cantonment board, kasauli · no: cbk/estt 3(contract)/-38 dated 05/01/2019 page 4 of 21 section-1 :...

21
No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019 Page 1 of 21 CANTONMENT BOARD, KASAULI E-TENDER FOR PROVIDING SKILLED/SEMISKILLED/UNSKILLED MANPOWER AT CANTT BOARD, KASAULI. Issued By Cantonment Board Kasauli O/O Chief Executive Officer Cantonment Board Kasauli Under Ministry of Defence, Govt. Of India Distt. Solan, HP-173204 Phone No. 01792-273029 Fax No. 01792-272029 Email-id:- [email protected] Website : www.cbkasauli.org TENDER SUBMITTED BY Name of the bidder:-…………………………………………………………….………….. Address:-…………………..…………………………………………………………………. ……………………………………………………………………………………. Tel/Mob. No.:-……….……………………………………………………………………….

Upload: trinhhanh

Post on 25-Jan-2019

212 views

Category:

Documents


0 download

TRANSCRIPT

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 1 of 21

CANTONMENT BOARD, KASAULI

E-TENDER FOR PROVIDING

SKILLED/SEMISKILLED/UNSKILLED

MANPOWER AT

CANTT BOARD, KASAULI.

Issued By Cantonment Board Kasauli

O/O Chief Executive Officer

Cantonment Board Kasauli Under Ministry of Defence, Govt. Of India

Distt. Solan, HP-173204

Phone No. 01792-273029 Fax No. 01792-272029

Email-id:- [email protected] Website : www.cbkasauli.org

TENDER SUBMITTED BY

Name of the bidder:-…………………………………………………………….…………..

Address:-…………………..………………………………………………………………….

…………………………………………………………………………………….

Tel/Mob. No.:-……….……………………………………………………………………….

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 2 of 21

INDEX

Sr. No

CONTENTS

CONTENTS PAGE No.

1. INDEX 2

2. NOTICE INVITING TENDERS

3

3. NOTICE INVITING TENDERS

4-6

4. MODE OF SUBMISSION OF TENDER

7

5. SELECTION CRITERIA

7

6. INSTRUCTION TO BIDDER

8

7. SPECIAL INSTRUCTIONS TO THE CONTRACTORS/BIDDERS

FOR THE E-SUBMISSION OF THE BIDS ONLINE THROUGH

E-PROCUREMENT PORTAL 9

8. GENERAL TERM AND CONDITIONS

10-17

9. APPENDIX-A 18

10. COVER 1 (TECHNICAL BID) F-1, DETAILS OF REG.

FEE/TENDER DOCUMENT FEE AND EARNEST MONEY

DEPOSIT

19

11. COVER 1 (TECHNICAL BID) F-2, BID FORM

20

15. COVER 2 (FINANCIAL BID)

21

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 3 of 21

NOTICE INVITING TENDER (NIT)

Sealed tenders in prescribed form are invited as under:-

1. NAME OF WORK : Providing skilled/semiskilled/unskilled

manpower at Cantt Board, Kasauli

2. LOCATION OF SITE : Kasauli Cantonment Board, Himachal

Pradesh

3. ESTIMATED VALUE OF WORK : Apprx. 70 lakh

4. EARNEST MONEY DEPOSIT : Rs. 150000/- only

5. COST OF TENDER FORM : Rs. 1500/- only

6. ELIGIBILITY CRITERIA : As per Tender Conditions

7. TENDER RECEIVING

AUTHORITY :

Chief Executive Officer,

Cantonment Board,

Kasauli, Himachal Pradesh.

8. ISSUE OF TENDER : 05-01-2019 at 1700 hrs

9 PRE-BID MEETING 0n 22-01-2019 at 1430 hours

9. LAST DATE FOR SUBMISSION : 02-02-2019 at 1100 hrs

10. DATE OF OPENING OF

TECHNICAL BID : 04-02-2019 at 1100 hrs

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 4 of 21

SECTION-1 : DETAILED NOTICE INVITING TENDER (DNIT)

The Cantonment Board, Kasauli invites E - Tenders through electronic tendering

system under two-bid system http://eprocure.gov.in/eprocure/app for providing

skilled/Semiskilled/unskilled manpower according to terms and conditions given in tender

form for one year.

Earnest Money deposit : Rs.150,000/-

Cost of Tender Document : Rs. 1500/- ( Non refundable)

1. The contractor/firm/co., should not have been blacklisted by any Govt., Semi-Govt.

Deptt. or any other organization. An affidavit to that effect on Non-Judicial stamp paper

of Rs.10/- duly notarized should be uploaded with the Technical Bid. Also note that the

applicant must not have formed/be part of any cartel at any time for processing any

contract including the present tender.

2. The contractor must be registered with MES/CPWD/PWD/Railways/Any Govt.

organization.

3. The tender consisting of two bid process including Technical bid and Financial bid.

4. Cantonment Board , Kasauli is not responsible for any delay due to link failure/internet

problem etc. in respect of uploading of any documents or in submission of e-bid. It is the

responsibility of the Bidder to make sure that the required documents/e-bid shall be

uploaded in time.

5. Online technical bid shall be opened as specified in NIT. The technical bids shall be

scrutinized by the committee constituted for the purpose. The Financial bids of those

contractors/firms etc. whose technical bids are acceptable shall alone be opened and the

decision of the C.E.O/Cantt Board in this regard is final and binding. The Financial bids

may be opened either on the same day or later.

6. Earnest Money Deposit (EMD) and cost of tender for an amount as specified in NIT, is to

be made in online mode. The bidder can make payment either through net banking or

through NEFT/RTGS. The amount will be credited in Cantonment Board, Kasauli Public

Account as under:-

(i) Name of Bank - State Bank of India

(ii) Branch - Kasauli, Distt., Solan (HP)

(iii) Bank Account - 55091243176

(iv) IFS Code - SBIN005012

The proof of payment on account of Earnest Money and cost of tender is to be

Uploaded by the tenderer with tender document. In case of Non-receipt of payment of

EMD and cost of tender, the tender document of the tenderer cannot be entertained.

7. The acceptance of a tender will rest with the Competent Authority, who does not bind

himself to accept the lowest tender and reserves to himself the authority to reject any or

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 5 of 21

all of the tenders received, without assigning any reasons whatsoever. All tenders in

which any of the prescribed conditions are not fulfilled, or are incomplete in any respect

are liable to be rejected.

8. Tender containing any condition leading to unknown/indefinite liability, are liable to be

summarily rejected.

9. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by

the contractors who resort to canvassing will be liable for rejection.

10. The Contractor/firm must be registered with GST. Documents related to the

statutory requirements, such as registration with PAN/TIN/TAN, GST, P.Tax &

Service Tax etc alongwith proof must be uploaded with tender document. The rate

quoted by the contractor/firm should take care of all such taxes as aforesaid, till the

completion of work. All taxes including GST, Income tax, Service tax etc as applicable

till completion of work in respect of this contract shall be payable by contractor and the

Board will not entertain any claim whatsoever in this respect.

11. CEO/Cantonment Board, Kasauli reserve the right to postpone and/or extend the date of

receipt or opening of tenders or to withdraw the tender notice, without assigning any

reason thereof. In such cases, the bidders shall not be entitled to any form of

compensation from the Cantonment Board.

12. The pre-bid meeting shall be held in the office of Tender inviting Authority on the

scheduled date and time, only if specified online. Non-attendance of pre-bid meeting will

not be a cause for disqualification of the bidder and it shall be presumed that the bidder

does not require any clarification. The purpose of the pre-bid meeting will be to clarify

issues.

13. Uploading copy of Provident Fund Code No. is mandatory, failing which bidder will be

disqualified in Technical bid.

14. Average annual turnover of the contractor during the last 3 years as on 31.03.2018 should

be at least 30% of the estimated amount. The bidder shall have to upload the audited

balance sheet in this regard failing which the tender will not be entertained.

15. The bidder should have satisfactorily provided skilled/semiskilled/unskilled manpower

for a single contract of similar nature costing at least 80% of the estimated amount during

the last 7 years as on 31.12.2018.

Or

The bidder should have satisfactorily provided skilled/semiskilled/unskilled manpower

for 2 (two) number of contracts of similar nature each costing at least 50% of the

estimated amount during the last 7 years as on 31.12.2018.

Or

The bidder should have satisfactorily provided skilled/semiskilled/unskilled manpower for 3 (Three) number of contracts of similar nature each costing at least 40% of the

estimated amount during the last 7 years as on 31.12.2018.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 6 of 21

Such services must have been provided to only Central/State Government

departments, Central/State Autonomous bodies, Central/State Public Sector Undertakings/Public

Sector organizations etc.

16. The contractor should have Income Tax, PAN and GST number etc.

17. The GST as applicable will be paid during the currency of contract.

18. As proof for satisfactory completion of similar work, completion certificate should be

issued by Central/State Government departments, Central/State Autonomous bodies,

Central/State Public Sector Undertakings etc.

19. Copies of relevant documents/certificates should be uploaded as a proof for information

furnished in the application form.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 7 of 21

A. MODE OF SUBMISSION OF TENDER

The Agency/Contractor has to submit online bids through procurement web portal

http://eprocure.gov.in/eprocure/app. viz. Technical bid (Cover 1) and financial bid (Cover 2).

No Manual Bid will be accepted :-

I. (Cover 1) TECHNICAL BID, UPLOAD THE FOLLOWING DOCUMENTS IN

THE TECHNICAL BID :-

The technical bid (Cover 1) must be accompanied with documents mentioned in Detailed

NIT

II. (COVER 2) FINANCIAL / PRICE BID

a) Schedule of Financial/Prince bid in the form of BOQ.pdf .Do not tamper / change the

BOQ sheet otherwise bid will be rejected. Only mention the % age rates in Blank

columns as asked therein.

B. SELECTION CRITERIA

I. Technical bid (Cover 1): Technical bid submitted online will be opened in the Office of the

Cantonment Board, Kasauli in the presence of Chief Executive Officer/tender opening

committee (Bid openers). Technical bid will be opened online first to verify its contents as

per requirements. If the various documents contained do not meet the requirements of the

Cantonment Board Kasauli, the contractor's financial bid will not be considered for further

action.

II. Financial bid (Cover 2): Financial bid of only those Agency/Contractors who qualified in

the technical bid (Cover 1) will be opened on the date and time declared in tender notice. If

the financial bid i.e. BOQ could not be opened due to "Document Decryption Failed" reason

the failed bid/bids shall be considered to be rejected.

Cantonment Board, Kasauli is not responsible for any delay due to link failure/internet problem

etc. in respect of submission/receipt of any documents or in submission of e-bid. It is the

responsibility of the Bidder to make sure that the required documents/ e-bid shall be submitted in

time.

Tender Opening committee constituted by the Cantonment Board Kasauli will

examine the entire proposal on the basis of technical Bid and the financial Bid of only those

Bidder/Agencies will be opened who qualifies in the technical bid evaluation.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 8 of 21

C. INSTRUCTIONS TO BIDDER

1. Technical bid and financial/price bid will be submitted concurrently, duly digitally signed in

the website portal www.eprocure.gov.in/cppp . The tender document may be downloaded

from website & submission of technical bid I financial bid as per Tender time schedule.

2. Tenders are to be submitted online through the website stated above. All the documents

uploaded by the Tender inviting Authority form an integral part of contract &

Agency/Contractors are required to upload all the tender documents along with the other

documents, as asked for in the tender, through the above website within stipulated date and

time as given in the Tender Notice

3. The Agency/Contractor shall carefully go through the documents and prepare the required

documents, and upload the scanned documents in Portable Document Format (PDF) to the

portal in the designated location of Technical Bid. He needs to fill up the % age rates, for

the financial Bid in the designated cell and upload the same in designated location of

financial bid.

4. The documents uploaded must be virus scanned and digitally signed using the Digital

Signature Certificate (DSC) by the authorized signatory.

5. For submission of e-tender, bidders are requested to get themselves registered with

www.eprocure.gov.in website alongwith class-II/III Digital Signature Certificate (DSC)

issued by authorized issuing authority under IT Act 2003.

6. For complete details, refer website www.eprocure.gov.in at CPP portal.

7. The Cantt. Board may issue amendment / errata to the tender documents before due date of

submission of tender. The Agency/Contractors are required to read the tender documents in

conjunction with amendments, if any, issued by the Cantt. Board The Agency/Contractor is

not supposed to incorporate any amendment / errata in the body of tender documents either

in ink or pencil. In case the Agency/Contractor on the body of tender incorporates

amendments/errata issued, they shall not be considered and the amendment / errata issued

by the Cantt. Board shall only hold good. The amendments/errata issued to these documents

if any would be uploaded on web site of http://eprocure.gov.in/eprocure/app. and will also

be uploaded on Cantonment Board web site www.cbkasauli.org.The contractors shall visit

these sites from time to time to see these amendments/errata’s.

8. The bidders are required to upload the completed documents only after satisfying each and

every condition laid down in the tender documents.

9. Cantonment Board Kasauli / CEO reserves the right to postpone and / or extend the date of

receipt of opening of tenders or to withdraw the tender notice, without assigning any reason

thereof. In such cases, the bidders shall not be entitled to any form of compensation from the

Cantonment Board.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 9 of 21

D. SPECIAL INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE E-

SUBMISSION OF THE BIDS ONLINE THROUGH THIS EPROCUREMENT

PORTAL 1. After downloading / getting the tender schedules, the Bidder should go through them

carefully and then submit the documents as per the tender document, otherwise, the bid will

be rejected.

2. The BOQ template must not be modified/replaced by the bidder and the same should be

uploaded after filling the relevant columns, else the bidder is liable to be rejected for that

tender. Bidders are allowed to enter the Bidder Name and Values only.

3. If there are any clarifications, this may be obtained online through the e-Procurement Portal,

or through the contact details given in the tender document. Bidder should take into account

of the corrigendum published before submitting the bids online on the portal or on

http://eprocure.gov.in/eprocure/app. or www.cbkasauli.org.

4. The bidder should read the terms and conditions and accepts the same to proceed further to

submit the bids

5. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or

the difficulties faced during the submission of bids online by the bidders due to local issues.

6. The bidder may submit the bid documents online mode only, through this portal. Offline

documents will not be handled through this system.

7. The bidder should see that the bid documents submitted should be free from virus and if the

documents could not be opened, due to virus, during tender opening, the bid is liable to be

rejected.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 10 of 21

E. GENERAL TERMS & CONDITIONS

1. The EMD of un-successful Bidders shall be refunded only after the contract has been

awarded to the successful Bidder. No interest shall be paid on the EMD.

2. EARNEST MONEY AND SECURITY DEPOSITS

The successful tenderer to whom the contract is awarded will have to deposit as initial

security deposit in the form of FD a further sum to make up 10% of the value of the accepted

tender including the Earnest Money. Additional security shall also be deposited in case of

revision of contract amount. No interest will be paid for the additional security amount. The

initial security deposit will have to be made within 07 days from the date of acceptance of

tender, failing which the CEO/Cantt Board at his discretion may revoke the letter of

acceptance and forfeit the earnest money deposit furnished along with the tender. It shall be

refunded to the contractor after completion of the contract period.

3. In case the successful contractor fails to complete all the formalities with regard to

submission of original documents, execution of contract agreement and commencement of

services within stipulated time period, the Cantt Board may award the contract to another

tenderer as it deems fit or may go for re-tendering. Such decision of Cantt Board will be final

and binding.

4. In case of any contradiction in the terms and conditions of tender document, the decision of

CEO/Cantt Board shall be final with regard to such term and conditions.

5. In case of any clerical/typographical/grammatical mistake in the Tender Document, the

decision of CEO/Cantt Board shall be final and binding in this regard.

6. If same rate is received by the bidders, then Cantonment Board will call for negotiation, and

select the one who offers the least.

7. Bid submitted by Bidder shall remain valid for acceptance for a period of 90 (ninety) days

from the date of opening of the BID. Bidders shall not be entitled during the said ninety days’

period to revoke or cancel the BID or to vary the same or any term thereof without the

consent in writing to the Cantt. Board.

8. The contractor shall have to provide uninterrupted contractual services Staff mentioned in

APPENDIX A. The Numbers of staff may increase or decrease at the discretion of the

Board/CEO.

9. The tenderer shall have to quote his rate of profit in % age as per Accumulative Expenditure

in Appendix – A. The profit shall not be allowed on ESI and EPF etc. The Board has the

right either to accept or reject any of the tender(s) without assigning any reason;

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 11 of 21

10. The awarded tenderer (Contractor) will have to pay GST/income tax/service tax on contract

amount as applicable. If any additional rates/taxes/income tax have to be paid, that shall be

borne by the agency, otherwise it shall be deductable from his payments.

11. The contracting agency will have to provide the separate account to each contract employees

in which the amount of deduction on account of EPF,ESI etc. is to be deposited by the

agency in his/her account from the salary of the individual concerned.

12. The contract will be valid for one year from the date of commencement;

13. The awarded tenderer shall have to fulfill the following formalities before the execution of

agreement;

a. Registration under the contract Act (Regulation & Abolition) Act 1970.

b. Possession of EPF Code number, STC Code number as per rules.

The Contracting agency shall have to complete above formalities within one month from

the date of receipt of acceptance letter failing which the offer shall be terminated and

EMD shall be forfeited and the agency may be barred/blacklisted from participating in

any tender process in Cantt. Board.

14. The conditions will also form part and parcel of the agreement to be executed with the

successful tenderers.

15. The contractor will supply the list of worker(s) with full particulars such as age, parentage,

address, etc. before the commencement of the Agreement.

16. The contractor is to provide services of conservancy safaiwalas, for desalting

drains/underground drains, of roads, streets side berms or any other land under the

management of the Board, for collection, loading/unloading and removal of filth, rubbish and

any type of municipal solid waste. Conservancy safaiwalas will also be required for cleaning

of group toilets and public urinals etc.

17. Every individual safaiwala has to report for duty daily at a given time and place, to the

authorized representative of the Board i.e. Sanitary Inspector/Sanitary Supervisor and to

perform given duty to the entire satisfaction of the CEO or his authorized representatives for

full working hours.

18. Any outsourced Safaikaramchari who is found missing from the place of duty or leave the

place of duty at any time or does not perform his duty, or refuses to perform given duty to the

satisfaction of the Supervisor will be treated absent from the duty for full day, intimation of

the event will be given to the contractor and recovery will be made from the contractor as per

terms and conditions. In the special/emergent circumstances half day leave may be given by

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 12 of 21

the authorized representative of the CEO under intimation to the contractor who will prefer

the bill accordingly after making necessary deductions;

19. The contractor maybe required to increase/decrease manpower at agreed rate and terms and

conditions as and when required by the CEO.

20. The contract amount will be paid to the awarded agency in 12 equal monthly installments on

providing satisfactory services as per the agreement subject to

deduction/reduction/withholding for non-performance and extra payment for extra services

provided;

21. The penalty @10% of the monthly value of the contract shall be imposed for non-

commencement of work within 7 days after the issue of the allotment letter subject to the

condition that in no case it shall exceed the value of the total contract cost. The Chief

Executive Officer (CEO) shall have the power to condone the delay, reduce or remission of

the penalty so imposed to any extent, on written application of the Contractor. In case the

authority competent to do so finds that the grounds given by the Contractor are reasonable &

satisfactory.

22. The contractor shall call for the applications through news papers and other means from the

applicants for the posts mentioned and as per prescribed qualification, in the Performa

approved by the CEO at his/her own expenses. The panel of eligible candidates will be

prepared, out of which staff will be provided by the contractor. The Board will not be bound

to place the order for provision of services of menpower as per the tender as the same is

tentative hence the number may vary.

23. The contractor shall deploy required personnel to provide the said services and immediately

communicate the names, parentage, educational/professional qualification, residential

address(es), correspondence address(es), age etc. of the person(s) as and when deployed or

changed from time to time. The contractor will get the proposed employees medically

examined and to ensure that the employees are mentally and physically sound and fit. The

antecedents of the persons to be provided by the contractor will be got certified from the

appropriate authority by the contractor at his own level.

24. The persons deployed by the contractor for the work shall be employees of the contractor for

all intents and purposes. There shall be no relationship of employer and employee between

the Cantonment Board, Kasauli, either implicitly or explicitly.

25. The Cantonment Board, Kasauli, shall in no case be involved in disbursement of the salaries

or otherwise. The contractor shall be solely responsible for any lapse or delay for the

submission of any report/return or to deposit any charge or fee etc. to the concerned authority

of Labour Department, EPF, ESI or any authority etc. about the staff engaged.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 13 of 21

26. The staff deployed by the contractor shall be responsible for taking the stock entries of all

immoveable and movable property and maintain the stock books on their charge. In case of

any theft/loss of the property they shall immediately give information of the circumstances in

which the loss/theft noticed to the CEO through the contractor and the authorized official.

27. Board shall have further right to adjust or readjust or deduct any of the amounts as aforesaid

from the payments to be made to the contractor or out of the security deposit or any money of

the contractor with the Board on any account including losses. He will be liable for criminal

breach of trust in case any employee have been so found involved.

28. In case of any deficiency found in the number or services of the workers provided by the

Contractor to the satisfaction to the CEO or his authorized representative a penalty of 350

per head per day shall be imposed by the Chief Executive Officer (CEO) and the same will

be deducted from the monthly payment to be made to the Contractor;

29. If any dispute or difference between the Contractor and the Board arises out of this

Contractor, the same shall be referred to the President Cantt Board kasauli whose decision

shall be final and binding upon both the parties;

30. The staff/ work force deployed by contractor will work under the supervision of supervisory

staff of the Sanitary Branch of the Cantonment Board. The Roll Call of the said persons will

be taken by the representative of the Board in the presence of the contractor if he/she wishes

to be present or his authorized representative acceptable to the CEO and presence/absence of

the contractor’s manpower will be marked by the officials of Cantonment Board. The

deployment of any agency’s staff will not confirm any right to him for employment in

Cantonment Board or in any other Government Office, irrespective of number of days of

deployment.

31. The contractor shall be responsible for fulfilling all his obligations towards the person(s)

deployed under the labour laws namely Industrial Disputes Act, Minimum Wages Act,

Workmen Compensation Act, the Contract Labour (Regulation and Abolition) Act, EPF Act,

Payment of Wages Act, ESI Act, Bonus Act, Maternity Benefits Act, Earned Leave, Shops &

Establishments Act, Factories Act, or other labour rule, regulation applicable and amended

from time to time. The Contractor shall be responsible for the deposit of employee’s and

employer’s share of statutory contributions to the ESI/EPF, EDLI, if applicable at his own

level and maintenance of such records as per rule. The contractor shall arrange the

disbursement of wages to his staff so deployed for duty in first week of every ensuing month.

The contractor will also furnish a certificate to the CEO regarding payment of salaries/dues

to the staff deployed and deposit of EPF & EDLI etc. to the EPF authorities. The contractor

shall be solely responsible to get himself registered with labour/EPF authorities or any lapse

or delay for the submission of any reports/returns to the concerned authority of Lablur

Department, EPF, ESI etc. about the staff engaged in Board in under this contract.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 14 of 21

32. PARTICULAR TERMS AND CONDITIONS REGARDING DISTRIBUTION OF

WATER SUPPLY IN CIVIL/BUNGALOW AREA.

1. The work under this contract caters for distributions of water supply at Kasauli area and

at places as directed.

2. The work under this contract shall be carried out to entire satisfaction of the CEO or his

authorized representative for full working hours.

3. The Valveman/operator deployed shall be well qualified experienced having full

knowledge in the trade and shall be able to distribute the water supply in the proper

manner.

33. OPERATION

1. The manning comprehensive repair and operation shall be carried out in different shifts

of eight hours or as directed by the C.E.O or his representative. The timings of shifts shall

be decided by the C.E.O to suit local conditions. The C.E.O may also increase and

decrease the number of shifts due to any reason and the payment shall be made for the

actual shifts performed. Prior intimation in this regard shall be given to the contractor by

the C.E.O or his representative in this regard. The persons employed by the contractor

shall have proper knowledge and sufficient experience and have the full knowledge to

deal with situation during emergency.

2. The operator and helpers shall mark attendance in the attendance register kept with the

C.E.O or his representative at the shift and also at the end of the shift.

3. The duration of water supply from the point of bulk supply from MES and from Cantt

Board Tank will be generally as under:-

(1) 0530 hours to 7.30 hours in Civil area.

(2) 0530 hours to 9.00 hours in Bungalow area.

The above time may be increased or decreased depending upon the availability of

water and weather condition. After distribution of water in the area for remaining

working hours the Valveman-cum-pipe fitter and helpers shall perform their duties

regarding repairing of pipes, metering of water meters installed on the individual water

connections in Kasauli Cantt. and other related works for smooth functioning of the water

supply network and any other plumbing works directed by the C.E.O or his

representatives in Cantt. Fund Buildings etc. In addition to the trade duty the workmen is

liable to carry out any Adm duty as directed by CEO/OS/JE/SI whenever required. The

workmen shall attend to all complaints regarding water supply.

34. NORMS FOR CONTRACTOR

1. UNIFORM:- The uniform for persons employed by the contractor shall be as decided

by the Chief Executive Officer. A proper label containing nameplate of the operators and

word Operator/Fitters/Helpers etc shall be fixed at the prominent place of the uniform.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 15 of 21

2. DEALING OF OPERATORS:- The Staff employed by the contractor shall deal

politely and in a disciplinary manner with the Cantt. Staff, and station authorities and

users and shall obey all instructions, Any individual found not obeying the above shall be

liable to be removed.

3. PENALTY:- Any employee of the contractor while on duty found not in uniform

/improper uniform/ not provided with label of name plate and found missing from the

place of duty, recovery @ Rs 350/- shift shall be charged from the contractor besides

non-payment of operation charge for that shift (s), The decision of the C.E.O in this

regard shall be final, conclusive and binding.

4. FIRE PRECUATION:- The contractor’s agents, representative workmen etc. shall

strictly adhere to fire safety precaution.

5. SERVICE OF CONTRACTOR’S REPERSENTATIVE:-

At any stage during execution of the contract, if it is observed by the C.E.O or his

representative that, the service of the contractors rep(operator/supervisor/trade man etc.)

is not satisfactory, the contractor shall on directions from C.E.O or his representative will

replace his rep immediately within 48 hours, failing of the contractor on account of above

shall be treated as breach of the contract and action against the contractor as deemed fit

by the deptt. shall be taken.

6. ACCOMEDATION:- The accommodation for rest/duty of staff as well as storage

accommodation for stores/spares/tools shall be provided by the contractor at his own

level.

7. ACCIDENT:- The contractor shall indemnity the Cantt. Baord and he will be fully

responsible for all accident, if occur, on the work site of what so ever description i.e life,

property etc. arising out of any happening during running, maintenance, operation etc, of

the plants.

8. EMPLOYMENT:- Department will have no liability, during manning and operation or

thereafter occurring on account of employment of trade men employed by Contractor.

9. SECURITY OF INSTALLATION:- Any loss/damage to any part of installation will

be made good by contractor, will be responsible for security of installation at the

situations.

35. RESPONSIILITY FOR PAYMENT OF WAGES

(i) The contractor shall be responsible for payment of wages to each worker

employed by him as contract labour and such wages shall paid before the expiry of

prescribed period i.e 1st week of every ensuing month.

(ii) It shall be duty of the contractor to ensure the disbursement of wages in online

mode only.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 16 of 21

(iv) In case the contractor fails to make payment of wages within the prescribed

period or makes short payment, then the Board, shall be liable to make payment of wages

in full or the unpaid balance, as the case may be, to the contract labour employed by the

contractor and recover the amount so paid form the contractor either by deduction form

any amount payable to the contractor under any contract or any debt payable by the

contractors.

(v) The contractor will have to pay the preventing rates as and when revised by the

Govt. from time to time. In Case of non-compliance the arrear will have to be paid by the

contractor to the labour.

36. WORKMAN’S COMPENSATIONS

The contractor shall indemnify the Cantonment Board in respect of all claims, damages,

compensations or expense payable in consequence of any accident or injury sustained or

any workmen or other persons whether in the employment of contractor or not while in or

upon the said work or on the site/side of work, and the Board shall not be bound to

defend any claim brought under Workmen compensation Act unless the contractor first

deposits with the Board a sum sufficient to cover any liability, as will be fixed by the

CEO which the Board incur by reasons of defending any such claim. The contractor shall

be wholly liable for any amount or compensation required to the paid under the

Workman’s Compensation Act any other provision of law.

37. TERMINATION OF CONTRACT

In the event of exigencies arising due to the death, infirmity, insolvency of the contractor

or for any other reason or circumstances, liabilities thereof of the contract shall be borne

on such terms and conditions, as the Board may further think proper in public interest or

revoke the contract namely:-

The contract may be terminated in any of the following contingencies :-

(a) On the expiry of the contract period.

OR

(b) A notice at any time during the currency of services, in case the services rendered

by the contractor are not found satisfactory by the CEO/ Cantt. Board and in

conformity with the general norms and the standards prescribed for the services.

OR

(c) For committing breach of any of the terms and conditions of the contract by the

contractor.

OR

(d) On assigning the contract or any part thereof or any benefit or interest therein or

there under by the contractor to any third person for subletting the whole or a part

of the contract to any third persons.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 17 of 21

OR

(e) On contract being declared insolvent by competent court of law.

OR

(f) During the notice period for termination of contract in the situation contemplated

above the contract shall keep on discharging his duties as before till the expiry of notice

period. It shall be the duty of the contractor to remove all the persons deployed by him on

termination of the contract on any ground whatsoever and ensure that no person create

any disruption/hindrance/problem of any nature to the CEO /Board.

38. The terms of NIT and condition mentioned in this agreement shall form part of this

agreement.

39. The Identity card and a badge disclosing identity of the person deployed on work to be

issued by the contractor at his own cost as prescribed by the Board.

40. In case the contractor does not provide satisfactory services to the satisfaction of the

Cantt. Board/CEO then the contract shall be terminated by the Board and the security

deposit of contractor shall be forfeited.

41. In case of any emergency the contractor may be required to undertake conservancy

services by deploying the same workers elsewhere.

42. The contractor will be liable to maintain all labour record as per the provisions of labour

Act.

43. The contract may be extended only for the period of further one year if mutually agreed

by both the parties.

Aforementioned conditions are acceptable to me.

Signature of Contractor.

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 18 of 21

APPENDIX-‘A’

SR.

NO.

DESIGNATION MONTHLY

PAYMENT

REQUIREMENT AMOUNT

1. Clerk Rs. 14820/- 03 Rs. 44460 /-

2. Medical Officer MBBS Rs. 26250/- 01 Rs. 26250 /-

3. Dental Doctor (BDS) Rs. 26250/- 01 Rs. 26250 /-

4. Lab Technician Rs. 16700/- 01 Rs. 16700 /-

5. Staff Nurse Rs. 16700/- 01 Rs. 16700 /-

6. Physiotherapist Rs. 16700/- 01 Rs. 16700 /-

7. TGT (NM) & TGT

(Arts)=01 each

Rs. 17500/- 02

Rs. 35000 /-

8. Jr. Engineer Rs. 17900/- 01 Rs. 17900/-

9. Fireman Rs. 12300/- 03 Rs. 36900 /-

10. Barrier Guard Rs. 12300/- 03 Rs. 36900 /-

11. Computer Teacher Rs. 12300/- 01 Rs. 12300/-

12. Nursery Teacher Rs. 12300/- 01 Rs. 12300/-

13. Gym trainer Rs. 12300/- 01 Rs. 12300/-

14. Peon Rs. 10500/- 05 Rs. 52500/-

15. Valveman Rs. 10500/- 02 Rs. 21000 /-

16. Mazdoor Rs. 10500/- 02 Rs. 21000 /-

17. Chowkidar Rs. 10500/- 01 Rs. 10500 /-

18. Safaiwala Rs. 10500/- 14 Rs. 147000 /-

19. Mali Rs. 10500 02 Rs. 21000 /-

Total 46 Rs. 583660/-

Grand Total for one year (583660 x 12) = Rs. 70,03,920 /-

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 19 of 21

FORM F – 1

FORM OF SUBMISSION OF TECHNICAL BID

From:

________________________

_________________________

(Name of Bidder)

To

The Chief Executive Officer,

Cantonment Board, Kasauli

Sir:

Providing skilled/semiskilled/unskilled manpower at Cantt Board, Kasauli

We herewith enclose Technical bid for the above assignment. We undertake that, in

competing for (and, if award is made to us, in executing) the contract for the above assignment,

we will strictly observe the laws against fraud and corruption in force in India, namely

“Prevention of Corruption Act 1988”

Yours faithfully,

Signature:

Name:

Address…………………. …

.….….……………….

(Authorized representative)

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 20 of 21

FORM F – 2 (BOQ)

FORM OF SUBMISSION OF FINANCIAL BID

From:

________________________

_________________________

(Name of Bidder)

To

The Chief Executive Officer,

Cantonment Board, Kasauli

Sir:

Providing skilled/semiskilled/unskilled manpower at Cantt Board, Kasauli

We herewith enclose financial bid for the above assignment. We undertake that, in competing

for (and, if award is made to us, in executing) the contract for the above assignment, we will strictly

observe the laws against fraud and corruption in force in India, namely “Prevention of Corruption Act

1988”

Yours faithfully,

Signature:

Name:

Address…………………

….………………………

(Authorized representative)

No: CBK/ESTT 3(Contract)/-38 Dated 05/01/2019

Page 21 of 21

FINANCIAL BID (Cover 2)

SR.

NO.

DESIGNATION MONTHLY

PAYMENT

REQUIREMENT AMOUNT

1. Clerk Rs. 14820/- 03 Rs. 44460 /-

2. Medical Officer MBBS Rs. 26250/- 01 Rs. 26250 /-

3. Dental Doctor (BDS) Rs. 26250/- 01 Rs. 26250 /-

4. Lab Technician Rs. 16700/- 01 Rs. 16700 /-

5. Staff Nurse Rs. 16700/- 01 Rs. 16700 /-

6. Physiotherapist Rs. 16700/- 01 Rs. 16700 /-

7. TGT (NM) & TGT

(Arts)=01 each

Rs. 17500/- 02

Rs. 35000 /-

8. Jr. Engineer Rs. 17900/- 01 Rs. 17900/-

9. Fireman Rs. 12300/- 03 Rs. 36900 /-

10. Barrier Guard Rs. 12300/- 03 Rs. 36900 /-

11. Computer Teacher Rs. 12300/- 01 Rs. 12300/-

12. Nursery Teacher Rs. 12300/- 01 Rs. 12300/-

13. Gym trainer Rs. 12300/- 01 Rs. 12300/-

14. Peon Rs. 10500/- 05 Rs. 52500/-

15. Valveman Rs. 10500/- 02 Rs. 21000 /-

16. Mazdoor Rs. 10500/- 02 Rs. 21000 /-

17. Chowkidar Rs. 10500/- 01 Rs. 10500 /-

18. Safaiwala Rs. 10500/- 14 Rs. 147000 /-

19. Mali Rs. 10500 02 Rs. 21000 /-

Total 46 Rs. 583660/-

Grand Total for one year (583660 x 12) = Rs. 70,03,920 /-

Agency/Contractor’s rate of profit in %age on the accumulative expenditure in Appendix A in figure =

In words =

(SEAL AND SIGNATURE OF BIDDER/CONTRACTOR)