ESIC MEDICAL COLLEGE & HOSPITAL · 2) Bids should be submitted both on-line and offline. The sealed...
Transcript of ESIC MEDICAL COLLEGE & HOSPITAL · 2) Bids should be submitted both on-line and offline. The sealed...
1
ESIC MEDICAL COLLEGE & HOSPITAL
कर्मचारीराज्यबीर्ानिगर्कर्मचारीराज्यबीर्ानिगर्
(श्रर्एवरंोजगारर्तं्रालय, भारतसरकार) EE..SS..II.. CCOORRPPOORRAATTIIOONN
((MMiinniissttrryy ooff LLaabboouurr && EEmmppllooyymmeenntt,, GGoovvtt.. ooff IInnddiiaa))
Ashok Pillar Road, K. K. Nagar, Chennai-600 078.
((आईआई..एसएस..ओओ..99000011--22001155प्रर्ाणितप्रर्ाणित//IISSOO 99000011--22001155 CCeerrttiiffiieedd))
कायामलयकायामलय//OOffffiiccee :: 004444-- 2244774488995599 ईई--र्ेलर्ेल//EEmmaaiill :: [email protected]
फैक्सफैक्स//FFaaxx :: 004444-- 2244774422882255 वेबसाइटवेबसाइट//WWeebbssiittee :: www.esipgimsrchennai.org
512-W-17-1-C&M-UPS Batteries-2018 Date: 14/12/18
NOTICE INVITING TENDER
E-Tenders are invited for the Double bid systems from the reputed
contractors/service providers who have experience in similar nature for the following
work.
Detailed information regarding the items, application / tender forms, EMD,
specifications, Terms& Conditions can be downloaded from the websites:
www.esicmcpgimsrchennai.ac.in/www.esic.nic.in / www.esichennai.org. The interested
bidders shall submit their tender(s) only through online mode at the e-procurement
portal https://esictenders.eproc.in.
If the date of opening of tender happens to be a holiday, the tender will be opened on
the next working day. Tender documents duly completed should be dropped on or
before the date and time mentioned above in the tender box kept at the First floor of
ESIC Hospital, K.K. Nagar, Chennai 78.
Sd/-
Dean
S.No.
NATURE OF WORK
CONTRACT
VALUE
EMD
LAST DATE
& TIME FOR
RECEIVING
TENDER
DATE & TIME
OF
OPENING OF
TENDER
1.
Rate Contract for UPS
Batteries under
Buyback for ESIC
Hospital, K.K.Nagar,
Chennai 78 for two
years.
Rs.7.5 Lakhs/-
Rs.15,000/-
17/01/2019,
11.AM
17/01/2019,
11.30AM
2
ESIC MEDICAL COLLEGE & HOSPITAL
कर्मचारीराज्यबीर्ानिगर्कर्मचारीराज्यबीर्ानिगर्
(श्रर्एवरंोजगारर्तं्रालय, भारतसरकार) EE..SS..II.. CCOORRPPOORRAATTIIOONN
((MMiinniissttrryy ooff LLaabboouurr && EEmmppllooyymmeenntt,, GGoovvtt.. ooff IInnddiiaa))
Ashok Pillar Road, K. K. Nagar, Chennai-600 078.
((आईआई..एसएस..ओओ..99000011--22001155प्रर्ाणितप्रर्ाणित//IISSOO 99000011--22001155 CCeerrttiiffiieedd))
कायामलयकायामलय//OOffffiiccee :: 004444-- 2244774488995599 ईई--र्ेलर्ेल//EEmmaaiill :: [email protected]
फैक्सफैक्स//FFaaxx :: 004444-- 2244774422882255 वेबसाइटवेबसाइट//WWeebbssiittee :: www.esipgimsrchennai.org
512-W-17-1-C&M-UPS Batteries-2018 Date:14/12/18
Tender Notice – 5
From
THE DEAN
ESIC HOSPITAL,
ASHOK PILLAR ROAD,
K.K. NAGAR,
CHENNAI – 78.
Sir (s),
Sub: Invitation of e-tender for “RATE CONTRACT FOR UPS BATTERIES
UNDER BUYBACK FOR ESIC HOSPITAL, K.K.NAGAR CHENNAI – 78”– Reg.
The Dean, ESIC Hospital, Ashok Pillar Road, K.K.Nagar, Chennai-78, invites e-
tender under Two Bid system for “RATE CONTRACT FOR UPS BATTERIES
UNDER BUYBACK FOR ESIC HOSPITAL, K.K.NAGAR CHENNAI – 78”.
Tenderers are requested to submit the requisite information / documents as per the
following annexure:-
Annexure I (General tender terms & conditions)
Annexure II (Special terms & conditions)
Annexure III (Tender application form)
Annexure IV (Declaration form)
Annexure V (Bank details of the firm)
Annexure VI (Price bid)
3
Important Instructions for Bidders regarding Online Payment
All bidders/contractors are required to procure Class-IIIB Digital Signature
Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to
participate in the E-Tenders.
Bidders should get registered at https://esictenders.eproc.in.
Bidders should add the below mentioned sites under Internet Explorer
Tools Internet Options Security Trusted Sites Sites of
Internet Explorer:
https://esictenders.eproc.in
https://www.tpsl-india.in
https://www4.ipg-online.com
Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer
Tools Internet Options Advanced Tab Security.
Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in
favor of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes
such as Debit Card, Credit Card or Net Banking for participating in the Tender.
Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp
4
TENDER DOCUMENT
Yours Faithfully
Sd/-
Dean
S.No. DESCRIPTIONS DETAILS
1
Name of work RATE CONTRACT FOR UPS BATTERIES
UNDER BUYBACK FOR ESIC HOSPITAL,
K.K.NAGAR CHENNAI – 78”.
2 Period of contract Two Years ( 24 Months)
3
Earnest Money
Deposit
Rs.15000/-(Fifteen thousand only) through Demand
Draft in favor of “ESI Fund Account No.1”, payable
at Chennai
4
Minimum
Eligibility Criteria
EMD in the form of Bank DD for Rs.15000/-
Copy of ESI Registration.
Copy of EPF Registration.
Copy of GST Registration.
Copy of Latest Income Tax certificate.
Copies of Annual Income Tax Return of Last 3
Financial years.
Copy of Balance sheet and P & L Account of last 3
Financial years.
Affidavit on Non-Judicial Stamp paper that the
agency/company is not Blacklisted by any Govt. /
private organization as required in tender document.
Certificate of incorporation/ Registration of Firm,
Certificate/Memorandum and articles of Association/
Partnership Deed/ Proprietorship Deed/ Declaration of
Proprietorship etc.
Experience certificate for 3 years as required in the
tender document.
Satisfactory experience certificate of similar work.
5
Technical
Eligibility
criteria
The tenderer should have a minimum of three years’
experience as on date of opening of tender.
6
Performance
Security
10% of Contract Value in form of Bank Guarantee
or Demand Draft in favor of “ESI Fund Account
No.1”, payable at Chennai.
5
ANNEXURE-I
TERMS & CONDITIONS
1) SCOPE OF WORK: This work involves supply of UPS batteries under rate contract
for 2 yrs with buyback at ESIC Hospital, K.K.Nagar, Chennai.
2) Bids should be submitted both on-line and offline. The sealed envelope containing
the filled tender in the prescribed format should be super scribed as tender For The
Work “Rate Contract for UPS Batteries under Buyback”, should be addressed to the
Dean, ESIC Hospital, K.K.Nagar, Chennai 78 and to be dropped in the Tender Box kept
in 1st Floor, opposite to the General Branch Room No.118 Postal delay if any, will not
be condoned.
3) Tenders will be opened at the office of the Dean, ESIC Hospital, K.K.Nagar, Chennai
78, in the presence of Tenderer/Representatives who choose to be present at the given
time.
4) EARNEST MONEY DEPOSIT:
Each tender must be accompanied by EMD of Rs.15000/-(Fifteen thousand only)
for all cases by way of Demand Draft to be drawn in favor of the “ESIC Fund A/c
No. 1” payable at Chennai.
Earnest money deposit shall not be accepted in the shape of cash/postal
orders/cheque. Tenders not accompanied by EMD shall be rejected. EMD will be
returned to the unsuccessful Tenderer on demand by making claims in this regard.
EMD furnished by the successful Tenderer in respect of their tender will be
returned to them only after the entire contract period of the tender is over on
demand by making a claim in this regard. The Tenderer are advised to send an
“Advanced stamped receipt” along with the tender, so that the refund of EMD
can be made within the stipulated period.
5) SECURITY DEPOSIT:
The successful bidder shall have to submit a Security Deposit of 10 % of total
work value in the form of Bank Guarantee or Demand Draft in favor of “ESI
6
Fund Account No.1”, payable at Chennai from a Nationalized Bank/Scheduled
Commercial Bank which will be retained as security towards contract
Performance Guarantee (CPG) and no interest thereon shall be payable.
Performance Security should remain valid for a period of sixty days beyond the
date of completion of all contractual obligations of the service agency.
Performance Security will be refunded without any interest, whatsoever, after it
duly performs and completes the contract in all respects.
Performance Security will be forfeited if the service agency fails to perform any of
the terms and conditions of the contract, besides it may also be black listed.
6) CERTIFICATES:
The Tenderer should have a valid Trade License, GST Registration, PAN/TAN &
other statutory documents as applicable and produce attested copies of such
certificate along with the tender papers, failing which the tender shall liable to be
rejected.
Latest Income-tax and sales tax clearance certificate in original or true copies duly
attested by Gazette officers should be enclosed.
7) The tenders should be typewritten and every correction in the tender should invariably
be attested by full signature by the Tenderer with date before submission of the tenders to
the authorities concerned failing which the tender will be liable to be rejected.
8) The rates quoted should be along with labor charges. Claiming extra charges will not
be accepted.
9) VALIDITY OF TENDER: The rates quoted should be valid for two years from the
date of approval of the tender by the competent authority, and subject to extension of
validity at the discretion of competent authority on mutual basis.
10) The bid should indicate item wise price for the items mentioned in the ‘Schedule of
Requirement’. The cost for each item should be landed cost of the item i.e., including
freight; packing, installation etc. and the rate quoted invariably mention the basic price,
taxes and levies, if any. Where no taxes and levies have been indicated, the quoted cost
7
would be deemed as ‘all inclusive’. Total cost of all the items together should be
mentioned in figures as well as words.
11) The bids should remain valid up to 90 days from the last date stipulated for
submission of bids.
12) The tender work shall be executed whenever called for service.
13) A penalty of 2% of the value of the order will be levied for delayed work /non-
execution of work, the difference of cost by procuring anywhere else will be recovered
from the approved Tenderer apart from forfeiting of EMD.
14) Bills for the work of the tender item will be settled only after receipt of the inspection
note to the effect that the work carried out are conforming to the work order.
15) Acceptance of the tender will be communicated to all the Tenderer.
16) Successful Tenderer shall not be entitled to any rate revision of price for any reason
except that allowed by Govt. of India.
17) One copy of Terms & conditions and schedule of this tender should be signed by the
Tenderer at the bottom of each page with the office seal duly affixed and returned along
with the tender.
18) The Dean, ESIC Hospital, K.K.Nagar Chennai-78 reserves to himself/herself the
right to reject the Tenders or to accept the tenders for the work without assigning any
reason for doing so.
19) The Dean, ESIC Hospital ,K.K.Nagar Chennai-78, does not pledge himself/herself to
accept the lowest or any tender and reserve the right of accepting the whole or any part of
the tender.
20) ARBITRATION: In the event of any dispute or difference arising out of the terms
and conditions laid down in this tender, the same shall be referred to Arbitrator appointed
by the competent authority. The procedure of the Arbitration will be governed by the
provision s Arbitration Act 1996 as amended as rules framed there under.
21) No work to be carried out at the Hospital except on requisition in writing signed by
the Dean ESIC Hospital, K.K.Nagar, Chennai-78 or any officer authorized by him/her in
8
writing to do so. The contract should not be sublet without the prior written permission of
the Dean.
22) Bidders are free to quote for items. The tender documents submitted should be
stitched/ tagged neatly and ensure no unstitched leaf inside the cover. The demand draft
for cost of application and EMD, are to be kept in a separate cover and should be
enclosed along with tender documents.
TECHNICAL DETAILS:
1. Specifications/ratings of the UPS for which batteries are required are given in
Annexure- ‘A’ to this tender enquiry. The specifications of batteries required, are
indicated against each. The bidder shall quote batteries of only Exide/Luminous
/Amron / Rocket brand(s) or any other brand approved by DGS&D and in such a case,
evidence to this effect shall be enclosed with the technical-bid failing which the brand
quoted by him will not be accepted. The UPS batteries offered by the bidders shall
conform to the specifications/ratings indicated in Annexure-‘A’ failing which such
tenders will be technically rejected.
2. The bidder should be the Original Equipment Manufacturer (OEM) of the batteries he
is bidding or should be an Authorized Dealer of the OEM. Evidence of being OEM.
(OR) In case of the authorized dealers, a copy of the Authorization certificate issued
by the OEM and valid on the date of submission of quote, should be enclosed with the
technical-bid.
3. The batteries proposed in the quotation should be of a reputed brand (such as Exide/
Luminous /Amron / Rocket or any other brand approved by DGS&D) adhering to IS:
8144-1976.
4. On-site Installation / commissioning of batteries, wherever applicable, shall be taken
by the successful bidder (Contractor) free of cost. The contractor will require to carry
out installation / commissioning on as and when required basis as per direction of the
buyer.
5. Buy Back of Old Batteries: The bidder shall offer his items (batteries) against Buy
9
Back of old batteries i.e. old batteries installed in the UPS which will be replaced by
the contractor would be handed over to the contractor by the buyer / user. The old
batteries can be of any make / model; the same shall be accepted by the contractor.
However, for supply of new batteries he should quote his rates only for the brands
indicated in this. Firms have to make arrangement for lifting of old batteries at their
own cost. Old batteries have to be collected at time of delivery of new batteries.
Maximum period of lifting old batteries is 30 days beyond this period, if firm fails to
lift old batteries, NO claim for old batteries will be accepted.
6. The vendor will furnish a certificate to the effect that the rates quoted by him are not
above the MRP of the item after including taxes/charges.
7. The supplier shall ensure that goods supplied shall be in full conformity with the
specification as mentioned in the schedule of requirement.
8. If the stock supplied is found to be old/defective, the same should be replaced
immediately as per the requirement of the office by the supplier at their own cost
failing which action deemed fit by the department will be taken including forfeiture
of Performance Security Deposit.
9. Warranty: The following Warranty will form part of the contract placed on
successful Bidder:-
a. The Seller warrants that the goods (batteries) supplied under the contract conform
to technical specifications prescribed and shall perform according to the said
technical specifications.
b. The Seller warrants for a period of 12 months for 12V 7AH and 12V 17/18AH
and 24 months for 12V 24AH and 12V 42AH from the date of acceptance of
stores (batteries) by the Buyer / User or date of installation and commissioning,
whichever is later and applicable, that the batteries supplied under the contract
and each component used in the manufacture thereof shall be free from all types
of defects/failures. Batteries will be replaced within 5 working days with new
batteries in warranty period.
10
c. If within the period of warranty, the batteries / goods are reported by the Buyer to
have failed to perform as per the specifications, the Seller shall either replace or
rectify the same free of charge, within a maximum period of 45 days of
notification of such defect received by the Seller, provided that the goods are used
and maintained by the Buyer as per instructions contained in the Operating
Manual. Warranty of the equipment would be extended by such duration of
downtime. Record of the down time would be maintained by the user in the
logbook. The Seller also undertakes to diagnose, test, adjust, calibrate and
repair/replace the goods/equipment arising due to accidents by neglect or misuse
by the operator or damage due to transportation of the goods during the warranty
period, at the cost mutually agreed to between the Buyer and the Seller.
d. The Seller also warrants that necessary service and repair back up during the
warranty period of the equipment shall be provided by the Seller and he will
ensure that the downtime is within 07 days of the warranty period.
e. If a particular equipment/goods fails frequently and/or, the cumulative down time
exceeds 07 days of the warranty period, the complete equipment shall be replaced
free of cost by the Seller within a stipulate IT & S period of 07 days of receipt of
the notification from the Buyer. Warranty of the replaced equipment would start
from the date of acceptance after Joint Receipt Inspection by the Buyer/date of
installation and commissioning.
8. Stickers for Date of Replacement. The contractor will require to place a sticker on
all batteries being supplied by indicating therein date of supply and blank columns for
filing in date of replacement of batteries and warranty thereof. The date of replacement
of batteries and warranty will be filled by his representative duly authenticated by the
Buyer / User at the time of replacement of batteries.
9. Purchase will depend on actual consumptions and fault in running batteries. There is
no minimum binding for procurement of batteries from supplier.
11
ANNEXURE – III
TENDER APPLICATION FORM
S.No. PARTICULARS DETAILS
1 Name of the Firm
2 Full Address
3 Telephone No.
4 Telex / Fax No.
5 Date of Establishment of Firm
6 Is your firm registered under
a Indian Factories Act
b Companies Act
c Any other Act
7 Name & address of the Bankers
stating the name in which the
Account stands
8 Are you on the list of approved
contractors of any other authority
(if so, please give details)
9 Give details of any Government
contract executed during the last
12 months
10 List of private hospital for which
you are undertaking similar works
11 Any other information which you
consider necessary to furnish
12
UNDERTAKING
a) I, ______________the undersigned certify that I have gone through the terms and
condition mentioned in the tender document and undertake to comply with them.
b) The rates quoted by me are valid and binding upon me for the entire period of contract
and it is certified that the rates quoted and the lowest quoted for any other
institution/hospital in India.
c) The Earnest Money of Rs.15000/-to be deposited by me has been enclosed Demand
Draft No. ___________Dt. _______ drawn on _______________
d) I/We give the rights to Dean to forfeit the Earnest Money/Security money deposit by
me/us if any delay occur on my/agent's part or fail to supply the articles within the
appointed firms of desired quality.
e) I hereby undertake to supply the items as per direction given in the tender
document/supply order within stipulated period.
f) I shall be vacating any space that may be proved to me by the hospital authority to
carry cut the job or otherwise, before I put up the last bill of the contract period for
payment.
Date: Signature of the tenderer:
Place: Full Name:
Designation:
Office seal of the tender:
13
ANNEXURE IV
DECLARATION FORM
We……..…………………………..having our office
at……………………………….do declare that we have carefully read all the conditions
of Tender for the …………........................................ and abide by all the
conditions set forth therein by the Dean, ESIC Hospital , K.K.Nagar, Chennai 78.
We further declare that we……………..….possess valid license bearing
No…………………valid up to....................
DATE: SIGNATURE:
SEAL: NAME & ADDRESS:
14
ANNEXURE V
BANK DETAILS OF THE COMPANY
From
To
THE DEAN,
ESIC HOSPITAL,
K.K.NAGAR,
CHENNAI - 600 078.
Sir,
Sub: Request for refund of EMD Amount – Reg.
With reference to your advertisement dated_________, we have submitted tender
for _______________________________________________.In case we are not
successful bidder, we request you to kindly refund the EMD amount of
Rs._____________________________________. The amount may be kindly be sent
through RTGS/ ECS in favor of ___________________
Beneficiary’s Name :
Bank Name :
Branch Name & Address :
15
Account No. :
A/C Type :
IFSC Code No. :
MICR Code :
Yours faithfully
(SIGNATURE & SEAL)
PRE-RECEIPT
Received on amount of Rs…………………………… vide cheque
No.......................... dated.................. from ESI Corporation towards refund of EMD
amount.
(SIGNATURE &SEAL)
16
ANNEXURE VI
PRICE BID
TENDER FOR “RATE CONTRACT FOR UPS BATTERIES UNDER
BUYBACK FOR ESIC HOSPITAL, K.K.NAGAR CHENNAI – 78”
Name and address of the Tenderer:
Telephone No:
Mobile No:
E-mail ID of Tenderer:
Earnest Money Deposit:
DD No._____________ Dated___________ issued by _____________Bank.
PAN No/TAN No.:
License No.: Date of Issue and Validity:
I/We_______________ hereby offer to the “RATQE CONTRACT FOR UPS
BATTERIES UNDER BUYBACK FOR ESIC HOSPITAL, K.K.NAGAR CHENNAI –
78”as indicated in the Tender document at the rate given below and agree to hold this offer
open till 3 months from the date of contract, and for further period if extended.
17
FINANCIAL BID
S.No.
CAPACITY
RATE / UNIT
AMOUNT /
UNIT(incl.
of taxes)
A
BUY BACK
RATE / UNIT
BUY BACK
AMOUNT /
UNIT(incl. of
taxes)
B
TOTAL
AMOUNT
(A-B)
1 ES 7 AH
2 ES 18 AH
3 ES 26 AH
4 ES 42 AH
5 ES 65 AH
6 ES 75 AH
7 ES 100 AH
TOTAL
1. Original to be submitted Blank in Technical Bid, duly signed and stamped. In Price
Bid, photocopy of the same is to be submitted, duly filled, signed and stamped.
2. I/We ____________have gone through the terms &conditions as stipulated in the tender
enquiry document and confirm to accept and abide the same.
3. No other charges would be payable by the Institute.
Signature of Tenderer with Date & Stamp