Вы находитесь на странице: 1из 21

Greater Chennai Corporation

PUBLIC HEALTH DEPARTMENT


RIPON BUILDINGS
PERIYAR E.V.R.SALAI
CHENNAI 600 003
Tel. 044-25619330

TENDER DOCUMENT

NAME OF WORK:
PROVIDING HUMAN RESOURCE (EPIDEMIOLOGIST-NO.1) TO THE HEALTH
FACILITIES UNDER THE PUBLIC HEALTH DEPARTMENT, GREATER CHENNAI
CORPORATIONFOR ONE YEAR ON CONTRACT BASIS.

COST OF BOOK - Tender document can be downloaded at free of cost from the
website www.tenders.tn.gov.in.

1
GREATER CHENNAI CORPORATION
HEALTH DEPARTMENT
RIPON BUILDINGS
PERIYAR E.V.R.SALAI
CHENNAI 600 003
Tel. 044-25619330

TABLE OF CONTENTS

SL.NO CONTENTS PAGE


NUMBER
1 DOCUMENT CONTROL SHEET 3

2 NOTICE INVITING TENDER 4

3 CHECK LIST FOR SUBMISSION OF BID 5

3 INTRODUCTION 6

4 SCOPE OF WORK 7

5 TERMS AND CONDITIONS 8

6 EARNEST MONEY DEPOSIT (EMD) 9

SUBMISSION OF THE TENDER 10


7
SIGNING OF CONTRACT AND SECURITY DEPOSIT 12
8
SCHEDULE OF PAYMENT 13
9
TERMINATION 14
10
GENERAL 16
11
ANNEXURE I SCHEDULE A TECHNICAL BIDDING 17
12
QUALIFICATION
ANNEXURE II DRAFT AGREEMENT 17
13
ANNEXURE III BIO DATA OF THE KEY PERSONNAL 19
14

15 ANNEXURE IV FINANCIAL TENDER 21

2
DOCUMENT CONTROL SHEET

NAME OF WORK:

PROVIDING HUMAN RESOURCE (EPIDEMIOLOGIST- 1 NO.) TO THE HEALTH


FACILITIES UNDER THE PUBLIC HEALTH DEPARTMENT, GREATER CHENNAI
CORPORATION FOR ONE YEAR ON CONTRACT BASIS.

TENDER REFERENCE HDC.No.B2/ 5473 /2016

DATE OF ISSUE 07.09.2016

LAST DATE FOR SUBMISSION OF TENDER 19.09.2016 3.00 pm


DOCUMENT

LAST DATE AND TIME FOR RECEIPT OF 19.09.2016 3.00 pm


TENDER
DATE AND TIME OF OPENING OF TENDER 19.09.2016 3.30 pm

AMOUNT OF EARNEST MONEY DEPOSIT


(EMD) DEMAND DRAFT IN FAVOUR OF Rs. 6,500 /-
COMMISSIONER GREATER CHENNAI
CORPORATION
CONTRACT PERIOD One Year

PLACE OF OPENING OF Office of the City Health


Officer, Ripon Building,
TECHNICAL BID
Chennai-600003
City Health Officer, Public
OFFICER INVITING BIDS Health Department, Ripon
Building,Chennai-600003
City Health Officer, Public
Health Department, Ripon
Building,Chennai-600003
ANY CLARIFICATION CONTACT Ph No. 044-25619330
Email Address:
ho@chennaicorporation.gov.in
cityhealthoffice.gmail.com

3
H.D.C.NO. B2/ 5473 /2016. Greater Chennai Corporation,
Public Health Department
Dt. 07.09.2016
E-TENDER NOTICE
E Tender invited for Providing Human Resource EPIDEMIOLOGIST- 1NO. to
the Health facilities under the Public Health Department, Greater Greater
Chennai Corporationfor the Period of One year
SL. REF. NAME OF THE ITEM TOTAL E.M.D. COST OF ELIGIB LAST DATE
NO NO. VALUE OF TENDER LE AND TIME OF
. WORK RS. DOCUMENT CLASS SUBMISSION
RS. Rs.
Providing Human
H.D.C.NO. B2/ 5473 /2016.

Resource
Epidemiologist-1No
to the Health As per

6,500/-
facilities under the tender 19.09.2016
1 6,21,000/- -
Public Health docum 15.00 hours
Department, ent
Greater Chennai
Corporation for One
year
1. Bid document will be available in web site https://tntenders.gov.in up to
19.09.2016 15.00 hrs for online bidding. The bidders must possess Digital
Signature Certificate and submission of bids through online in the above web
side.
2. Bids must be submitted online on or before 15.00 hrs on 19.09.2016. Bids
received online shall be opened at 3.30 p.m. on 19.09.2016 in the office of City
Health Officer in the presence of the bidders who wish to participate in the
tender. If the date of opening happens to be a holiday, the bids will be opened
on the next working day at the same time and venue. The original E.M.D shall be
received by the City Health Officer, Ripon building, Chennai-600003 on or
before 19.09.2016 at 3.00 p.m. failing which the bid shall be summarily
rejected.
3. Earnest Money Deposit specified for the work in the above table will have to be
in any one of the forms as specified in the bidding document payable at Chennai
in favour of The Commissioner, Greater Chennai Corporation, shall be valid for
90 days ,the same shall be submitted in a separate envelope.
4. Bids must be accompanied with scanned copy of demand draft/ any one of the
forms as specified in the bidding document towards Earnest Money Deposit
drawn on any Nationalized/ Scheduled Bank in favour of Commissioner Greater
Chennai Corporation, payable at Chennai and the same shall be submitted in
cover-1 of the online bidding and the Price bid shall be submitted in cover-II of
the online bidding.
5. Subsequent corrigendum/addendum if any shall only be available in web site
indicated above.
6. The authority reserves the right to reject for any or all bids without assigning
any reason.

4
CHECK LIST FOR SUBMISSION OF BID
Bidder shall check the submission of relevant details and documents as
mandated in the tender document, before submission of bids.

Sl. No. Details Check

Whether Scanned copy of Bid Security (Earnest


Money Deposit) at 1% of the work value of
Rs.6,500/- is enclosed? The Earnest Money Deposit
shall be either in the form of Demand Draft or an
irrevocable Bank Guarantee drawn from any
1 YES /
Nationalized/Scheduled Bank in favour of the
NO
Commissioner, Greater Chennai Corporation. The
original Bid Security shall also be submitted to the
tender inviting officer before bid opening.

Whether proof for having the experience in similar job


value not less than Rs. 10 Lakhs within last two years.
each for Centre Government of India / State
2 Government Health Departments of India /Boards/ YES /
Undertaking Local Bodies or Public Sector / Private NO
Sector Companies or Banks is enclosed ?

Whether proof for having audited financial statement


for the last three years, audited by Charted
Accountant, which includes profit & loss account
3 balance sheet, and certificates regarding contingents
YES /
liabilities. In case of any Nil statements a Charted
NO
Accountant shall certify the same accordingly.

Whether Self attested copy of PAN card under YES /


4
Income Tax Act is enclosed. NO

Whether proof of having the tenderer should have YES /


5
submitted the IT returns for the last three years. NO

Whether Self attested copy of Service Tax YES /


6
Registration Number is enclosed. NO
YES /
Whether the bidder has signed in all pages of the
7 NO
tender document
e Submission

8
A Whether the Cover Number 1 of the online
Bidding super scribed as YES /
Technical Bid contains Scanned copy Bid NO
Security,Pre Qualification Documents and Tender
document furnished by Greater Chennai
Corporationto be submitted in Cover-1 of online
bidding.

B Whether the Cover Number 2 of online


bidding super scribed as YES /
Price Bid contains Price Bid Documents. NO

5
This Check List is only illustrative and not exhaustive. Hence the bidder is
requested to go through the entire document and submit all relevant documents
and details.
TENDER FOR PROVIDING HUMAN RESOURCE (EPIDEMIOLOGIST)) TO THE
HEALTH FACILITIES UNDER THE PUBLIC HEALTH DEPARTMENT, CORPORATION
OF CHENNAI FOR ONE YEAR ON CONTRACT BASIS.

1. INTRODUCTION
1.1 BACKGROUND

The Public Health Department in Greater Chennai Corporationis providing


Health services through a network of Urban Primary Health centers, Diagnostic centers
and other health care delivery centers. The Greater Chennai Corporationhas expanded
to 460 sq.kms. Health care services to the people living in the extended areas need to
be covered under health care services. The currently available manpower is not
sufficient for providing comprehensive health care services. It is proposed to get the
required manpower through outsourcing. . Hence the tender is called for.

1.2 DESCRIPTION OF WORK

The successful tenderer has to provide manpower as per the requirement


mentioned below for one year. The successful tenderer has to provide the services
through their own manpower and they will be directed to work as per the requirement
mentioned below and also the requirement arising time to time according to the need.
The outsourced manpower need to be paid as per the norms specified by Greater
Chennai Corporation
No. of persons Qualification
Name of the position
to be engaged
MBBS or post graduation in
1 Medicine with DPH (OR ) DIH
EPIDEMIOLOGIST 1 and Registration with MCI
Total 1

The entire correspondence and activities of the people deputed for work must be
stored in the data base of Greater Chennai Corporation for retrieval analysis, querying
and review. The tenderer has to submit a report on monthly basis as per the
requirements of the Greater Chennai Corporation. The service has to be provided
seamlessly without any disruption. The database and all the data generated by this
process will be owned by the Greater Chennai Corporation only.

1.3 QUALIFICATION OF BIDDERS

1. Scanned copy of Bid Security (Earnest Money Deposit) at 1% of the work value
of Rs. 6,500 /- shall be furnished. The Earnest Money Deposit shall be either in
the form of Demand Draft or a irrevocable Bank Guarantee drawn from any
Nationalized/Scheduled Bank in favour of the Commissioner, Greater Chennai

6
Corporation. The original document shall also be submitted to the tender inviting
officer before 19.09.2016 at 3.00pm.
2. The tenderer should have successfully done / doing at least one similar job of
value not less than Rs. 10,00,000 (Rupees Ten Lakhs Only) last two years,
each for any State / Central Government Health Departments. Boards,
undertaking Local Bodies or Public Sector / Private Sector Companies or Banks .
3. The tenderer shall furnish audited financial statements for the last three years,
audited by Chartered Accountant , which includes profit & loss account balance
sheet and certificates regarding contingents liabilities. In case of any nil
statements a Chartered Accountant shall certify the same accordingly.
4. The tenderer should have submitted the I.T returns for the last three years.

2.1 SCOPE OF WORK


The scope of work will include but not limited to the following.
1. Provision of man power for the above mentioned service facilities.
2. All the people who are deputed by the tenderer will be the employees of the
tenderer only.
3. The personnel who are deputed to the work shall hold not below the
qualification specified in the document.
4. The personnel who are deputed to the work should be paid as per the norms
specified by the Greater Chennai Corporation. The remuneration may change
from time to time by the Corporation.
5. The agency should provide additional manpower in case of need.
6. The technical person will do all the activities according to the instruction of the
head of the centre and head of the department.
7. All the activities must be recorded and should be made available to the
Greater Chennai Corporation as and when required and also appropriate
manner for easy retrieval.
8. The staff must work during the routine working time and days of the specified
center and also additional time when needed which will be decided by the
Head of the Department or Head of the centre.
9. All the required staff must be present in the centre.
10. In case of leave or absence of particular staff the tenderer will do the alternate
arrangements to place without affecting the service.
11. Any damage apart from normal wear and tear of the equipments handled by
the outsourced person will be borne by the tenderer
12. The technical skills will be periodically assessed by the Head of the
Department.
13. In the event of loss or damage to the patient(s) caused by the outsourced
personnel, the cost of damage will be borne by the tenderer.
14. The manpower to be provided by the successful tenderer has to work with the
system of Greater Chennai Corporation.
7
15. The wages of staff engaged on this project shall be borne by the successful
tenderer.
16. The wages of the staff shall be paid as per the rates fixed by the Greater
Chennai Corporation, which could be modified from time to time.
17. In case of accident during the working hours the tenderer will have to provide
compensation to their employees.
18. The tenderer has to pay the taxes as applicable.
19. All the legal proceedings related to staff who are outsourced will be managed
by the tenderer only.
2.2 SERVICE DESCRIPTION
1. Routine working days and timings of the centre as well as additional working
time when need arises.
2. The person placed by the successful tenderer has to do any number of
requests.
3. The placement of the personnel will on the discretion of the Head of the
Department.
4. The successful tenderer shall up-date knowledge and technical skill of the
personnel deputed by them to the centre.

3. TERMS AND CONDITIONS.


The following terms and conditions are intended to sensitize the tenderer to
various clauses, which may be reflected in the final Contract.
3.1 TENDER FOR PROPOSAL
The tenderer is expected to examine all instructions, forms, terms and
specifications contained in this document. The proposal should be precise complete and
in the prescribed format as per the requirements of this tender document. Failure to
furnish all information required by this tender document or submission of applications
not responsive to this tender document in every respect will be at the applicants risk and
may result in rejection.

3.2 CONTENT OF TENDER DOCUMENT


Documents Comprising the Bid
The Bid submitted by the Bidder shall comprise the following:
(a) The Bid
(b) Bid Security;
(c) Priced Bill of Quantities;
(d) Qualification Information Form and Documents;
(e) Income Tax clearance certificate and Sales Tax clearance certificate for the
current year obtained from the appropriate authority;
and any other materials required to be completed and submitted by bidders.

8
This document has to be read entirely. The terms and conditions for the tender
encompasses all the terms and conditions mentioned in this document. However
Greater Chennai Corporation reserves the right to alter any of the above mentioned
dates at a short notice. The same will be intimated to all the concerned parties. Before
submitting the proposal due diligence can be undertaken at its own cost.

3.3 CLARIFICATION & AMENDMENT ON TENDER DOCUMENT


A prospective tenderer requiring any clarification on the tender document may
notify Greater Chennai Corporation in writing to the Head of the Department (Health)
Ripon Buildings, Chennai, 600 003.
In case any one tenderer asks for a clarification to the tender documents before
48 hours of the opening of the tender Greater Chennai Corporation shall ensure that it
will be clarified.
At any time after the issue of the tender documents and before the opening of the
tender Greater Chennai Corporation may make any changes, modifications or
amendments to the tender documents and shall send intimation of such changes to all
those who have purchased the original tender documents.
3.4 EARNEST MONEY DEPOSIT (E.M.D) AMOUNT.
The tender (Technical Bidding Cover A) shall contain Earnest Money Deposit
(EMD) of Rs, Rs. 6,500 /- (Rupees Six thousand and Five Hundred only) in the form
of Demand Draft, Pay Order , Bankers Cheque of any Nationalised Bank or any other
Scheduled Bank drawn in favour of The Commissioner. Greater Chennai Corporation
payable at Chennai. The E.M.D will not be received in cash or currency notes or
cheques or in the shape of NSC or Government Bonds and the tender shall be rejected
if the EMD is not paid in the prescribed manner. The E.M.D will be refunded to the
unsuccessful tenderer on application after intimation is sent of the rejection of the tender
or at the expiry of 90 days from the date of tender whichever is earlier. The E.M.D of the
successful tenderer will be returned only after the deposit of performance guarantee.
Tenders without E.M.D are liable for rejection.

3.5 THE E.M.D MADE BY THE TENDERER WILL BE FORFIETED IF:


1. The tenderer withdraws the tender or back out after acceptance
2. The tenderer withdraws his tender before the expiry of validity of offer, the
period specified in the specification or fails to remit the security deposit.
3. The tenderer violates any of the provisions of these regulations contained
herein.
4. The tenderer revises of the terms quoted during the validity period.

9
3.6 SUBMISSION OF TENDER
1. Bids must be accompanied with scanned copy of demand draft towards Bid
Security drawn on any Nationalized/ Scheduled Bank Drawn in favour of
Commissioner Greater Chennai Corporation, payable at Chennai and the same
shall be submitted in cover-1 and the Price bid shall be submitted in cover-II of
the online bidding.
2. Bids must be accompanied with scanned copy of bid security specified for the
work in the above table. Bid Security will have to be in any one of the forms as
specified in the bidding document payable at Chennai in Commissioner Greater
Chennai Corporation, and shall be valid for 90 days and the same shall also be
submitted in cover-I of the online bidding.
3.7 Procedure for e submission:

1. Bidder should do the registration in the e tender site using the option available. Then
the Digital signature registration has to be done with the e-token, after logging into the
site. The e-token may be obtained from one of the authorized Certifying authorities such
as SIFY/TCS/n Code etc. The list of address of the DSC vendors can be seen in
https://tntenders.gov.in/nicgep/app?component=%24DirectLink_1&page=DSCInfo&servi
ce=direct&session=T&sp=SDSCAddress.pdf

2. Bidder then should login to the site using user id and the corresponding passwords.

3. The e-token that is registered should be used by the bidder and should not be misused
by others.

4. After downloading the tender schedules, the Bidder should go through them carefully
and then submit the documents as directed, otherwise, the bid will be rejected.

5. If there are any clarifications, this may be obtained online through the e-tender site, or
thro the contact details. Bidder should take into account the corrigendum published
before submitting the bids online.

6. Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender schedule and they should be in the prescribed format.

7. The bidder should read all the terms & conditions mentioned in the bid document and
accept the same to proceed further to submit the bids.

8. The Bidder has to submit the tender document online well in advance before the
prescribed time to avoid any delay or problem during the e-submission process.

9. Bidders seeking exemption from payment of EMD, as per existing Government Orders,
and choosing e-submission option shall access the relevant option available in the e-
submission format and submit scanned copy of related documents without fail.

10. The details of the bid security document should be submitted physically before the
opening the tender. The scanned copies furnished at time of e-submission and the
original bid security should be the same otherwise the tender will be summarily rejected.

11. The Commissioner, Greater Chennai Corporation will not be held responsible for any
sort of delay or the technical difficulty faced in the submission of tenders online by the
bidders.

12. The bidder may also submit the bid documents by online mode through the site
(https://tntenders.gov.in)

13. The tendering system will give an ACKNOWLEDGEMENT Message only after
successful uploading of all the required bid documents. The ACKNOWLEDGEMENT is
the bid summary. With the Bid No., Date & Time of submission of the bid with all other
relevant details. The documents submitted by the bidders will be digitally signed with the
e-token of the bidder and then submitted.

10
14. The ACKNOWLEDGEMENT should be printed and to be kept as a token of the
submission of the bid. The ACKNOWLEDGMENT will act as a proof of bid submission
for a tender floated and will also act as an entry point to participate in the bid opening
date.

15. Bidder should log into the site well in advance for bid submission so that he submits the
bid in time i.e. on or before the bid submission time. If there is any delay, due to other
issues, bidder only is responsible.

16. Each document to be uploaded thro online for the tenders should be less then 2 MB, If
any document is more than 2 MB, it can be reduced through zip format and the same
can be uploaded. It may be however noted that. If the file size is less than 1MB the
transaction uploading time will be very fast.

17. The time setting fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender
system. The bidders should follow this time only, during bid submission.

18. All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by anyone until the time
of bid opening. Overall, the submitted tender documents become readable only after the
tender opening by the authorized individual.

19. The Confidentiality of the bids is maintained since the secured Socket layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.

20. The bidders are requested to upload all related documents through e-tendering on line
system to the tender inviting authority well before 15.00 hours(as per Server System
Clock) on 19.09.2016

21. Tenders will be opened by the Tender inviting authority or his authorized officer(s) at
3.30 P.M. on 19.09.2016 in the presence of tenderers or their authorized representatives
if any & members of Tender Scrutiny Committee.

3.8 EVALUATION

Evaluation will be based on prequalification criteria and shall qualify the tenderer for
further processing. If necessary a committee may also be formed to evaluate and recommend
the tender for further processing.

3.9 FINANCIAL BIDS FROM TECHNICALLY SHORT LISTED TENDERERS

The financial bids of the technically short listed tenderers only shall be opened in the
presence of their representatives on the specified date and time. There shall be no negotiations
regarding the Financial Bidding, except with the tenderer who has quoted the lowest amount.
3.10 PRICE QUOTATION.

The tenderer shall quote the rates as mentioned in SCHEDULE B Financial Bidding for
one year of contract period for the service to be provided. All the man power will be owned by
the tenderer. Any deviation from the format provided shall be treated as invalid. The tenderer
must quote the price both in figures and words. In case of any dispute in the prices quoted, the
lowest will be considered. All rates quoted shall be in Indian rupees inclusive of all taxes. If
quoted exclusive of taxes, then it will be treated as inclusive of taxes only. The rates shall be
quoted unconditionally and conditional tenders shall be rejected. Rates once quoted and fixed
shall be valid for one year period or till the end of the contract.

11
3.11 LANGUAGE OF TENDERS
All proposals and supporting documentation shall be submitted in English.

3.12 SIGNING OF CONTRACT AND SECURITY DEPOSIT

The successful tenderer shall be required to enter into an agreement with the Greater
Chennai Corporationwithin 14 (Fourteen Days) days from the date of receipt of the award of the
work from Greater Chennai Corporation. This contract shall be on the basis of this document,
the proposals of the tenderer and other terms and conditions as may be mutually determined by
the Greater Chennai Corporation and the tenderer.
The successful tenderer shall be required to submit a security deposit of 2% of the contract
value in the form of National Savings Certificate/ Time Deposits/ Bank Guarantee pledged in
favour of the Commissioner, Greater Chennai Corporationin the prescribed format acceptable to
Greater Chennai Corporation. However it is open to the Commissioner, Greater Chennai
Corporationto insist on higher deposit as per the rules in force. The security deposit will not bear
any interest. If the successful tenderer fails to furnish such security deposit and execute the
agreement the E.M.D will be forfeited. The security deposit will however be refunded after the
expiry of 12 months from the date of completion of the work.

3.13 SEALING AND MARKING OF TENDERS.


The tenderer shall submit the tender through online only.

3.14 PERIOD OF TENDER VALIDITY


The tenders shall be valid minimum for a period of 90 Days from the date of
opening of tenders. On completion of the validity period unless the tenderer withdraws
his tender in writing. It will be deemed to be valid until such time that the tenderer
formally (in writing) withdraws his tender.

3.15 EVALUATION OF TECHNICAL BIDS.


Evaluation will be based on prequalification criteria and shall qualify the tenderer
for further processing. If necessary a committee may also be formed to evaluate and
recommend the tender for further processing.

3.16 FINANCIAL BIDS FROM TECHNICALLY SHORT LISTED TENDERERS


The financial bids of the technically short listed tenderers only shall be opened in
the presence of their representatives on the specified date and time. There shall be no
negotiations regarding the Financial Bidding, except with the tenderer who has quoted
the lowest amount.

3.17 PRICE QUOTATION.


The tenderer shall quote the rates as mentioned in SCHEDULE B Financial
Bidding for one year of contract period for the service to be provided. All the man power

12
will be owned by the tenderer. Any deviation from the format provided shall be treated
as invalid. The tenderer must quote the price both in figures and words. In case of any
dispute in the prices quoted, the lowest will be considered. All rates quoted shall be in
Indian rupees inclusive of all taxes. If quoted exclusive of taxes, then it will be treated as
inclusive of taxes only. Only one rate shall be quoted for each item . If more than one
rate is quoted for a single item the tender shall be rejected. The rates shall be quoted
unconditionally and conditional tenders shall be rejected. Rates once quoted and fixed
shall be valid for one year period or till the end of the contract.
3.18 DISCUSSIONS

The tenderer who has quoted the lowest amount (L-1 Bidder) shall be called for the
discussion of the proposed services and separate information for date, time and venue will be
intimated to that tenderer. If the lowest bidder is not satisfied and he is not able to fulfill the
requirements of Greater Chennai Corporation, the second lowest bidder will be called for the
discussion.

3.19 CONTRACT PERIOD.


The finalized rate of the proposal shall be valid for the entire contract period (i.e
one year) from the date of commencement.

3.20 AWARD OF WORK


Award of work shall be placed on the finally selected tenderer after only the
successful and satisfied demonstration of service by the tenderer.

3.21 READINESS OF SERVICE.


This service should be installed, customized made available and ready for full
fledged service within 2 weeks from the date of agreement.

3.22 DELAY IN SERVICE.


Any delay in launch of service beyond 3 weeks period shall invite penalty clause
and if it is beyond 6 weeks the order on the tender to be cancelled and security deposit
will be forfeited.
Upto Three Weeks No Penalty

Beyond Three Weeks Upto Six Weeks Penalty per day at the
rate of 0.5% of the total
quoted value.
3.23 SCHEDULE OF PAYMENT.
The payment shall be made as given below.
1. No advance payment shall be made.

13
2. The payment shall be released once in a month. The payment shall become due
on satisfactory completion of service every month and shall be paid within 15
days of based on the submission of report (Refer clause 2.1 S.No.20)

3.24 PAYMENT TERMS AND PENALTY.


1. The payment terms shall be made as per the conditions mentioned in tender
clause 3.23 Schedule of payments.
2. Failure (Non Functioning Period) will be calculated in terms of number of days. If
the failure continues more than one day, the deductions from the bill will be done
as follows.
Twice the amount per day, calculated on prorate basis of actual billing amount.
If the failure exceeds 10 days no payment will be made for that month.
3.25 TERMINATION OF CONTRACT
Greater Chennai Corporation may without prejudice to any other remedy for
breach of contract by written notice of default, sent to the tenderer terminate this
contract in whole or in part.
a) If the tenderer fails to satisfy all the tender conditions within the time period(s)
specified in the contract, or any extension thereof granted by the Greater Chennai
Corporation.
b) If the tenderer fails to satisfy to perform any other obligation(s) under the Contract
and
c) If the tenderer in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as the Greater Chennai
Corporation may authorize in writing) after receipt of the default notice from the
Greater Chennai Corporation.

In the event the Greater Chennai Corporation terminates the contract in whole or
in part the Greater Chennai Corporation may procure the service upon such terms and
in such manner as it deems appropriate services similar to those undelivered and the
tenderer shall be liable to the Greater Chennai Corporation for any excess cost for such
similar services. However the tenderer shall continue the performance of the contract to
the extent not terminated.
The Greater Chennai Corporation may at any time terminate the contract by
giving written notice to the tenderer without compensation to the tenderer. If the
tenderer becomes bankrupt or otherwise insolvent as declared by the competent court
provided that such termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to the Greater Chennai Corporation.
3.26 ARBITRATION
Greater Chennai Corporation and the successful tenderer shall make every effort
to resolve amicably by direct negotiation any disagreement or dispute or
misunderstanding arising between them in connection with this service. If any dispute
shall arise between Greater Chennai Corporation and the successful tenderer on
14
aspects not covered by this tender document or work order, or operation thereof, or the
rights, duties or liabilities under these except as to any matters the decision of which is
separately provided for by the general or the special conditions, such dispute shall be
referred to two arbitrators, one to be appointed by each party and the said arbitrators
shall appoint an umpire in writing before entering on the reference and the award of the
arbitration or umpire, as the case may be, shall be final and binding on both the parties.
The arbitrators or the umpire as the case may be, with the consent parties, may modify
the time frame for making and publishing the award. Such arbitration shall be governed
in all respects by the provision of the Indian Arbitration Act or its later modifications and
the rules there under and any statutory modification or re-enactment, thereof. The
arbitration proceedings shall be held in Chennai, India.

3.27 FORCE MAJEURE


The successful tenderer shall not be liable for Liquidated Damages, or
termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the contract is the result of an event of Force Majeure.
For purpose of this clause, Force Majeure means an event beyond the control
of the tenderer and not involving the successful tenderer fault or negligence, and not
foreseeable. Such events may include, but are not restricted to, acts of the Greater
Chennai Corporation in its capacity as a buyer, wars or revolutions, terrorist attacks,
fire, floods, epidemics, quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the tenderer shall promptly notify the Greater
Chennai Corporation in writing of such condition and the cause thereof.
Unless otherwise directed by the Greater Chennai Corporation in writing, the
tenderer shall continue to perform its obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance
not prevented by the Force Majeure event.

3.28 ATTACHMENT OF DOCUMENTS IN THE PROPOSAL (CHECK LIST)


The following documents shall be enclosed along with the Technical Bid, failing
which the tender shall be rejected. No request on this aspect shall be entertained from
the rejected tenderers at a later date.
Necessary detailed technical write-up highlighting the features of the proposed

PROVIDING HUMAN RESOURCE (EPIDEMIOLOGIST) TO THE HEALTH


FACILITIES UNDER THE PUBLIC HEALTH DEPARTMENT, GREATER CHENNAI
CORPORATION FOR ONE YEAR ON CONTRACT BASIS.

1. Documents that the tenderer feels necessary to support the system if any.
2. The details of previous experience must be submitted separately.

15
3. Bio Data of the key personal of the tenderer who will be available for the
proposed work. Separate sheet has to be produced for each personnel in the
4. Self attested copy of Service tax Registration Number to be given by the
tenderer.
5. Self attested copy of Pan Card No. under Income Tax Act is enclosed to be
given by the tenderer.
6. Point by point compliance statement of the detailed specifications.
7. Legal agreement with Consortium partners with clearly defined roles and
responsibilities of each partner.
8. Audited financial accounts for last three years.
9. Copies of I.T returns submitted for the last three years.
10. Power of attorney of signatories of tender.
11. Details of offices in India.

3.29 GOVERNING LAW AND JURISDICTION

This tender shall be construed and interpreted in accordance with and governed
by the laws of India and the Courts at Chennai. India shall have jurisdiction over
all matters arising out of or relating to this Agreement.

4.GENERAL
GENERAL TERMS AND CONDITIONS.
1. The validity period of the tender will be 90 days (Ninety Days) from the date of
submission of the tender.
2. Right to reject any or all the tenders without assigning any reason will be the
discretion of the Commissioner, Greater Chennai Corporation.
3. The Commissioner, Greater Chennai Corporation reserves the right of
rejecting / canceling of any part of or whole tender without assigning any
reason.
4. Successful tenderer shall execute an agreement with Commissioner Greater
Chennai Corporation duly accepting the terms and conditions for carrying the
work.
5. Necessary taxes will be recovered from the bills as per the Govt. orders.
6. The Greater Chennai Corporation has right to call for negotiation from the
lowest tenderer and for live demonstration.
7. The successful tenderer should ensure the compliance of all the provision of
Labour laws. Tax laws and Local laws as applicable during the tenure of the
contract. The successful tenderer shall be fully responsible for any default or
any non-compliance of any statutory laws, rules and regulations framed by
central government, state government or local bodies from time to time as
applicable.
8. Tenderer is requested to make the necessary manpower available all the
time. In case of absenteeism, Tenderer should provide suitable replacement
16
for that person so that work will not suffer. the additional cost of hiring if any
should be borne by the tenderer. Except the payment as per the terms of the
contract, Greater Chennai Corporationwill not entertain any extra claim during
or after the contract period.
9. The successful tenderer has to provide the service on, round the clock basis,
including Sundays and Government holidays.
10. Any other charges payable to Government / service provider will be borne by
the successful tenderer.
ANNEXURE : 1
SCHEDULE A
As Per Check list in page no.05.

ANNEXURE-II
DRAFT AGREEMENT
This agreement entered between the Greater Chennai Corporation, represented
by the Commissioner, having his Office at No. 16, Periyar EVR salai, Chennai 600
003, hereinafter called as the CORPORATION which term shall wherever context so
requires or permits shall mean and include his men, agents, representatives,
subordinate officers, successors to his office and assigns of one part and
...........................................................................................................
............................................................................................................................................
.........
............................................................................................residing at/having his office at
.....................................................................................................................................
..............................................................................herein after called as CONTRACTOR
which term shall wherever context so requires or permits shall mean and include his
men, agents, representatives, workmen, and legal heirs and assigns of other part.
Whereas the CORPORATION called tender for
providing Epidemiologist to the health facilities under the public health department,
Corporation of Chennai for one year
more-fully described in the schedule to this agreement on ............................. and the
CONTRACTOR also submitted his tender.
Whereas the CORPORATION vide its letter xxxxxx dated.................... intimated
the Contractor that his tender has been accepted and required him to pay a sum of Rs./-
(Rupees........................................................................)
as Security Deposit, by means of National Savings Certificate or any other script
obtained from the Indian Postal Department duly pledged in favour of the
Commissioner, Greater Chennai Corporation or irrevocable bank guarantee in the
format acceptable to Greater Chennai Corporation for faithful performance of contract
and execute the agreement in the draft tender format given in the tender document
submitted by him.

17
Whereas the tenderer deposited the Security Deposit in the following manner for a
sum of Rs./- (Rupees.............................................................................Only)

Signature of the Tenderer

Whereas in consideration of the rates mentioned in the schedule to this agreement the
Corporation and Contractor is entering into this agreement under the terms and
conditions mentioned in this tender document.

In witness whereof the


contractor............................................................................................................................
............... has here unto set his hand and
............................................................................................
the Commissioner has hereunto set his hand the day and year first above written.

Signed by the Contractor.

Full Address

in the presence of witness.

Signed by Commissioner.

The Common Seal of the Greater Chennai Corporation


Here unto affixed in presence of

Contractors Name
Signature of the Tenderer

ANNEXURE III

BIO-DATA OF PERSONNEL OF THE TENDERER WHO WILL BE AVAILABLE FOR


KEY PERSONNEL THE PROPOSED CONTRACT.

a. Name
b. Designation
c. Qualifications
18
d. Duration of Employment with the tenderer
e. Years of professional experience
f. Experience of work of similar nature during
employment with the tenderer, and previous .
employment. If any.
g. Position and responsibility for the proposed work of this
Tender.

Signature of the Tenderer

19
PRICE BID DOCUMENTS

SCHEDULE B

20
ANNEXURE IV

FINANCIAL TENDER
SCHEDULE B
Ref No. H.D.C.No.B2/ 5473 /2016.
The Format should not be changed
1. This Financial Tender (rates quoted) have to be put in cover B
Service Service Tax Total no of Total Salary Per
Payable
Charges Payable 15% Staff Year
Salary Per
Category of (Tenderer (1+2x 15%) (1+2+3)x4x12
Person Per
Staff to Quote)
Month (Rs)
1 2 3 4 5
EPIDEMIOLO
GIST 45000 1

Total rate (In words)

NOTE:-

1. Tenderes should quote service charges.


2. Rates once fixed will be valid for the entire period of contract.
3. Any deviations from the format provided shall be treated as invalid.
4. All the rates quoted should be in Indian Rupees.

Signature of the Tenderer

21

Вам также может понравиться