    7. Performance Guarantee format 31-32

    8. Manpower Deployment schedule 34-37

    9. Technical Bid Performa 38

  • [Type text] Page 2

    �े�ीय काया�लय, ओ�डशा

    Regional Office, Odisha

    कम�चार� रा�य बीमा �नगम Employees’ State Insurance Corporation

    (�म और रोजगार मं�ालय, भारत सरकार )

    (Ministry of Labour & Employment, Govt. of India)

    पंचद�प भवन, जनपथ, यू�नट- IX,भुवने'वर-22 Panchdeep Bhawan, Janpath, Unit-IX Bhubaneswar-22

    ( एक आ ईएसओ 9001-2015 +मा,णत संगठन ) (An ISO 9001-2008 CERTIFIED ORGANIZATION)

    फ़ोन 0674-2546380 फै �स 0674-2546381

    ईमेल [email protected] वेबसाइट www.esic.nic.in

    Instructions for Online Bid Submission

    E-Request for Proposal

    Name of Work: ARM Works Civil and Electrical at different sites o f Odisha Region.

    INTRODUCTION

    1.1 The Employees’ State Insurance Corporation (ESIC) is an autonomous body under

    the aegis of the Ministry of Labour and Employment, Government of India. The main objective of the organization is to provide certain benefits to organized sector employees in case of sickness, maternity and ‘employment injury’ and to make provision for certain social benefits etc.

    1.2 ESIC is inviting online bids from Public Sector Undertaking set up by Central / State

    Government to carry out civil and electrical work or any other Central /State Government Organization / PSU which may be notified by MoUD for such purpose through Two-bid system who may be hereafter called as bidder.

    1.3 The tender documents are available on website

    https://eprocure.gov.in/eprocure/app and the same can be downloaded as per the schedule given in the CRITICAL DATE SHEET at Page No. 5.

    1.4 Bidders are advised to follow the instructions provided in the ‘Instructions to the

    Contractors/Tenderer’s for the e-submission of the two bids online through the Central Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app . Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

    1.5 Not more than one Bid can be submitted by one Bidder. 1.6 Bidders, who have downloaded the tender from Central Public procurement Portal

    (CPPP) website https://eprocure.gov.in/eprocure/app , shall not modify the tender form including downloaded price bid template in any manner. In case the same is found to be tampered with / modified in any manner, tender will be completely rejected and EMD shall be forfeited and the bidder is liable to be banned from doing business with ESIC.

  • [Type text] Page 3

    1.7 ESIC reserves the right to reject any or all tenders or cancel/withdraw the request

    inviting proposal without assigning any reason whatsoever and in such case no intending bidder shall have any claim arising out of such action.

    1.8 Further clarifications, if any can be obtained from:

    SD

    Regional Director(i/c) Employees’ State Insurance Corporation,

    Panchdeep Bhawan, Janpath, Unit-IX Bhubaneswar-22 (An ISO 9001-2008 CERTIFIED ORGANIZATION)

    फ़ोन 0674-2546380 फै 2स 0674-2546381

    ईमेल [email protected] वेबसाइटwww.esic.nic.in

  • [Type text] Page 4

    CRITICAL DATE SHEET

    S.No.

    Description

    Date

    1

    Date of Publishing 10.08.2020

    2

    Date of Bid Document Download Starts

    10.08.2020

    3

    Date of Bid Submission Starts 10.08.2020

    4

    Date of Pre -Bid Meeting and Time Location: 3rd Floor(PMD), Regional Office,Unit-9, Janpath, Bhubaneswar, Odisha

    18.08.2020

    5

    Date of Bid Submission Ends 30.08.2020 1.00PM

    6

    Bid Opening Date and Time 31.08.2020 3.00PM

  • [Type text] Page 5

    Instructions for Online Bid Submission

    The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

    More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app .

    REGISTRATION

    1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment ” on the CPP Portal which is free of charge.

    2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

    3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

    4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their profile.

    5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

    6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

  • [Type text] Page 6

    SEARCHING FOR TENDER DOCUMENTS

    1) There are various search options built in the CPP Portal, to facilitate bidders to search

    active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

    2) Once the bidders have selected the tenders they are interested in, they may download the required documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

    3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Help desk.

    PREPARATION OF BIDS

    1) Bidder should consider any corrigendum published on the tender document before submitting their bids.

    2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

    3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

    4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

    SUBMISSION OF BIDS

    1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

    2) The bidder has to digitally sign and upload the required bid documents one by one as

  • [Type text] Page 7

    indicated in the tender document.

    3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument / scan copy.

    4) Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

    5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

    6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

    7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

    8) The uploaded tender documents become readable only after the tender opening by the

    authorized bid openers.

    9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

    10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

  • [Type text] Page 8

    ASSISTANCE TO BIDDERS

    1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

    Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Help desk. The contact number for the help desk is 1800 233 7315.

  • [Type text] Page 9

    �े�ीय काया�लय, ओ�डशा

    Regional Office, Odisha

    कम�चार� रा�य बीमा �नगम Employees’ State Insurance Corporation

    (�म और रोजगार मं�ालय, भारत सरकार )

    (Ministry of Labour & Employment, Govt. of India)

    पंचद�प भवन, जनपथ, यू�नट- IX,भुवने'वर-22 Panchdeep Bhawan, Janpath, Unit-IX Bhubaneswar-22

    ( एक आ ईएसओ 9001-2015 +मा,णत संगठन ) (An ISO 9001-2008 CERTIFIED ORGANIZATION)

    फ़ोन 0674-2546380 फै �स 0674-2546381

    ईमेल [email protected] वेबसाइट www.esic.nic.in

    NOTICE INVITING e – TENDER

    The Regional Director(i/c), ESI Corporation, Regional Office, Bhubneshwar invites open online bids on behalf of the Director General, ESI Corporation on percentage Lumpsum service charges (in Two bid ) through e- tendering mode from Public Sector Undertaking set up by Central / State Government to carry out civil or electrical work or any other Central /State Government Organization / PSU which may be notified by MoUD for such purpose for ARMO work as detailed below :

    NIT No.44-w-19/11/12/Dir(Elect.)/2020-21-PMD

    S.No. Particulars Details

    1

    Name of work

    ARM Works Civil and Electrical at different sites o f

    Odisha Region.

    2 Estimated Cost Rs. 4,17,79,821.00

    3 Earnest Money Deposit Rs. 8,35,596.00

    4 Period of Contract 12 Months 5 Availability of e - Tender /

    Bid document https://eprocure.gov.in/eprocure/app and www.esic.nic.in

    6 Period during which hard copies ( in original ) of DD / Pay Order is to be submitted.

    The Earnest Money Deposit (EMD) drawn from any Scheduled Bank in favor of REGIONAL DIRECTOR ESIC payable at BHUBANESWAR to be dropped in the tender box placed at PMD, 3rd Floor, ESIC Regional Office, Bhubaneswar on or before 30.8.2020 till 14.00 hours

  • [Type text] Page 10

    Details of estimate site wise:-

    Sl. No.

    Name of the Site Civil (Rs.) Electrical

    (Rs.)

    Total

    1 ESIC Regional Office & Staff Qtrs, Bhubaneswar

    3,91,862 12,12,840 16,04,702

    2 ESIC Dispensary, Bardol 4,51,875 2,87,967 7,39,842

    3 ESIC Branch Office, Dispensaries & Staff Qtrs, Barbil

    4,52,019 1,98,610 6,50,629

    4 ESIC Dispensary & Staff Qtrs, TPM Area

    4,78,333 2,14,069 6,92,402

    5 ESIC Branch Office, Dispensary & Staff Qtrs, Rourkela

    4,21,436 3,17,409 7,38,845

    6 ESIC Hospital & Staff Qtrs, Kansbahal

    10,96,813 8,67,554 19,64,367

    7 ESIC Dispensary & Staff Qtrs, Rajgangpur

    7,38,776 6,99,191 14,37,967

    8 ESIC Branch Office, Dispensary & Staff Qtrs, Hirakud

    7,01,069 4,55,863 11,56,932

    9 ESIC Branch Office, Dispensary & Staff Qtrs, Saheed Nagar

    4,12,340 6,08,072 10,20,412

    10 ESIC Staff Colony, Nayapalli, Bhubaneswar

    7,83,655 7,14,486 14,98,141

    11 ESIC Branch Office, Dispensary & Staff Qtrs, Jharsuguda

    9,93,876 11,87,383 21,81,259

    12

    ESIC Hospital, Branch Office, Dispensary & Staff Qtrs, Jagatpur

    3,13,231

    7,99,733

    11,12,964

    13 Director of ESI Scheme, Nayapalli, Bhubaneswar

    3,83,253 8,07,637 11,90,890

  • [Type text] Page 11

    14 ESIC Hospital, Branch Office & Staff Qtrs, Choudwar

    33,62,215 19,27,615 52,89,830

    15 ESIC Hospital, Branch Office & Staff Qtrs, Jaykaypur

    24,29,209 15,84,129 40,13,338

    16 ESIC Model Hospital & Staff Qtrs, Rourkela

    34,60,497 32,07,386 66,67,883

    17 ESIC Hospital & Staff Qtrs, Chandrasekharpur, Bhubaneswar

    53,38,083 44,81,335 98,19,418

    TOTAL 22208542 19571279 41779821

    Any change in the tender shall be uploaded in the below mentioned website only, hence the bidders may visit the website regularly (https://eprocure.gov.in/eprocure/app & www.esic.nic.in) to make themselves aware about the information related to the bidding.

    -sd-

    REGIONAL DIRECTOR(i/c)

  • [Type text] Page 12

    Information and Instructions to Bidders

    1. Eligibility Criteria – 1A. Bidder must be a Public Sector Undertaking set up by Central / State Government to carry out civil or electrical work or any other Central /State Government Organization / PSU which may be notified by MoUD for such purpose. 1B. The Bidder should have following work experience during last seven (7) years ending March 2019:

    Three similar works each aggregate costing not less than 40% of the estimated cost.

    OR

    Two similar works each aggregate costing not less than 60% of the estimated cost. OR

    One similar work of aggregate cost not less than 80% of the estimated cost.

    Completion certificate/s from the client organization indicating cost of the work, period and nature of work carried out and duly signed and stamped by the competent authority should be uploaded with the Bid Similar work shall mean :

    Civil & Electrical ARMO works of Hospitals or Dispensaries or government building Premises.

    1C. Financial Strength :

    i) The Average annual financial turnover during the last 3 years, ending 31st March of the FY 2018-19 should be at least 50% of estimated cost. The requisite Turn Over shall be duly certified by a Chartered Accountant with his Seal / signatures and registration number.

    ii) Net Worth of the company / firm as on 31st March of Financial Year 18-19, should be

    positive.

    2. The bids need to be uploaded along with all required and relevant documents “as per S.No. 1 & 12 (page No. 12 to 14) respectively) etc. duly authenticated / signed by the bidder. Incomplete bid is liable to be rejected.

    3. Delayed / late submission of bids and submission of Bid by other than online mode will not be accepted and summarily rejected.

    4. Conditional bid will not be accepted and liable to the summarily rejected.

    5. The intending bidders must read the terms and conditions of the bid document and satisfy themselves fully with regard to their eligibility vis – a – vis eligibility criteria as given in para – 1 & 12 (page No 12 to 14) above and other pre - requirements before submitting the bids.

    6. The tender for the work shall remain open for acceptance by ESIC for a period 30 days from the date of opening of the technical bid.

    7. ESIC, without being liable for any damages, shall reserve the right to accept or reject any bid or annul the whole bidding process without assigning any reason whatsoever.

    8. The bid submitted shall become invalid if:

  • [Type text] Page 13

    (i) The bidder is found ineligible vis – a – vis eligibility criteria at S.No. 1 and as per Technical Bid.

    (ii) EMD of requisite amount and in the prescribed manner is not submitted on or before 30.08.2020 till 14.00 Hours by the bidder in original.

    (iii) The bidder does not upload all the documents as required under the bid.

    (iv) Any discrepancy noticed in uploaded Document of bidders.

    9. The Technical and Financial bid shall be opened at the notified time, date and place in the presence of bidders or their representatives, if they wish to be present. The financial bid will be open for only those bidders who will be found technically qualified as per Eligibility Condition and document for technical qualification as per para 1 and 12(Page 12 to 14) respectively. In case the lowest quoted Centage Charges of two or more participating firms is the same, such lowest firms will be asked to submit offline sealed revised Financial Bids with in (Seven days of intimation) indicating the revised rate, but the revised rate now quoted should not be higher than the fee quoted in the Financial Bid at the time of submission of the tender. The lowest bidder shall be decided on the basis of revised Financial Bids.

    If the revised offers of two or more firms received in their revised Financial Bids is again found to be equal, the lowest bidder shall be decided by draw of lots in the presence of members of the Committee and the lowest bidders those who have quoted equal amount of their bids.

    In case all the lowest bidders those have quoted same tendered amount, refuse to submit revised Financial Bids, then bids are to be re-called.

    10. The bidder must ensure to quote the percentage up to places of two decimals only both in figures as well as in words. The total amount of the offer corresponding to the percentages quoted by the bidder shall also be mentioned both in words and figures.

    11. ESIC reserves the right to verify the particulars furnished by the bidder independently and if any information furnished by the bidder is found incorrect at a later stage, the Agency shall be liable to be debarred from tendering / taking up works in ESIC.

    12. The list of documents for Technical qualification to be scanned and uploaded within the period of bid submission:

    (i) Copy of EMD.

    (ii) Letter of Transmittal (as per Annexure – B).

    (iii) Notification/Registration/Memorandum or letter issued by Central/State Government declaring Agency as Central Government Organization/ Public Sector undertaking to carry out civil and electrical works etc. or MoUD notification for bidding Central/State Government Organizations/ PSUs to carry out civil, electrical works, etc.

    (iv) Certificate of Registration for Goods and Service Tax (GST).

    (v) Pan Card.

    (vi) Balance sheet and profit and loss statement/ financial statement of account for financial year 2016-17,2017-18 & 2018-19 along with CA Certificate with seal and registration indicating financial turnover of bidder during above period.

  • [Type text] Page 14

    (VII) An undertaking by the bidder that either they have ESIC and EPFO Registration and valid electrical contractor license / Registration certificate or if they award work to sub-contractor they will ensure that the sub-contractor is having the same (as per Annexure -D).

    (viii) Technical Bid Performa as per Annexure - F.

    (ix) Completion Certificate/s as per Eligibility Criteria.

    Note : All the uploaded documents should be in readable, printable and legible form failing which the Bids shall not be considered for evaluation. The Tender document should not be uploaded with the Technical Bid.

    13. The site for the work is readily available as the ARMO work is to be carried out in the running hospital / dispensary/offices/staff quarters buildings and their premises having residential buildings and other ancillary structures. The prospective bidders are advised to inspect and examine the concerned hospital / dispensary/Residential/office premises to acquaint themselves about the various aspects related to ARMO works to be carried out by them and satisfy themselves before submitting their bids with full awareness. For this purpose, RO/Hospital Administration may be contacted.

    14. The work will be awarded to successful bidder for a period of twelve (12) months. However, depending upon the satisfactory performance, the tenure of the contract agreement may be extended further up to twelve (12) months with the mutual consent of ESI Corporation and the contractor / Agency

    Brief scope of services:

    To provide comprehensive maintenance services to the entire hospital & Residential/office complex including attached dispensaries as mentioned in the name of work by way of deployment of required manpower as specified in the bid document and also doing all such works as defined / specified / stipulated in the technical and financial bid documents and elsewhere.

    15. The tender for the works shall remain open for acceptance by ESIC for a period of Thirty (30) days from the date of opening of bid. If any bidder withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the ESIC shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money deposit as aforesaid. Further, the bidders shall not be allowed to participate in the re-tendering process of the work.

    16. The MoU shall be signed between ESIC and the successful Bidder within 15 days after the acceptance of his bid by ESIC on prescribed format which is being given in the bid document. All the documents of the bid shall form part of the MoU including Integrity Pact Agreement for which format is also being provided in the bid document.

    17. The GST and other Cess will be paid as per actual on submission of documentary proof of the same. However, effect of variation in rates of taxes or cess due to change in legislation occurred after receipt of tender / bid shall be adjusted on either side i.e. increase or decrease, as the case may be.

  • [Type text] Page 15

    18. After ascertaining the entire gamut of the repairs &maintenance needs, the successful bidder shall prepare estimates in r/o various types of repairs & maintenance works as enumerated in Para –1 of MOU based on their norms / yardsticks and good engineering practices and submit to Competent Authority of ESIC along with all relevant documents, justifications, drawings, photographs etc. for accord of Administrative Approval and Expenditure Sanction (A / A & E / S) by ESIC

  • [Type text] Page 16

    MEMORANDUM OF UNDERSTANDING

    between

    EMPLOYEES’ STATE INSURANCE CORPORATION

    and

    PUBLIC SECTOR UNDERTAKING / Central/State Govt. ORG ANIZATIONS

    for

    Repairs & Maintenance of Existing Infrastructure of ESIC

    Employees’ State Insurance Corporation (hereinafter called “ESIC”) represented by the __________________________ on other part.

    ESIC and AGENCY are also referred to individually as ‘Party’ and collectively as ‘Parties’ wherever the context so requires.

    And

    This Memorandum of Understanding (hereinafter called “MoU”) signed between PSU, Govt. of India/state government (hereinafter called “AGENCY”) represented by the ……………………………………………… of one part,

    Whereas AGENCY have agreed to undertake the works of Operation, Repairs & Maintenance of existing infrastructures of ESIC, comprising of Buildings, Services, Equipments & Plants etc. at various locations in Hospitals/Dispensaries/offices at Orrisa as Agency. Now, it is agreed between the Parties that:

    General:

    1. The ESIC will assign the following types of repairs & maintenance works to AGENCY for carrying out comprehensive Repairs & Maintenance of its existing infrastructure comprising of Buildings &Services including Equipment and Plants rendering specialized services:

    a) Annual Repairs and Maintenance & Operations (ARMO) of Buildings & Services

    b) Day to day Maintenance of Buildings & Services c) Day to day Operation & Maintenance of Equipment and Plants rendering

    specialized services d) The contractor will carry out all preventive maintenance / Checks as per

    CPWD Specification and works procedure.

    2. After the works are assigned to AGENCY, a comprehensive condition survey of the existing infrastructure i.e. Buildings, Services, Equipment’s & Plants including ancillary structures existing inside the premises/complex shall be carried out by them to assess the maintenance needs for each component of the infrastructure for restoring and sustaining the utility of the facilities.

  • [Type text] Page 17

    3. Performance Guarantee

    Within two weeks of award of work, the contractor shall submit a Performance Guarantee for proper performance of the Contract in the format given (as per Annexure – C) in the bid document in the form of BG (Bank Guarantee) for 5 % of the bid / accepted amount. The performance guarantee shall be valid for the duration of the contract period (including extended period ) plus 60 days. The performance security can be encashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.

    4. Security Deposit Security Deposit (SD) equal to 2.5 % of the cost of work shall be deducted by ESIC from the each released amount to the Contractor towards fulfillment of contractual obligation on the part of Contractor. SD shall be released after successful completion of the contract in all respects and settlement of final claims by ESIC.

    5. As far as possible only items based on prevailing DSR should be taken in the detailed estimates and items based on market rates should be avoided unless it becomes

    indispensable to include them. In case of “Market Rate” It shall be decided by RO/

    hospital Engineer on the basis of market Quotation based on CPWD DAR (Delhi analysis of rates) like the cost of the materials, taxes, Labour and Transport etc. at the site where the work is to be executed plus 15% to cover all contractor’s overheads and profits.

    6. Time period of contract The Repair and Maintenance work shall be for a period of 12 months or as mentioned in the letter of commencement and shall start from the date as mentioned therein and shall stand terminated after the expiry of one year unless it is mutually extended.

    7. Extension of Time of contract and Expansion of Scop e of work

    I .The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year or part thereof on the same terms and conditions of this contract. However, employer reserves it’s right to terminate the Repair and Repair and Maintenance contract by giving one month notice at any time during the currency of the contract if the services of the agency are not found satisfactory as per the opinion of employer or it’s representative. In case of emergent situation prevalent in the country, this contract can be extended up to period of three months unilaterally.

    II. The scope of work under this contract can be increased/decreased accordingly on same terms and condition as per prevailing DSR Rates (at the time of extension, if any) with rates will be applicable in contract.

    8. Payment Procedure (i) 1/3rd (One – Third) of sanctioned estimated amount as initial deposit within 2 weeks

    of Approval of Estimate.

  • [Type text] Page 18

    (ii) Second installment of 1/3rd (One – Third) of sanctioned estimated amount based on expenditure statement & certificate regarding utilization of 80 % of earlier released fund by Agency.

    (iii) Third & final installment of remaining 1/3rd (One – Third)/ balance of sanctioned estimated amount/ revised sanctioned amount based on expenditure statement & certificate regarding utilization of 80 % of earlier released fund by Agency.

    9. At the conclusion of the Contract, Agency shall submit a consolidated expenditure statement and a certificate regarding utilization of funds sanctioned and released to them for each of the building / premises duly signed by the Accounts Officer & Divisional Officer / Executive Engineer of concerned Agency Division to the concerned Medical Superintendent of ESIC Hospital or Regional office along with a certificate from the user regarding satisfactory completion of the works and any unspent amount to ESIC for final settlement of accounts.

    10. Agency will apprise ESIC about the status of various Repairs & Maintenance works periodically during joint Progress Review Meetings wherein both physical and financial progress would be discussed besides resolution of pending issues, if any. Progress Review Meetings, preferably monthly shall be held between Agency and ESIC (Hospital/RO) for reviewing the progress of ongoing Repairs and Maintenance works based on mutually agreed timelines, milestones etc. and also for resolving co-ordination issues, including fixing priority in carrying out some segments of works/items, buildings, facilities and services for their early completion and handing over to ESIC for putting them to use for intended purpose, if any.

    11. AGENCY will make immediate arrangement for deployment of required manpower (as per Annexure – E) for Operation & Maintenance of Equipment’s & Plants rendering specialized services so that the required services can be maintained uninterrupted.

    12. AGENCY engaged for this contract shall be registering themselves as Principal Employer for complying with various applicable Labour Laws. Any liability accruing on account of non-compliance of Labour Laws shall be borne by AGENCY.

    13. The Agency has to ensure that payment to the workers is made up to the 7th day of each month for the work executed up to the end of previous month in accordance with minimum wages notified by CLC from time to time and the same will be paid by ESIC accordingly. This payment of wages to worker must not be linked to payment / clearance of the bill by this office.

    14. The Agency or Third party engaged for this contract shall obtain a valid license under the Contract Labour (R & A) Act, 1970, and the Contract Labour (Regulation and Abolition) Central Rules, 1971, before the commencement of the work, and continue to have a valid license until the completion of the work. The contractor shall also abide by the provisions of the Child Labour (Prohibition and Regulation) Act, 1986.

    15. The contractor shall also comply with the provisions of the building and other Construction Workers (Regulation of Employment & Conditions of Service) Act, 1996 and the building and other Construction Workers Welfare Cess Act, 1996.

    16. The contractor or sub-contractor should have valid registration number of ESI and EPF and the contractor or sub-contractor will be solely responsible for compliance as per statutory provisions. The sub-contractor must be registered in for Civil and Electrical Work in appropriate class/ category with CPWD/ MES/ PSU/ PWD/ Railways/ other Govt. Organization.

    17. Any failure to fulfill these requirements shall attract the penal provisions of this contract arising out of the resultant non – execution of the work.

    18. The works which are of essential nature such as operation & maintenance of essential services, day to day maintenance etc. shall under no circumstances be held up for temporary delay in releasing of fund by ESIC.

    19. AGENCY shall maintain Complaint Register in the building and a Service Centre shall also be opened for proper registration of complaints and their satisfactory disposal in time bound manner. The Complaint Register shall be periodically seen by ESIC representative(s) for ascertaining the efficacy of the mechanism put forth by AGENCY. Any suggestions made by ESIC Authority regarding further improvement in the services shall be readily implemented by AGENCY, if found feasible from Techno financial angles by them.

  • [Type text] Page 19

    20. AGENCY will apprise ESIC about the status of various Repairs & Maintenance works periodically during joint Progress Review Meetings wherein both physical and financial progress would be discussed besides resolution of pending issues, if any. Progress Review Meetings, preferably monthly shall be held between AGENCY and ESIC Authority for reviewing the progress of ongoing Repairs and Maintenance works based on mutually agreed timelines, milestones etc. and also for resolving co-ordination issues, including fixing priority in carrying out some segments of works/items, buildings, facilities and services for their early completion and handing over to ESIC for putting them to use for intended purpose, if any.

    21. This MoU and the following documents attached hereto shall be deemed to form an integral part of this Contract. (i) Award Letter (ii) Financial Bid

    (iii) Manpower Deployment schedule

    (iv) Integrity Pact

    (v) Undertaking regarding ESIC, EPF and Electrical License.

    Mutual Obligations

    22. AGENCY shall be responsible for:

    I. Carrying out comprehensive Repairs, Maintenance &operation of Buildings with due diligence and within agreed timelines and cost.

    II. Submitting Estimates for various types of Repairs & Maintenance works on time to ESIC for accord of A/A & E/S so that works are taken up on the ground as per schedule.

    III. Providing adequate manpower and resources for maintaining the entire facilities in proper condition.

    IV. Intimating physical and financial Progress and up to date expenditure incurred along with Certificate of Utilization of Fund against Fund earlier released by ESIC.

    V. Permitting ESIC to inspect or monitor the progress, either itself or through Third Party, as and when it desires for assessing actual progress, quality of works and any other aspects related to the works.

    VI. Certifying and making payment of Bills of the Contractors / Agencies engaged by them and making available Final Statement of Accounts in Standard Format to ESIC, Copies of Final Bills for all Contract Packages and other expenditure incurred, after the completion of the work. In addition, whenever ESIC asks for any other details from AGENCY regarding Utilization of Fund, copies of detailed sanctioned Estimates/ Technical Sanctions, Award of Works, Running Bills etc., the same shall be provided by AGENCY readily to ESIC.

    VII. Ensuring that its Contractor(s) implement required Health, Safety & Environmental (HSE) practices at the Construction Sites and they also comply with all statutory obligations related to workmen deployed at the Construction Site. AGENCY will act as Principal Employer in respect of all Statutory Obligations related to workmen deployed at the site in execution of the work.

    VIII. Obtaining necessary Statutory Approvals / Permission / Clearances/ Certificates from the concerned Local Bodies & Statutory Authorities like Municipal Corporation, Town Planning Board, Electricity Board / Fire Department, State / Central Pollution Control Boards, State / Central Environmental Authorities etc. as applicable.

  • [Type text] Page 20

    IX. Managing the works effectively and efficiently to ensure its timely completion with due diligence as per approved Scope, Plans& Specifications and in Terms and Conditions of the MoUs and PSU/ agency has to make a provision of recovery/ penalty from their sub-contractor in respect of delay caused in attending the complaints, non-deployment of required manpower. However, ESIC in house posted Engineer/ Administration have the right to execute pending work/ complaint at the risk and cost of Agency/ PSUs.

    X. Intimating ESIC about any excess expenditure likely to be incurred over and above the approved estimate of ARMO works, as soon as it comes to its knowledge along with reasons and justifications thereof for necessary approvals from ESIC before committing / incurring the extra / additional expenditure.

    XI. Monitoring of ARMO work from start to completion effectively & efficiently to ensure that desired / proportionate pace of progress is achieved progressively.

    XII. Observing due diligence and adopting all possible pre – emptive measures regularly for ARMO works so as to avoid Arbitration / Litigation and other hindrances for completing the works.

    XIII. Defending all Arbitration and Court Cases arising out of execution of the works and examining the Arbitration Award/Decree of Court of Law/Tribunal by appropriate authority in AGENCY and forwarding the same along with a comprehensive report on the circumstance leading to the Arbitration/Court cases and the reasons and justifications as to why an appeal against such award/decree was not considered necessary, briefing out inter-alia, details of the award and clear cut recommendations. The decision of the competent authority in AGENCY to accept the award or challenge the same in a Court of Law will be binding on the ESIC.

    XIV. The Contractor shall provide credentials of all workmen to ESIC and no claim of contractor’s employees/ staff employed for this work in any form shall be entertained by ESIC. Police verification of every deployed manpower’s by the contractor shall be got done by the contractor within one month compulsorily and a copy of police verification shall be provided to Hospital Engineer after which an identity card duly countersigned by Hospital Engineer-in-Charge or his representative shall be issued to each employee of the contractor for proper identification. Contractor will submit all the documents of all workers engaged by him under this works for registration in ESIC AEBAS (Aadhar Enable Biometric Attendance System) within one week and Hospital authority will be responsible to generate their attendance ID. In any case AEBAS registration of workers deployed should be completed within 15 days from the date of start of work. The Contractor should ensure to authenticate the presence of required number of manpower through Biometric Attendance System ( BAS ) based on AADHAR, in addition to the manual attendance. If none of the BAS is functional at any time in the campus, the contractor should inform in writing to Hospital Engineer/Hospital Administration and get their approval, which will be produced as a proof of workers presence at the time of submission of bill. Failing which no payment will be made for the particular day/period.

    23. ESIC shall be responsible for :

    I. Approving Scope, Plans, Initial and Revised Estimates, Timelines and other proposals submitted by AGENCY. II Intimating Details, Special Requirements / Features and Broad Specifications for specialized Equipment’s and Plants for facilitating execution of works by AGENCY. III. Providing required assistance to AGENCY for carrying out the comprehensive Repairs & Maintenance Works i.e, ARM Works. IV Releasing Fund to AGENCY based on submission of demand as per payment procedure within 15 Days and in terms of the MoU.

  • [Type text] Page 21

    V Providing required assistance to AGENCY for obtaining necessary Statutory Approvals / Permission / Clearances/ Certificates from the concerned Local Bodies & Statutory Authorities like Municipal Corporation, Town Planning Board, Electricity Board / Fire Department, State / Central Pollution Control Boards, State / Central Environmental Authority etc. as applicable. VI Permitting Water, facilitating ARMO work by Agency. VII. Providing security clearance for AGENCY staff / contractors and their workers for working at site in case these are required. VIII. Settling of final claims which may be decreed by a Court of Law, Tribunal or by award of an Arbitrator in relation to the work, based on recommendations of AGENCY and commensurate actions taken by them in accordance with Clauses 22. XII and XIII as explained above. IX. Paying compensation / levies, if so required to be paid based on recommendation by AGENCY related to the works, under the Workmen’s Compensation Act or any other Act or Law of the Central or the concerned State Governments. X. Permitting free access to AGENCY appointed Contractors’ Materials and

    Workmen to the site of work and ESIC will provide Water & Electricity from one source to the contractor and recovery of same will be made in monthly bill @ 1% of the total value of work done for whole some items. XI. Space to be provided to agency by ESIC free of cost for setting up of Office

    as per approval of competent authority of ESIC till maturity / completion of work.

    24. Insurance against injury to Persons and Damage to Property (i) The Contractor shall effect and maintain in full force insurance against liability for

    claims, damages, losses and expenses (including legal fees and expenses) arising from injury, sickness, disease or death of any person employed by the Contractor or any other of the Contractor’s personnel.

    (ii) The Employer shall also be indemnified under the policy of insurance, except that this insurance may exclude losses and claims to the extent that they arise from any act or neglect to the Employer or of the Employer’s Personnel.

    (iii) Accident to Injury to Workmen: The ESIC shall not be liable for or in respect of any damages or compensation payable to any workmen for death or injury resulting from any act or default by the contractor. The contractor shall indemnify and keep indemnified against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto. ESIC shall not be liable for or in respect of any damages or compensation payable to any workman under compensation – Act for death or injury resulting from any act or default of the contractor.

    25. Redressal of Disputes

    As dispute resolution mechanism for implementation of the provisions of this MoU, at the first instance the issues involved shall be brought up before Chief Engineer, ESIC and concerned General Manager, AGENCY for their resolution. In case, however, disputes / differences between the parties do not get resolved, the matter shall be referred to a Committee comprising of a Nominee of RD Odisha, ESIC, and a Nominee of MD, AGENCY who shall be at the level of SE or above in the respective organizations. The above said Committee shall submit a comprehensive report and recommendation to RD, Odisha, ESIC and CMD, AGENCY for facilitating final decision in the matter.

    26. Conflict of Interest 26.1 ESIC’s policy requires that Agencies provide professional, objective, and impartial advice and at all times hold the ESIC’s interest paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work. 26.2 Without limitation on the generality of the foregoing, Agencies, and any of their affiliates, shall be considered to have a conflict of interest and shall not be

  • [Type text] Page 22

    recruited, under any of the circumstances set forth below: (i) Agencies (including its Personnel and Sub-contractors) that has a business

    or family relationship with ESIC staff/Member of the Corporation who is directly or indirectly involved in any part of

    (a) the preparation of the Terms of Reference of the assignment, (b) the selection process for such assignment, or (c) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the ESIC throughout the selection process and the execution of the Contract.

    (ii) Agencies have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of the ESIC, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Construction Agencies or the termination of its Contract any time throughout currency of the work.

    (iii) No employee of the ESIC shall work for Agency. Recruiting former employees of the ESIC to work is acceptable provided no conflict of interest exists.

    27. Amendment

    (i) No amendment in Terms & Conditions of this MoU shall be valid and effective unless it is in writing and duly signed by authorized representatives of ESIC and AGENCY. Each party shall give due consideration to any proposal for amendment / modification made by other party with proper reasoning thereof.

    (ii) Provisions made in latest CPWD Works Manual shall stand modified to the extent of the stipulations made in this MoU for execution of Repairs & Maintenance works of ESIC infrastructure by AGENCY across the country.

    28. Termination

    This MoU can be terminated by either of the parties by giving 1 month’s prior notice along with reasons for breach of obligation and any other grounds for consideration of other party.

    29. Payment on Termination In the event of termination of the contract, ESIC shall be at liberty to get balance work done at the risk and cost of the Agency and due payment of the contractor, if any, shall be released after the completion of whole of the works after due adjustment. 30. Trans Border Clause

    The ESIC has divide Odisha Region in 4 Zones as described below:

    S.N

    o

    Zone 1 Zone 2 Zone 3 Zone 4

    1 1.Regional Office

    2.Nayapally staff colony

    3.Directorate office of ESI

    Scheme

    4.Sahidnagar bo,dis,stff qtrs

    5.ESI

    HospitalChandrasekherpur,Staf

    f colony

    1.ESI

    Hospital

    chowdwar

    and its

    staff qtrs

    2. BO

    Chaudwar

    3.Jagatou

    1.ESIC

    Model

    Hospital

    Rourkela and

    Staff qtrs

    2.Rourkela

    BO,DIS,Staff

    Qtrs

    1.ESIHospita

    l JKPur,

    BO,Staff qtrs

  • [Type text] Page 23

    r BO,DIS,

    Staff qtrs

    4.TPM dis

    and staff

    qtrs.

    5.Barbil

    Dis,staff

    qtrs

    3.ESI

    Hospital

    Kanshbahal

    and staff

    colony

    4.Rajgangpu

    r DIS,Staff

    qtrs

    5.Jharsugud

    a

    BO.DIS,Staff

    qtrs

    6.Hirakud

    BO,DIS,Staff

    qtrs

    7.Bordol Dis

    if the agency fails to execute the works of ARMO in any of the above zone due to whatever reasons, RD, Odisha reserve the right to depute an agency of this contract after mutual consent of same for three months or till finalization of fresh tender. The tender will be provided on same rates, terms & condition of their respective zones after judging their financial and technical strength.

    For and on behalf of AGENCY For and on behalf of ESIC

    Signature Signature Name Name Designation Designation Witness 1 Witness 2 Signature Signature Name Name Designation Designation Date:

    Place:

  • [Type text] Page 24

    Annexure - A

    INTEGRITY PACT

    (On Bidder’s Letter Head)

    To,

    Regional Director ESI Corporation Panchdeep Bhawan, Janpath Unit-9, Bhubneshwar– 751022

    Subject:

    Dear Sir,

    I / We acknowledge that ESIC is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender / bid document.

    I / We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I / We will stand disqualified from the tendering process. I / We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

    I / We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender / bid is finally accepted by ESIC. I / We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article – 1 of the enclosed Integrity Agreement.

    I / We acknowledge that in the event of my / our failure to sign and accept the Integrity Agreement, while submitting the tender / bid, ESIC shall have unqualified, absolute and unfettered right to disqualify the tenderer / bidder and reject the tender / bid in accordance with terms and conditions of the tender / bid.

    Yours faithfully,

    (Duly authorized signatory of the Bidder)

  • [Type text] Page 25

    INTEGRITY AGREEMENT

    This Integrity Agreement is made at …............ on this …........ day of …........ 2020

    BETWEEN

    Regional Director, ESIC, Panchdeep Bhawan, Unit-9, Bhubaneswar – 22 ‘the principal employer/owner ’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

    AND

    …................................................................................................... (Name and Address of the Bidder )

    through…................................................................. (Hereinafter referred to as the (Details of duly authorized signatory)

    “Bidder/Contractor ” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

    the principal employer/owner ‘has floated the Tender (NIT No …………….) (hereinafter referred to as “Tender/Bid ”) and intends to award, under laid down organizational procedure, contract for:

    . Hereinafter referred to as the “Contract ”.

    AND WHEREAS ESIC values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

    AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact ” or “Pact ”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

    NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under:

    Article 1: Commitment of the ESIC

    1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

    (a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

    (b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The ESIC will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

    (c) The Principal / Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

  • [Type text] Page 26

    2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

    Article 2: Commitment of the Bidder(s)/Contractor(s )

    1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

    2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

    (a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

    (b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

    (c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

    (d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participates in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

    (e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

  • [Type text] Page 27

    3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

    4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public off icial to act in reliance thereof, with the purpose of obtaining unj ust advantage by or causing damage to justified interest of others and/ or to influence the procurement process to the detriment of the Government interests.

    5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

    Article 3: Consequences of Breach

    Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

    1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days’ notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided b y the ESIC.

    2) Forfeiture of EMD/Performance Guarantee/Security De posit : If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

    3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

  • [Type text] Page 28

    Article 4: Previous Transgression

    1. The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the

    anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

    2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

    3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

    Article 5: Equal Treatment of all Bidders/Contracto rs/Subcontractors

    1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

    2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

    3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

    Article 6- Duration of the Pact

    This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded.

    If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, ESIC.

    Article 7- Other Provisions

    1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the Division of the ESIC, who has floated the Tender.

    2) Changes and supplements need to be made in writing. Side agreements have not been made.

    3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

    4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

  • [Type text] Page 29

    5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the ESIC in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

    Article 8- LEGAL AND PRIOR RIGHTS

    All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.

    IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

    …........................................................... (For and on behalf of ESIC) ….............................................................. (For and on behalf of Bidder/Contractor) WITNESSES:

    …........................................... (Signature, name and address)

    …............................................ (Signature, name and address)

    Place: Dated:

  • [Type text] Page 30

    Annexure - B

    LETTER OF TRANSMITTAL

    (On Bidder’s Letter Head)

    To

    Regional Director ESI Corporation Panchdeep Bhawan, Janpath Unit-9,

    Bhubneshwar– 751022

    Subject

    Sir,

    Having examined the details given in NIT / Bid Document for the above work, I / we hereby submit the relevant information.

    1. I / We hereby certify that all the statements made and information supplied in the enclosed forms “A” and accompanying statement are true and correct.

    2. I / We have furnished all information’s and details necessary for eligibility and have no further pertinent information to supply.

    3. I/We also authorized Regional Director, ESIC, Orrisa to approach individuals, employers, firms and corporation to verify our competence and general reputation, if required.

    4. I/We not been blacklisted in any work by any Government Organization / Autonomous Bodies and have satisfactory track record of compliance of statutory liabilities such as payment of Central Government Minimum Wages, ESI, EPF and GST etc. on time made by him or his sub-contractor.

    Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that I / We shall be liable to be debarred and disqualified for participating in the subject bid as well as in future in case any information furnished by me / us found to be incorrect by ESIC.

    Enclosures: ……………….

    Signature(s) of Bidder (s)

    Date of Submission: Seal of Bidder

  • [Type text] Page 31

    Annexure - C

    FORM OF PERFORMANCE GUARANTEE

    (BANK GUARANTEE BOND)

    In consideration of Director General, ESI Corporation (hereinafter called " ESIC” or “Corporation") having offered to accept the terms and conditions of the proposed agreement between ESIC, as First Party and …...…..…………………………………., as Second Party (Herein after called "the said contractor(s)”) for the work ………………………………………………… (Herein after called "the said Agreement') having agreed, to production of an irrevocable Bank Guarantee for Rs……………….. (Rupees ……………………………only) as a security/guarantee from the contractors(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

    1. We …………………… (Indicate the name of Bank) ……………… (Hereinafter referred to as “Bank”) hereby undertake to pay to the ESIC an amount not exceeding Rs……………. (Rupees ……………………………) only on demand by the ESIC.

    2. We ………………………………………………………… do hereby (indicate the name of Bank) undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor (s). 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 the ESIC any money so demands not withstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

    4. We ………………………………………………………………. (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till ESIC certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) accordingly discharges this guarantee.

    5. We ………………………………………………. (Indicate the name of Bank) further agree with the ESIC that the ESIC, i.e. First Party shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms 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 from time to time any of the powers exercisable by the Corporation against the said contractor(s) and to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act of omission on the part of the Corporation or any indulgence by the Corporation to the said contractor(s) 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. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) i.e. Second Party.

  • [Type text] Page 32

    7. We ……………………………………………………………… (Indicate the name of bank) lastly undertake not to revoke this guarantee except with the previous consent of the Corporation in writing.

    8. This guarantee shall be valid upto ………………………………………………. unless extended on demand by Corporation. Now withstanding 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 this guarantee, all our liabilities under this guarantee, shall stand discharged.

    Dated, the …………Day of....................... For…… …..………(Indicate the name of the Bank)

  • [Type text] Page 33

    Annexure – D

    Undertaking by the Bidder

    I undertake that either I/We have ESIC and EPFO registration and valid electrical contractor license/

    registration certificate or if I/ We award work to subcontractor I/We will ensure that subcontractor is

    having the same.

    Date: -

    (Signature of Bidder)

  • [Type text] Page 34

    Annexure – E

    1.FOR ELECTRICAL WORKS

    Sl no Place of work Designation No of Days Category Remarks

    1. Regional office Pump Operator-1no

    Electrician-1no

    365 Days

    365Days

    Semi Skilled

    Skilled

    2. Jagatpur

    BO,DIS,Staff qtrs

    Pump Operator-1no

    Electrician-1no on call

    basis

    365 Days

    48 Days

    Semi Skilled

    Skilled

    On call basis

    3. Bardol Dispensary Electrician-1no

    Helper-1no

    60Days

    60Days

    Skilled

    Semi Skilled

    On call basis

    On call basis

    4. TPM Dispensary

    and Staff qtrs

    Electrician-1no

    Helper-1no

    48Days

    48Days

    Skilled

    Semi Skilled

    On call basis

    On call basis

    5. Rourkela BO,

    Dispensary and

    Staff qtrs

    Electrician-1no

    Helper-1no

    48Days

    24Days

    Skilled

    Semi Skilled

    On call basis

    On call basis

    6. Brabil dispensary

    and staff quarters

    Electrician-1no

    Helper-1no

    40Days

    24Days

    Skilled

    Semi Skilled

    On call basis

    On call basis

    7. ESI Hospital

    kanshbahal and

    Staff quarters

    Pump Operator-1no

    Electrician-1no

    365days

    120days

    Semi Skilled

    Skilled

    On call basis

    8. Rajgangpur

    Dispensary and

    staff quarters

    Pump Operator-1no

    Electrician-1no

    365days

    120days

    Semi Skilled

    Skilled

    On call basis

    9. Hirakud

    Dispensary and

    staff quarters

    Electrician-1no

    Helper-1no

    120Days

    120Days

    Skilled

    Semi Skilled

    On call basis

    On call basis

    10. Sahid nagar

    dispensary and

    staff quarters

    Pump Operator-1no

    Electrician-1no

    365Days

    48days

    Semi Skilled

    Skilled

    On call basis

    11. Nayapally Colony Pump Operator-1no

    Electrician-1no

    Helper-1no

    365Days

    120Days

    60Days

    Semi Skilled

    Skilled

    Semi Skilled

    On call basis

    On call basis

    12. Jharsuguda

    dispensary,branch

    office and staff

    quarters

    Pump Operator-1no

    Electrician-1no

    365days

    120Days

    Semi Skilled

    Skilled

    On call basis

    13. Directorate ESI

    scheme

    Pump Operator-1no

    Electrician-1no

    365Days

    30days

    Semi Skilled

    Skilled

    On call basis

  • [Type text] Page 35

    14. Chowdwar

    Hospital,branch

    office and staff

    quarters

    Pump Operator-1no

    Electrician-1no

    Helper-1no

    365Days

    365Days

    120days

    Semi Skilled

    Skilled

    Semi Skilled

    On call basis

    15 JK Pur Hospital,

    B O,Staff qtrs

    Pump Operator-1no

    Electrician-1no

    Helper-1no

    365Days

    365Days

    120days

    Semi Skilled

    Skilled

    Semi Skilled

    On call basis

    16 Chandrasekherpur

    Hospital and staff

    colony

    Technical Superviser-

    1no

    pump operator-1no

    Electricain-3no

    Fire man-1no

    365Days

    365Days

    1095Days

    365Days

    Highly Skilled

    Semi Skilled

    Skilled

    Semi Skilled

    17 Model Hospital

    rourkela

    pump operator-1no

    Electricain-2no

    Fire man-1no

    365Days

    730Days

    365Days

    Semi Skilled

    Skilled

    Semi Skilled

    2.FOR CIVIL WORKS

    Sl no Place of work Designation No of Days Category Remarks

    1. Regional office Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    25Days

    16Days

    21Days

    76Days

    11days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    2. Jagatpur

    BO,DIS,Staff qtrs

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    13Days

    10Days

    10Days

    36Days

    5days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    3. Bardol Dispensary Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    16Days

    12Days

    12Days

    22Days

    Skilled

    Skilled

    Skilled

    Unskilled

    On call basis

    4. TPM Dispensary

    and Staff qtrs

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    19Days

    15Days

    15Days

    54Days

    8days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    5. Rourkela BO,

    Dispensary and

    Mason-1no

    Carpenter-1no

    21Days

    18Days

    Skilled

    Skilled

    On call basis

  • [Type text] Page 36

    Staff qtrs Plumber-1no

    Belder-1no

    Sewerman-1no

    18Days

    56Days

    7days

    Skilled

    Unskilled

    Semi Skilled

    6. Brabil dispensary

    and staff quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    26Days

    18Days

    18Days

    88Days

    18days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    7. ESI Hospital

    kanshbahal and

    Staff quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    51Days

    41Days

    41Days

    100Days

    20days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    8. Rajgangpur

    Dispensary and

    staff quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    36Days

    31Days

    31Days

    92Days

    10days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    9. Hirakud

    Dispensary and

    staff quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    27Days

    23Days

    23Days

    70Days

    08days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    10. Sahid nagar

    dispensary and

    staff quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    21Days

    18Days

    19Days

    58Days

    8days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    11. Nayapally Colony Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    52Days

    52Days

    52Days

    104Days

    Skilled

    Skilled

    Skilled

    Unskilled

    On call basis

    12. Jharsuguda

    dispensary,branch

    office and staff

    quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    45Days

    34Days

    35Days

    126Days

    18days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    13. Directorate ESI

    scheme

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    24Days

    15Days

    20Days

    78Days

    Skilled

    Skilled

    Skilled

    Unskilled

    On call basis

  • [Type text] Page 37

    Sewerman-1no 12days Semi Skilled

    14. Chowdwar

    Hospital,branch

    office and staff

    quarters

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    150Days

    124Days

    125Days

    402Days

    51days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    15 JK Pur Hospital,

    B O,Staff qtrs

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Sewerman-1no

    93Days

    72Days

    73Days

    272Days

    43days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    16 Chandrasekherpur

    Hospital and staff

    colony

    Mason-1no

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Mali-1no

    90Days

    90Days

    185Days

    365Days

    365days

    Skilled

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    17 Model Hospital

    rourkela

    Carpenter-1no

    Plumber-1no

    Belder-1no

    Mali-1no

    60Days

    90Days

    120Days

    313Days

    Skilled

    Skilled

    Unskilled

    Semi Skilled

    On call basis

    * The above quantum of manpower / workmen may be increased/decreased by the local authority meet the techno-functional / operational requirement.

    * Operators should be technically qualified and experienced in Rectification of Minor Fault.

  • [Type text] Page 38

    Annexure - F

    Technical Bid Performa

    S.No. Descripti on Information to be submitted by Bidder 1 Name, Email ID & address of the bidder 2 Telephone no./Telex no./Fax no. 3 Name & Contact Details of the

    authorized personnel

    4 EMD Details 5 GST No. 6 PAN No. 7 Turnover 2016-17 2017-18 2018-19 In Lakh 8 Experience Detail as per Eligibility

    condition: If required enclosed separate sheet for each project.

    Project 1 Project 2 Project 3

    8a Project title & Location: 8b Name of the Client and Address: 8c Describe area of participation (Specific

    Work done/services rendered by the applicant)

    8d Period of work Done/Services rendered for the project

    8e Total cost of similar nature of work as per completion Certificate

    8f Completion Certificate issued by 9 Letter of Transmittal as per enclosed

    Performa Yes / No

    10 Notification/Registration/Memorandum or letter issued by Central/State Government declaring Agency as Central Government Organization/ Public Sector undertaking to carry out civil and electrical works etc. or MoUD notification to Central/State Government Organizations/ PSUs to carry out civil, electrical works, etc.

    Yes / No

    11 An under taking by the bidder that either they having ESIC and EPFO Registration and valid electrical contractor license / Registration certificate or if they award work to sub-contractor they are having the same.

    Yes/No

    12 Balance sheet and profit and loss account for financial year 2016-17,2017-18 & 2018-19 along with CA Certificate as per 1 (C) of Page 11

    Yes/No