Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Page 1 of 35
MUNICIPAL CORPORATION, GURGAON
TENDER DOCUMENT
Name of Work : Providing /Supplying of skilled, unskilled and semi skilled manpower on
outsourcing service for various works in different offices such as Horticulture, Town
Planning, Sanitation, Library etc. under Municipal Corporation, Gurgaon.
Vishal Bansal
Executive Engineer (S),
for Commissioner,
Municipal Corporation,
Gurgaon.
Email:- [email protected]
M.No. 9650511044
Page 2 of 35
INDEX
Sr. No
Section Description Page No
1 Press notice 03
2 Notice Inviting Tender 05
3 Section-1 Condition for e-tendering 08
4 Section-2 Definitions 12
5 Section-3 Scope of Work 12
6 Section-4 Eligibility Criteria for Tender 13
7 Section-5 Terms and Conditions 14-18
8 Section-6 Penalty Clause 18-19
9 Section-7 General condition 19-20
10 Section-8 Technical Bid 20-22
11 Section-9 Financial bid 23
12 Section-10 DNIT 24
Page 3 of 35
MUNICIPAL CORPORATION GURGAON
Tender/Community Participation Notice
No. EE(S)/MCG/2015/ Dated:
Sealed tenders are invited from eligible registered manpower service providers having all valid
licenses from Labour / Home and other Government Departments and also having ESI / EPF/ PPF,
Service Tax and PAN/TAN No. from the concerned departments of the Government with at least
three years‟ experience for providing skilled & unskilled manpower services for Municipal
Corporation, Gurgaon for a period of one year as per schedule.
Name of work Time Limit
for work
Earnest
Money
Tender Document
Fee
Providing /Supplying of skilled, unskilled
and semi skilled manpower on
outsourcing service for various works in
different offices such as Horticulture,
Town Planning, Sanitation, Library etc.
under Municipal Corporation, Gurgaon.
12 Months Rs. 800000/- Rs. 5000/-
Note:- If a Bidder earlier participated in tender no. 2241 having the same tender name
(Providing /Supplying of skilled, unskilled and semi skilled manpower on outsourcing
service for various works in different offices such as Horticulture, Town Planning, Sanitation,
Library etc. under Municipal Corporation, Gurgaon) has deposited the above mentioned
earnest money then the agency need not to resubmit this earnest money amount.
The valid G-8 receipt amounting to Rs. 8,00,000.00 (Eight Lacs Rupees Only) can
be attached with technical bid as proof.
1. Tender documents can be seen on website: http://mcg.gov.in and downloaded online from
the Portal: http://mcg.etenders.in by the Firms / Individual registered on the Portal.
2. As the Bids are to be submitted online and are required to be encrypted and digitally
signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest.
3. Tender Documents Fees has to be paid online through payment gateway during the
"Downloading of Tender Document & Payment of Tender Document fees" stage and Earnest
Money Deposit has to be submitted through Citizen Facility Center (CFC) in the form of
demand draft in favour of Commissioner Municipal Corporation Gurgaon at Municipal
Corporation Office, Opp. Civil Hospital, Gurgaon(0124-2220154). ). If the bidder fails to
submit the Earnest Money in CFC before due date then the tender will not be
considered in any way and will be treated as cancelled without any intimation.
However, as the details of the EMD are required to be filled at the time of Bid Preparation
and Hash Submission Stage, the Bidders are required to keep the EMD details ready
beforehand and copy of G-8 is mandatory to be submitted with technical bid.
Page 4 of 35
4. Possession of Digital Signature Certificate (DSC) and registration of the contractors on the
portal i.e. http://mcg.etenders.in is a prerequisite for e-tendering.
5. For any query in relation to this tender the bidder may contact the Nodel Officer Sh. Dinesh
Kumar, Account Officer, Municipal Corporation, Gurgaon at their office C-1, GTPL Building,
Sector-34, Gurgaon (M.No. 09818606647).
For further details and e-tendering schedule, visit website http://mcg.etenders.in
Vishal Bansal
Executive Engineer (S)
for Commissioner,
Municipal Corporation,
Gurgaon.
Email:- [email protected]
M.No. 9650511044
Page 5 of 35
MUNICIPAL CORPORATION GURGAON
NOTICE INVITING TENDER
Sealed tenders are invited from eligible registered manpower service providers having all valid
license from Labour / Home and other Government Departments and also having ESI / EPF/ PPF,
Service Tax and PAN/TAN No. from the concerned departments of the Government with at least
three years‟ experience for providing skilled & unskilled manpower services for Municipal
Corporation, Gurgaon for a period of one year as per schedule.
Name of work Time
Limit for
work
Earnest Money Tender
Document Fee
Providing /Supplying of skilled, unskilled and semi
skilled manpower on outsourcing service for
various works in different offices such as
Horticulture, Town Planning, Sanitation, Library etc.
under Municipal Corporation, Gurgaon.
12 Months Rs. 800000/- Rs. 5000/-
Note:- If a Bidder earlier participated in tender no. 2241 having the same tender name
(Providing /Supplying of skilled, unskilled and semi skilled manpower on outsourcing
service for various works in different offices such as Horticulture, Town Planning, Sanitation,
Library etc. under Municipal Corporation, Gurgaon) has deposited the above mentioned
earnest money then the agency need not to resubmit this earnest money amount.
The valid G-8 receipt amounting to Rs. 8,00,000.00 (Eight Lacs Rupees Only) can
be attached with technical bid as proof.
1. Tender documents can be seen on website: http://mcg.gov.in and downloaded online from
the Portal: http://mcg.etenders.in by the contractors/ agencies/individual registered on the
Portal.
2. As the Bids are to be submitted online and are required to be encrypted and digitally signed,
the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For
obtaining Digital Certificate, the Bidders should follow point No. 3 under Section 2
(Conditions of e-tendering).
3. The interested persons should submit the following documents along with his application.
Sales Tax/Vat No VAT Return Last Financial Year
Page 6 of 35
4. Key Dates :-
Sr.
No
.
MCG Stage Contractor Stage
Start
Date and
Time
Expiry Date and
Time
1 Release of
Tender document
15.10.2015
09:00 Hrs.
16.10.2015
15:00 Hrs.
2
-
Downloading of Tender
Documents along- with
Tender fees
16.10.2015
15:01 Hrs.
30.10.2015
17:00 Hrs.
3 -
Online Bid Preparation &
Hash Submission
16.10.2015
15:10 Hrs.
01.11.2015
17:00 Hrs.
4 Technical &
Financial Lock -
01.11.2015
17:01 Hrs.
03.11.2015
16:00 Hrs.
5 -
Re-Encryption of
Online Bids
03.11.2015
16:01 Hrs.
05.11.2015
16:00 Hrs.
6 Open EMD &
Technical/PQ Bid -
05.11.2015
16:01 Hrs.
06.11.2015
16:10 Hrs.
7 Eligibility criteria
evaluation -
06.11.2015
09:00 Hrs.
13.11.2015
16:00 Hrs.
8 Open Financial
Bid
13.11.2015
16:01 Hrs.
16.11.2015
20:00 Hrs.
5. (a) The pre-bid meeting will be held on 24/10/2015 in the office of Joint
Commissioner (HQ), Municipal Corporation, Gurgaon, C-1, GTPL Building, Sector-34,
Gurgaon at 17:00 hours.
(b) The manual submission of documents be made on 05/11/2015 upto 17.00 Hrs in
office of EE(IV)- C-1, Infocity, 2nd Floor, Sector-34, Gurgaon .
(c) For any query in relation to this tender the bidder may contact the Nodel
Officer Sh. Dinesh Kumar, Account Officer, Municipal Corporation, Gurgaon
at their office C-1, GTPL Building, Sector-34, Gurgaon (M.No. 09818606647).
Page 7 of 35
.
6. The Bidders can download the tender documents from the Portal: http://mcg.etenders.in.
Tender Documents Fees has to be paid online through payment gateway during the
"Downloading of Tender Document & Payment of Tender Document fees" stage and Earnest
Money Deposit has to be submitted through Citizen Facility Center (CFC) in the form of
demand draft in favour of Commissioner Municipal Corporation Gurgaon at Municipal
Corporation Office, Opp. Civil Hospital, Gurgaon(0124-2220154). However, as the details of
the EMD are required to be filled at the time of Bid Preparation and Hash Submission stage,
the Bidders are required to keep the EMD details ready beforehand. The tender shall be
submitted by the bidder in the following three separate envelops online:
i. Earnest Money in shape of Envelope 'ED'
ii. All the documents in support of eligibility criteria and Technical Bid containing all
information & documents as defined hereinafter in - Envelope 'T I'
iii. Price Bid prescribed on the format in - Envelope 'C I'
iv. The envelopes 'ED' & 'TI' shall be kept in a big outer envelope, which shall also be
sealed. In the first instance, the Envelop - 'ED' of all the Bidders containing the Earnest
Money and TI containing the document in support of eligibility criteria and Technical Bid
shall be opened in the presence of such bidders who either themselves or through their
representatives choose to be present. After that the financial bid will be opened as per
schedule
v. The bidder will submit the necessary documents as under.
The bidder will submit the necessary documents as under.
Envelope 'ED' - Earnest Money Deposit Envelope
Online EMD Envelope-Reference details as well as scanned copy of the Earnest Money Deposit
instrument and scanned copy of documents.
Envelope 'TI' - Eligibility criteria and Technical Bid Envelope
Online Technical Envelope - All the information and scanned copies of the Documents / Certificates
as required to be submitted supporting eligibility criteria and technical bid as per the Tender. Also,
all such documents, if any, that cannot be submitted online i.e. all the Information and Documents
/ Certificates as required to be submitted in physical technical envelope as per the schedule given
at Sr. No. 6.
Envelope 'CI' - Price Bid Envelope
To be submitted mandatory online- "Information related to Price Bid of the Tender".
Physical Financial Envelope "CI" shall be submitted clearly marking "Blank".
The bidder can submit their tender documents as per the dates mentioned in the schedule above.
CONDITONS:-
a. Application for tender documents must accompany with an attested copy of registration
certificate of the contractor at the time of submission of tender. The successful bidder if not
enlisted with MCG will get the enlistment done with MCG within one month.
b. The tender without earnest money will not be opened.
c. The jurisdiction of court will be at Gurgaon.
d. The tender of the bidder who does not satisfy the eligibility criteria in the bid documents is
liable to be rejected summarily without assigning any reason and no claim whatsoever on
this account will not be considered.
Page 8 of 35
e. The bid for the work shall remain open for acceptance during the bid validity period to be
reckoned from the date of "Online Bid preparation and Hash submission". If any bidder
withdraws his bid before the said period, any modifications in the terms and conditions of
the bid, the said earnest money shall stand forfeited. Bids would require to be valid for 3
months from the date of closing of online "Bid preparation and Hash submission stage".
Vishal Bansal
Executive Engineer (S),
for Commissioner,
Municipal Corporation,
Gurgaon.
Email:- [email protected]
M.No. 9650511044
Endst. No. EE(S)/MCG/2015/ Dated :
A copy of above is forwarded to the following for information and wide publicity:
1. Mayor/Sr. Deputy Mayor/Deputy Mayor, Municipal Corporation, Gurgaon
2. Commissioner, Municipal Corporation Gurgaon.
3. Deputy Commissioner, Gurgaon.
4. Chief Engineer, Municipal Corporation Gurgaon.
5. Joint Commissioner-1,2,3 & 4, Municipal Corporation Gurgaon
6. Superintending Engineer, P.W.D. (B&R) Circle, Gurgaon.
7. Superintending Engineer, Public Health Engineering Circle, Gurgaon.
8. Superintending Engineer, Circle No. 1 & 2, HUDA, Gurgaon.
9. Chief Account Officer, Municipal Corporation Gurgaon.
10. Executive Engineer, Marketing Board, Gurgaon.
11. Dy. Director (Audit), Municipal Corporation Gurgaon.
12. Assistant Register, Cooperative Societies, Gurgaon.
13. Manager, Gurgaon Distt. Co-op. L/C Federation Ltd. 209/3 Gopal Nagar, Gurgaon.
14. Notice Board, Municipal Corporation Gurgaon.
15. CFC, Municipal Corporation Gurgaon for publication on net.
16. All Contractors.
Vishal Bansal
Executive Engineer (S),
for Commissioner,
Municipal Corporation,
Gurgaon.
Email:- [email protected]
M.No. 9650511044
Page 9 of 35
SECTION-1
CONDITIONS OF E-TENDERING
1.1 These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
1.2 All the contractors/ agencies/individual intending to participate in the tenders
processed online, are required to get registered for the Electronic Tendering System on
the Portal http://mcg.etenders.in
For more details, please see the information in Registration info link on the home page.
1.3 Obtaining a Digital Certificate
1.3.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. A digital signature
certificate has two keys i.e. Public Key and Private Key. Public Key is used to encrypt the
data and Private Key is used to decrypt the data. Encryption means conversion of normal
text into coded language whereas decryption means conversion of coded language into
normal text. These Digital Certificates are issued by an approved certifying authority, by
the controller of Certifying Authorities, Government of India.
1.3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification
letters attested by the Notary Public / Chartered Accountant / Any Gazetted Officer whose
stamp bears emblem of Ashoka. Only upon the receipt of the required documents, a digital
certificate can be issued.
1.3.3 The contractors/ agencies/individual may obtain Class II B digital certificate from any
Certifying Authority or Sub- certifying Authority authorized by the Controller of Certifying
Authorities on the portal http://cca.gov.in. or may obtain information and application
format and documents required for issue of digital certificate from one such certifying
authority on given below which is :-
1. TATA Consultancy Services Ltd.
11th Floor, Air India Building, Nariman Point, Mumbai-400021 website -www.tcs-
ca.tcs.co.in
2. Sify Communications Ltd.
III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113.
Website - www.safescrypt.com
3. MTNL Trustline CA
O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar Doorsanchal Sadan, CGO
Comples, MTNL, Delhi-125003.
Website - www.mtnltrustline.com
4. iTrust CA (IDRBT)
Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra Pardesh -500057.
Website - idrbtca.org.in
5. (n)Code solutions
301,GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat. Website-
www.ncodesolutions.com
Page 10 of 35
6. National Informatics Centre Ministry of Communication and Information
Technology
A-Block CGO Complex, Lodhi Road,
New Delhi-125003. Website https://nicca.nic.in
7. e-Mudhra CA
3i Info-tech Consumer Services Ltd
3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli, Bangalore560036,
Karnataka
Website - http://www.e-Mudhra.com
Contractors/ agencies/individual may also obtain information and application
format and documents required for issue of digital certificate from the following:-
8 Nextenders (India) Pvt. Ltd.
O/O Additional Chief Engineer, HUDA, Sector 40, M- Block South City –I, Gurgaon.
Contact persons : Sh. Rajit Garg – 09650482332
9. Nextenders (India) Pvt. Ltd.
YUCHIT, Juhu Tara Road, Mumbai-400049 [email protected]
10. Nextenders (India) Pvt. Ltd.
O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151
Contact Person: Manmit – 09815034028 Rishi – 09878012160
1.3.4 Bid for a particular tender may be submitted only using the digital certificate, which is
used to encrypt the data and sign the hash during the stage of bid preparation and hash
submission. In case, during the process of a particular tender, the user loses his digital
certificate (i.e. due to virus attack, hardware problem, operating system problem), he
may not be able to submit the bid online. Hence, the users are advised to have back up
of certificate and keep the copies at safe place under proper security to be used in case
of emergencies.
1.3.5 In case of online tendering, if the digital certificate issued to the authorized user of a
firm is used for signing and submitting a bid, it will be considered equivalent to a no-
objection certificate/power of attorney to that User. The firm has to authorize a specific
individual via an authorization certificate signed by all partners to use the digital
certificate as per Indian Information Technology Act 2000. Unless the certificates are
revoked, it will be assumed to represent adequate authority of the user to bid on behalf
of the firm for Municipal Corporation Gurgaon, Haryana tenders as per Information
Technology Act 2000. The digital signature of this authorized user will be binding on the
firm. It shall be the responsibility of management / partners of the registered firms to
inform the certifying authority or Sub Certifying Authority, in case of change of
authorized user and applies for a fresh digital certificate and issues an 'authorization
certificate' for the new user. The procedure for application of a digital certificate will
remain the same for the new user.
1.3.6 The same procedure holds true for the authorized users in a private/Public limited
Page 11 of 35
company. In this case, the authorization certificate will have to be signed by the directors of
the company.
1.4 Set up of machine
In order to operate on the electronic tender management system, a user's machine is
required to be set up. A help file on setting up of the system can be obtained from
NexTenders (India) Pvt. Ltd. or downloaded from the home page of the website -
http://mcg.etenders.in.>> "Information for new users".
1.5 Online Viewing of Notice Inviting Tenders:
The contractors/ agencies/individual can view the N.I.T and the time schedule (Key
Dates) for all the packages floated using the e lect ron i c tendering system on the
Haryana MCG websi te http://mcg.etenders.in. Contractors/ agencies/individual may
refer to NIT in the office of Executive Engineer, Municipal Corporation, Gurgaon, C-1, GTPL
Building, Sector-34, Gurgaon.
1.6 Opening of an Electronic Payment Account:
1.6.1 For purchasing the tender documents online, contractors/ agencies/ individual are required
to pay the tender documents fees online using the electronic payments gateway service as
mentioned at S. No.8.
1.6.2 For the list of payments using which the online payments can be made, please refer to the
Home page of the Portal http://mcg.etenders.in
1.7 Submission of Earnest Money Deposit:
1.7.1 Earnest Money Deposit has to be submitted through Citizen Facility Center (CFC) in the
form of demand draft in favour of Commissioner Municipal Corporation Gurgaon at Municipal
Corporation Office, Opp. Civil Hospital, Gurgaon(0124-2220154). However, as the details of
the EMD are required to be filled at the time of Bid Preparation and Hash Submission stage,
the Bidders are required to keep the EMD details ready beforehand.
1.8 Submission of Tender Document Fees:
1.8 The Payment can be made by eligible contractors/ agencies/individual online directly via
Credit Card / Internet Banking Account / Cash Card / Debit card. The contractors/
agencies/individual have to pay for the tender documents online by making online
payment of tender document fees using the service of the secure electronic payment
gateway. The secure electronic payments gateway is an online interface between
contractors and credit card / online payment authorization networks.
1.9 Purchase of Tender Documents:
Download of Tender Documents: The tender documents can only be downloaded from the
Electronic Tendering System on the Portal http://mcg.etenders.in
1.10 Submission of Bid Seal (Hash) of online Bids:
Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as
stated in the tender time schedule (Key Dates) of the Tender. Bidders should take note of
any corrigendum being issued on the website on a regular basis. They should view and
note down the tender Hash and ensure that it matches with their previous noted Hash
before confirming the rates.
1.11 Generation of Super Hash:
After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid round will
Page 12 of 35
be closed and a digitally signed tender Super Hash will be generated by authorized Haryana
MCG official. This is equivalent to sealing the tender box.
1.12 Submission (Re-encryption) of actual online bids:
Bidders have to submit their encrypted bids online and upload the relevant documents for
which they generated the hash at the stage of hash generation and submission after the
generation of Super Hash within the date and time as stated in the Notice Inviting Tenders
(Key Dates). The electronic bids of only those contactors who have submitted their bid seals
(Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will be
accepted by the System. A bidder who does not submit his bid seal (Hash) within the
stipulated time will not be allowed to submit his bid.
1.13 Key Dates:
1.13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice Inviting
Tender.
The date and time will be binding on all the bidders. The bidders are required to complete
the stage within the stipulated time as per the schedule to continue their participation in
the tender. All online activities are time tracked and the system enforces time locks that
ensure that no activity or transaction can take place outside the start and end dates and
time of the stage as defined in the Notice Inviting Tender. The bidder should check the
status of a particular stage by following the below mentioned procedure:-
a. Click on "Main" after login into the portal.
b. Select "Tender Search" and click on "Go"
c. Next screen will appear on the screen and click on "Search" button to view the list of
various tenders.
d. Select the tender whose status is to be viewed by clicking on the tender no.
e. Click on “Action page” button. The status of all the stages i.e. whether "Pending" or
"Completed" can be viewed.
The bidder should ensure that the status of a particular stage should be shown as
"Completed" before the expiry date and time of that particular stage and he should possess
a copy of receipt of completion of each stage to be performed from his end. It will be the
sole responsibility of the bidder if the status of a particular stage is "Pending" till the expiry
date and time of that stage and he is not able to proceed further in the e-tendering process.
1.14 OTHER INFORMATION:
1.14.1 The intending bidders shall fill the lump sum rate in the online templates of the online
tender. The Price Bid has to be submitted mandatory online.
1.14.2 Technical Bid Documents except EMD that cannot be submitted online, if any should
be put in separate sealed envelopes and these sealed envelopes together with the
documents listed below should be sealed in another cover and delivered to this office
before the date and time mentioned in the Tender/Community Participation Notice.
i. A list of all documents accompanying the sealed envelopes containing the tender documents.
ii. Duly accepted power of Attorney in original along with its two certified copies in the name of
bidder or authorized representative to act on behalf of the agency.
iii. Documents in respect of payment of earnest money.
1.14.3 Tender must strictly abide by the stipulations set forth in notice inviting tender & while
Page 13 of 35
tendering for the work, the bidder shall adopt only the three envelope system.
1.14.4 The third envelop - Price Bid envelope has to be submitted mandatory online and shall not
be accepted physically under any circumstances. In case any bidder does not comply with
procedure given above, it will be presumed that he is not interested in the work and the
work shall not be let out to him. Further he may be de-listed without further notice to
him for failing to abide by the strictly approved terms of notice inviting tender for this
work.
1.14.5 The tenders which are not accompanied by the earnest money or proof of earnest
money or do not strictly follow the technical requirement, are liable to be rejected
summarily.
1.14.6 Tenders / quotations which are dependent upon the quotations of another bidder shall be
summarily rejected.
1.14.7 The tenders of the bidders who does not satisfy the qualification in the bid documents are liable
to be rejected summarily without assigning any reason and no claim what so ever on their
account will be considered.
Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature
Certificate before bidding in the specific work floated online at e-tendering portal of
Municipal Corporation Gurgaon , Haryana on the website http://mcg.etenders.in. Also,
the bidder will be held liable solely, in case, while bidding in particular stage - Date &
Time expired as per the key dates available on the tender document. Key dates are
subject to change in case of any amendment in schedule due to any reason but the
same will be intimated via Corrigendum on website.
SECTION-2
Definitions
2.1 “Corporation” means Municipal Corporation Gurgaon 2.2 “MCG” means Municipal Corporation Gurgaon 2.3 “Work” means the complete work as mentioned in scope of work with details to be
performed by the Agency pursuant to the Contract. 2.4 “Agency” means any eligible entity which submits a Proposal and which upon selection,
would provide Services to the Employer under the Contract.
2.5 “Contract” means the contract signed by and between Employer and the Agency and all its attached documents.
2.6 “Day” means calendar day. 2.7 “Employer” means the Commissioner, Municipal Corporation Gurgaon, Haryana or his
authorized representative. 2.8 “Government” means the Government of Haryana . 2.9 “Personnel” means professionals and support staff provided by the Agency and assigned to
perform the Services or any part thereof. 2.10 “Proposal” means the Technical Proposal and the Financial Proposal, considered together. 2.11 “Terms of Reference” (TOR) means the document for work which explains the objectives,
scope of work, activities, tasks to be performed by the Agency and the deliverables of the Assignment/job.
Page 14 of 35
SECTION-3 SCOPE OF WORK
Commissioner, Municipal Corporation, Gurgaon requires the services of reputed, well established
and financially sound Manpower service provider for providing manpower to perform jobs assigned
to outsource staff for works as specified in
Annexure - A.
1. MCG has tentative (initial) requirement of the number of persons, category/group wise as
given below:
Group Category/Description of Services Approximate
number
1. Providing /Supplying of skilled, unskilled and semi skilled manpower on
outsourcing service for various works in different offices such as
Horticulture, Town Planning, Sanitation, Library etc. under Municipal
Corporation, Gurgaon.
326
TOTAL 326
However, above number may be subject to change depending on actual requirement. The job
description of the categories of the persons to be deployed are given at
Annexure-A.
2. The contract will likely to commence after allotment as per work order and would continue for a
period of one year. The period of the contract may be further extended after the completion of
contract, provided the requirement of the MCG for augmenting its present manpower persists
at that time or may be curtailed / terminated before the contract period owing to deficiency in
service or substandard quality of manpower deployed by the selected bidder or cessation of the
requirement of work.
SECTION 4
ELIGIBILITY CRITERIA
1. The bidder firm shall be an incorporated entity/Professional Manpower servicer provider
registered with competent authority of state/central government and in existence for a
minimum period of 3 years. The Agency shall submit documentary evidence regarding their
incorporation/existence.
2. Only those bidders with a minimum annual turnover of Rs. 5 Crore each of last three years
from similar services shall be eligible to participate in the bidding process. The company should
have earned profit during the last three years. The work order, payment details and a
certificate from a Chartered Accountant in this regard shall be submitted with the technical bid.
3. The Service Provider should have a valid license from the competent licensing authority under
the provisions of Contract Labour (Regulation and Abolition) Act, 1970 and Contract Labour
(Regulation and Abolition) Central Rules, 1971 and have office in the Gurgaon district.
4. The Bidder must be ISO 9001:2008 certified company.
Page 15 of 35
5. The bidder should have experience of completion of similar works in any of the
Departments/Government/Autonomous Institutions/Universities/PSUs of Govt. of India/State
Govt./Municipalities/Reputed private company as given below:-
(i) Three similar completed works costing not less than Rs 2.0 Crore and service of at
least 100 skilled and unskilled manpower per work in last five years.
OR
(ii) Two similar completed works or costing not less than Rs.3.00 Crore and service of at
least 200 skilled and unskilled manpower per work in last five years.
OR
(iii) One similar completed work of costing not less than Rs.4.50 Crore and service of at
least 300 skilled and unskilled manpower in last five years.
A satisfaction completion certificate for a period as above applicable from the concerned
department must be submitted with the technical bid. The tender will be rejected
straightway if the documents are not uploaded at time of filling tenders & if not
possible due to some reason then at the time of submission of documents physically
as per the schedule.
6. The service provider must be registered under ESI, EPF Act and Shops & Establishments Act.
Copy of registration papers along with code numbers allotted to the service provider must be
provided with technical bid.
7. The service provider must have valid service tax registration number and documentary evidence
must be provided with technical bid.
8. The PAN/TAN No. of the service provider must be indicated and documentary evidence of this
must be provided with technical bid.
9. The service provider must submit balance sheet and Income Tax returns for the last three
financial years (2012-13, 2013-14 & provisional balance sheet along with chartered accountant
certificate for 2014-15) duly attested from Chartered Accountant with technical bid.
10. The Service provider should have adequate facilities (infrastructure, qualified and expert
manpower) for testing/screening of personnel to ensure that they conform to the given
standards of knowledge/skill and experience before deployment. This aspect is also subject to
evaluation/verification by MCG at any stage. (this will be given weightage).
11. The provision of training facilities/up-gradation of skills of the persons deployed by the service
provider, if any (this will be given weightage).
12. The bidder should not have been debarred/ blacklisted by any Central/State Government
Organisation/ any PSUs/Municipal Corporation or any other Government Organisation. The
Bidder shall submit an affidavit stating that the service provider is not / has not been debarred
/black listed by Central/State Government Organisation/ any PSUs/Municipal Corporation or any
other Government Organisation.
13. All documents to be submitted by the service provider should be duly attested by a Class-I
Gazetted Officer/Notary in case these are the copies of the original documents. No un-attested
documents will be entertained.
14. The right to reject any or all bids rests with the Commissioner MCG without assigning any reason.
Non-compliance with any of the above conditions by the company/firm will
amount to non-eligibility for the service for which tender has been floated and its
tender will be summarily rejected.
Page 16 of 35
15. BIDDING PROCESS:
The tender should be submitted as per the scheduled given.
A. PROCEDURE FOR SUBMISSION OF BIDS:
a) Technical Bid in one sealed cover (marked „X‟- Technical Bid) along with earnest money on
prescribed form enclosed in the bidding document. All the relevant document should be
attached along with technical bid. (all pages should have page Nos. with proper Index)
b) Technical Bids will be opened on the prescribed date and time. However, the Financial Bids of
the Technically Qualified bidders shall only be opened after they qualify the technical bid.
c) The cover thus prepared should also indicate clearly the name and address of the bidder along
with Contact Numbers such as Landline or Mobile phone numbers with e-mail details to enable
the Bid to be returned unopened in case it is declared “Late”.
d) Conditional tenders and tenders with deviations shall be summarily rejected.
B. DETAILS OF REQUIRED STAFF WITH QUALIFICATION:-
I) Qualification of required staff as prescribed by
Government/MCG.
SECTION 5
BID EVALUATIONS
MCG will constitute a Tender Evaluation committee (TEC) for selection of the manpower service
provider which will carry out the evaluation process. The Chief Account Officer, Account
Officer (concerned), Section Officer (concerned), will be member of TEC and will carry out the
evaluation process. A minimum of 75% score (out of 100) will be necessary for qualifying in
technical bid evaluation and financial bids of only those bidders would be opened who score this
minimum score in technical evaluation.
The Tender evaluation committee will carry out a detailed evaluation of the bids in order to
determine whether the bidders are qualified and whether the technical aspects are substantially
responsive to the requirements set forth in the bidding documents. In order to reach such a
determination, the evaluation committee will examine the information supplied by the Bidders
and other requirements in the bidding documents, taking into account the criterion mentioned
in.
Page 17 of 35
5.1 Tender Document Evaluation procedures shall consist of marking system. Marks shall
be allotted on the following basis:
SI Evaluation Criteria Maximum Marks
5.1 Specific Experience of providing similar
manpower by the Firm/Agency to
government/or reputed organisation
50 Marks
5.2 Adequacy of proposed methodology and Work
plan in response to the terms of reference
20 Marks
5.3 List of Clients 10 Marks
5.4 Financial Capability of Firm/ Agency 20 Marks
Total 100 Marks
Criteria, Sub-criteria and point system for evaluation to be followed under this
procedure are as under:
1.
No
. Item
Maximum
Marks
5.1.1 Bidder‟s experience & existence Below 3 years Disqualified
3 to 5 years 5
Above 5 years 10
5.1.2
.
Bidder‟s experience of completion of similar works of
outsourcing in any of the Departments/Govt. of
India/Autonomous Institutions/Universities/PSUs of Govt.
of India/State Govt./Municipalities/ Reputed private
company having turnover of 500 crore annually
1 Project 4
2 Project 10
Page 18 of 35
during the last 3 years as follows;
(i) Three similar completed works costing not less than
Rs.2.0 Crore and service of at least 100 skilled and
unskilled manpower per work (Note: for evaluation
purpose these three assignment would consider as
one project) or
(ii) Two similar completed works of costing not less than
Rs.3.00 Crore and service of at least 200 skilled and
unskilled manpower per work (Note: for evaluation
purpose these two assignment would consider as
one project) or
(iii) One similar completed work of costing not less
than Rs.4.50 Crore and service of at least 300
skilled and unskilled manpower.
3 & more project
20
5.1.3 Bidder‟s facilities (infrastructure, qualified and
expert manpower) for testing/screening of
personnel to ensure that they conform to the
given standards of knowledge/skill and experience
before deployment.
5 qualified and
expert manpower
in board of director
or decision making
authority
3
10 qualified and
expert manpower
in board of director
or decision making
authority
5
More than 10 8
Adequate Office
space in Gurgaon. 2
5.1.4 Bidder's infrastructure in form of training
facilities/up- gradation of skills/ safety of the
persons deployed by the service provider.
Tie-Up with training
institute or in house
infrastructure
5
Panel of Trainer
with their details
bio-data
5
Maximum Marks for Section 5.1 = 50
5.2 Details Approach & Methodology to
understanding and completion of said
assignment.(Along with presentation, if
desired by CMC, GGN.)
Maximum Marks for Section 5.2 = 20
A Detailed approach for
project
5
B Detailed Methodology
Methodology
5
C
Response to handle crisis
5
D Presentation 5
5.3 Successfully completion of Outsourcing
work for providing similar staff to
government organisation or Reputed
private company having staff capacity
1 such client
1
2 such client 2
Page 19 of 35
(outsourcing and regular) more than
500 and having turnover or budget of
more than 500 crore. (Please provide
complete details of such organisation
along with name and address and
details of service provided with work
order
Maximum Marks for Section
5.3=10
3 such client 3
5 such client 5
More than 5 such client
10
5.4 Financial Capacity of the Bidder
Maximum Marks for Section 5.4=20
A.
Annual Turnover
of previous year is
more than 3 crore
5
B.
Annual Turnover
of previous year is
more than 5 crore
10
C.
Annual Turnover
of previous year is
more than 10 crore
15
D.
Net profit
(Rs.25/-lacs) &
above
5
Total Maximum Marks for Section 5.1 + 5.2+5.3+5.4 = 100
The TEC shall evaluate the Technical Proposals on the basis of their responsiveness to the
eligibility criteria as set forth in tender document and by applying the evaluation criteria and
sub-criteria specified at para 5.1 above. Wherever felt necessary, TEC would call for
clarification from the bidder on technical aspects of the bid. Evaluation of the technical
proposal will start first and at this stage the financial bids (proposals) will remain unopened.
Only those Participating Bidder who obtain a total score of 75 (on a maximum of 100) or
more on the basis of criteria for evaluation given above would be declared technically
qualified.
5.2 Evaluation of Bid :
1. The bidders who qualify and get minimum score of 75 of eligibility criteria will declared
as technical qualified and only be considered for evaluation of Financial Bid.
2. Financial proposals of only those firms which are declared technically qualified shall be
opened publicly, on the date & time specified on the Data sheet, in the presence of the
Manpower service providers’ representatives who choose to attend.
3. The proposal with the lowest financial bid will be considered for award of work, subject
to fulfillment of other terms and conditions of this RFP.
4. If more than one bidder happen to quote same lowest price, the bidder having maximum
marks in in proposed methodology and work plan (Out of 20 marks as prescribed in table
5.1 at point no-2 of Bid evaluation) would be declared as successful bidder.
For example:
Name of
Bidder
Financial
Quotation
Marks in Approach &
Methodology Section ( Out of
Remarks
Page 20 of 35
20 Marks )
Bidder-A 100 18 L2
Bidder-B 105 20 L3
Bidder-C 100 19 L1 and
Successful
bidder
Bidder-D 110 20 L4
5. Further, if two or more bidder having equal marks in proposed methodology and work
plan, Commissioner MCG reserves the right to decide the criteria and further process for
awarding the contract, decision of Commissioner MCG(CMCG) shall be final for
awarding the contract.
For example:
Name of
Bidder
Financial
Quotation
Marks in Approach &
Methodology Section ( Out of
20 Marks )
Remarks
Bidder-A 100 19 L1, As
CMCG
award the
contract on
basis of
presentation
or any other
criteria.
Bidder-B 105 20
Bidder-C 100 19
Bidder-D 110 20
Bidder A and Bidder C having equal marks in approach and methodology hence
Commissioner MCG reserves the right to decide the criteria and further process for
awarding the contract. Decision of Commissioner MCG would be final and binding on all
bidders.
6. The right to reject any or all bids rests with the Commissioner MCG without assigning
any reason
5.3 BIDDING PROCESS:
The tender should be submitted as per the scheduled given. A. PROCEDURE FOR SUBMISSION OF BIDS:
a) Technical Bid in one sealed cover (marked „X‟- Technical Bid) along with earnest
money on prescribed form enclosed in the bidding document. All the relevant
Page 21 of 35
document should be attached along with technical bid. (all pages should have page
Nos. with proper Index)
b) Technical Bids will be opened on the prescribed date and time. However, the
Financial Bids of the Technically Qualified bidders shall only be opened after they
qualify the technical bid.
c) The cover thus prepared should also indicate clearly the name and address of the bidder
along with Contact Numbers such as Landline or Mobile phone numbers with e-mail
details to enable the Bid to be returned unopened in case it is declared “Late”.
d) Conditional tenders and tenders with deviations shall be summarily rejected.
B. DETAILS OF REQUIRED STAFF WITH QUALIFICATION:-
Qualification of required staff as prescribed by Government/MC
SECTION 6
TERMS & CONDITIONS
1. The complete Tender Document with scope of work and terms & conditions can be downloaded
from the website of this Corporation i.e. www.mcg.gov.in as per schedule.
2. The offer not accompanied with Earnest Money in shape of Demand Draft duly placed in favour
of the Commissioner, Municipal Corporation, Gurgaon and Tender form/Fee will be rejected
straight way. The successful tenderer can claim this earnest money after a period of three
months of completion of project without interest.
3. Bank Guarantee equivalent to one month salary of total staff required within fifteen days of
allotment of tender with agreement. Tender form‟s Terms & Conditions should be mentioned on
these bank guarantee. The bank guarantee should be valid for one year.
4. The quoted rates shall not be less than DC Rate as applicable for the period 2014-15 as per
orders of Deputy Commissioner, Gurgaon vide Endst. No. 86-185 dated 27.05.2014 for Gurgaon
District plus ESI + EPF + all other statutory liabilities plus minimum 5% service charge. Rate of
any bid found to be less than the above rate shall be summarily rejected.
5. The service provider shall appoint one manager having minimum qualification of MBA with
specialization of Human Resource and atleast 3 years experience of management, deployment,
providing substitute of the absentee, completion of service record i.e. deposit of ESI, EPF etc.
The manager shall exclusively control/manage the manpower provided by the service provider.
No extra remuneration shall be paid for these managers, to the service provider by MCG.
6. All Government taxes including Income Tax will be deducted at source in all cases of payment of
Tender as per rule from time to time.
7. In case of any increase in wages of employees at any stage , even than the service
charges will be paid to Successful Bidder on the basis of D.C. Rates fixid for the period
2014-15.
8. As per instruction of Chief Secretary Govt. of Haryana vide memo no. 48/5/2001-3GS-II dated
20.02.2014. The procedure of making payment will be followed of EPF/ESI/Wages/Service Tax/
Premium/etc.
(i) Separate ESCROW accounts be got opened by all workers.
Page 22 of 35
(ii) Deposit of ESI and PF should be validated only if the dossier of workers and their account
numbers is provided as per the performa circulated by the State Government
Department/Corporation/Board/Public undertaking as to verify the respective deposits. No
bill of the contractor should be paid unless he has provided a copy of such dossier of details
of payments.
PAYMENT OF SERVICE TAX:-
(i) In case amount excess Rs. 10 lac per annum-
Contractor is depositing the service tax through net banking/e-payment from their current
account and get it re-imbrused from the concerned department/Board/Corporation/Public
undertaking, as the deposit of service tax through e-payment of more than Rs. 10 lacs per
annum is mandatory.
(ii) In case account remains less than Rs. 10 lac per annum-
Demand Draft is being issued office –wise through ESCROW account for the service tax to
service tax department.
PAYMENT OF ESI:-
Single challan will be generated by the contractor is respect of all the persons supplied by
him to various organization in a month as separate challan is not possible in case of ESI.
PAYMENT OF EPF:-
(i) The contractor will submit the generated challan alongwith the bills for verification by the
concerned office.
(ii) The concerned office will verify the details as per record before processing the bill for making
advance payment to the engaged Contractor.
(iii) Payment will be made office-wise through ESCROW account for the EPF payment to the EPF
department.
PAYMENT OF WAGES:-
(i) The contractor will submit the details of each and every workers indication the wages, EPF
and ESI nos. etc. as per the Performa issued by the State Government vide letter dated
12.01.2011.
(ii) The concerned office will verify the details as per the record before making advance
payment to the engaged Contractor.
(iii) Thereafter, the cheque will be issued in favour of the contractor by the division office
indicating the ESCROW account for depositing in the ESCROW account for making payment
of wages to the workers through their saving accounts.
(iv) If a Successful bidder offer‟s services at zero margin, should not be given the contractor.
(v) The provident fund is to be deducted @ 12% and the employers contribution is 13.61%,
similarly ESI deduction from wages is @ 1.75% and employer contribution is @ 4.75%.
9. The successful bidder will pay the wages to all the employees engaged by him and deposit ESI,
EPF etc. charges of every employee as per rules upto the 5th of every succeeded month. Only
after the above payment the bill will be reimbursed after checking the receipts provided by
successful bidder for that particular month.
Page 23 of 35
10. The initial period of contract for the work shall be one year from the date of award and which is
extendable by Commissioner, Municipal Corporation, Gurgaon on satisfactory performance of
the work of the service provider. In case work is found unsatisfactory during the contract
period, then the contract shall be terminated with forfeiting of security deposited with MCG.
The contract can, however, be terminated by the Commissioner, MCG at any time by giving 15
days notice in case the quality of the services is found unsatisfactory or for such other reason,
as Court orders, Government policy or any other reason which is to the satisfaction of the
Commissioner, MCG is sufficient to terminate the contract.
11. The service provider shall provide any number of extra persons as desired by the Municipal
Corporation, Gurgaon office during the period under this agreement at the rates already agreed
to in the contract.
12. Sub-letting of contract directly or indirectly is not permissible which shall result in pre-mature
termination of contract and imposition of any penalty decided by Commissioner, MCG including
forfeiting of entire security. Sub-letting in any way would tantamount to forgery and criminal
liability against the service provider can be fixed as per law.
13. In case of any material violation of any of the terms and conditions by the Service Provider, the
Commissioner reserves its right to unilaterally terminate the contract. In case of any dispute,
the decision of the Commissioner will be final and binding.
14. The salary /remuneration shall be disbursed through Bank Accounts only.
15. In case of revision in minimum wages, in writing, by Government of Haryana/Ministry of Labour
and Employment, Government of India, the corresponding revised rates shall be payable by the
MCG after the approval of Competent Authority in the MCG.
16. The payment will only be made after the payment of salary EPF, ESI, Service tax etc. by the
service provider to the employees /department. He will submit the copies of bank advice and
EPF/ESI, service tax challans and after submission of these documents is payment will be
processed and paid. No payment shall be made without submission of above documents.
17. It shall be the responsibility of the service provider to fulfil all legal/contractual obligations
towards the employees such as P.F. deduction, ESI contribution etc. as applicable.
18. The service provider shall ensure that all his workers deployed in Municipal Corporation,
Gurgaon office are covered under the requisite ESI Scheme under the prescribed Act and in
case of any accident to staff while working it shall be the sole responsibility of the service
provider on this account whatsoever.
19. MCG shall not bear any other expenses payable to the employee of the service provider such as
CPF contribution; to and fro transport charges from residence medical expenses etc.
20. The service provider undertakes to comply with the applicable provisions of all welfare
legislations and more particularly with the Contract Labour (Regulation and Abolition) Act, 1970,
if applicable, for carrying out the purpose of this agreement. The Services Provider shall further
observe and comply with all Government laws concerning employment of staff employed by the
Services Provider and shall duly pay all sums of money, to such staff as may be required to be
paid under such laws. It is expressly understood that the Service Provider is fully responsible to
ascertain and understand the applicability of various Acts, and take necessary action to comply
with the requirement of law.
21. The Service Provider shall be obliged and solely responsible to comply with all statutory
requirements in respect of the manpower engaged by him and MCG shall not be a party to any
dispute arising out of such deployment by the contractor.
22. The Service Provider before selecting the manpower will satisfy himself about the character and
integrity of the persons proposed to be provided to the Corporation. The Service Provider shall
obtain a character certificate in respect of every such person from the school/college last
attended by such person or a character certificate from a Gazetted Officer and a copy of such
Page 24 of 35
certificate should be made available to the MCG at the time of deployment. The persons
deployed by the Agency should not have any Police record/criminal cases against them and they
should be deployed after police verification. The agency should make adequate enquiries about
the character and antecedents of the persons whom they are recommending. The character
verifications of the personnel are sole responsibility of bidder.
23. The Service Provider shall be responsible for all acts of commission and omission on the part of
the manpower engaged for the purpose. The Commission shall not be responsible in any
manner, whatsoever, in matters of injury/death/health etc. of the Service Provider‟s employees
performing duties under the contract.
24. If service provider fails to discharge the obligation of tender so awarded part or in full or on the
grounds of quality of staff, the Municipal Corporation, Gurgaon has the right to impose
appropriate cut or terminate the contract and to place the order to other service provider even
at higher rate at the risk and cost of service provider and the Municipal Corporation, Gurgaon
shall have the right to forfeit the security money or to take any legal action against defaulter
service provider.
25. The Service Provider‟s personnel shall not divulge or disclose to any person, any details of
office, operational process, technical know-how, security arrangements and
administrative/organizational matters as all are of confidential/secret nature as this will be
considered as criminal breach of trust.
26. The Service Provider‟s personnel shall not have any right to claim any
benefit/compensation/absorption/regularization of services with the MCG under the provision of
Contract Labour (Regulation & Abolition) Act, 1970 or any other Act. Undertaking from the
person to this effect will be required to be submitted by the Service Provider to this office.
27. All disputes are subject to Gurgaon jurisdiction. Every dispute, difference or questions which
may at any time arise between the parties hereto or to any other person claiming under them
touching or arising out in respect of this agreement, or the subject matter thereof shall be
referred to the Sole Arbitration of the authorised representative of Commissioner, Municipal
Corporation, Gurgaon whose decision shall be final and binding on the parties. His decision will
not be open to be challenged before any Court of law.
28. For all intents and purposes, the service providing Company/firm shall be the “Employer” within
the meaning of different Labour Legislations in respect of manpower so employed and deployed
in the MCG. The persons deployed by the Company in MCG shall not have claims of any
Employer and Employee relationship nor have any principal and agent relationship with or
against MCG.
29. The service provider shall supply an Indemnity Bond on Non-Judicial Stamp Paper that in case
of any mishap he shall be responsible for the payment of all types of compensation to the staff
as per provision and various Acts such as workman compensation Act etc. and the Municipal
Corporation, Gurgaon will have no accountability on this account. The service provider shall
also supply an Indemnity Bond on Non-Judicial Stamp Paper that in case of any mishap or
damage of the office record/office equipments he shall be responsible for all type of payments
or compensation to the Municipal Corporation, Gurgaon.
30. Complaints regarding payment of lesser wages and marking of wrong attendance shall be
viewed seriously and the Service Provider shall be liable for criminal legal proceedings as per
law.
31. The service provider shall not default in making the persons available and shall not change
persons deployed except in exceptional circumstances only with the consent of Commissioner/
Joint Commissioner (HQ), Municipal Corporation, Gurgaon in this regard & number of staff
required can be increased & decreased by them.
32. The service provider will maintain necessary records as required under labour regulations and
make available the same for inspection to the competent authority and to the MCG.
Page 25 of 35
33. The service provider shall obtain workman‟s compensation insurance policy from an approved
insurance company to cover up the risk of injury /death of the contract labour engaged by him
at site. The service provider has to give a compensation of Rs. Ten Lakhs within one month of
the death of a person deputed by him in the MCG. The labour regulations shall be deemed as
part of the contract and breach thereof shall be deemed as breach of contract. Accordingly the
service provider will render himself for penal action for omission and commission on his part by
the competent authority. The service provider will have to open EPF, ESI & GIS accounts and
shall ensure the deposit of the same and submit challan receipts to MCG by the 7th of each
month. In case MCG deposit the EPF, ESI & GIS directly then it shall not be payable to the
service provider and a penalty amounting to Rs. 1000/- per month per employee shall be
recovered from the service provider.
34. Firms/Contractor who have been debarred / black listed by any Deptt. / Autonomous body of
the Central / State Govts. / Union Territories and Municipal Corporation or any other govt. or
semi government organisation are not eligible to apply. In case this fact is established after
allotment of the contract, then such contract will be terminated after due enquiry without any
notice and in such an eventuality the security deposit and bank guarantee will stand forfeited.
The above condition of being debarred/black listing shall also apply to associate
concern/partners of the applicant firm/contractor.
35. Any of orders/decisions passed by honourable Court from time to time shall be bound to
consider by both the parties.
36. The service provider shall be required to sign an agreement with Commissioner, Municipal
Corporation, Gurgaon containing all the terms and conditions of the tender document within
seven days of receipt of work order.
37. The service charge filled by the firm/participating bidder must not be below 5%.
38. A certificate given in the below format on the company letter pad is also to be submit with
Technical Bid.
Certificate
I/We certify that I/We have read the terms and conditions of the tender as well as the
provisions as mentioned in the service agreement. I/We undertake that it is my/our
responsibility to ensure that being the employer in relation to persons engaged/deployed by
me/us to provide the services/activities under this service agreement as well as to make the
payment of monthly wages/salaries, which in any case shall not be less than the D.C. rates as
fixed for Gurgaon district along with all other statutory dues as Employees Provident Fund,
Employee State Insurance, Employee Deposit Link Insurance etc. to his employees. I/We
undertake to observe the compliance of all the relevant labour laws as applicable viz. Payment
of wages Act, 1936, Minimum Wages Act, 1948 Contract Labour (Regulation and Abolition) Act.
1948, Contract Labour (Regulation and Abolition), Act, 1970, State/UT Contract Labour/ (R&A)
Rules, 1974, EPPF Act, 1952, ESI Act (1948) as applicable and as amended from time to time
and or any other rule framed there under from time to time by the Central or State
Government or any Authorities constituted by or under any Law, for the category of persons
deployed be me/us.
Certified that I/We have read the tender documents containing the nature and scope of work,
terms and conditions and the draft of service agreement and have understood the contents.
I/We undertake to abide the terms and conditions as laid down in the tender document and the
service agreement in case the work order is allotted to me/us.
Page 26 of 35
A. INTERVIEW
1. For interview and skill test the Service Provider has to send a list of candidates two times of
the requirements (2x1) within a week‟s time from the date of placement of the requisition.
2. Manpower agency has to appoint only the persons who have been interviewed/ selected by
MCG. Agency / contractor has to submit the bio‐data (affixed with photo and enclosed all
certificates for education and professional experience). If, required MCG may verify originals
documents.
SECTION 7
PENALTY CLAUSE
2. Penalty will be levied as decided by Commissioner or any higher authorities in case of non-
completion of contract or non-fulfilment of any condition of this tender. The decision of JC(HQ)
in writing will be sufficient and binding on all parties.
3. Penal recovery at triple of the amount on quoted/allotted rates shall be made if services of any
of categories not provided by the contractor.
4. If during the pendency of contract any worker is found inefficient the Contractor will have to
replace him with another suitable worker. If contractor failed to do so and any loss incurred by
the corporation shall be born/ recovered from the contractor along with penalty.
5. In case of fraud or financial loss or physical damage or any other problem bidder has to repay
amount decided by Commissioner or any higher authorities
6. Persons deputed by the service provider shall be allowed only one leave per month. Prior
permission for leave shall be obtained from the concerned officer of this Corporation. In
emergent cases, such as the person deployed falls sick or is not able to attend the office for the
reason beyond his control continuously for more than 3 days, the Service Provider shall deploy
a suitable substitute. If the contractor fails to deploy requisite number of persons due to default
on his part or fails to send the substitute, without prejudice to any other right or remedy
available under the law to the Corporation on account of such breach, pro-rata recovery along
with penalty equal to triple the amount payable to the agency for deployment of that person, on
pro-rata basis for the first ten days from the date of absence of the person from duty will be
made. In case the Service Provider fails to provide suitable substitute(s) within ten days,
additional penalty @ 5% of the total wage bill (excluding taxes) of that month will be imposed.
The quantum of recovery will be decided by Competent Authority in MCG, which will be final and
binding on the Service Provider.
7. The service provider shall send the requisite number of persons within stipulated time after
requisition from the MCG. In case of any inability of personnel deputed to the job in the MCG
the same will be got done from the market at the cost of service provider and amount spent
along with penalty mentioned above shall also be recovered from the service provider.
8. The t e n d e r e r applicant and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process. Notwithstanding anything to
the contrary contained herein, MCG may reject a tender without being liable in any manner
whatsoever to the tenderer if it determines that the tenderer has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the Bidding Process.
9. Without prejudice to the rights of the MCG under Clause 7 hereinabove, if a tenderer is found by
the MCG to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during
t h e Bidding Process, s u c h tenderer shall not be eligible to participate in any tender floated
by MCG.
B. INTERVIEW
Page 27 of 35
1. For interview and skill test the Service Provider has to send a list of candidates two times of
the requirements (2x1) within a week‟s time from the date of placement of the requisition.
2. Manpower agency has to appoint only the persons who have been interviewed/ selected by
MCG. Agency / contractor has to submit the bio‐data (affixed with photo and enclosed all
certificates for education and professional experience). If, required MCG may verify originals
documents.
Page 28 of 35
SECTION-8
GENERAL CONDITIONS
1. The service provider shall ensure that the employees / workers are punctual and remain alert
and vigilant in performance of their duties. The service provider shall engage physically fit
persons of minimum age of 18 years and not more than 45 years.
2. The service provider shall certify regarding fulfilling of prescribed qualification & experience
requirement by the workers deployed by him in Municipal Corporation, Gurgaon. These workers
shall have to pass the test conducted before deployment in MCG.
3. The service provider shall ensure that the staffs employed by him are decently and properly
dressed in distinct uniform. The uniform shall be approved by the Joint Commissioner (HQ),
MCG. Those employees found working without uniform shall be treated as absent from work
despite their presence in the biometric system. The cost of the uniform shall be borne by the
service provider.
4. The service provider shall ensure that none of their employees will be a member of any of the
employee‟s union(s) and political parties or take any interest in such activities.
5. The employees engaged by the service provider will be in the employment of the service
provider only and not of the Municipal Corporation, Gurgaon in any way.
6. The service provider shall provide Identity Card to all its manpower deployed as per the format
provided by the MCG Office.
7. The staff provided by the service provider to the department, in case is found to be indulging in
any undesirable or unfair activities in the premises of the office, the service provider will solely
be responsible for all the consequences apart from the liberty of MCG to lodge complaints before
appropriate authorities. The decision on what qualifies as an unfair activity rests solely with
Commissioner, Municipal Corporation, Gurgaon.
8. The service provider will be responsible for the discipline of manpower deployed by them as per
Conduct Rules and Regulations.
9. Service provider shall compensate in full the loss sustained by MCG on a/c of any damage
caused to any equipment/ items available at the office/premises or due to negligence/lapse of
the employees engaged by service provider to Municipal Corporation, Gurgaon. The amount so
involved on this account shall be deducted from the payment due to service provider.
10. The service provider shall strictly comply with the terms and conditions of agreement. Further,
they shall also comply with all statutory obligations. In case of violation, the agreement shall be
liable for cancellation immediately and security deposited will be forfeited.
11. In case of any unsatisfactory services rendered by the service provider, the Commissioner,
Municipal Corporation, Gurgaon reserves the right to terminate the contract even during the
continuity of the contract after giving reasonable opportunity.
12. Leave reserve for weekly rest and other holiday/National holiday shall be provided by the
Service Provider and no extra charges will be paid by MCG.
13. The service provider shall furnish a personal guarantee of its Managing Director/ Partner,
guaranteeing the due performance by the Service Provider of its obligations.
14. All payments made by the Department shall be after deduction of Tax at source wherever
applicable as per the provision of the Income Tax Act, 1961.
15. Service Provider shall obtain all registration(s) permissions(s)/ license(s) etc. which are/may be
required under any labour or other legislation(s) for providing the services.
16. The Service Provider shall at all times indemnify and keep indemnified the MCG against any
claim by any third party for any injury, damage to the property or person of the third party of
for any other claims whatsoever for any acts of commission or omission of its employees or
Page 29 of 35
personnel during the hours of providing the services at the MCG premises or before and after
that.
17. The service provider shall provide all type of required safety equipments and accessories
keeping in view the work assigned to staff deputed by them.
18. The Service Provider has complied with and obtained necessary permissions/ licenses/
authorizations under the Central, State and Local Authorities and obtained all required
permissions/license for carrying out its obligations.
19. All the persons engaged by the service provider should be healthy, physically fit and free from
communicable diseases.
20. The personnel sent/deputed on job will be on the pay roll of the service provider and will be the
employees of the service provider for all intents and purposes. However, the services of service
provider shall communicate the name, parentage, residential address, date of birth, academic
qualification previous experience etc. along with a photograph of the person in the prescribed
format of Municipal Corporation, Gurgaon.
21. The antecedents of personnel deployed by the service provider should be credible and above
board.
22. In case of pilferage, theft breakage; the service provider will be responsible. The Commissioner,
Municipal Corporation, Gurgaon will be at liberty to recover the amount of such loss from the
service provider after holding an enquiry. The decision of the Commissioner, MCG to this effect
shall be final and binding upon the parties. In case unsatisfactory performance and violating of
any condition of the contract / service agreement, the contract shall be liable to the cancelled
and security will be forfeited.
23. Tender received after the closing date and time will be summarily rejected. No appeal against
such rejection shall lie.
24. Tender shall be in the prescribed form. No tender will be considered which is not as per the
printed form and does not bear the tenderer‟s signature and seal at the bottom of every page of
the tender document.
25. Commissioner, Municipal Corporation, Gurgaon reserves the right to accept or reject any tender
in part or full without assigning any reason whatsoever.
26. Commissioner, Municipal Corporation, Gurgaon takes no responsibility for delay, loss or non-
receipt of tender sent by post.
27. Biometric attendance will be made for the employees provided by the service provider. A
complete electronic generated attendance will be maintained.
IMPORTANT:- Offer without prescribed Tender form/Tender fee or not supported with Earnest
Money/Authority letter will not be considered in any circumstances.
SECTION 9
TECHNICAL BID (‘X’)
1. Name of organization /Service provider
2. Address and phone No. of organization/Service
provider
Page 30 of 35
3. Contact Person Name
Phone No :
Mobile No. :
E-Mail ID :
4. Status of the organization/Service provider
(whether private or public sector undertaking or
Sole Proprietor or Partnership or Cooperative
Society etc.) the tender should attach a resolution
passed by the Executive Body authorizing the
specific officer/Partner for signing the documents.
5. Declaration in the form of affidavit that the
individual /Service provider /Organization including
its partners and share-holders, was not black
listed/prosecuted by any departments/ Statutory
Bodies in Haryana or by any Court of Law, is to be
attached.
6. Registration No. of labour license for providing
skilled manpower.
(Attested copy)
7. Registration number Shops & Establishment Act
(Attested copy)
8. Registration No./Code No. registered under EPF/ESI
Act. (Attested copy)
9. Service Tax Registration No.
(Attested Copy)
10. PAN /TAN No. of the Service provider /Service
provider (Attested copy)
11. ISO No. (Attested copy)
12. Receipt No. date of deposit of tender Fee / Demand
Draft No. & date amount Rs.
13. Detail of earnest money in the shape of demand
draft payable at Gurgaon for Rs.__________ /-(Rs.
__________ Lacs) in favour of Commissioner,
Municipal Corporation, Gurgaon.
Page 31 of 35
14. a) Certificate from Service provider / Service
provider for deposit of EPF upto date i.e.
31.03.2015.
b) Certificate from Service provider / Service
provider for deposit of Service Tax upto date i.e.
31.03.2015
(certificate of chartered accountant for (a) &
(b) above)
15. Work experience for a minimum of three years with a Govt. Department with at
least hundred skilled employees per year in the last 3 years from the competent
authority.
[Frame1]
Note Use separate sheet, if required
16. Annual Turnover amounting of Rs. ______ Crores in 2014-15 and Rs.
__________ Crores in 2013-14 & 2012-13 for providing skilled manpower.
(certificate of chartered accountant)
[Frame2]
17. Has the tenderer read all conditions etc mentions in tender
form/ bidding document & Tender/Community Participation
Notice carefully. (Please tick Yes/No)
Yes/No
18. Has the tenderer enclosed tender form duly signed by the
tendering service provider accepting all terms and conditions
mentioned in the Tender Form/ Bidding document &
Tender/Community Participation Notice? (Please tick Yes/No)
Yes/No
19. Proposed Number/Methodology and Detailed plan to provide services
(May use separate sheet for write up)
Verification:
I solemnly declare and affirm that the above facts given from Sr. No. 1 to 19 are true
to the best of my knowledge and nothing has been concealed.
Date: Signature with Seal
Page 32 of 35
SECTION 10
FINANCIAL BID (‘Y’)
(Mandatory to be submitted only ONLINE)
(FINANCIAL BID SHELL BE OPEND AFTER THE FINALISTION/ELIGIBILTY OF TECHNICAL
BID)
Service Provider‟s Proposal Reference No. & Date:
Service Provider‟s Name & Address:
Person to be contacted:
Designation:
Telephone No:
Fax No:
Mob No:
Email address:
Sr.
No.
Type of Service Rate to be quoted by the Firm in
percentage of Services charges
(not below 5%)
Page 33 of 35
1. Providing /Supplying of skilled, unskilled
and semi skilled manpower on
outsourcing service for various works in
different offices such as Horticulture,
Town Planning, Sanitation, Library etc.
under Municipal Corporation, Gurgaon.
In Figure
____________________________
In words
____________________________
Note:- The Service Charge/ rate shall be quoted in percentage of DC Rates for the
year 2014-15 as per orders of Deputy Commissioner, Gurgaon vide Endst.
No. 86-185 for Gurgaon District.(Total payable would be DC rate + ESI + EPF
+ all statutory liabilities + service charge as quoted above)
Date: Signature
Name Service provider
With Stamp/Seal
Page 34 of 35
SECTION-11
DNIT
Sr.
No.
Type of Service Rate to be quoted by the Firm
in percentage of Services
`charges
1. Providing /Supplying of skilled,
unskilled and semi skilled manpower
on outsourcing service for various
works in different offices such as
Horticulture, Town Planning, Sanitation,
Library etc. under Municipal
Corporation, Gurgaon.
In Figure
___________________________
_
In words
___________________________
_
ANNEXURE-A
Name of Work : Providing /Supplying of skilled, unskilled and semi skilled manpower
on outsourcing service for various works in different offices such as Horticulture, Town
Planning, Sanitation, Library etc. under Municipal Corporation, Gurgaon
S. No. Post Develop. , Hort. & other Misc.
1 Office Asst. 3
2 Clerk/Computer Clerk 84
3 Driver 1
4 Peon 39
5 Driver 7
Page 35 of 35
6 Security Guard 24
7 Senior Clerk 1
8 Librarian 35
9 Chowkidar 53
10 Mali cum Chowkidar 79
Total 326