tender for appointment of contractor labour tender 27.09.19.pdfbe exempted from depositing of tender...
Post on 02-Apr-2021
4 Views
Preview:
TRANSCRIPT
-
P a g e 1 | 43
“मध्य प्रदशे एव ंछत्तीसगढ़ राज्य में स्थित स्वस्िन्न केन्द्रीय िडंारगहृों
तिा स्वस्िन्न कीट स्ियतं्रण थिल पर स्वस्िन्न कायों जसै-े
प्रधमूीकरण/ ब्रशशगं / डशथटंग / थटॉक के स्छड़काव, स्िखरे हुए अिाज को एकस्त्रत करके जमा करिा और अिाजों की सफाई इत्यादद कायय
करिे / सहायता प्रदाि करि े हते ु कुशल / अर्द्य-कुशल / अकुशल
आकस्थमक श्रस्मक के रूप में श्रमशस्ि की आपूर्तय के स्लए ठेकेदार
की स्ियसु्ि हते ुस्िस्वदा” l
“TENDER FOR APPOINTMENT OF CONTRACTOR FOR SUPPLY OF MANPOWER AS SKILLED / SEMI-
SKILLED / UN-SKILLED CASUAL LABOUR FOR CARRYING / HELPING OUT VARIOUS JOB VIZ. FUMIGATION / BRUSHING / DUSTING / SPRAYING OF STOCK, COLLECTION OF SWEEPING OF SPILLAGES AND CLEANING OF GRAINS etc. IN DIFFERENT CENTRAL WAREHOUSES SITUATED IN M.P. AND CHHATITSGARH STATE AND DIFFERENT PEST CONTROL SITES”.
E-mail: rmbpl@cewacor.nic.in
mailto:rmbpl@cewacor.nic.in
-
P a g e 2 | 43
:: INDEX OF CONTENTS ::
S.No. Description of Documents Page No
01 Invitation to tender & Instructions to the tenderers. 03-05
02 Forwarding letter to the tenderer including General Information, Place of Service.
06
04 Annexure-I: Minimum Eligibility Criterion and other Required documents.
07-08
05 Annexure-II: Part I: Definitions 09
06 Annexure-II: Part II: Terms & Conditions governing to the Contract covering Delivery of e-Tender, Opening e-Tender, Corrupt practice, Accounts, Volume of work, Working hours, Period of contract, Relationship with third parties, Liabilities for personnel Payment of Wages to Workers, Medical examination, Earnest Money Deposit, Security Deposit, Set-off, Micro & Small Enterprises, Interviews and Acceptance of e-Tender, Payment Terms, Arbitration Clause, Termination Clause etc.
10-20
07 Annexure-III: List of Warehouses under Central Warehousing Corporation Regional Office Bhopal
21-23
08 Annexure-IV: Financial Bid 24
09 Appendix–I: General information of tenderer 25
10 Appendix-II: Checklist of documents 26-27
11 Appendix–III: Affidavit of MSEs 28
12 Appendix–IV: Proforma of work experience certificate 29
13 Appendix-V: Format for Net Worth 30
14 Appendix-VI: Format for Power of Attorney for guidance purpose 31
15 Appendix-VII: Undertaking for Proprietory firm 32
16 Appendix-VIII: Compliance to Bid Requirement 33
17 Appendix-IX: Undertaking for uploading true information. 34
18 Appendix-X: Undertaking for understood the tender document and uploading Solvency Certificate
35
19 Appendix-XI: Format of Solvency Certificate 36
20 Appendix XII: Agreement 37
21 Appendix XIII: Pre Contract Integrity Pact 38-43
-
P a g e 3 | 43
क्र.केिस्ि/क्षेका-िोपाल/तक-आकस्थमक श्रस्मक/2019-20/ ददिांक : 26.09.2019 No. CWC/RO-BPL/Tech-Casual Labour/2019-20/ Date:- 26.09.2019
ई-स्िस्वदा आमतं्रण हते ुसचूिा NOTICE INVITING E-TENDER
कें रीय िंडारण स्िगम, मध्य प्रदशे एवं छत्तीसगढ़ राज्य में स्थित कें रीय िंडारगृहों तिा स्वस्िन्न कीट स्ियंत्रण थिल पर
स्वस्िन्न कायों जैसे प्रधूमीकरण/ब्रशशंग/डशथटंग/थटॉक के स्छड़काव/स्िखरे हुए अिाज को जमा करिा और अिाज की
सफाई इत्यादद कायय करिे / सहायता प्रदाि करिे के स्लए "कुशल/अर्द्य-कुशल/अकुशल आकस्थमक श्रस्मकों के रूप में
श्रमशस्ि की आपरू्तय हते"ु प्रस्तस्ित एजेंस्सयों / संगठि / सरकारी स्विागों से ई-स्िस्वदा के माध्यम से दो िोली प्रणाली
के तहत ऑिलाइि-स्िस्वदा आमंस्त्रत करता ह ैl Central Warehousing Corporation invites online-tender through E-tender mode under two bid system from reputed Agencies/Organisation/Govt. Departments for “Deployment of Manpower as Skilled / Semi-skilled / Un-skilled Casual Labours ” for carrying/ helping out various job viz. fumigation/brushing/dusting/spraying of stock, collection of Sweeping of spillages and cleaning of grains etc., in different central warehouses situated in M.P. and Chhattisgarh State and different Pest Control Sites.
दो िोली प्रणाली के तहत ई-स्िस्वदा हमारी वेिसाइट पर उपलब्ध होगी स्जसमें अिुिंध से संिंस्धत स्ियम व शतें एवं
कायय-अिुसूची समास्हत हैं l इच्छुक ठेकेदार कें रीय िंडारण स्िगम की वेिसाइट www.cewacor.nic.in या ई-टेंडर
वेिसाइट www.tenderwizard.com/CWC या सीपीपी पोटयल http://eprocure.gov.in/epublish/app
पर ददिांक 21.10.2019 को अपराह्ि 03:00 िजे तक ई-स्िस्वदा डाउिलोड कर सकते हैं l स्िस्वदा दथतावेज का
लागत मूल्य और प्रदक्रया शुल्क केवल ई-टेंडर वेिसाइट www.tenderwizard.com/CWC के माध्यम से ददिांक
21.10.2019 को अपराह्ि 03:00 िजे तक प्रथतुत दकया जा सकता ह ैl ई.एम.डी. और िोली प्रथतुत करिे की
अंस्तम तारीख एवं समय ददिांक 22.10.2019 को अपराह्ि 03:00 िजे तक ह ैl E-Tender under Two bids system will be available on our website including contract conditions and schedule of work may be down loaded by the intending contractors from CWC website www.cewacor.nic.in or e-tender website www.tenderwizard.com/CWC or CPP Portal http://eprocure.gov.in/epublish/app upto 21.10.2019 at 15:00 Hr and the processing fee and cost of tender document may be submitted only through e-tender website www.tenderwizard.com/CWC till 21.10.2019 upto 15:00 Hrs. Last date & time of submission of bid and EMD till 22.10.2019 upto 15:00 Hrs.
अस्धक जािकारी के स्लए कृपया उपरोि वेिसाइट दखेें या श्री ििलेश कुमार से मोिाइल िं. 9713512174 पर
संपकय करें l For more information please visit on above website or Contact to Mr. Bablesh kumar, Mobile : 9713512174.
ई-स्िस्वदा की प्रदक्रया हते ुमहत्वपूणय स्तस्ि स्िम्नस्लस्खत हैं : Important dates for e-tendering process are as per details given below:-
1. स्िस्वदा क्रमांक
Tender No.
क्र.केिस्ि/क्षेका-िोपाल/तक-आकस्थमक श्रस्मक/2019-20/
ददिांक : 26.09.2019
CWC/RO-BPL/Tech-Casual Labour / 2019-
20/ Date:- 26.09.2019
2. कायय का थवरुप प्रधूमीकरण/ब्रशशंग/डशथटंग/थटॉक के स्छड़काव/स्िखरे हुए
http://www.cewacor.nic.in/http://www.tenderwizard.com/CWChttp://www.tenderwizard.com/CWChttp://www.cewacor.nic.in/http://www.tenderwizard.com/CWChttp://eprocure.gov.in/epublish/app%20upto%2021.10.2019%20at%2015:00http://www.tenderwizard.com/CWC
-
P a g e 4 | 43
Nature of Work अिाज को जमा करिा और अिाज की सफाई इत्यादद कायय
करिे / सहायता प्रदाि करि ेहतेु "कुशल/अर्द्य-कुशल/अकुशल
आकस्थमक श्रस्मकों की आपूर्तय हतेु"
“Supply of Casual Labour” for carrying/
helping out various job viz.
fumigation/brushing/dusting/spraying of
stock, collection of Sweeping of spillages and
cleaning of grains etc.
3. अिेथट मिी
Earnest Money
रुपए 3,20,000/-
(केवल ई-िुगताि के माध्यम से, एम.एस.ई. पंजीकृत
स्िस्वदाकार को छूट प्राप्त ह)ै
Rs. 3,20,000/-
(Through e-payment only, Exempted for
MSEs registered tenderer)
4. स्िस्वदा दथतावेजों की लागत मूल्य (िॉि-ररफंडेिल)
Cost of tender document (Non-refundable)
2000/- + 18% GST i.e.360/-
Total= 2360/-
5 अिुिंध की अवस्ध
Duration of contract
02 वर्य
02 Years
6 स्िस्वदा प्रदक्रया शुल्क (िॉि-ररफंडेिल)
Tendering Processing Fee (Non-refundable)
मैससय के.एस.ई.डी.सी. स्लस्मटेड की उपयिुता के अिुसार
As per applicability to Ms. K.S.E.D.C. Ltd.
7 स्िस्वदा लागत मूल्य एवं ई-स्िस्वदा प्रदक्रया शुल्क के
प्रथतुतीकरण तिा स्िस्वदा दथतावेज डाउिलोड करि े की
अंस्तम तारीख एवं समय (तकिीकी एवं मूल्य िोली)
Last date & time of submission of cost of
tender & e-tender processing fee and
downloading of tender document (technical
& price bid)
ददिांक 21.10.2019 को अपराह्ि 03:00 िजे तक
21.10.2019 upto 15:00 Hrs.
8 स्िस्वदा एवं ई.एम.डी. के प्रथततुीकरण की अंस्तम तारीख एवं
समय
Last date & time of submission of Tender &
EMD
ददिांक 22.10.2019 को अपराह्ि 03:00 िजे तक
22.10.2019 upto 15:00 Hrs.
9 तकिीकी िोली खुलिे की तारीख एवं समय
Date and time of opening of Technical Bid
ददिांक 22.10.2019 को अपराह्ि 03: 30 िजे तक
22.10.2019 upto 15:30 Hrs.
10 स्वत्तीय िोली खुलिे की तारीख एवं समय
Date and time of opening of Financial Bid
तकिीकी रूप से योग्य स्िस्वदाकारों को स्वत्तीय िोली खुलिे
की स्तस्ि अलग से सूस्चत की जाएगी l
Date of opening will be intimated separately
for technically qualified Tenderers
स्वशेर् :- दकसी िी प्रकार के थपष्टीकरण/शुस्र्द्-पत्र/पररवतयि होिे पर ऊपर वर्णयत वेिसाइट पर ऑिलाइि प्रकास्शत दकया जाएगा l NOTE:- Any further clarifications/corrigendum/addendum be published online on above mentioned website.
REGIONAL MANAGER
-
P a g e 5 | 43
“TENDER FOR APPOINTMENT OF CONTRACTOR FOR SUPPLY OF MANPOWER as Skilled / Semi-skilled / Un-skilled Casual Labours ” for carrying/ helping out various job viz. fumigation/brushing/dusting/spraying of stock, collection of Sweeping of spillages and cleaning of grains etc., in different central warehouses situated in M.P. and Chhattisgarh State and different Pest Control Sites.
E-Tender under Two bids system will be available on our website including contract conditions and schedule of work may be down loaded by the intending contractors from CWC website www.cewacor.nic.in or e-tender website www.tenderwizard.com/CWC or CPP Portal http://eprocure.gov.in/epublish/app upto 21.10.2019 at 15:00 Hr and the processing fee and cost of tender document may be submitted only through e-tender website www.tenderwizard.com/CWC till 21.10.2019 upto 15:00 Hrs. Last date & time of submission of bid and EMD till 22.10.2019 upto 15:00 Hrs.
If any tenderer wishes to participate in the CWC tenders, tenderer has to register their firm once in our website www.tenderwizard.com/CWC for online e-Tendering in consultation with our service provider M/s. Karnataka State Electronics Development Corporation Limited (KSEDC). Phone No. 011-49424365. No bidder registration charges will be charged by the service provider.
For more Information please visit on the above website or Contact or you can call to Mr. Bablesh Kumar, Mobile: 9713512174
Cost of Tender, e-Tendering Processing Fee, and EMD can be paid online in the following modes:- Sl.No. Mode of payment
1 Credit/Debit Cards or NEFT/RTGS or Net Banking or Direct Debit
(This is proposed based upon letter No. CWC/RO-BPL/Tech-Casual Labour/2019-20 Date:- 26.09.2019 issued by Technical Section addressed to KSEDC.)
The Tender Cost of Rs.2360/- (inclusive of GST) and EMD of Rs.3,20,000/- have to be deposited through above modes in CWC Bank A/c as per details given below:-
Name of Bank : PUNJAB NATIONAL BANK
Branch : HABIBGANJ BRANCH, Bhopal
IFSC Code Number : PUNB0130500
Bank Account Number : 1305002100015040
Micro & Small Enterprises (MSEs) registered with National Small Industries Corporation Limited will be exempted from depositing of tender and EMD amount. Tender Processing Fee Rs. 2360/- (Non-Refundable) (inclusive GST) has to be deposited in account of M/s. Karnataka State Electronics Development Corporation Limited (KSEDC) through e-payment mode only.
The unique transaction reference/proof of RTGS/NEFT against the cost of tender, EMD shall have to be uploaded in the e-Tendering system.
1. If the date fixed for opening of tenders is subsequently declared a holiday, the tenders will be opened on the next working day following the holiday but there will be no change in the time for opening indicated above.
2. The Regional Manager, CWC, Regional Office Bhopal may at his discretion, extend this day by a fortnight and such extension shall be binding on the tenderer.
3. If the date up to which the e- tender is to remain open for acceptance is declared to be holiday, the tender shall be deemed to remain open for acceptance till the next following working day.
http://www.cewacor.nic.in/http://www.tenderwizard.com/CWChttp://eprocure.gov.in/epublish/app%20upto%2021.10.2019%20at%2015:00http://www.tenderwizard.com/CWChttp://www.tenderwizard.com/CWC
-
P a g e 6 | 43
he/she/they/ is/are signing the e-tender
The Regional Manager, Central Warehousing Corporation, Regional Office,
BHOPAL
To,
------------------------------------------------
------------------------------------------------ Dear Sir,
For and on behalf of the Central Warehousing Corporation, BHOPAL (hereinafter
called the Corporation); Regional Manager, Central Warehousing Corporation, Bhopal
invites e-tender under Two bid systems from financially sound parties having business
competency for appointment of contractor for supply of Manpower viz. casual labour for
a period of two years from the date of appointment.
Place of Service
Supply of Manpower shall have to be performed their duties at Central Warehouses at Madhya Pradesh and Chhattisgarh state (List enclosed in ANNEXURE-III) and different Pest Control Sites.
1. The contract, if any, which may eventuate from this e-tender shall be governed by the Terms & Conditions of contract as contained in the
invitation/instructions to the Tenderer and as given in the Annexure-II to
the form of this e-Tender.
2. The instructions to be followed for submitting the e- tender are set out below:
a) INFORMATION ABOUT E-TENDERERS
The Tenderer must furnish full, precise and accurate details in respect of
information asked as per Annexure-I attached to the form of E-Tender.
b) SIGNING OF e-TENDERS:
Person or persons signing the e- tender shall state in what capacity
e.g. as a sole proprietor of a firm
or as an employee or partner in the firm. In the case of Partnership firms, the
names of all the partners should be disclosed or their duly constituted attorney,
having authority to bind all the partners in all matters pertaining to the contract.
The original or an attested copy of the partnership deed should be furnished along
with the e-tender. In the case of Hindu undivided family, the name of the family
members should be disclosed and the Karta, who can bind the firm, should sign
the form and indicate his status as such below his signature. In case of Company
(Limited / Private) copy of Memorandum of Association and Article of Association
and Certificate of incorporation from Registrar of Companies should be
furnished.
The person signing the e-Tender Form or any document forming part of the tender
on behalf of a firm shall be responsible to produce a proper power of attorney
duly executed in his favour, stating that he has authority to bind such other
person or the firm as the case may be, in all matters pertaining to the contract.
If the person so signing the tender, fails to produce the said power of attorney
his tender shall concern and by the proprietor in the case of proprietary concern.
In the case of Hindu Undivided Family “Power of Attorney” should be signed by
the Karta who by his signature can bind the firm. In case of Company, Board of
Director’s resolution authorizing the person with his designation to sign the
tender document should be produced.
-
P a g e 7 | 43
Annexure-I ELIGIBILITY CRITERIA
Bidders are requested to see tender document for Eligibility criteria and documents required therein.
Eligibility Criteria
Reputed agencies who wish to participate should qualify the following eligibility parameters for quoting the rates online:
1. Work Experience and Experience Certificate: Experience certificate in the proforma prescribed at Appendix IV shall be produced from customers under their signature and stamp stating proof of satisfactory completion/ running contract(s) besides duly certifying nature, period of contract, and value of work handled not less than 56,00,000/- (Rupees Fifty Six Lakh only) in one single contract during preceding 3 years and current year upto date of submission of tender.
2. Turnover: Audited Balance Sheet for having average annual turnover of minimum of Rs 48,00,000/- (Rupees Forty Eight lakh only) during last three preceding
financial year ending on 31.03.2018, i.e. year 2015-16, 2016-17, 2017-18 and Audited/ Un-audited balance sheet of 2018-19.
3. Power of Attorney: The bid should be submitted by the authorized signatory as defined in Appendix-VI under his signature.
4. Bidder should be a Registered Company/LLP in India under Companies Act, 2013 OR Registered Partnership Firm OR Proprietorship (Declaration of Proprietorship/Sole Proprietorship compulsory ink signed as per Appendix-VII)OR Public Sector Undertaking/statutory body OR Cooperative society OR Others.(If the tenderer is a partnership firm/LLP, there shall not be any re-constitution of the partnership without the prior written consent of the Corporation):
5. Tenderer understanding of tender document and his compliance of tender requirements (Declaration from the tenderer as per Appendix VIII duly signed.)
6. Undertaking regarding submission of Authentic/Genuine documents/ information (Compulsory ink signed , Appendix IX)
7. Labour License Registration proof 8. PAN Number 9. GST Registeration 10. ESI Registration proof 11. EPF Registration proof 12. Tenderers should have not been blacklisted or otherwise debarred by CWC, FCI
or any department of Central or State Government or any other Public Sector Undertaking as on the last date of submission of bid during last 3 financial year i.e. year 2016-17, 2017-18 and 2018-19.
13. Tenderer contract should not have been terminated by CWC/FCI during the last 3 years as on the last date of submission of bid.
14. Tenderer registered under micro and small enterprises (if applicable) (Affidavit at Appendix III).
15. EMD: Proof of deposit of EMD. 16. Solvency Certificate from a Nationalized or Schedules Bank of Rs. 16,00,000/-
(Rupees Sixteen Lakh only) in the format as per APPENDIX-XI which shall not be more than three months old from the date of submission of tender.
17. Certificate from OHSMS (Occupational Health and Safety Management System 18. General information of Firm/Company/Coop. Soc./Others (Appendix-I) 19. The Tender Cost of Rs.2360/- (inclusive of GST) and EMD of Rs.3,20,000/- have
to be deposited through Credit/Debit cards or NEFT/RTGS or Net Banking or Direct Debit is in CWC bank account of Regional Manager, Central Warehousing Corporation Bhopal upto 03:00 PM on 22.10.2019 as per details given under EMD clause (detail in annexure-II Clause 44). Proof of online payment is to be attached with the Technical Bid.
20. Every tenderer has to sign the Integrity Pact as per Appendix-XIII while submitting the tender; otherwise his tender will be rejected.
-
P a g e 8 | 43
OTHER DETAILS:- a) Bidder must attach documents as given in eligibility criteria of tender document in support
of their eligibility of bid. In the event of any document found
fabricated/forged/tampered/altered/manipulated during verification, then the EMD of
the bidder Shall be liable to be forfeited and he / they himself / themselves would
disqualify for future participation in the tenders of Central Warehousing Corporation
works for the next 03 (Three) years.
b) Tenderer can be asked to give any clarification and missing documents to be submitted
with in specified period of time and in case of failure of tenderer to give such clarification
and missing documents, his technical bid is liable to be rejected.
c) Tenderer is required to submit Appendix VIII in lieu of tender document along with
documents required under eligibility criteria. The total tender documents and enclosures
are to be signed by the tenderer at bottom of each page, as token of having read,
understood and agreed to the contents of tender documents.
d) The tenders are to be submitted in two parts, Part-I containing Technical Specifications
and Part-II containing financial offer (Part-I & Part-II) i.e. Technical Bid and Price bid.
e) No definite volume of work to be performed during the currency of the contract can be
guaranteed by Central Warehousing Corporation. No claim shall lie against corporation
on this account.
f) The Central Warehousing Corporation reserves the right to accept / reject the tenders
without assigning any reason; the decision of the Corporation shall be final and binding
on tenderer.
g) NIT is the part of Tender Document and therefore bidders are requested to read the
complete tender document and comply all the conditions mentioned there in.
h) Tenders to remain open for acceptance for 90 days inclusive of date of tender opening
(technical bid).
i) The Regional Manager, CWC, RO, Bhopal may at his discretion, extend the ninety (90)
days validity to further by 30 (Thirty) days and such extension shall be binding on the
tenderers.
j) Only those who fulfill the following criteria need to submit their bids.
i. The manpower agencies should have been in existence for not less than 03 years.
ii. It should have been Labour License, PAN number, GSTIN No, ESI and EPF Registration
proof in this regard may be attached with the bid.
k) Contractor’s statutory liability in case of Skilled/Semi-skilled/Unskilled Worker.
i. Minimum rates of wages in a month as per Govt. of India Ministry of Labour &
Employment prevailing wages rate.
ii. Provident fund & ESI Contribution of wages of working days in a month.
iii. Any other liability as amended time to time.
l) Scope of work: Supply of Skilled / Semi-skilled / Un-skilled Casual Labour for carrying/
helping out various job viz. fumigation/brushing/dusting/spraying of stock, collection of
Sweeping of spillages, cleaning of grains etc., at the different Warehouses of Madhya
Pradesh and Chhattisgarh state and different Pest Control Sites.
I accept all the terms and conditions of the tender and fulfill the eligibility criteria required to participate in the tender. I have also uploaded Documents on e-Tendering site as per required in eligibility criteria (ANNEXURE-I), documents are scanned and uploaded in PDF format.
This page should also be signed, scanned & uploaded on e-Tendering Site.
Signature of Tenderer With seal
-
P a g e 9 | 43
Annexure-II Part I: Definitions:
i. The term ‘Contract’ shall mean and include the notice inviting tender, the invitation to tender, incorporating also the instructions to tenderers, the tender, its annexures and schedules, acceptance of tender and such general and special conditions as may be added to it;
ii. The term ‘Contractor’ shall mean and include the person or persons, firm or company with whom the contract has been placed including their heirs, executors, administrators, successors and their permitted assigns, as the case may be;
iii. The term ‘Corporation’ and the Central Warehousing Corporation, wherever occur shall mean the Central Warehousing Corporation established under Warehousing Corporation Act 1962 will include its Managing Director and its successor or successors and assigns.
iv. The term ‘Managing Director’ shall mean the Managing Director of the
Corporation;
v. The term ‘Regional Manager’ shall mean the Regional Manager of the CWC under
whose administrative jurisdiction, the Central Warehouse/ Godowns falls. The
term ‘Regional Manager’ shall also include the Warehouse Manager and every
other officer authorized by him from time to time to execute contract on behalf of
CWC.
vi. The term “Service” shall mean the performance of work enumerated in schedule
of service including such auxiliary, additional and incidental duties, services and
operations as may be indicated by the authorized person.
vii. The term “worker” shall mean casual labour.
-
P a g e 10 | 43
Part II: Terms and Conditions: 1. DELIVERY OF e-TENDER :
i. The e-tender to be submitted by the tenderer only through online e-
Tendering system. The EMD is to be submitted on line as mentioned on page
No. 05 of the tender.
ii. The tenderer must quote rates in Annexure-IV and submit only through e-
tendering website. Tenders, who do not comply with these instructions, are
liable to be ignored/rejected.
iii. The EPF/ESI will be deposited by the Contractor with the concerned
departments and the same will be reimbursed to the contractor by the
CWC on production of documentary evidence of having deposited the same.
2. OPENING OF e-TENDER: The tenders will be opened through online website
www.cewacor.nic.in or www.tenderwizard.com/cwc at the time and date
indicated in the tender form. The tenderers can check their e-tender
response only through online website.
3. CORRUPT PRACTICES: Any bribe, commission or advantage offered or
promised by or on behalf of the tenderer to any officer or employee of the
Corporation shall (in addition to any criminal liability which the tenderer
may incur) debar his tender from being considered. Canvassing on the part
or on behalf of the tenderer will also make his tender liable to rejection.
4. ACCOUNTS: All accounts, book papers and documents pertaining to the
operation carried out in connection with the contract shall be open for
inspection, audit and counter- signature by the Regional Manager, CWC, RO
Bhopal or any officer acting on his behalf, including the Accounts and Audit
Officer. The contractor shall be responsible to produce the same at such
time and place as may be directed by the Regional Manager CWC RO Bhopal.
5. VOLUME OF WORK:
i. Subject as hereinafter mentioned the Corporation does not guarantee any
definite volume of workmen or any particular pattern of service at any time
or through-out the period of contract at any place/location.
ii. “No minimum volume of workman to be performed can be guaranteed during
the currency of the contract. The volume of workman is likely to fluctuate
(increase or decrease) and the tenderers should note that no claim for
compensation arising directly or indirectly out of such fluctuations in the
volume of workmen to be handled during the currency of the contract shall
be entertained.
6. The persons supplied by the agency should not have any Police records / criminal
cases against them. The Agency should make adequate enquiries about the character
and antecedents of the persons whom they are recommending. The Agency will also
http://www.cewacor.nic.in/http://www.tenderwizard.com/cwc
-
P a g e 11 | 43
ensure that the personnel deployed are medically fit. The Agency shall withdraw such
persons who are not found suitable by the office for any reasons immediately on
receipt of such a request.
7. The Agency shall engage necessary persons as required by the CWC from time to
time. It shall be the duty of the Agency to pay their wages every month. There is no
Master & Servant relationship between the persons of the Agency and Central
Warehousing Corporation, and further that the said persons of the Agency shall not
claim any absorption.
8. The Agency shall supply the necessary uniforms, dress & accessories etc. as per
requirement and as directed by CWC.
9. The tenders are to be submitted in two parts, Part-I containing Technical
Specifications and Part-II containing financial offer (Part-I & Part-II) i.e. Technical Bid
and Price bid.
10. The Agency’s person shall not claim any benefit/compensation/absorption
/regularization of services from under the provision of Industrial Disputes Act 1947
or Contract Labour (Regulation & Abolition) Act 1970. Undertaking from the persons
to this effect shall be required to be submitted by the Agency to the Central
Warehousing Corporation.
11. The Agency’s personnel shall not divulge or disclose to any person, any details
of office, operational process, and technical know-how. Security arrangement,
administrative / organizational matters as all are of confidential / secret
nature.
12. The Agency’s personnel working should be polite, coordinal, positive and efficient,
while handling the assigned work and their actions shall promote good will and
enhance the image of CWC. The Agency shall be responsible for any act of indiscipline
on the part of person’s deployed by him.
13. That the persons deputed shall not be below the age of 18 years and they shall
not interfere with the duties of the employees of the CWC.
14. The CWC may require the Agency to dismiss or remove any person or persons,
employed by the agency from the site of work, who may be incompetent or for
his/her/their misconduct and the Agency shall forthwith comply with such
requirements. The Agency shall replace immediately its personnel if they are
unacceptable to the CWC because of security risk, incompetence, conflict of
interest and breach of confidentiality or improper conduct upon receiving
written notice from office.
15. The Agency shall ensure proper conduct of his person in office premises, and enforce
prohibition of consumption of alcoholic drinks, paan, smoking, loitering without
-
P a g e 12 | 43
work, chewing gum or any other material which may cause unnecessary spiting.
16. The transportation, food, medical and other statutory requirements in respect of each
personnel of the Agency shall be the responsibility of the Agency.
17. Working hours would be in accordance to applicable labour laws. However, in
exigencies of work, they may be required to sit late and the personnel may be called
on Saturday, Sunday and other Gazetted holidays, if required.
18. Out of minimum wages, contractor will deduct employee’s contribution of EPF and
pay it to EPFO. Similarly the contractor will also deduct percentage as employee’s
share towards ESI and pay it to ESIC. This is in addition to employer’s liability
payable to EPFO and ESIC.
The contractor shall cover all worker under EPF/ESI irrespective of their wages
i.e. even if the wage of any worker exceeds the statutory limit, he/she will be covered
under EPF/ESI to the extent of statutory limit.
19. The Manpower agencies should quote rate/commission on per person per working
day basis of all statutory Liability as mentioned above
20. No wage / remuneration will be paid to any person for the days of
authorized/unauthorized absence from duty. The Agency should therefore quote the
rates on per person per working day basis.
21. That the Agency will be wholly and exclusively responsible for payment of wages to
the persons engaged by it in compliance of all the statutory obligations under all
related legislations as applicable to it from time to time including minimum wages
Act, EPF, ESI Act etc. and the CWC shall not incur any liability for any expenditure
whatsoever on the persons employed by the agency on account any obligation.
22. The contractor is liable to disburse the Minimum wages to the person engaged for
CWC on the following months by 5th but not later than 7th failing which Rs. 100/- per
worker per day will be deducted from the bill(s). if the wages to the worker not paid
by 10th of the following month, the contract is liable to be terminated and Security
Deposit will be forfeited.
23. The Agency shall provide a substitute well in advance if there is any probability of the
person leaving the job due to his/her own personal reason. The payment in respect
of the overlapping period of the substitute shall be the responsibility of the Agency.
The delay by the agency in providing a substitute beyond two working days shall
attract liquidated damages @ Rs 200/- per day on the service providing agency,
besides deduction in payment on pro-rata basis.
24. The agency shall abide by and comply with the provision of the Contract Labour
(Regulation & Abolition) Act’ 1970 and Contract Labour (Regulation & Abolition)
Central Rules’1971, payment of Gratuity Act, 1972, payment of wage Act, 1936,
Minimum Wage Act, 1948, Workmen Compensation Act, 1923, Employees P.F. and
-
P a g e 13 | 43
Misc. provision Act, 1952, Employees State Insurance Act, 1948, Provision of Child
Labour Act and other statutory provisions as applicable from time to time.
25. The Agency employing the workers will furnish all the details about the workers as
required an appropriate value on a Non-Judicial Stamps Paper duly signed by a
notary. The names and details of the workers would be attached as appendix to the
Non-Judicial Stamp Paper. The Agency would give an undertaking as under.
I Mr..................S/o......................................R.o…………. in the capacity as
contractor for the work (specify the work), I am employing the persons whose details are attached as appendix for laborer work in CWC from........................to………... I have checked their antecedents and verify the same to be true to the best of my knowledge.
26. The Agency will be responsible for good conduct of his employees. In case of detection
of any act of misconduct on part of his personnel, the matter will be immediately
reported to the Agency and he shall take suitable action against the erring personnel
and has to provide suitable replacement immediately.
27. The agency shall provide all the necessary safety equipment’s to his workers and
abide by various safety rules and regulations i.e. hand gloves, mask, full body apron,
eye shield, gum boot etc. Inventory of safety equipment’s should be maintain at all
the warehouses. The Agency shall be responsible for any accidents or injury suffered
by his employees during discharge of the duties.
28. No housing accommodation to the personnel deployed shall be provided by CWC.
29. The persons employed by the Agency shall have no right whatsoever to claim
temporary/permanent employment in any office of CWC.
30. CWC shall not be liable for any loss, damage, theft, burglary or robbery of any
personnel belongings, equipment or vehicles of the Agency.
31. That the Agency on its part and through its own resources shall ensure that the
goods, materials and equipment’s etc. are not damaged in the process of carrying out
the services undertaken by it and shall be responsible for acts of commission and
omission on the part of its personnel, If CWC suffers any loss or damage on account
of negligence, default or theft on the part of personnel of the agency, then the agency
shall be liable to reimburse to CWC for the same. The agency shall keep the CWC
fully indemnified against any such loss or damage.
32. The contractor should submit all their bills not later than two months from the date
of expiry of the contract so that refund of security deposit may be speeded up in order
to facilitate disposal of bills. The contractors are advised to submit their bills monthly.
33. Contractor should be financially sound enough and must be in a position to
afford two months of wages to its workers engaged by him.
-
P a g e 14 | 43
34. PERIOD OF CONTRACT: The contract shall remain in force for a period of TWO
years from the date of acceptance of such later date as may be decided by the
Regional Manager, CWC, RO, Bhopal. The period of contract can be further
extended for One year in four terms of three months each on the same rate,
terms and conditions, depending upon the satisfactory performance of the
sole discretion of Regional Manager, CWC, Regional Office, Bhopal. The
Regional Manager, CWC, RO, Bhopal reserves the right to:-
i. To terminate the contract at any time during its currency without assigning
any reasons thereof by giving thirty days notice in writing to the contractors
at their last known place of residence/business and the contractors shall
not be entitled for any compensation by reason of such termination.
ii. The contract shall stand terminated during its extended period immediately
from the day another contractor appointed by the Corporation takes up the
work and the contractor will not be entitled for any claim whatsoever on
this account, in any manner.
The decision of the Regional Manager, CWC, RO, Bhopal under this
clause shall be final, conclusive and binding on the contractors and shall not
be called into question.
35. On the expiry of the contract, the Agency will withdraw all its personnel and clear
their account by paying them all their dues. In case of any dispute on account of the
termination of employment by the personnel of the agency, it shall be the entire
responsibility of the agency to pay and settle the same.
36. The contractor shall engage experienced, smart, well-disciplined and hardworking
workers with good health and sound mind.
37. The Agency shall be directly and exclusively responsible for any liability arising due
to any difference or dispute between him and his personnel engaged. The contractor
shall be responsible for settlement of any claims/dues in case of any of the workers
sustaining injury or damage to any of the persons employed by the agency or his
property within the premises of the corporation.
38. The contracting Company/Firm/Agency shall not be allowed to transfer, assign,
pledge or sub-contract its rights and liabilities under this contract to any other
agency without the prior written consent of the Corporation.
39. In case it is found at a later date that the work done is of inferior quality and proper
action was not taken at the time of execution of the work, the Contractor shall remain
liable to pay compensation to the corporation for the inferior works as determined by
CWC and in case all payments have been made to the Contractor for this work, this
amount may be deducted from any sum due to the Contractor on any other work
within the corporation.
40. The tenderer will be bound by the details furnished by him/her to the Corporation, while submitting the tender or at subsequent stage. In case, any of such documents furnished by him/her is found to be false at any stage, it would be deemed to be a
-
P a g e 15 | 43
breach of terms of contract making him/her liable for legal action besides termination of contract.
41. The tenderer shall also give the certificate that my/our firm has not been black listed by any Institutional agency/ Govt. Department /Public sector undertaking for participating in the tender, in last 3 years i.e., 2016-17, 2017-18, 2018-19 and April-19 upto date of submission of tender.
42. Medical Examination: The contract personnel shall undergo medical examination
at the expense of the contractor at every six month and provide medical examination
certificate to the concerned Warehouse Manager and also need a certificate from
OHSMS (occupational health and safety management system) along with tender.
43. The bidder should give a certificate that none of his/her near relative is working in
the Central Warehousing Corporation. The Bidder or its authorized signatory should
furnish certificate saying that none of the near relative of proprietor OR all partners
of partnership OR all the Directors of the company excluding Government of
India/Financial institution nominees and independent non-Official part time
Directors appointed by Govt. of India or the Governor of the state is working in the
unit where the tender is being applied. Due to any breach of these conditions by the
company or firm or any other person the tender will be cancelled and Bid Security
will be forfeited at any stage.
The near relatives for this purpose are defined as:- Members of a Hindu
undivided family (HUF).
Husband and Wife.
If one is related to the other in the manner as Father, Mother, Son(s) & Son’s wife
(daughter-in-law), Dauther(s) and Daughter’s husband (son-in-law), Brother(s) and
Brother’s Wife, Sister(s) and Sister’s Husband (Brother-in- law).
The format of the certificate to be given is as follows:-
“I................s/o.....................r/o. ............................................ hereby certify that
none of relative(s) as defined in the tender document is/are employed in the Central
Warehousing Corporation as per details given in tender document. In case at any
stage, it is found that the information given by me is false/incorrect, Central
Warehousing Corporation shall have the absolute right to take any action as deemed
fit, without any prior intimation to me.
44. EARNEST MONEY DEPOSIT (EMD):
i. Each tender must be accompanied by an EMD of Rs. 3,20,000.00 (Rupees Three Lakh
Twenty Thousand only) to be paid through Credit/Debit cards or NEFT/RTGS or Net Banking or Direct Debit and attested copy of receipt of the same should be uploaded with tender documents. Tenders not accompanied by EMD shall be liable to be summarily rejected. The account detail is given below-
-
P a g e 16 | 43
(a) Name of the Bank : PUNJAB NATIONAL BANK (b) Branch : HABIBGANJ BRANCH (c) IFSC Code Number : PUNB0130500 (d) Bank Account Number : 1305002100015040
ii. MSEs registered with the prescribed agencies are exempted from payment of EMD
and cost of tender and should enclose the proof of their being registered with agencies mentioned in the tender document. Their registration should be valid as on last date of submission of tender and they should also mention the terminal validity of their Registration, if applicable, failing which their offer shall not be considered for benefits detailed in MSE Notification of Govt. of India dated 23.3.2012 or any other notification issued thereafter
iii. The earnest money, shall be returned to all unsuccessful tenders, as soon as practicable after decision on tenders and to a successful tenderer, after he has furnished the security deposit; if the successful tenderer does not desire the same to be adjusted towards the security deposit. No interest shall be payable on the amount of earnest money, under any circumstance.
iv. Earnest money shall be forfeited in the event of the tenderers failure, after the
acceptance of his tender, to furnish the requisite security deposit by the due date to
take up the work, without prejudice to any other rights and remedies of Corporation
under the contract and law.
v. Any false/ wrong information/ credentials submitted may lead to the tenderers being blacklisted in CWC and debarred for participating in tender for next 03 years besides forfeiture of the Earnest Money Deposited.
45. Security Deposit :
i. Successful tenderer shall furnish, within a ten days of the acceptance of his tender,
a security deposit of Rs. 16,00,000.00 (Rupees Sixteen Lack only). The successful tenderer, however, shall be given the option to pay 50 per cent of the security deposit
within the above mentioned period and the remaining by deduction at the rate of five percent from each admitted bill, for work done under the contract.
ii. The Security Deposit amount shall be deposited in favour of the Regional Manager,
CWC, Bhopal in the form of Demand Draft in favour of Regional Manager, Central Warehousing Corporation Bhopal, payable at Bhopal or through Credit/Debit cards
or NEFT/RTGS or Net Banking or Direct Debit from scheduled banks only.
iii. The Security deposit furnished by the tenderer would be subject to the terms and conditions and the Corporation shall not be liable for payment of any interest on the
security deposit or any depreciation thereof, whatsoever.
iv. If the successful tenderer had previously held any contract and furnished security deposit, the same shall not be adjusted against this tender and a fresh security
deposit shall be required to be furnished.
v. The contractor shall furnish within a ten days of the acceptance of their tender,
security deposit as prescribed in the invitation to tender. In the event of tenderers failure after the acceptance of his tender to furnish requisite security deposit by the
due date and not taking over the work, the EMD shall be liable to be forfeited. Besides, the Corporation may suspend/ban the trade relations with them or debar
to participate in all future tender enquiries with CWC based on merit of each case up to a period of 03 years without prejudice to any other rights and remedies of the
-
P a g e 17 | 43
Corporation under the contract and law. The decision of Managing Director in this
matter shall be final and binding to the tenderer.
vi. The security deposit shall be refunded to the contractors only after due and
satisfactory performance of the services and on completion of all obligations by the contractor under the terms of the contract and on submission of a No Demand
Certificate, subject to such deduction from, the security as may be necessary for making up of the Corporation’s claims against the contractor.
No Due Certificate from concerned office of ESIC/EPFO shall be mandatory to attach with NO DEMAND CERTIFICATE submitted by the contractor
for refund of security deposit.
vii. In the event of termination of the contract envisaged in Clause-51, the Regional Manager, shall have the right to forfeit the entire or part of the amount of security
deposit deposited by the contractor or to appropriate the security deposit or any part, thereof in or towards the satisfaction of any sum due to be claimed for any
damages, losses charges, expenses or costs that may be suffered or incurred by the Corporation.
viii. The decision of the Regional Manager in respect of such damages, losses, charges,
costs or expenses shall be final and binding on the contractors.
ix. In the event of the security being insufficient or if the security has been wholly forfeited, the balance of the total sum recoverable as the case may be, shall be
deducted from any sum then due or which at any time thereafter may become due to the contractor under this or any other contract with the Corporation. Should that
sum also be not sufficient to cover the full amount recoverable, the contractor shall pay to the Corporation on demand, the remaining due balance.
x. Whenever the security deposited falls short of the specified amount, the contractor
shall make good the deficit so that the total amount of security deposit shall not at any time be less than the specified amount.
46. Set-off: Any sum of money due and payable to the contractor (including security deposit returnable to them) under this contract may be appropriated by the Corporation and set-off against any claim of the Corporation for the payment of any sum of money arising out of or under any other contract made by the contractor with the Corporation.
47. Micro & Small Enterprises
i. Tender document cost will not be charged from Micro & Small Enterprises (MSEs).
ii. MSEs registered with the agencies for the item/s tendered will be exempted from
payment of Earnest Money Deposit (EMD).
iii. MSEs who are interested in availing themselves of these benefits and preferential
treatment, will enclose with their offer the proof of their being registered for goods
produced and services rendered with any of the agencies mentioned in the
notification of Ministry of MSME indicated below along with the bid.
a) District Industries Centers b) Khadi and Village Industries Commission c) Khadi and Village Industries Board d) Coir Board.
-
P a g e 18 | 43
e) National Small Industries Corporation f) Directorate of Handicraft and Handloom g) Any other body specified by Ministry of MSME. h) UAM ( Udyog Aadhar Memorandum) issued by the Ministry of MSME is also valid.
iv. The MSEs must also indicate the terminal validity date of their registration, If applicable, which should be valid as on last date of submission of tender. MSEs seeking exemption and benefits should enclose an attested / self-certified copy of valid registration certificate, giving details such as validity, stores / services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
v. In case the MSE does not fulfil the criteria at Sr. No III and IV above, such offers will not be liable for consideration of benefits detailed in MSE notification of Government of India dated 23.03.12 and any other notification issued thereafter.
vi. As per Public procurement policy on MSE, Considering that this is a non-divisible tender, an MSE quoting in the price band of L1 + 15% will be awarded for full/complete work of tender, considering the spirit of policy for enhancing the
government procurement from MSEs subject to bringing down of price to L1 rate after negotiation if any, by the MSE concerned.
a) Bidder must attach above referred documents in support of their eligibility of bid. In
the event of any document found fabricated / forged / tampered / altered /
manipulated during verification, then the EMD of the bidder shall be liable to be
forfeited and he / they himself / themselves would disqualify for future participation
in the tenders of Central Warehousing Corporation works for the next 03 (Three) years.
48. INTERVIEWS AND ACCEPTANCE OF E-TENDER: If the tenderers are called for
interview, then the tenderers will come at their own expense and without any
obligation, if called upon to do so, for interview by the Regional Manager,
CWC, RO, Bhopal (or an officer authorized to act on his behalf), as the case
may be at their own expense, The Regional Manager CWC RO Bhopal for and
on behalf of the Corporation reserves the right to reject any or all the tenders
without assigning any reasons and does not bind himself to accept the
lowest or any tender. The successful tenderer, will be advised of the
acceptance of his tender by a letter or formal “Acceptance of Tender”. Where
acceptance is communicated by the “formal acceptance of tender” will be
forwarded to the contractor as soon as possible.
49. PAYMENT TERMS:
i. Payment will be made monthly within 30 days subject to submission of aggregated
bill of all warehouses with all supporting documents, example EPF contribution, EPF
Challan, ESI Contribution ESI Challan, wage register, Muster roll, Casual labour
work done statement, Job completion certificate duly signed by Warehouse manager
(forwarded by warehouse manager) as endorsement of satisfactory performance,
attendance sheet of workers, proof of payment etc.
ii. No price escalation will be allowed during the period of contract except on account of
increase of manpower wages by Govt. of India Ministry of Labour and Employment.
iii. The GST is payable as per Govt. of India notification is applicable since 01/07/2017
is payable on the whole amount of bill. Photocopies of the GST Registration certificate
-
P a g e 19 | 43
shall be submitted by the Contractor before claiming GST on the monthly bills
initially and thereby a confirmation of deposit to the authority shall be submitted
along with monthly bill, if applicable as per provisions of GST rules.
iv. For non-fulfillment of any obligation under the contract, the Corporation reserves the
right to withhold the payment due to the contractor in part or full, till such period as
Corporation may consider necessary for smooth working and make such payment to
the contractor only after fulfillment of the obligation.
v. CWC has introduced an E-payment system for 3rd party payment. It is requested that
following information / particulars may please be submitted along with the bill-
a) Permanent Account No. (PAN no).
b) Bank Account No. of the Firm/Company.
c) Name and address of the Bank & Branch.
d) IFSC Code No. of the Branch.
e) GST No. of CWC RO Bhopal: 23AAACC1206D2ZN for supply in Madhya
Pradesh state.
f) GST No. of Raipur: 22AAACC1206D1ZQ for supply in Chhattisgarh state.
Contractor should be ensure that the billing for supply in Madhya Pradesh
state with GST No. of CWC RO Bhopal 23AAACC1206D2ZN and the billing for
supply in Chhattisgarh state with GST No. of Raipur 22AAACC1206D1ZQ.
g) In addition of the following information may also be submitted with the bills-
(i) You should raise invoice complying with the GST provision clearly
indicating CWC GSTIN and supplier GSTIN.
(ii) GST claimed by the party shall clearly indicate separately in the invoice.
h) GST will be reimbursed only after receiving of input credit in GSTR-2.
Notes: a) The Corporation shall not be liable for payment of any interest on any bill
outstanding for payment or amount withheld for any reason whatsoever. b) Rates quoted by the tenderer and accepted by the Corporation and
incorporated in the contract agreement shall remain applicable during the period of the contract i.e. Two Years including the extended period subject to revision of minimum wages rates by State or Central Govt. from time to time.
50. ARBITRATION CLAUSE:
i. All disputes and differences arising out of or in any way touching or concerning this
agreement whatsoever shall be referred to the sole arbitration of any person appointed
by the Managing Director, Central Warehousing Corporation, Corporate Office, New
Delhi. It is a term of this contract that in the event of such Arbitrator to whom the
matter is originally referred being transferred, or vacating his office or being unable
to act for any reason, the Central Warehousing Corporation at the time of such
transfer, vacation of office or inability to act, shall appoint another person to act as
Arbitrator in accordance with the terms of this contract. Such person shall be entitled
to proceed with the reference from the stage at which was left by his predecessor. It
-
P a g e 20 | 43
is also a term of this contract that no person other than a person appointed by the
Managing Director, Central Warehousing Corporation, Corporate Office, New Delhi,
as aforesaid should act as Arbitrator and if for any reason that is not possible, the
matter is not to be referred to arbitration at all. The Arbitrator shall give reasons for
his award.
ii. Provided further that any demand for arbitration in respect of any claim of the
contractors, under the contract shall be in writing and made within one year of the date of termination or completion [expiry of the period] of the contract and where this
provision is not complied with the claim of the contractors shall be deemed to have been waived and absolutely barred and the Corporation shall be discharged and
released of liabilities under the contract. iii. The venue of arbitration shall be such place as may be fixed by the Arbitrator in his
sole discretion. iv. The arbitral proceedings in respect of dispute shall commence on the date on which
the Arbitrator call upon the parties to file their claim and defence statement. v. The work under the contract shall, if reasonable possible continue during the
arbitration proceedings and no payment due or payable to the contractors shall be withheld on account of such proceedings.
vi. The cost of arbitration shall be borne by parties as per the decision of the arbitrator. vii. The arbitrator shall give separate award in respect of each dispute of difference
referred to him. Subject as aforesaid the Arbitration & Conciliation Act 1996 shall apply to the Arbitration proceedings under this clause.
51. TERMINATION CLAUSE:-
i. The Regional Manager shall have, without prejudice to other rights and remedies,
the right, in the event of breach by the contractors of any of the terms and conditions
of the contract, to terminate the contract forthwith and to get the work done for the
unexpired period of the contract, at the risk and cost of the contractors and /or
forfeit the security deposit or any part thereof for the sum or sums due for any
damages, losses, charges, expenses or costs that may be suffered or incurred by the
Corporation due to the contractor’s negligence or unwork-man like performance of
any of the services under the contract and to claim from the contractors any
resultant loss sustained or cost incurred. The non performing/defaulting contractor
may also be suspended/banned for trade relations/blacklisting for a period upto 5
years based on the gravity of non-performance / default of the contractor by the
Managing Director of CWC whose decision in the matter shall be final and binding.
ii. In the event of the contractor having been adjudged insolvent or going into
liquidation or winding up their business or making arrangements with their
creditors in such eventuality the security deposit shall be stand forfeited.
iii. The contract may be terminated at any time without assigning any reason by the
competent authority and for that no compensation will be given to the Agency.
iv. In case of failure of the Agency to perform the contract satisfactorily the same will
be cancelled at his risk and cost and a fresh contract will be entered in to at the risk
and cost of the defaulting Agency.
52. While all efforts have been made to avoid errors in the drafting of the tender
documents, the Bidder is advised to check the same carefully. No claim on account
of any errors detected in the tender documents shall be entertained.
-
P a g e 21 | 43
Annexure-III
List of Warehouses under Central Warehousing Corporation Regional Office Bhopal (Referred under para Place of Service at Page no 06)
Madhya Pradesh State:
Sl. No.
Name of Central
Warehouse Address
Capacity (in
MT)
Name of Warehouse Manager & Designation
Contact no
Email ID STD
Code Telephon
e No Mobile No
1 Balaghat
Central Warehouse,
Waraseoni Road, Garra, Balaghat -
481001
18900 Shri Vipin Bisen, TA
07632 247938 6260143613 cwbalaghat@cewacor.nic.in
2 Bhind
Central Warehouse, Lahar
Road, Industrial Area,Bhind - 477
001.
20000 Shri A.S.
Dandotiya, JS 07534 230202 98266 55327
cwbhind@cewacor.nic.in
3 Bhopal-I
Central Warehouse,
Chhola Road, Near Nishatpura
Cabin, Bhopal (MP)
40740 Shri
Vidyaratna, SIO
0755 2508885 9464077208 cwbhopal1@cewacor.nic.in
4 Bhopal-II
Central Warehouse, Near
Bazariya Police Station, Bhopal
(MP)
8962 Shri V.K.
Mudgal, TA 0755 2735295 9407171747
cwbhopal2@cewacor.nic.in
5 Burhanpur
Central Warehouse, Bhahadurpur
Road, Burhanpur - 450331
27200 Shri Sunil
Kumar, SAM 07325 255536 96693 34141
cwburhanpur@cewacor.nic.in
6 Chhatarpur
Central Warehouse Opp:
Maseeha Hospital, Mahoba
Road, Chhatarpur -
461001
7510 Shri Hariom Ahirwar, TA
07682 242368 9770028205 cwchhatarpur@cewacor.nic.in
7 Chhindwara
Central Warehouse
Village Jamunia Chhindwara
10000 Shri Deepak
Rao Pawar, TA Not Available 9826218915
cwchhindwara@cewacor.nic.in
8 Gwalior
Central Warehouse, Laxmi Ganj
Mandi, Lashkar,Gwalior -
474 001
19750 Shri O.P.
Singh, Supdt. 0751 2421631 9300650566
cwgwalior@cewacor.nic.in
9 Indore-I
Central Warehouse,
Laxmibai Nagar Mandi, Indore -
452 002.
16584 Shri
Purushottam Gupta, Supdt.
0731 2411349 94250 52802 cwindore1@cewacor.nic.in
-
P a g e 22 | 43
10 Indore-III
Central Warehouse, Near Laxmiganj Mandi,
Bagarda Road, Indore - 452 001
18500 Shri Vinod Verma, JS
0731 2410314 94254 28364 cwindore3@cewacor.nic.in
11 Indore-IV
Central Warehouse, Near Laxmibai Nagar Mandi, Indore
16000 Shri N.L. Bindal Jr.
Supdt. 0731 2410783 9926505044
cwindore4@cewacor.nic.in
12 Indore-V
Central Warehouse,
Sector, F, Industrial Area, Sanwer Road,
Indore
20000 Shri
Janardhan Yadav, Supdt.
0731 2720487 94071 21770 cwindore5@cewacor.nic.in
13 Katni
Central Warehouse, Panna Road,
Kuthala, Katni - 483501
33740 Shri A.K.
Gupta, Supdt. 07622 240371 6265618131
cwkatni@cewacor.nic.in
14 Khandwa-
BD
Central Warehouse, Anand Nagar
Khandwa - 450 001.
103400 Shri Anjaneya Sikarwar, SAM
0733 2249256 91318 03597 cwkhandwa1@cewacor.nic.in
15 Maksi
Central Warehouse, Plot No.28, Industrial
Area, Maksi- 465106 District-
Shujapur
28000 Shri Jagdish Pagare, JS
07363 233241 9425380187 cwmaksi@cewacor.nic.in
16 Malanpur
Central Warehouse, R/1-A, Industrial Area,
Ghirongi, Malanpur - (Dist.Bhind)
16000 Shri A.K.
Maurya, TA 07539 283123 9782850468
cwmalanpur@cewacor.nic.in
17 Morena-I
Central Warehouse, Jiwajiganj,
Morena - 465106
31450 Shri Gaurav Keshvani,
Supdt. 07532 226324 7000771737
cwmorena1@cewacor.nic.in
18 Morena-II
Central Warehouse,
Krishi Upaj Mandi Samiti, Morena
42800 Shri Anupam Sharma TA
07532 293048 8109655869 cwmorena2@cewacor.nic.in
19 Narsinghpur
Central Warehouse,
Krishi Upaj Mandi Smithi Campus,
Narsingpur - 487 001.
25600 Shri J P S
Parihar, TA 07792 236237 88899 62736
cwnarsinghpur@cewacor.nic.in
20 Pithampur
Central Warehouse, Sector-I, Plot
No.250, Pithampur.District
: Dhar
18586 Shri Sanjay
Shah, JS 07292 252495 98264 38388
cwpithampur@cewacor.nic.in
21 Sanwer
Central Warehouse, Krishi
Upaj Mandi Samiti premises
Sanwer, District - Indore
7000 Shri Lavlesh
Gour, TA 07321 220265 9977627045
cwsanwer@cewacor.nic.in
-
P a g e 23 | 43
22 Shahdol
FSD Unit, FCI Campus, Singpur
Road, Near Rly.Station,
Shahdol-484001.
5640 Shri
O.P.Chouksey, JS
Not Available 94258 41905 cwshahdol@cewacor.nic.in
23 Sheopurkala
n-I
Central Warehouse,
Station Road, Sheopurkalan -
476337.
11000 Shri C D
Vishwakarma, Supdt.
07530 220026 9425144664 cwsheopurkalan1@cewacor.nic.in
24 Sheopurkala
n-II
Central Warehouse,
Khatouli Road, Jaida,
Sheopurkalan - 40000
Shri R K Verma, TA.
07530 222911 8959860362 cwsheopurkalan2@cewacor.nic.in
476337.
25 Sohagpur
Central Warehouse, Piparia Road,
Sohagpur.District: Hoshangabad
5000 Shri Ramesh Singoriya, JS
07575 278270 9993633415 cwsohagpur@cewacor.nic.in
Chhattisgarh state:
1 Bhatapara I Opp. Shiv Shakti
Rice Mill, Bhatapara
23400 Sh Gaurav
Chandrakar, Supdt.
07726 214405 9131451367 cw.bhatapara1@cewacor.nic.in
2 Bhatapara II Surkhi Road, Bhatapara
28900 Sh Vishal Bhawne,
Supdt. 07726 220475 7000771737
cw.bhatapara2@cewacor.nic.in
3 Bilaspur I
Near Housing Board Colony, Deorikhurd,
Bilaspur
28000 Shri Tuna
Sahu, Supdt. 07752 256737 9439915521
cw.bilaspur1@cewacor.nic.in
4 Bilaspur II
Central Warehouse,
Industrial Area, Tifra, Bilaspur
38500 Sh K R Raj, SIO 07752 252135 9589333742 cw.bilaspur2@cewacor.nic.in
5 Raipur I New Timber
Market, Fokatpara, Raipur
21800 Sh Ram
Swaroop Baz, Supdt.
0771 2103048 9893831875 cw.raipur1@cewacor.nic.in
6 Raipur III Bhanpuri
Industrial Area Raipur
24600 Sh Nitin
Chakraborthy, JS
0771 2100862 9832202509 cw.raipur3@cewacor.nic.in
7 Raipur IV Rawabhata Raipur 20000 Sh Shiv Kumar
Yadav, JS 0771 2100605 98272157578
cw.raipur4@cewacor.nic.in
8 Raigarh I Kabir Chowk, Orissa Road,
Raigarh 11300
Sh Mayaram Baghel, Supdt.
07762 233347 9893478288 cw.raigarh1@cewacor.nic.in
9 Raigarh II Gurh Umaria
Village, Orissa Road, Raigarh
32000 Sh D D patel,
Supdt 07762 233209 7999758077
cw.raigarh2@cewacor.nic.in
10 Dhamtari
Majratola Ward no. 18, Bhatgaon -
Soram Road, Dhamtari
10000 Sh R S Thakur,
Supdt. Not Available 9300897738
cw.dhamtari@cewacor.nic.in
javascript:main.compose('new',%20't=cw.bhatapara1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bhatapara1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bhatapara2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bhatapara2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bilaspur1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bilaspur1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bilaspur2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.bilaspur2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur3@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur3@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur4@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raipur4@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raigarh1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raigarh1@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raigarh2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.raigarh2@cewacor.nic.in')javascript:main.compose('new',%20't=cw.dhamtari@cewacor.nic.in')javascript:main.compose('new',%20't=cw.dhamtari@cewacor.nic.in')
-
P a g e 24 | 43
Annexure-IV
FINANCIAL BID
Name of Firm : _________________________________
S.No. Description of services Rate per person per working day (Rates are inclusive of all taxes and responsibilities but exclusive of GST.)
In figures In words
1 % of Service Charge over Daily Minimum Wages Rate (Minimum wages including VDA)
1.1 The rates quoted are INCLUSIVE of all taxes but EXCLUSIVE of GST or any other tax levied by the Central Govt. in lieu of GST and
the same will be payable by the Corporation over & above the quoted rates.
1.2 The rate quoted should be EXCLUSIVE of all Statutory payments
/obligation e.g. EPF, ESI, Bonus etc. as applicable from time to time
as per prevailing laws and terms of tender.
NOTE:
1. The workers engaged in Regional Office & Warehouses etc. will get minimum wages as mentioned at page 08 (Point no ‘k’ of Other details
of Annexure-I) of the tender. The contractor should read all the terms
carefully before submitting the Price BID.
2. GST amount be claimed separately in the bill and GST Registration No. be mentioned thereon.
3. In the event of the service charges as quoted by the tenderer in the
tender is found to be unworkable so as to cover all the taxes, levies
statutory payments etc as above, the Corporation reserves the right to
ignore such tender and treat the same as non responsive and shall be
summarily rejected.
-
P a g e 25 | 43
APPENDIX – I
General Information of the Tenderer (Referred under point no. 18 of Eligibility Criteria at Page no 07)
[1] Name of the Firm/company/ Cooperative Society/ Others,
…………………………………………………………………..
[2] Operation Address …………………………………………..……………………………………………………………………………………………………………………………………………..
[3] Registered office address …………………………………………………………………………………………………………
[4] Address of the tenderer and, ………………….. …………………………………………………….…………………………………………………
[5] Telephone no., …………………………………. [6] faxno./…………………………………………. [7] E Mail address :………………………………. [8] Website……………………………………………………………………………. [9] GST Registration No……………………………………………………. [10] Pan No. ………………………………………………………………………… [11] DETAILS OF SISTER CONCERNS
[a] Name & Address [b] Activities engaged in by Sister Concern [c] Names, address & Telephone Nos. of
Proprietors/ Directors/ Partners of Sister
Concern.
[12] TENDERER’S BANKS DETAIL : -
a. Bank Account No b. Nature of Account (SB or current) c. Name of Bank & Branch d. MICR Code No. e. RTGS code Bank (IFSC Code)
Place ______________ Dated ______________ (Capacity in which signing)
-
P a g e 26 | 43
APPENDIX-II
Checklist of documents
Tenderers are invited for Supply of Manpower viz. Casual labour at different warehouses of Bhopal Region at MP state, CG state and different Pest Control sites.
Date of establishment of Agency & Registration NO. (attach Registration certificate)
EMD: Amount Rs…………….
1- Whether MSME or Not Yes/ No
2- If MSME, attach affidavit as per annexure-III on Rs.10.00 (minimum) notarised Stamp Paper
Yes/ No
3- If MSME, Udyog Aadhar Registration (MSME)
attached certificate no. --------------------from................ to ------------- validity.
Yes/ No
4- If No, attach the demand draft of EMD Rs. .................in favour of RM, CWC, Bhopal, payable at Bhopal, DD No............................. or photocopy of proof for NEFT/RTGS No...........................
Yes/ No
Submission of Tender in two parts
1- Part I- Technical Specification (annexure I, II & III) Yes/ No
2- Part II- Financial bid (annexure-IV) Yes/ No
Blacklisting certificate
1- Whether the firm is black listed by any institutional agency/ Govt. Department/ public sector undertaking in last 3 years.
Yes/ No
2- If yes, name the Agency /Govt. Dept. /PSU black listed the tenderer.
3- If No, attached the certificate by the tenderer Yes/ No
GST
1- Whether the firm obtained GST registration certificate.
Yes/ No
a) If yes, whether GST registration certificate attached GST No
b) If No, mention the reason and attach relevant documents.
c) Whether the firms registered under composition scheme.
Yes/ No
PAN
1. Whether the firm obtained PAN Card Yes/ No
a) If yes, Pan No……….
b) If yes, whether attach the PAN Card,
Labour License
1. Whether the firm obtained Labour License Yes/ No
a) If yes, Labour License No………….
b) If yes, whether attach the Labour License
EPF Registration Certificate
1. Whether the firm obtain EPF registration certi. Yes/ No
a) If yes, EPF registration No…………..
-
P a g e 27 | 43
b) If yes, whether attach the EPF registration certi.
ESIC Registration Certificate
1. Whether the firm obtained ESIC registration certi. Yes/ No
a) ) If yes, ESIC registration No………….
b) If yes, whether attach the ESIC registration certi.
Experience certificate
1. Whether the firm obtained Experience certificate Yes/ No
a) If yes, whether attach the Experience certificate
Solvency Certificate
1. Whether the firm obtained Solvency certificate Yes/ No
a) If yes, whether attach the Solvency certificate
Certificate from OHSMS
1. Whether the firm obtained certificate from OHSMS Yes/ No
a) If yes, OHSMS Certificate No…………
b) If yes, whether attach the certificate from OHSMS
No near relative certificate
(Clause 43 of Terms & Conditions)
Yes/ No
Whether Agency profile is attached (Appendix-I)
Yes/ No
Whether Integrity Pact is attached
(Appendix-XIII) Yes/ No
The tenderer should use the class-3 Digital Signature for uploading all the e-
tender documents including schedule of rates. Tenderers must ensure that the necessary documents should be scanned and
uploaded on e-Tendering site as per CHECK LIST. The Check List must also be duly signed, scanned & uploaded on e-Tendering site. The non- submission of document will lead disqualification in Technical Bid.
Signature of Tenderer With seal
-
P a g e 28 | 43
APPENDIX-III
AFFIDAVIT of Micro & Small Enterprise
(Referred under point no. 14 of Eligibility Criteria at Page no 07 & Terms & Conditions Clause 47 at page no 17)
To be submitted on a stamp paper (of Rs. 10/- minimum) duly attested by Notary Public
(duly affixed with Notarial revenue stamp; and with Notary Seal; and Notary Registration
number etc.) I, _____________________________ S/o / D/o / W/o _______________________________
Managing Director* / Director* / Partner* of M/s ___________________________________ located at _______________________
Do hereby solemnly affirm and declare as under:-
1. The company is a Micro/Small Enterprise as per the Govt. of India definition; and has been functional at the time of bar code registration.
2. The company continues to be a Micro/Small Enterprise and functional as
on date.
3. As per books of accounts, the total investment (original purchase value) in Plant and Machinery in the company as on the date of submission of bids is Rs._______________ which is within the limit prescribed in MSME Act (proof to be kept ready for inspection).
4. i)UdyogAadhar Memorandum (UAM) number of our company is
______________
ii) We hereby confirm that we have declared the UAM number of Central
Public Procurement Portal (CPPP).
iii) We are aware that non-declaration of UAM number on CPPP will make
us ineligible to enjoy the benefits as per Public Procurement Policy for
MSEs order, 2012.
Signed on __________________ DEPONENT
VERIFICATION:
Verified that the contents of the affidavit are true to the best of my knowledge and belief.
Place : _________________
Date : ___________________
DEPONENT Note:- * Strike out whichever is not applicable.
-
P a g e 29 | 43
APPENDIX – IV
PROFORMA FOR INFORMATION OF WORK EXPERIENCE CERTIFICATE TO BE FURNISHED BY THE TENDERER from each concerned parties.
(Referred under point no. 01 of Eligibility Criteria at Page no 07)
“This is to certify that M/s _____________________ have worked for Supply of Casual
Labour and their performance was found satisfactory.
S.No. Name of
Client/customer
Nature of
the work/contra
ct executed
Contract
start date
Contract
completion date (
mention
if work is
in
progress
i.e. running
contract)
No. of
Personnel/Labour
supplied
Total
value of work/
contract
executed
Remarks
1.
2.
3. Date: Signature:
Name & Designation of signing authority
Seal of the Company/Organization: Note: Certificate issued from private Organization shall be supported by TDS certificate.
-
P a g e 30 | 43
Appendix –V
Format of Net Worth (Referred under point no. 02 of Eligibility Criteria at Page no 07)
A. The Net Worth of Mr./Ms./M/s ___________________________________ for last Financial Year 2017-18 audited and 218-19 audited/unaudited is Rs.__________ lakhs as per his/her/their books of Accounts.
(Note: Net Worth means sum total of paid up share capital plus free reserves. Further any debit balance of Profit and Loss Account and Misc. Expenses to the extent not adjusted / or written off, if any, shall be reduced from Reserves and Surpluses.
Signature of Chartered Accountant Name:
Membership No.: Seal:
-
P a g e 31 | 43
Appendix –VI
FORMAT FOR POWER OF ATTORNEY TO AUTHORIZED SIGNATORY POWER OF ATTORNEY
(Referred under point no. 03 of Eligibility Criteria at Page no 07)
(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s. _______________ (name of the firm/ company with address of the registered office) hereby constitute, appoint and authorize Mr./Ms. _______________ (Name and residential address) who is presently with us and holding the position of ____________ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work ___________________ (name of work), including signing and submission of application/ tender / proposal, participating in the meetings, responding to queries,
submission of information/ documents and generally to represent us in all the dealings with CWC or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with CWC and thereafter till the expiry of the Contact Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (In supply of Casual Labour tenders in the case of Consortium/ Joint Venture) Our firm is Member/Lead Member of the Consortium of __________, ________________ and __________. Dated this the _______ day of __________________20 (Signature and name of authorized signatory being given Power of Attorney) ____________________ (Signature and name in block letters of Proprietor / All the partners of the firm / Authorized Signatory for the Company)(Strike out whichever is not applicable) Seal of the Proprietorship firm / Partnership firm/ Company Witness 1 : Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes:
- In case the Firm/ Company is a Member of a Consortium/ JV, the authorized signatory has to be the one employed by the Lead Member.
- The mode of execution of the power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.
- Power of Attorney is to be attested by Notary.
-
P a g e 32 | 43
APPENDIX-VII (Compulsory ink signed)
UNDERTAKING
(For Sole Proprietary Firm) (Referred under point no. 04 of Eligibility Criteria at Page no 07)
I,………………………………………………..R/o………………………………..................................... …………………………………………………………………………… do hereby
solemnly affirm and declare as under :‐ 1. That I am Sole Proprietor of ………………………………………………… (Sole Proprietor Firm Name) 2. That the office of the firm is situated at …………………………………………………….. …………………………………………………………………………. Place: Date:
(Authorized Signatory)
-
P a g e 33 | 43
APPENDIX –VIII
COMPLIANCE TO BID REQUIREMENT
(Referred under point no. 05 of Eligibility Criteria at Page no 07) We hereby confirm that we have gone through and understood the Tender Documents and our bid complies with the requirements / terms and conditions of the Tender Document and subsequent addendum / corrigendum thereof (if any), issued by CWC, without any deviation / exception / comments / assumptions. We also confirm that we have quoted the rates without any condition and deviation. The Technical bid and price bid as required has been submitted along with the required documents and same have been duly signed by the authorized signatory. We undertake that the tender document shall be deemed to be our bid and in the event of award of work to us, the same shall be considered for constitution of contract agreement. We further confirm that we have quoted our rates in our financial bid as per the conditions of the Tender Document and for all the items. Stamp and signature of the bidder : ___________________________
Name of the bidder : ___________________________ NOTE: To be stamped and signed by the authorized signatory who is signing the Bid and submitting along with the Technical Bid.
-
P a g e 34 | 43
Appendix-IX (Compulsory ink signed)
Undertaking for uploading true information (Referred under point no. 06 of Eligibility Criteria at Page no 07)
I ..................................., S/o D/o _________________, resident of ___________ EMPLOYED AS ____________________ WITH ........................................
top related