1
Cement Corporation of India Limied (A Govt. of India Enterprise)
Bokajan Cement Factory Distt. : Karbi Anglong, Assam–782 490 (An ISO 9001:2015 Certified Company)
CIN : U74899DL1965GOI004322 Phone No. : 03675 –246987, Fax No. : 03675-246107
E-mail ID: [email protected] & [email protected]
TENDER NOTICE
Tender No. : BKJ/HR/HK/2020 Dated: 11.03.2020
Sub : Tender for manpower agency for supply of contract workers for Housekeeping &
jungle cutting works.
Online bids through Electronics Tendering System (ETS) are invited for manpower agency for supply of contract workers for Housekeeping & jungle cutting works in the HR Department at Bokajan Cement Factory.
Earnest Money Deposit for Rs.45,000 (Rupees forty-five thousand only) must be pay through e-payment. Opening date for download the tender document: 11/03/2020
Closing date & time of download the tender document:02/04/2020 at1500 hrs
Last date of tender submission on : 02/04/2020
Tender document & general terms and condition Part I & part II can be downloaded from
CCI website www.cciltd.in
The Techno-Commercial bid of the tenders shall be opened on 02/04/2020 & Price Bid will be
opened for those who qualify techno commercial bid.
Tenders received without EMD are liable to be rejected. CCI reserves its right to reject any or
all the tenders without assigning any reasons thereof.
(Vipin Kumar)
Manager (HR)
Contact Person & Address:
HOD (HR) Cement Corporation of India Ltd. Bokajan Cement Factory, Dist. Karbi Anglong, Assam-782490 Phone No. : 03675-246987, Mobile No. : 9678339930 Fax No. : 03675-246107
E-mail: [email protected] / [email protected]
2
Cement Corporation of India Limited (A Govt. of India Enterprise)
Bokajan Cement Factory
Karbi Anglong Assam
CIN-U74899DL1965GOI004322
PHONE: 011-30481080
E-mail: [email protected]
Website: www.cciltd.in Dated _______
NOTICE INVITING E-TENDER (NIT)
(Only through e-procurement)
1.0 Online electronic bids through Electronic Tendering System (ETS) are invited from reputed
agencies having adequate experience for hiring of Manpower for Housekeeping and Jungle
cutting works in Unskilled Manpower for one years.
The complete set of tender documents is available on websites www.cciltd.in,
www.eprocure.gov.in.andwww.cci-etender.comof Antares Systems Ltd.
E-TENDER NO.
BKJ/HR/HK/2020
MODE OF TENDER e-Procurement System
(Online Part A - Techno-Commercial Bid and
Part B - Price Bid) through www.cci-etender.com
of Antares Systems Ltd.
Date of NIT available to parties to download From date (11.03.2020 0900 hrs.)Till
02.04.2020 date (1500 hrs.)
EMD
Rs.45,000/-
(Rupees forty-five thousand only) through
e payment gateway as per clause no 1 of Part II
terms and condition.
Last date of submission of EMD, valid
SSI/NSIC/MSME certificate and other
documents required as per tender terms &
conditions under covering letter 02.04.2020
Date of Starting of e-Tender for submission
of on line Techno-Commercial Bid and Price
Bid at www.cci-etender.com
From date (11.03.2020 0900 hrs.)Till
02.04.2020 date (1500 hrs.)
Date & time of opening of Part-A (i.e.
Techno-Commercial Bid) Part-B Price Bid:
Date of opening of Part-B i.e. price bid shall
be informed separately
02.04.2020 (1500 hrs.)
To be communicated separately.
Validity of bids 120 days from the date of the techno- commercial
bid opening.
Manager (HR)
3
LIST OF ANNEXURE
The tender documents comprise of following:-
Part 1
General terms & conditions can be downloaded from
CCI website www.cciltd.in Part II
Annexure I to IX
Download from General Terms & Condition from CCI Website
www.cciltd.in in tender section.
Annexure: X Important Instructions to Bidders
Annexure: XI Part-III- Special terms & conditions
Annexure: XII Part IV Technical Terms and Conditions
Annexure: XIII
Price Bid Performa (Price schedule) to be submitted duly filled
in on-line as Part-B.
4
Annexure: X
Important Instructions for E-procurement
This is an e-procurement event of CEMENT CORPORATION OF INDIA. The e-procurement
service provider is Antares Systems Ltd., No.24, 1st Floor, Sudha Complex, 3
rd Stage, 4
th Block,
Basaveshwara nagar, Bangalore-560079
You are requested to read the tender terms & conditions (Annexure: X, XI, XII & XIII ) of this
tender before submitting your online tender. Tenderers who do not comply with the conditions
with documentary proof (wherever required) will not qualify in the Tender for opening of price
bid.
1 Process of E-Tender:
Registration:
The process involves vendor’s registration with Tender wizard e-procurement portal. Only
after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding
for submission of Techno-Commercial Bid as well as Price Bid over the internet will be
done. The Vendor should possess Class III signing type digital certificate. Vendors are to
make their own arrangement for bidding from a P.C. connected with Internet. Antares
Systems Ltd is not responsible for making such arrangement. (Bids will not be recorded
without Digital Signature).
SPECIAL NOTE: THE PRICE BID AND THE TECHNO-COMMERCIAL BID HAS
TO BE SUBMITTED ON-LINE AT www.cci-etender.com
Vendors are required to register themselves online with www.cci-etender.com→ ‘Register
Me’ link. Filling up details and creating own user id and password→ Submit. Vendors will receive a system generated mail confirming their registration in their email
which has been provided during filling the registration form.
In case of any clarification, please contact CCI/Antares Systems Ltd, (before the scheduled
time of the e- tender).
Contact person (Cement Corporation of India): Mr. Vipin Kumar
Manager (HR),
Cont.No. 7002850910
Contact person (Antares Systems Ltd): Help Desk – (E-Commerce)
(1) 033 4604 6611 (2) 080 4935 2000
B) System Requirement:
Windows 8,10 Professional Operating System, Internet Browser-9,10 &11. Signing type
Class 3 digital signature
Java JRE 6 and above 2 (A) Part-A Techno-Commercial bid will be opened electronically on specified date and time
as given in the NIT. Bidder(s) can witness electronic opening of bid.
(B) Part-B Price bid will be opened electronically of only those bidder(s) who’s Part-A
Techno- Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such
bidder(s) will be intimated date of opening of Part-B Price bid, through valid email
confirmed by them.
Note: The tenderers are advised to offer their lowest possible rates taking into account the
prevailing market conditions. There would generally be no negotiations hence please submit
your most competitive prices while submitting the price bid. However, if the rate is still
considered high, action as per prevailing instruction/guideline shall be taken. 3 All entries in the tender should be entered in online Technical & Commercial Formats
without any ambiguity.
5
4 In case of failure to access the payment towards non-refundable fees for any reason, the
vender, in term, will not have the access to on line e-tender and no correspondence in this
respect will be entertained and CCI will not be responsible for any such lapses on this
account. Bidder(s) are advised to make remittance of non-refundable fees through separate
DD well in advance and verify completion of transaction in respect of non-refundable fees.
Vendors are instructed to use Upload Documents link in My menu to upload documents in
document library. Multiple documents can be uploaded. Maximum size of single document
for upload is 5 MB.
Once documents are uploaded in the library, vendors can attach documents through Attach
Document link against the particular tender. For further assistance please follow instructions
of vendor guide 5 All notices/corrigendum and correspondence to the bidder(s) shall be sent by email only
during the process till finalization of tender by CCI. Hence the bidders are required to ensure
that their corporate email I.D. provided is valid and updated at the stage of registration of
vendor with Tender wizard (i.e. Service Provider). Bidders are also requested to ensure
validity of their DSC (Digital Signature Certificate). 6 The responsibility of downloading the related corrigenda, if any, will be that of the
downloading parties. 7 E-tender cannot be accessed after the due date and time mentioned in NIT. 8 Bidding in e-tender:
a.) It is mandatory that all the bids are submitted with digital signature certificate
otherwise the same will not be accepted by the system.
b.) Buyer reserves the right to cancel or reject or accept or withdraw or extend the
tender in full or part as the case may be without assigning any reason thereof.
c.) No deviation of the terms and conditions of the tender document is acceptable.
Submission of bid in the e-tender floor by any bidder confirms his acceptance
of terms & conditions for the tender.
d.) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted
should be in Indian Rupee as per UOM indicated in the e-tender floor/tender
document. 9 Any order resulting from this open e-tender shall be governed by the terms and conditions
mentioned therein. 10 No deviation to the technical and commercial terms & conditions are allowed. 11 After submitting online bid, the bidder cannot access the tender, once it has been submitted
with digital signature 12 CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s) without
assigning any reason thereof. 13 The online tender should be submitted strictly as per the terms and conditions and
procedures laid down in the website www.cci-etender.com of Antares Systems Ltd. 14 The bidders must upload all the documents required as per terms of NIT. Any other
document uploaded which is not required as per the terms of the NIT shall not be
considered. 15 The bid will be evaluated based on the filled-in technical & commercial formats. 16 The documents uploaded by bidder(s) will be scrutinized. In case any of the information
furnished by the bidder is found to be false during scrutiny, punitive action including
suspension and banning of business can also be taken against defaulting bidders. 17 Bidders are requested to read the vendor guide in the page www.cci-etender.comto
familiarize themselves with the system before bidding.
For and on behalf of CCI Ltd.
Manager (HR)
6
Annexure–XI
BOKAJAN CEMENT FACTORY CEMENT CORPORATION OF INDIA LTD
(A GOVT. OF INDIA ENTERPRISE)
PART-III- SPECIAL TERMS & CONDITIONS
Sub: Tender for engaging manpower agency
Cement Corporation of India Limited (CCI) intends to engage manpower agency for supply of
contract workers for Housekeeping & jungle cutting works in the HR Department at un-
skilled rate) for a period of one year as per the following terms and conditions:-
General Conditions:
1. Unskilled: 18
Qualification Scope of Work
Matriculate /Non matriculate /
Experience of working in cement industry will
be given preference.
As per mentioned in the Part IV
High Skilled Skilled Semi Skilled Unskilled Total
18 18
2. EARNEST MONEY DEPOSIT : EMD of Rs.45,000/- (Rupees forty-five thousand only)
through e payment gateway as clause No 1 of Part II terms & Conditions.
3. SECURITY DEEPOSIT: The successful tenderer to furnish security deposit equivalent
to 5% of the total value of the contract by way of DD/Bank Guarantee(in CCI Format) towards
satisfactory performance of the contract within 15 days from the date of acceptance of the Letter
Of Intent/Work Order. The SD will be refunded in three month after completion of the contract on
the basis of certificate given by CCI for the successful completion of the contract.
4. CONTRACT PERIOD: The contract will be valid for a period of 01 year from the date of commencement of the contract. However, the contract may be extended for one more year on the same rate terms & conditions etc. on mutual consent basis provided the services are found to be satisfactory.
5. SPECIAL TERMS AND CONDITIONS:
1. The contractor/bidder should have at least 5 years’ experience of deploying/supplying above
staff to Govt. Departments/Public Sector Company/Private Company in a time bound manner
and the sealed quotations should be accompanied with necessary proof of execution of such
order.
2. The service provider company/firm/agency/bidder must have a turnover of Rs.10 Lakhs per
annum during the last three financial year’s i.e. 2016-17, 2017-18 & 2018-19.
3. The service provider company/firm/agency/bidder should have completed at least one year
contract of value not less than Rs.10 Lakhs per annum related to providing similar services in a
single contract.
4. The contractor/bidder should have valid PF, ESI, TAN, GST registration no., labour
department registration and PAN which is to be quoted in the sealed quotation.
7
5. The Highly Skilled/ Skilled/Semi Skilled/Un-Skilled shall be paid as per the prevailing
minimum wages as prescribed by the appropriate Government from time to time.
6. The Service Charge for supply of contractual workers shall be quoted by the bidders in their
financial bid.
7. The Service Charges / Commission amount quoted should be applicable for the entire period of
contract and no request for enhancement will be entertained. However, in case the applicable
wages/taxes/PF/ESI Bonus, etc. are changed statutorily, effect to the same would be given by
CCI to that extent.
8. The contractor/bidder shall be liable to pay the minimum rates of wages received from time to
time from the appropriate Government. The bills not accompanied with the copies of the orders
issued by the Govt. of India regarding the revised rates shall not be entertained for payment.
9. Copy of necessary documents/certificates with respect to the eligibility of all contractual
workers shall be submitted before their deployment.
10. The relationship between the Bokajan Unit of CCI and the contractor/bidder would be that of
the Customer and a Service provider and none of the workers of the contractor/bidder shall
ever be treated or deemed to have been the employee of CCI. The contractor/bidder shall
explain this nature of relationship to all his contractual workers or agents before deploying
them for services to be rendered to Bokajan Unit of CCI. As a token of their agreement for
such a relationship, a signed declaration by the employee/agent shall be obtained by the
contractor/bidder from his employees and /or agents and be produced as and when called upon
to do so by the customer/CCI, and employment card under contract labor act central rules in
the Form-XIV (under rule-76) must be given to contractual worker and copy duly accepted by
contractual worker to be submitted to CCI, before deploying them.
11. The contractual workers, deployed by the contractor, shall be registered as per ESIC Rules and
no contractual worker will be allowed to enter the factory premises without ESIC Card.
12. The contractor/bidder would be liable to ensure that all the statutory payments, like ESI, PF,
Bonus, Minimum wages, etc., as applicable, are paid by him, with in prescribed time as
applicable to them under law. The evidence of compliance to this effect shall be submitted to
CCI by the contractor/bidder every month along with the bill, failing which payment of the bill
may be withheld or stopped. CCI will, in no way be responsible for or associate itself with
payment of any statutory liabilities or the salary paid or payable to the personnel engaged by
the contractor/bidder.
13. The wages and other benefits shall be paid by the contractor to his contractual workers through
bank account of the contractual workers only and the contractor/bidder shall be liable to submit
along with bill the certified copies of bank passbooks reflecting therein entries of the wages
paid to its workers in accordance with the Minimum Wages Act prescribed by Govt. of India
for deployed contractual workers from time to time. The bills not accompanied with the copies
of payment proofs shall not be entertained for payment. Non- compliance to this effect may
even lead to termination of services and agreement thereof.
14. Deployment of contractual worker strictly as per requirement of the CCI Management
15. Contractual workers can be deployed at any point of time in any department or in any section
of the department as per requirement of the Corporation and refusal to work in other
department shall lead to removal of the contractual worker from the Corporation.
16. The Contractor/bidder shall specify the amount of charges by it towards Service
charges/overhead/Commission, SGST and CGST.
17. The contractor/bidder shall be duly bound to immediately replace any contractual worker,
whose services are not found satisfactory by CCI.
18. The contractor/bidder should ensure that the wages are paid to the contractual workers by 7th
of every month without any other deduction except statutory deductions of any other service
charge of any kind.
19. The payment for the services provided shall be processed on presentation of bills after
disbursement of wages along with checking the remittances of the wages, PF ESI & Others.
20. The deployment of contractual workers shall be made within 10 days of placing the order.
Time is of essence in this context and therefore, in case of any failure on the part of the
8
successful bidder to deploy the required contractual workers within the specified time, a
penalty at the rate of Rs. 1,000/- (one thousand) per day may be levied, further CCI reserves
the right to cancel the order at risk and cost of the supplier, without any further reference to the
successful bidder.
21. The contractor/bidder shall deploy maximum of 18 Manpower as per requirement on all
working days including Sunday as per office/shift timings of Bokajan Unit of CCI. Immediate
replacement shall be provided in case of absence of any contractual worker. However, the work
should not suffer for want of replacement.
22. The payment of wages will be made on the attendance of the persons and pro-rata deduction
shall be made in absence of any person on any day. Service charge/or commission will be
given as per actual attendance.
23. In case, so required, some/all contractual workers can be directed to work on declared
holidays/Sundays/ Week-off for which they may be paid the rates as per applicable Law/Act.
In case of specific requirements, some/all contractual workers can be asked to work beyond the
office hours for which they may be paid for extra hours as per the contract.
24. CCI reserves the right to decrease the number of contractual workers to be deployed by the
service provider as per the requirement at Bokajan Unit of CCI.
25. If desired CCI will provide accommodation to contractor in CCI Colony subject to availability
of vacant quarter’s maximum to 10 % of total manpower supplied by the contractor. A separate
rent agreement will be made between CCI & contractor on rate and terms conditions provided
by the Corporation.
26. Proper identification cards with details of contractor’s firm shall be provided by the
contractor/bidder to the persons deployed. It must be ensured that the same are worn and
displayed by the contractual workers while at work including biometric attendance.
27. The contractors/bidders shall ensure that contractual workers deployed by it, maintain
discipline of the highest order and that they restrict themselves to their assigned work only.
28. Any incidence of inappropriate behavior by any of the contractual workers or any interference
by them in the official functioning shall be viewed very seriously and may even lead to
termination of the contract.
29. Consumption of Alcohol while on duty /habitual absentee/ involvement in any kind of
misconduct/or in any kind of theft or sabotage of any property of the Corporation by any
contractual worker will lead to permanent removal of the said contractual worker and may even
lead to termination of the contract.
30. Contractual workers shall not use the information/data provided to them or handled by them in
any unauthorized manner. If any instance of such unauthorized use comes to the notice of CCI,
the agency shall be liable for damages.
31. CCI shall not be responsible, in any way, with regards to any injury, damage or mishap which
may happen to any of the employees or agents of the contractors/bidders, during or beyond the
duty hours in the premises of the Customer/ CCI or in course of discharge of their duties.
32. None of the contractual workers of the contractors/bidders, deployed for any services to be
rendered by the latter to the Customer/CCI shall have any right or claim against the
customer/CCI to absorption or job with the Corporation on the basis of any such services
rendered by him.
33. Any damage caused to any equipment/article or item available at the premise of the
customer/CCI due to negligence of the contractual workers/agent of the contractors/bidders
shall be on his account and he will be liable to make good the loss to the CCI. The amount
involved, if any, May at the discretion of the CCI, be recovered/deducted from the payment
due to the contractors/bidders.
34. The work of the contractors/bidders shall be reviewed periodically by the
company/representatives. If, on the basis of the report of the company/representatives, CCI
finds that the contractor/bidder has failed to perform as specified in the contract, she/he may
direct that a sum of Rs. 1,000/- (one thousand) per day, as damages for breach of contract may
be recovered from the contractor/bidder.
9
35. If on the basis of the report of the company/representatives, the CCI finds that the work/service
rendered by the contractor/bidder are extremely unsatisfactory, he may, without any notice to
the contractors /bidder, terminate the contract forthwith. The letter communicating such
termination of the contract shall be served on the contractor/bidder in person or by registered
post at the address mentioned in this contract or on the last known address.
36. Without prejudice to the right of the CCI for termination of the contract as mentioned in the
preceding paragraph, in this contract may be terminated by either party by giving one month’s
written notice to the other party.
37. CCI as a principal employer shall not be responsible for any reminder benefit such as workman
compensation or gratuity. It shall be the responsibilities of contractor and it cannot be linked
with the duration of the association of the contractual workers with CCI.
38. In case of any dispute, Settlement of disputes will be as per Indian Arbitration and Conciliation
Act-1996 and Venue will be the Corporate Office of CCI. It is clarified that the sole arbitrator
to adjudicate any disputes arising out of the proposed contract shall be nominated /appointed
by CCI and he/she shall not be a person below the rank of Addl. General Manager.
39. The contractors/bidders are required to submit two bids i.e. techno-commercial bid and
financial bid in the prescribed format through www.cci-etender.com of Antares System Ltd..
The technical bids shall be opened at 1500 hrs on the same day. The date of opening of
financial bids will be intimated later on to the Techno-Commercially qualified bidder.
40. The rates must be written both in figures and in words in standard format.
41. Rates/quotations should be digitally signed by the Tenderer with its current business address
and PAN.
42. The Tenderer shall sign and stamp each page of this tender document and all other enclosures
appended to it as a token of having read and understood the terms and conditions contained
herein and submit the same.
43. Financial bids of only those bidders, which are techno-commercially qualified, will be opened.
44. The successful tender(s) shall have to furnish a security deposit equivalent to 5% (five per
cent) value of the total contract value i.e., by way of Demand Draft / Bank Guarantee/FDR
from any nationalized bank (in CCI’s format to be provided by respective unit). Failure to
furnish security deposit in accordance with the conditions of the tender i.e., within 15 days of
the acceptance of offer/issue of Rate Contract/P.O. will be considered to be breach of contract
which would give the Corporation the right to terminate the contract and forfeit the EMD
amount. For such breach of contract, the Corporation will also be entitled to take any other
course of action against the successful tenderer as it may deem fit like stoppage of business
dealings / debarring from tender, etc.
45. The Security Deposit shall be forfeited in the event of violation of any of the terms and
conditions of this tender by the bidder or in the event of any verifiable complaint of non-
payment of minimum wages as per law. The Security deposit so deposited shall bear no
interest.
46. CCI reserves the right to reject any or all tenders or cancel the Tender Inquiries without
assigning any reason whatsoever.
47. Contractor will ensure all the contractual workers entering in the Factory wear PPE (Personal
Protect Equipment) all the time.
48. Any contractual worker can be removed at any point of time without assigning any reason
thereof, to him or the contractor.
49. The tender details are available and can be downloaded from official website of the Company
i.e.www.cci-etender.com, / www.cciltd.in / & CPP Portal.
Annexure - XII
10
PART IV : Technical Terms & Conditions
Qualification Scope of Work
Matriculate /Non matriculate /Experience of
working in cement industry will be given
preference.
As per mentioned in the Part IV
High Skilled Skilled Semi Skilled Unskilled Total
18 18
Scope of Work:
Horticulture/Jungle cutting
The candidate should literate 3 year experience in the line and details of work as under.
(a) Cleaning leveling of Ground. Dressing, Bed making, Plantation of hedges and flower
plants in colony as directed including the following locations.
Guest House, Community Centre, General Manager, Residence Office, Ladies club,
Children Parks, Health Centre, Around the Adm. Building, Laboratory stores, Time
Office ,Workshop, Canteen sales office by the sides of the Factory and colony Roads.
(b) Plantation of decorative plants/ Avenue trees and seasonal flowers throughout the
year in the areas mentioned above in (a) and nursery.
(c) Periodic cutting, trimming of trees/ uprooting and dressing of grass, shrubs other
bushes/Jungle growing other side of roads inside colony and Factory premises and
the Ropeway line 6 Mtrs. both side for centre place.
(d) The seasonal flower seeds/ Plants, sapling for tree plantation, manure pesticide and
allied materials like flower pot hose pipe. Which are required for maintaining the
plants and beautification of the various areas mentioned in (a) will be provided by the
Corporation, as and when required through the officer In charge.
(e) The Contractor has to ensure and required to develop a Nursery back side of the
Admn. Building. The required materials like seeds, polythene packet etc. will be
provided by the corporation required for the purpose.
(f) The contractor shall ensure all unwanted materials plying over in the areas falling in
his scope work.
(g) The wastage materials bushes etc. removed in the course of cutting jungles, trimming
tree, cleaning etc. shall be collected properly and deposed at a place directed by CCI.
(h) The Contractor shall ensure to cut tree branches/trimming of trees touching
electrical/ telephone lines strictly as per instructions of Electrical Department only
and without any damage of the aforesaid lines.
(i) The Contractor has to cut and removal of the trees/plants & clear ground on the
boundary walls.
(j) The Contractor shall periodically ensure to cut the Jungles covering the areas of 5.0
Mtrs. around the plant building/structure/residential quarters as and when directed
by the Officer In-charges.
(k) The Jungle etc. covering 6.0 mtrs around and inside plant/colony Boundary/fencing
roads shall be cut as and when directed by the Officer In charge.
11
(l) If directed the contractor shall ensure to cut/uproot trees of any size and cut the same
into places as per desired length over it to CCI properly which includes land refilling
in the areas after removing the roots etc.
(m) The labor has to prepare beds for the purpose of better growth of plants survival.
(n) Any other plants/Jungles cutting works as and when directed on the Ropeway
alignment.
(o) The Contractor shall ensure proper cutting /removal of Jungles bushes surrounding
area of septic Tanks beneath over head water tanks ground level reservoirs.
Housekeeping:
The Candidate should literate with 3 year experience & illiterate with 6 year
experience in the line and details work as under:
1. Daily sweeping , cleaning of all required places of the Colony, factory,
surrounding areas & Angle Station and as per the directions of the
Management.
2. Daily cleaning of all laboratories of factory, colony, Angle Station etc.
3. Daily sweeping and cleaning of all the roads inside the Colony, Angle Station
etc.
4. Periodical cleaning of drains and disposal of accumulates as per the directions
of the management.
5. Daily cleaning of the floor of the Hospitals etc. by wet cloth. Jute with
disinfectants & removal of cob-webs of ceiling fan etc. as per the directions of
the management.
6. Special cleaning of hospitals etc. on every weekly holi-days as per the
directions of the management.
7. Disposal of any carcass immediately in proper manner And immediate
removal of any blockage which hamper flow at the sewerage lines / traps.
Manholes etc.
8. Septic tank cleaning is not regular job but the contractor will have to under
take the same only when it will be Officially intimated to him by the concerned
department. The septic tank cleaning will have to be completed in a Proper
manner as directives of the management.
1. JOB SPECIFICATIONS:
a. The contractor to ensure to clear wild grass, bushes etc. giving trouble at time of
sweeping.
b. In case any dead body or carcass etc. are found inside the colony area, the
contractor should ensure its immediate disposal, preferably the dead body or
carcass should be buried deep down so that it is not pulled out by jackal or stray
cattles.
c. The contractor shall ensure the mopping of floor of all the office building on
regular basis. Besides the cob-web from the offices may be cleared regularly.
Urinals & Bathrooms of the Offices & colony quarters need special cleaning with
Hydrochloric acid & Phenyls. Naphthalene balls should be kept in all urinals of the
offices.
d. The cleaning is also included areas i.e. school building, canteen, rest rooms, guest
house and cycle stand. All those area will have to cleaned properly on daily basis.
2. ENGAGEMENT OF LABOUR:
For carrying our above specified jobs with the limited time frame, the contractor
should engage sufficient number of labor at different places as per the direction of the
12
officials of the executing department. The sweeping work should be carried in the
colony in such a manner that the works in A&B shift are properly attendant The labor
may be deployed in any shifts as per requirement of corporation. For any extra work
such as cleaning of blockage and drainage etc. the contractor should engage labor
within short notice of 15-30 minutes.
3. MATERIALS:
Materials to the extent of Rs.2500/- per month will be provided by the
contractor and the vouchers will be submitted to HR Deptt. for verification.
4. The contractor should keep all the materials under his safe custody.
5. The sweeping work will have to be carried in all the days including holidays and rest
days. However, the offices may not be cleared on public holidays and rest days.
6. For efficient execution of the job Sanitary Inspector will maintain complaint register
at the main gate, hospital and in administrative office/office of the sanitary inspector.
Circular will be issued by the sanitary inspector separately in this respect. After
receipt of the complaints in any of the above places through verifications of the
register that will be carried out regularly by the sanitary inspector, the complaints
will have to be attended immediately by the contractor.
7. PENALTY:
In the event of non-performance or poor performance of the work under above
category the percentage of bill involved will be deducted. Besides 5% of the amount
involved for un-executed work will be deducted towards penalty to the contractor.
8. METHOD OF CHECKING THE WORK.
The contractor shall ensure to get signature after execution of his work from :-
a) Quarter inmates in case of all quarters.
b) Executives concerned in case of Offices, the signature produced so,
regularly will have to be deposited to sanitary inspector towards the
performance of contract. This will be verified by HOD(HR) while passing
the bill.
9. The contractor should ensure that he or his authorized representative is reporting at
least five times in a day to the concerned executives for getting the complaints and
attending to the same. He will always be associated with sanitary inspector for
immediate compliance of work.
10 In case any regular sweeper of CCI who are entrusted works inside the office and
factory site is absenting from duty you will have to adjust manpower accordingly to
spare the required number of sweepers to avoid stagnancy of work.
13
Annexure –XIII
FINANCIAL BID DOCUMENT
(Price Bid)
(For Manpower required for Housekeeping & Jungle Cutting works in unskilled rate )
1. Name of the Bidder:
2. Address (With Mobile No & Fax No.):
3. Name & Address of the Proprietor /Partners/Directors (with mobile numbers):
4. Particulars of Bid per manpower supply in various categories.
5. Central Minimum Wages to be complied with all statutory dues.
6. The quote for deployment of manpower is given below:
Fixed Service Charge
quoted per person per day
Rs. ______________Per Person Per Day. (in fig.)
Rs. ______________ Per Person Per Day (in words)
Note: - In case of any deviation in figures & words, the details given in words shall be
considered.
-All the taxes, statutory benefits shall be as per various acts / related provisions.
DECLARATION
I hereby certify that the information furnished above is true and correct to the best of my/our
knowledge. I understand that in case, any deviation is found in the above statement at any stage;
I/We will be blacklisted and will not have any dealing with the Department in future.’
Further, I declare that, I will ensure the disbursement or payment of wages / statutory dues as per
statutory requirements and timeline.
(Signature of Authorized Signatory with date and seal of the Company)