11
Govemment of India Office of the Narcotics Commissioneroflndia Cenhal Bureau of Nartotics Milusty of Fnance/ Deparfnent of Revenue I 9. llt N'la!. \krar G\rakr iM.PJ - 474OJ6 '9. rflr.{ t_rd, Tt{ -SffT{ -- 4740A6 Website: h!!p11lwqw.q!n,n_i-c.i4 8 (EPBX):(9ll 7sl-236a996/2368997 FAX: (91) 751-236811112368577; Email:44r9qm141'r.tsb4,!t9.in' qer€gqar{grl.14 qT{fl {{{fr-R tnrqfdq qrrf, d qT-$b)futr on$m d,;f,.Tq w[qfr 6W) fr..r q-erm-q / {rwtri fuil-T [r.No. I(23157 lAdrnn.lH.K.l lM.C.l14 - S I Dated : thc 1-l-15 NOTICE INVITING TENDERS FOR PROVIDING HOUSEKEEPING SERVICES FOR PREVENTIVE & INTELLIGENCE CELL. NAVI MUMBAI Sealed tenders are invited in the prescribed proforma from reptrted parties engaged in the business of providing housekeeping services, for outsourcing the services of housekeeping in the Preventive & Intelligence, Central Bureau of Narcotics, 2nd Floor, MTML Telephrone Exchange Building, Sector, 2I, Nerul (East), NAVI MUMBAI-4007O6 The approximate area for which housekeeping scn,ices arc required to be maintained is indicated in the following table: Floor No. Total Area (in sq. Ft.) 11. t-- t Totai Area for HOUSE KEEPING 2.d Floor 2888 2888 'lhe scope of housekeeping services required to be provided by tlrc contractor and other terms and conditions and procedure of tendcr process is enumerated hereunder: I. SCOPE OF HOUSEKEEPING SERVICES TO BE PROVIDED The broad details of work covered under the scope are enumerated as lollow: a. Cleaning, sweeping and wiping of floors. b. Deep cleaning of toilets/urinals using required detergentsf acid/cleaning agents, by putting naphthalene bzrlls in all the urinals and air purifiers in the toilets. cr. Shilting of furniture and other items/stores from one place to another as required by the administration. d. A11 names boards, wall panels, painting etc. should be u.ipcd of dirt at regular intervals. A11 brass board have to be polished with brass polish

rakr iM.PJ I(23157 1-l-15 - Central Bureau of Narcotics · 2. The minimum average turnover during the last three years should be 10 lakhs. Average annual turnovers for the last three

Embed Size (px)

Citation preview

Govemment of IndiaOffice of the Narcotics Commissioneroflndia

Cenhal Bureau of NartoticsMilusty of Fnance/ Deparfnent of Revenue

I 9. llt N'la!. \krar G\rakr iM.PJ - 474OJ6 '9. rflr.{ t_rd, Tt{ -SffT{ -- 4740A6

Website: h!!p11lwqw.q!n,n_i-c.i4 8 (EPBX):(9ll 7sl-236a996/2368997 FAX: (91) 751-236811112368577; Email:44r9qm141'r.tsb4,!t9.in' qer€gqar{grl.14

qT{fl {{{fr-Rtnrqfdq qrrf, d qT-$b)futr on$m

d,;f,.Tq w[qfr 6W)

fr..r q-erm-q / {rwtri fuil-T

[r.No. I(23157 lAdrnn.lH.K.l lM.C.l14 - S I Dated : thc 1-l-15NOTICE INVITING TENDERS FOR PROVIDING HOUSEKEEPING SERVICES

FOR PREVENTIVE & INTELLIGENCE CELL. NAVI MUMBAI

Sealed tenders are invited in the prescribed proforma from reptrted partiesengaged in the business of providing housekeeping services, for outsourcing theservices of housekeeping in the Preventive & Intelligence, CentralBureau of Narcotics, 2nd Floor, MTML Telephrone ExchangeBuilding, Sector, 2I, Nerul (East), NAVI MUMBAI-4007O6The approximate area for which housekeeping scn,ices arc required to bemaintained is indicated in the following table:

Floor No. Total Area (in sq. Ft.)

11.t--t Totai Area for HOUSE KEEPING

2.d Floor 28882888

'lhe scope of housekeeping services required to be provided by tlrc contractorand other terms and conditions and procedure of tendcr process is enumeratedhereunder:

I. SCOPE OF HOUSEKEEPING SERVICES TO BE PROVIDED

The broad details of work covered under the scope are enumerated aslollow:

a. Cleaning, sweeping and wiping of floors.

b. Deep cleaning of toilets/urinals using required detergentsfacid/cleaning agents, by putting naphthalene bzrlls in all the urinals andair purifiers in the toilets.

cr. Shilting of furniture and other items/stores from one place to anotheras required by the administration.

d. A11 names boards, wall panels, painting etc. should be u.ipcd of dirt atregular intervals. A11 brass board have to be polished with brass polish

-) "

Materials, consumables, appliances, tools and tackles shall be provided by theCBN.

Sweeping, cleaning, dusting, etc. shall begin at 08.30 a.m. be completed before9.30 A.M. every day. The services would be required every day includingSATURDAYS except on NATIONAL HOLIDAYS (i.e. 26th Jan, 15th Aug, 2nd Oct,Holi, Diwali and Sundays and any other holidays/public holidays which aremandatory under labor laws.) Besides maintaining cleanliness of toiiets,lavatories, pantry, floors etc. the workman wiil also attend to any unforeseen jobsas well as exigency work without any extra remuneration. The bidder should notethat at present 17 workers have been employed by the service provider for thehousekeeping work.

JOBS TO BE CARRIED OUT DAILY

i, Deep cleaning of toilets, windows, wash basin & other fittings and waterCoolers, removing of all dust, unwanted materials, cleaning to be done withPhenyl/Lyzol twice a day. Removal of blockages and clogging in thewashbasins and other sanitary fittings in the toilets and mirr-ors on thewalls in the toilets.

ii. Cleaning of corridors, staircase and common area once with disinfectant inthe morning and with plain water in the afternoon.

iii. Removing dust from floors, windows, doors, books, journals, nameplates,boards, furniture, fixtures telephone, cupboard, air conditioners, almirah,filling cabinets, glass panes, collecting waste paper, unwanted material andits disposal at indicated locations.

iv. Cleaning of rooms by mopping floor with cloth soaked in water and

V.

disinfectant.Collect all the sweepings, garbage and wastes and transportldispose of thesarne to the nearest pitCare should be taken that the gadgets are not tampered "vith duringclearing operation.

JOBS TO BE CARRIED OUT WEEKLY

Thorough washing, rubbing and cleaning of floors corridors using scrubbermachine and surf/vrcnf soap and water or any other cleaning agent.Removal of cobwebs in the corridors and lavatoriesRemoval of dust accumulated on the walls, windows panes and ventilatorsVacuum cleaning of the rooms, computers and sofa sets at least twice aweek

II. TERMS AND CONDITIONS

A. ELIGIBILITY CRITERIA / CONDITIONS TO BE SATISFIED IN THETECHNICAL (QUALIFYING) BID

1. Bidder should have minimum three years of experience in providinghousekeeping services to various organrzation and should have completed at leasttu,o such rvorks with any government offices in the similar activity, in the lastthree years ended 31 .3.2015.

vl.

-:: '

2. The minimum average turnover during the last three years should be 10lakhs. Average annual turnovers for the last three years should be indicated inthe Technical (Qualifying) Bid available at Annexure-A

3. The bidder must have obtained ESI Registration, BPF Registration andService Tax Registration.

4. The bidder must have obtained Permanent Account Number (PAN) underthe Income Tax Act, 1961 and should enclose IT Returns for the last three years.

5. The bidder should have a licence under the Contract Labour (R & A) Actfrom the licensing authority.

B. OTHER TERMS AND CONDITIONS

1. The service personnel should work on all days except Sunday and nationalholidays. Services required for execution of the entire w,ork including transportshall be arranged by the contractor. In case, a particular workman remainsabsent due to one reason or other, it would be the respctnsibility of thc contractorto provide another workman in his place.

2. The working hours will be from 08.30 a.m. to 04.30 p.m. daily.

3. The personnel deployed should be well experienccd and trained adequatelyand of sound health. They should be well behaved and well mannered. Theworkman should be provided with uniform and identity cards prominentlydisplayed. They should have knowledge of local language.

4. Il a person is absent on any day another person should be deployed inhis/ her piace, immediately.

5. The personnel should attend to the work punctually and complete thecleaning work of the entire office premises before 09.30 a.m. daily. The personnelshould perform all the duties indicated in the Section i titled as "SCOPE OFHOUSEKEEPING SERVICES TO BE PROVIDED' and as specified by thedepartment from time to time.

6, The service provider should pay their personnel a minimum wage at theprevailing rates as fixed under the Minimum Wages Act prescribed by the Officeof the Chief Labour Commissioner (Central).Any breach of this condition willrender the contract liable for immediate termination without any prior noticebesides the legal action to be initiated. Besides, ESI and PF per head at thecurrent rate should be paid by the contractor every month as per the prevalentrules and copies of the paid cash challans should be submitted every month tothe CBN.

7 . In case of emergency and residual situations, the contractor rvill have tomake the personnel available to cater for emergency services & urgent workentrusted by this office as and when need arises.

8. The service provider should adhere to all the relevant statutory enactmentsdealing with employment of labour. A11 existing statutory regulations oi both Stateand Central Government should be adhered to and complied by the contractor

and all records maintained thereof should be made available for scrutiny by thisoffice. Any failure to comply with any of the regulations or any deficiency inservice will render the contract liable for immediate termination without any priornotice in addition to the action needed by the concerned statutory bodies.

9. The service provider should be responsible for payment of monthly wagesincluding leave salary, bonus, gratuity etc. and other bcnefits to the personnel asadmissible to them. The workers should be provided with a salary slip everymonth.

10. The contractor should ensure that there is no scope lor any grievance fromthe personnei on delayed payment of wages. The workcrs cngaged by the serviceprovider will be in the employment of the housekeeping agency only and not ofthe CBN. The department wiil not involve in any dispute between the serviceprovider and workers of the service provider.

I 1. The contractor shall, on award of the contract furnish the list containingnames and addresses of the workman sent to the CBN for housekeeping services.

12. Contract rates shall include cost for all essential and contingent works,which aithough not mentioned in this contract, are necessary for completion ofthe work to the satisfaction of the CBN.

13. Contractor shall maintain an Attendance Register of personnel. The aboveresister of personnel shall be subject to check by thc concerned officer of theCBN.

14. The contractor shall indemnify the CBN against Acts of omission ornegligence, dishonesty or misconduct of the men/women engaged for the workand CBN shall not be liable to pay any damages, claims or compensation to suchperson or third party. All damages caused by the housekceping personnel shallbe charged to the contractor.

15. CBN reserves the right to terminate the services of the housekeepingcontractor at any time without giving any notice whatsoever.

16. The contractor will be responsible to ensuring Police Venfication of all theworkers employed for housekeeping job and produce the evidence.

C. GENERAL TERMS AND CONDITIONS

L Rates/Quotations duly filled in, will be received upto the dzrle and timementioned in the notice.

2. The Central Bureau of Narcotics reserves the right to postpone and/orextend the date of receipt/opening of Rates/Quotations or to rvithdraw the same,without assigning any reason thereof.

3. The bidders are required to submit the complete Rates/Quotations onlyafter satisfying each and every condition laid down in the Annexures enclosed.

4. All the rates must be written both in figures and in words. Corrections, ifany are to be made by crossing out, initialing, dating and rewriting. In case of

*t.

discrepancy between the words and figures the rates indicated in u,ords shallprevail. All overwriting/cutting, insertions should be authenticated and selfattested.

5. Rates/Quotations should be submitted and signed by the firm with itscurrent business address.

6. The rates shall be valid for a period of at least three calendar months fromthe date of opening.

7. The bidder should satisfy themselves before submission of theRatesf Quotations to the Central Bureau of Narcotics that they meet thequalilying criteria and capability as laid down in the Annexure-A.

8. The contractors must comply with the Rates/Quotations, specif ication andall terms and conditions mentioned in the tender document. No devieltion in theTerms & Conditions shall be entertained unless specifically mentioned by thecontractor in the Rates/Quotations and accepted by the Central Bureau ofNarcotics.

9. Notwithstanding anything contained herein, the Ccntral Bureau ofNarcotics reserves the right to terminate the contract by giving 15 days notice inwriting without assigning any reason and without incurring any financial liabilitywhatsoever to the Contractor.

10. Insurance cover protecting the agency against all claims applicable underthe Workmen's Compensation Act, I94B shall be takcn b.v the contractor. Thecontractor shall arrange necessary insurance cover for all persons deployed bythe contractor even for short duration and produce the same to CBN.

11. Contractor shall in no case lease/transfer/sublet/appoint czrre taker forservices.

l'2. No other person except Contractor's authorized rcpresentatirre shall beallowed to enter the office premises of CBN.

13. Within the premises of the CBN, the Contractor's personnel shall not doany private work other than their normal duties.

14. Contractor shali be fully re sponsible for theft, burglary, fire or anymischievous deeds by his staff.

15. Contractor would ensu.re that all its personnel would behave courteouslyand decently with employees of the CBN and also ensure good manners.

16. All consumables and material used by the contractor shall be provicled bythe CBN.

17. It is made clear that the engagement of the service provider does not anyway conler any right to the service provider or the persons thart may be deployedby him in this office for claiming any regular of part timc enrploymcnt in thisoffice or any other Govt. Office.

'? 4::

18. The rate component shall be subject to change with time as per latestnotification of the Chief Labour Commissioner (Central) lixing the minimum\vages for the cleaning and sweeping work (housekeeping job) for thc minimumworkers committed by the service provider.

).9. 'Ihe service provider should specify the material to be supplied for thehousekeeping services. All the housekeeping materials/consumablcs such asbrooms, cobweb sticks, dusters, mop sticks, buckets, mugs, Toilet cleaner, floorcleaner, toiler fresheners, urinal cakes, cleaning por,r,der, phenyl, hand washliquid, toilet cleaning brush, cleaning/dusting cloth, rvatcr u'ipers, dust bins,garbage bins, room spray, scrubbing pads, naphthalene balls, glass cleaner etc.as required to execute the above job will be supplied by the CBN.

20. Any dispute arising out of this agreement or that u'hich may arise in future,shall be resolved by taking recourse to mutual settlement,arbitration/conciliation clauses formulated by International Centre for AiternativeDispute Resolution (ICADR), failing which the dispute rvill be subject to Gwaliorjurisdiction only.

21. The contract will be in for a period of twelve months from the date ofsigning the agreement . This office reserves the right to extend the duration of thecontract for a further period subject to satisfactory performance and on mutuallyagreed terms and conditions.

D. TERMS OF PAYMENT

1. Contractor will be responsible to ensure that payment to workers isdisbursed by 10t1. of each month in the presence of Supcrintendent (Prev.),Central Bureau of Narcotics, Mumbai.

2. The contractor will submit the monthly bill for reimblrrsement in Triplicateenclosing the certificates indicating the number of workers engaged and that thework r,r,hich shall be got duly certified by the officer-in-charge and the sameshall be paid thereof after making recovery, if any. Thc mode of payrnent to thecontractor will be through ECS. Income Tax shall be clcducted at source as perlhe prcvailing rates for Income Tax from the monthly bills.

3. The contractor shall make regular and full payment of labor chargesthrough cheque or ECS, and other payments as due, as pcr the labor laws to itspersonnel deputed under service contract and furnish necessary proof for everymonth.

4. Actual deployment of personnel & their attendancc shall be furnished.

5. Proof of payments to individual, payment sheet duly attested made to deployedpcrsonnel for previous month shall be submitted.

i. Proof of challan/receipt issued by Regional Proviclent Fund Cornmissioner(RPFC) etc, for the payment made towards applicable provident fund, trSI for theprevious month and proof of payment towards compliance of other statutoryprovision like Bonus for the previous month.

.*-i-

previous month and proof of payment towards compliance of other statutoryprovision like Bonus for the previous month.

ii" The CBN shall release due amount after making recoveries, if any, against thecontractor.

iii. The contractor shall promptly make payment to Regional Provident FundCommissioner in respect of Provident Fund Contribution by Contractor andamount deducted from wages of deployed personnel towards their contribution toprovident fund.

iv. In case, the CBN receives any complaint regarding non-payment of wages topersonnel the amount payable to deployed personnel, it will be recovered from billand paid to such personnel.

E. PENALTIES

If the housekeeping services suffer on account ofsubstitute for absentee workers the CBN at its discretion mayper day per person from the monthly housekeeping charges.

III. TENDER PROCESS

non-providing ofdeduc't Rs 250/-

1. Tenders are invited in two parts i"e. (1) Technical (Qualifying) Bid (2)

Financial Bid.

2. The bidder may collect the tender document from the Asstt. NarcoticsCommissioner, Chennai or can be downloaded from the official websitewww.cbn.nic.in and www.cbec.gov.in. The inspection of the premises wherehousekeeping work has to be provided can be made between 1O.OO a.m. and4.OO p.m. for which the bidder may contact the Superintendent (P) P& I Cell,Mumbai ( Tel. (O22) 2770-8192193)

3. Tender application form for Technical (Qualifying) bid in proformaprescribed in Annexure-A and the tender form for Financial Bid in Annexure-Bcompiete in all respect shall be submitted to the Asstt. Narcotics Commissioner,Central Bureau of Narcotics, preventive & Intelligence Cell, 2nd Floor, MTNLTelephone Exchange Building, Sector 2I, Nerul (East), Navi Mumbai -4OO706 onor before 16.00 hrs. on 25.1.16. The sealed envelope should be super scribedwith "Technical (Qualifyingl Bid - Contract for providing HousekeepingServices", and "Financial Bid - Contract for providinq HousekeepingServices" respectively.

4. If the tenders are sent by post/courier, it should be ensured that covershould be intact at the time of reaching destination without any damage or loss.CBN will not be responsible for the delay on accou.nt of postal/courier services.

5. The Technical (Qualifying) bid will be opened on 27-1-16 at 11.OO hrs. inthe presence of the bidders in the Office of the Asstt. Narcotics Commissioner,Central Bureau of Narcotics, preventive & Intelligence Celi, 2nd Floor, MTNLTelephone Exchange Building, Sector 2I, Nerui (East), Navi Mumbai -400706 . It

*g-'

may be noted that the bidders who do not qualify the 'lechnical (Qualifying) bid,they will not be considered for financial bids. The Financiarl bid (Annexure-B) ofthose bidders who fulfill the terms and conditions as prescribed in the Technical(Qualifying Bid will only be opened separately on 28.L.16 at 11.OO hrs, beforethe bidders, if any present on the above said date and time.

6, 'l'he bidder shall sign and stamp each of this tender document and all otherenclosures appended thereto as a token of having read, understood and agreed tothe terms and conditions contained therein and submit the same alongwithTechnical (Qualifying Bid) The bidder should also ensure that information filled inthe Annexure-A and Annexure-B and its enclosure at the end of this document inclear and legible terms. The tender documents are not translerable.

7 . The bidder shall quote their rates for the services to be provided as "Rateper Sq. Feet per month" (in both words and figures) rvhich should includededuction towards trPF and BSI etc and the same would not be payable over andabove the rates thus quoted.

8. The CBN reserves the rights to postponelandlor extend the date ofreceipt/opening of bids or to withdrawn the same, without assigning any reasonthereof.

9, The CBN also reserves the right to accept or rejcct any bid, and to annulthe bidding process and reject all bids at any time, without thereby incurring anyliability to the affected bidders or any obligations to inform the affected bidder orbidders of the grounds of such action.

10. Incomplete bid documents shall be rejected. The valid qualilying bids shallbe scrutinize d by the Department to short-list the eligible bidders. Latesubmission of tenders shall not be accepted.

1 1. The bidders should ensure that the following documents are part of

(i) Technical (Qualifyinel Bid:

(a) Annexure-A (duly filled-in) along with necessary enclosures

(b) Tender documents (all pages signed and stamped)

{ii} Financial Bid

(a) Duly filled in Annexure-B along with enclosu.re to Financial Bid

/ (Mahesh Kumar)Assistan t NarcoticpCommissioner

i, --_,+i

ANNEXURE-A

TECHNICAL (QUALIFYING} BID DOCUMENT

6.

Name ol the bidding firm

Address (with Tel No. & Fax No)

Name and address of theproprietors/ partners/ Director (withmobile no.)

Contact person(s) with mobile

Number of years of experience inproviding Housekeeping Services(enclose proof such as performancereports from clients (or) TDS copies

Average Annual Turnovers (last 3 yearsended 31.3.2015) certified by theChartered Accountant (minimumaverage Rs 10 lakhs)

Permanent Account Number (PAN) (Theevidence for filing of IT Returns alongwith Profit & Loss Account & BalanceSheet lor the last three financial years(2012-13,2013-14,2OI4- 15) to beenclosed

Details of Service Tax Registrationalong with evidence

Solvency certificatebankers

issued by the

Details ol ESI & EPF Registrationalongwith evidence

Details of EMD (demand draft details)

Signature and seal ol'authorized signatory:

Name of the bidding firm

Address (with Tel No. &Fax No)

Name and address of theproprietors/ partners/Director (with mobile no.)

Area (in sq. meters)

Number of persons to bedeployed

Monthly rate per sq meter(Rs)

Total Monthly charges

Service Tax

GRAND TOTAL (COL 7+3;

la -_ t!

ANNEXURE-B

FINANCNAL BID DOCUMENT

Signature and seal of authorized signatory

tl

i

Ir -

ENCLSOSURE TO FTNANCTAL Brp (ANNEXURE-B)

RATE OF WAGES FOR HOUSEKEEPERS

Signature and seal of authorized signatory

1. BASIC WAGtr Rs.

2 VARIABLE DA Rs.

J GROSS DAILY WAGES Rs.

ADD: STATUTORY CONTRIBUTONS

A. EPF (12%) Rs

B, PtrNSrON FUND(1.6r%) Rs

C ESr (4.7s%) Rs

ADD: CONTRACTORS SERVICE CHARGES

( o/o of Gross Wages) Rs.

WAGE RATE PER SQUARE

METER PER DAY)

Rs.

WAGtrS FOR 26 DAYS Rs.