·
The tender without
Earnest Money and tender fee will be summarily rejected. The Firm who are
registered with National Small Industries Corporation (NSIC) / OR Small Scale
Industries (SSI) are exempted to submit the EMD (Copy of registration must be
provide along with technical bid)
·
The EMD, in case of
unsuccessful Bidders shall be retained by the HBCH, VARANASI till the
finalization of the tender. No interest will be payable by the HOMI BHABHA CANCER HOSPITAL, VARANASI
on the EMD.
3.
Tender Fee: Tender
fee will be Non-refundable amount of Rs. 500/- (Rupees Five Hundred only) by
way of demand drafts only. The demand drafts shall be drawn in favour of “HOMI BHABHA CANCER HOSPITAL, VARANASI”.
4. "PRE –BID Meeting" with the
intending bidders shall be held on 6/7/19 at 11.00 AM.
5.
Opening of Tender: The
tenderer is at liberty either himself or authorize not more than one
representative to be present at the opening of the tender. The representative
attending on the opening of the tender on behalf of the tender should bring
with him a letter of authority from the tenderer and proof of identification.
The late received tenders will be ignored. Further, the HBCH, Varanasi does not
accept any liability and responsibility for the tenders in case the same are
not properly sealed and marked and/or sent as
above.
6.
Tenderer are advised
to visit the place of work for assuring the nature and volume of work realistically before quoting the rates.
7.
Period of Contract: The
contract period shall commence on the date of Commencement and shall remain for
1 year initially may be extend for
further one year based on satisfactory performance.
8.
Scope
of Work:
a)
The tenderer shall
carry out the daily preventive services and all urgent calls as and when
warranted under the service Contract, at the approved rates only. The tenderer
shall also furnish the 24 HRS Helpline telephone numbers, besides Mobile
numbers of staff to be deployed and email address, on which they can be
contracted if needed at odd hours for any repair/maintenance jobs.
b)
General Pest
Control/anti rodent/Anti Termite which means eradication of Cockroaches,
Mosquitoes, Files, Lizards, Termite, rats, bed bugs etc. through the use of
permitted insecticides as per Government of India and WHO norms. The pest
control should cover all the places like space under the tables, chairs,
almirahs, on and around the pile of files, wooden furniture, false ceiling, all
staircases, lift lobby, on all toilets drain ducts, on all pantry rooms, in all
stores and any hidden space under the furniture and outer hospital premises etc.
and should leave no space unattended.
c)
Specification and
make/quality of chemical/pesticides shall be clearly spelt in the offer/tender,
and it should be certified by WHO Pesticide evaluation scheme (WHOPES) for
public health utilization and approval with BIS certification. The tenderer
should submit the name of the principal of authorized distributor, from where
these chemical/pesticides will be procured by them. No. chemical/pesticides
will be used after its expiry date and it will be subject to quality approvals
at the time of use/spraying.
9.
(a) If the area
covered under this service contract is not provided pest control services for
more than one week, the contract fee will be deducted for this period, the
amount of penalty would be Rs.500/- per day per complaint for the period of
delay in excess of seven days, besides that any other administrative action
will be initiated as deem fit.
(b)
It will be imperative for the firm to do attend the urgent calls within 72
hours from the time of informed received by the company by any means of
communication including telephone.
10.
The special
Chemical/pesticides required for pest control services, if any, during the
course of contract, will be arranged by the tenderer himself at its own cost.
11.
The contract holder
shall provide one preventive service call every week for General Pest Control
& GEL Treatment in the all the department/wards/OTs/ICU/offices etc.,
besides attending to all urgent calls as and when warranted.
12. Rodent
Control: Rodent controlling should be done as per orders and instruction on the subject.
13.
The contractor shall
deploy qualified and experienced staff to attend the work in times as per the
requirement, they should carry Identification Card issued by the contact
holder, and any change of the staff due to attrition in the company is to
informed to the Administration Department, HBCH, Varanasi.
14.
No additional payment
shall be made if more staff needed at site for completing the urgent work under
contract. The representative of the firm should bring their identity cards
while attending to the pest control service in hospital/wards/various department.
15.
The contractor should
provide special care of pest control services during the rainy/mosquito breeding season or any event of unexpected Emergency.
16.
All the termites job
carried out by the tenderer shall have a guarantee of twelve months from the
date completion.
17.
The tenderer shall
quote lowest rate only, and in case they are charging still lower in other
govt. department/ Hospital, this hospital shall have the right to award
contract at the similar lowest rates only. The tenderer shall quote a
certificate to the effect on all their bills.
The lowest eligible quoted bidder will be selected & will be considered for
award of contract.
18.
Safety precautions:
a.
It is the
responsibility of the CONTRACT HOLDER that the services of pest control are
user friendly i.e. there should not be any dander poisoning/terrible
smell/infection which may cause any disease/untoward to the patient or health
care provider.
b.
HBCH, Varanasi will
not be under any liability to pay any compensation to the persons deployed by
the contractor if they sustain any injury etc., while discharging the duties in
the premises. The contractor shall get those insured against any liability
under the Employee Compensation At or any accident at its own cost and should
be responsible for the safety of shall be made good by the tenderer.
c.
The contractor shall
be responsible, for any poisoning or untoward reaction due to poor
quality/incorrect/outdated pesticides/chemicals used during spraying, as per
the law of state for the same.
d.
Smoking, chewing pan,
consumption of Gutkha, tobacco, alcohol, any other drugs banned by Government
of India are prohibited in the premises of hospital/Equipment installed.
e.
No unauthorized person should be
allowed in the premises of the hospital/wards.
19.
Conditions:
a.
The Tenderer shall
have at least three years of similar job experience for the similar type of
work in the hospitals/health care centers/ Government/Semi- Govt. Organizations/any private hospitals (not
less than 100 beds).
b.
The firm having
experience maintaining Pest Control Services in any Central/State Govt. Dept.,
PSU’s, Autonomous Bodies, Large Industrial/Educational Campus/corporate Super
Specialty Hospitals will be
preferred.
c.
The Tenderer shall
produce GST tax registration certificate & PAN from the concerned authority
and copy of latest return (to be enclosed).
d.
The tenderer should
have qualified technical personnel to handle the equipment quoted and shall
provide a list of service Engineers with the copy of Identity Cards, who will
be deputed for the maintenance job, clearly mentioning their technical
qualification and experience.
e.
The Contractor shall
furnish the names, permanent & local addresses and Police Verification
Report, of the Pest Control Workers being posted at HBCH, Varanasi premises
along with their latest Photographs.
f.
The agency shall be
absolutely responsible for the payment of salary, and all other statutory
obligations for the workers employed on account of wages bonus, arrears,
employment, termination benefit, compensation or other claim whatever and the HBCH,
Varanasi has no connection in relation to such
matters.
20. Intending tenderers are advised to inspect and examine
the site and its surroundings and satisfy themselves before submitting their
tenders to the nature of the site on the date of pre-bid meeting only. The
nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to
risks, contingencies and other circumstance which may influence or effect their
tender. A tenderer shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed. Submission of tender by a tenderer implies that he has read this
notice and all other contract documents has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which
stores, tools and plants etc., will be issued to him by the Government and
local conditions and other factors having a bearing on the execution of the
work.
Note: No agency/firms
will be allowed for site verification other than the pre bid meeting date.
21.
Validity: The
quoted rates must be valid for a period for 180 days from the date of closing
of the tender. The overall offer for the assignment and bidder(s) quoted price
shall remain unchanged during the period of validity. If the bidder quoted
validity shorter than the required period, the same will be treated as
unresponsive and it may be rejected.
In case the tenderer
withdraws, modifies or change his offer during the validity period, bid is
liable to be rejected and the earnest money deposit shall be forfeited without
assigning any reason thereof. The tenderer should also be ready to extend the
validity, if required, without changing any terms, conditions etc. of their
original tender.
22.
Authority of person signing document: - A person signing the tender form or any documents forming
part of the contract on behalf of another shall be deemed to warranty, that he
has authority to bind such other and if, on enquiry, it appears that the person
so, signing had no authority to do so, the HBCH, Varanasi may without prejudice
to other Civil and criminal remedies cancel contract and held the signatory
liable for all cost and damages.
23.
Performance Security: The
successful tenderer will be required to sign an agreement on Rs. 100/- Stamp
paper with notary & furnish a Performance Security Deposit of 5% of total tender
value after receiving notification of award in the form of Demand Draft or Fixed
Deposit Receipt or Bank Guarantee from any Nationalized Bank duly pledged in
the name of the "HOMI BHABHA CANCER
HOSPITAL, VARANASI" which shall be kept valid for a period of 60 days
beyond completion of all the contractual obligations.
The security deposit can
be forfeited by order of this Institute in the event of any breach or
negligence or non–observance of any condition of contract or for unsatisfactory
performance or non–observance of any condition of the contract. Performance
Security will be discharged after completion of contractor’s performance
obligations (including Warranty / Guarantee period) under the contract.
24.
Arbitration: The
Arbitration shall be held in accordance with the provision of the Arbitration
and conciliations Act, 1996 and the venue of arbitration shall be at Varanasi.
The decision of the Arbitrator shall be final and binding on the both parties.
25.
Payment Terms:
a)
Payment to the
successful bidder shall be released on monthly basis on submission of Log Book
for the services rendered in the particular
quarter.
b)
The firm should
provide purchase proof of chemicals with the bill (Either purchased from
manufacturer or from their authorized stockiest) & test report copy of all
batches of chemicals, WHO certificate, BIS/ISI specification and MSDS of all
chemicals using in this hospital to maintain quality and genuineness of chemicals
being used. The hospital reserve right to send the sample/chemical which is
being used by the firm, for testing in the approved Labs.