important instructions for bidders - esic hospitals & …€¦ ·  · 2017-09-14tenderer...

42

Upload: vuongnhu

Post on 08-Apr-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

Annexure-B

Important Instructions for Bidders

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with

Both DSC Components i.e. Signing & Encryption to participate in the E- Tenders.

Bidder should get Registered at https://esictenders.eproc.in.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in the form of

Demand Draft from any scheduled bank in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi

(or in any other form as acceptable by C1 India Pvt. Ltd.) for participating in the Tender.

Along with the Demand Draft, Bidder needs to send a covering Letter mentioning about the

Payment Details, Company Name, Address, User ID and Payment towards ESIC Bid Processing

Fees (Mention the Tender ID and Tender Title).

The payment should reach at the below mentioned address, at least one day before the due date

and time of Bid Submission:

Kind Attn: Mr. Mohit Chauhan C1 India

Pvt. Ltd.

301, Gulf Petro Chem Building, 1st Floor,

Udyog Vihar, Phase – 2,

Gurgaon, Haryana - 122015

Note: Bid Processing Fee will be Approved only after the receipt of payment.

Page 3 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure-C

ELIGIBILTY CONDITIONS

1. At least Three (3) years’ experience of providing round the clock mechanized

housekeeping and facility management services in Medical College or Hospital with bed

strength of 100 beds or more run by the central Government/State Government/public

or Private Sector companies/undertaking or Autonomous bodies.

2. Tenderer should have minimum Three years (experience certificate to be enclosed) in

mechanized housekeeping and facility management service and have successfully

completed:-

(a) One similar work of value equal to 3.2 crore or more in the last three years.

(b) Two similar works of value equal to 2.4 crore or more in the last three years.

(c) Three similar works of value equal to 1.6 Crore or more in the last three years.

3. Tenderer is required to submit copy of work order and satisfactory completion

certificates from the Clients/Employers in support of the above failing which the

information is liable to be treated as invalid.

4. The Tenderer must have an average annual turnover of 4 crores and should be profit

making during the last three years.

5. Copies of the following documents must be submitted along with the Technical Bid.

(a) Audited Balance Sheet, Audited Income and Expenditure statement, Audit report

and Audited Profit and Loss Account of last three financial years i.e.

2013-14, 2014-15 and 2015-16

(b) Income Tax return of last three Financial years i.e. 2013-14, 2014-15 and

2015-16

(c) GST Registration Certificate

b) ESI Registration Certificate

c) PF Registration Certificate

d) Labor license

e) PAN No.

6. The Tenderer should have at least 150 employees on its payroll specifically trained for

housekeeping work as on date. Full list of the employees along with details should be

attached with the technical Bid.

7. Tenderer should have a registered office/Branch office in Faridabad or Delhi/NCR.

Page 4 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

ANNEXURE-D

INSTRUCTIONS TO THE BIDDERS

1. COST OF BIDDING & BID DOCUMENT:

1.1 Tender document may be downloaded from the website www.esic.nic.in, www.esichospitals.gov.in, www.esicmcfbd.nic.in. (https://esictenders.eproc.in).

1.2 The bidder shall bear all costs associated with the preparation and submission of the bid.

The Dean, will not be responsible or liable for these costs, regardless of the conduct or

outcome of the bidding process.

2. EARNEST MONEY DEPOSIT:

2.1 A demand draft drawn on any nationalized bank in favor of “ESIC Fund A/C No. 1”,

payable at Faridabad for Rs. 800000 /- (Rupees Eight Lakh only) is to be enclosed towards

Earnest Money Deposit(EMD).

2.2 Bids received without EMD will not be considered and summarily rejected. The EMD of

the unsuccessful bidder will be refunded in due course without accrual of any interest.

3. DOCUMENTS COMPRISING BID:

The bid prepared by the bidder shall contain following documents & and scanned copy must

be submitted/uploaded online after duly filling, signing and stamping on all the pages of the

original bid document:-

3.1 Technical Bid :

The following documents should be enclosed forming the part of technical bid:

A. Notice Inviting Tender (NIT) -- (Annexure-A)

B. Important Instruction for e-tender (Annexure-B)

C. Eligibility Criteria- (Annexure-C)

D. Instruction to Bidders- (Annexure- D)

E. General Conditions of Contract- (Annexure E)

F. Scope of Work- (Annexure- F)

G. ADDITIONAL SCOPE OF WORK AND SPECIAL CONDITIONS (Annexure G)

H. Technical Bid Performa- (Annexure H)

I. Financial Bid Performa (Annexure -I,I(1),I(2))

Page 5 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

J. Declaration-- (Annexure- J)

K. Demand Draft for EMD of Rs. 800000/- (Rupees Eight Lakh only)

L. Income Tax returns for 2013-14, 2014-15 and 2015-16 along with Income

Tax Clearance Certificate.

M. ESI and EPF payment details for last two years up to July 2017

N. Copy of Audited Balance-Sheet, Audited Income and Expenditure Statement

Audited,

Profit & Loss A/c. & Audit Report for the financial year 2013-14, 2014-15 and 2015-

16.

O. Copies of all the registration certificates including ESI, EPF, Contract Labour

(Abolition & Regulation) Act 1970, Goods and Service Tax , Income Tax (PAN

Card) and Professional Tax, if applicable)

P. Satisfactory completion certificate and copy of work order as prescribed in

ELIGIBILITY CONDITIONS in Annexure-C.

3.2: Financial Bid:

The rates in Financial Bid shall be filled by the parties in figure and words both. The details of

work to be done are given in Annexure-D as ‘SCOPE OF WORK’. Notwithstanding, the parties

may visit the office premises before tendering the rate on any working day i.e. from Monday

to Friday from 10:00 AM to 4:00 PM for estimating the quantum of work.

Note: All the documents submitted along with the bid shall be self-attested and must be

legible and signed and stamped by authorized signatory, otherwise the bid is likely to be

rejected. Correction, if any should be attested with dated initials by the same person who is

signing the Tender Form. Overwriting will render tender liable to be rejected.

4. SUBMISSION:

4.1 Tender must be submitted through online portal only as per Annexure-B. The bid received

in physical mode only shall not be considered at all.

(a) In addition to submission through e-tender protal, physical copy of Sealed Tender

along with EMD should be delivered in the tender box kept in Conference Hall, ESIC

Medical College, NIT-3, Faridabad-121001. The responsibility for ensuring that the

tenders are delivered in time would rest with the bidder. Please note, that bid received

without EMD shall not be considered.

(b) The sealed envelope shall be addressed to the Dean at the following address:

To,

Dean

ESIC Medical College, NIT-3, Faridabad -121001 (Haryana)

Page 6 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

(c) The envelope should also indicate the name and address of the bidder.

(d) Tenders received after the fixed date and time of receipt will not be entertained in any

circumstance.

5. OPENING OF TENDER: The online tenders shall be opened on schedule date and time in

the presence of the tenderers who choose to be present. First, technical Bid will be

opened and schedule of opening financial bid of those tenders who are found technically

qualified in first stage will be informed telephonically or through e-mail. Financial bids of

those tenders found to be technically not qualified will be returned.

6. MISCELLENEOUS:

1. Any attempt to negotiate directly or indirectly on the part of the Tenderer with

authority competent to finally accept the Tender, or influence the acceptance of the

tender by any means will result his tender excluded from consideration.

2. The Dean of ESIC or any other authorized Officer of the Corporation reserves the right

to reject any or all the Tenders without assigning any reason thereof.

3. Conditional tender, illegible and ambiguous tender, partially filled tender, incomplete

tender and tender without enclosing aforementioned documents will summarily be

rejected.

Page 7 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

ANEXURE-E

GENERAL CONDITIONS OF CONTARACT (GCC) 1 The persons deployed by the Contractor should be properly trained, have requisite

experience and skills for carrying out a wide variety of housekeeping work using

appropriate materials and tool/equipments.

2 The Contractor should ensure the Health and safety measures of the employees. ESIC

may also conduct health check up of the staff deployed at regular intervals.

3 The Contractor will be responsible for supply/installation/refilling/maintenance of all

such items/equipments used in wash rooms and other areas for housekeeping

purposes.

4 The Contractor must deploy adult and skilled labour only. Employment of child labour

will lead to the termination of the contract. The Contractor shall engage only such

workers, whose antecedents have been thoroughly verified, including character and

police verification and submit police verification certificate in respect of each staff

before deployment. The Contractor shall be fully responsible for the conduct of his

staff.

5 In case of breach of any terms and conditions attached to the contract, the

Performance Security Deposit of the Contractor will be liable to be forfeited by ESIC

besides annulment of the contract.

6 The Contractor must provide standard liveries to its housekeeping

staff/supervisors/managers. The staff shall be in proper uniform and with their

identity properly displayed.

7 ESIC will provide space for setting up a control room of the Contractor in each premise.

The control room will have seating arrangements for the Manager and/or Supervisor.

The contractor will arrange for all other items, viz., biometric attendance machine,

computerized inventory of stores, computerized daily duty roster chart, etc. The

house keeping staff will first report to the Manager/Supervisor in the control room

and subsequently deployed for duty after having been checked for liveries, upkeep,

issue of material and equipments, etc. ESIC will provide space for a store room to the

Contractor in each of the premises. The storekeeper/supervisor deployed by the

contractor will store all their liveries, materials, equipments in the store room and

maintain a computerized record of the stores which shall be opened to inspection by

ESIC staff during working hours.

8. ESIC will depute a person in each of the premises to ensure that the office rooms,

committee rooms, hospital rooms etc. are open at designated hours for

cleaning/housekeeping work.

Page 8 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

9 (a). The contractor shall release monthly wages to the staff deployed in time from ESIC

through online payment only. Disbursement of salary shall have no linkage to clearance

of Bills by ESIC.

(b). Attested copies of ESIC Card/TIC with photograph wherever applicable should be

submitted to ESIC after deployment of manpower.

(c) ESIC/EPF compliance has to be made by the contractor every month & copies of

challans/RCs as proof to be submitted for preparing of bills.

10. The Contractor shall:

(a) Ensure Pest/Animal and Rodent free environment in the premises of ESIC.

(b) Provide tissue boxes and hand towels in Officers rooms.

(c) Provide toiletries, steel body liquid soap dispensers, jumbo toilet roll dispensers, etc.

in wash rooms, toiletries, C-Fold Towel dispensers, Jumbo Roll dispensers, Soap

dispensers, etc. in all designated washrooms, and garbage bins/bags, etc. in all work

station, wash rooms and pantries.

(d) Ensure that their managers/supervisors are equipped with mobile phones.

(e) Arrange for a garbage disposal vehicle, bins, and other material required for

segregation and disposal of waste in a professional manner.

(f) Provide Hospital Waste Management Services when applicable including all

equipment, disposables containers, trolleys etc. complete in all respects.

(g) Plan; manage collection, mechanized screening/segregation of dry and wet garbage in

the earmarked area and efficient transport and disposal of the garbage in the disposal

area. The work should be carried out in an eco friendly manner. The Contractor will

arrange for required resources, including manpower, machinery, disposal bags, bins,

van, etc. The contractor will also ensure that the garbage collection/disposal work

does not adversely affect the surroundings or personnel deputed for the work.

Protective gear including boots, gloves etc. shall be provided by the Contractor to the

housekeeping staff.

PERFORMANCE SECURITY:

The successful bidder shall furnish, a Performance security for an amount equal to 5%

(five percent) of successful bid amount in the form of Demand Draft from any scheduled

Bank in favour of the “ESIC Fund A/C No.- 1”, payable at Faridabad. EMD amount is

adjustable towards the performance security in case of successful bidder. No interest will

be paid on the security deposits. This amount will be refunded after satisfactory

fulfillment of the contract by him and all accounts thereafter are settled and after six

months from the date of last bill raised.

PAYMENT PROCEDURE

Page 9 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

1. The billing cycle will be calendar month and The Agency will have to submit the

bill in duplicate complete in all respects upto 3rd of each month. However, the

Agency shall be under obligation for making the payment to their workers

through Bank transactions (not through cash/cheque) on or before 7th of each

month and this payment should not be linked to the payment of the bills by ESIC.

However, endeavor shall be made to make the payment to the agency within

fifteen days from the date of submission of the bill completed in all aspect.

2. The bill is to be submitted with the following documents :-

(a) The details of payments along with bank account number for the previous month to

be uploaded by the agency on its website. if there is no website, it is to be sent by mail to

the appropriate authority.

(b) Location wise details of all employees deployed at this site only ESI, EPF contribution

paid for the previous month along with paid challans.

(c) Location wise Goods and Service tax and other statutory dues for the previous month

along with paid challans segregated for this institute.

(d) An Undertaking that all statutory Labour Laws including Minimum Wages Act is being

complied with.

(e) Computerized printout of Biometric Attendance Sheet duly verified by authorized

person of ESIC in respect of the persons deployed for the billing month, along with salary

sheet for the billing month.

3. If it is found that agency is delaying disbursement of salary regularly, strict action up

to extent of termination of contract may be taken.

4. The agencies which do not provide proof of payment of statutory dues, their contract

will be terminated by giving one month’s notice for termination of contract.

5. Payment of the bill will be based on computerized print outs in standardized proforma

approved by ESIC.

6. All the payment to the workers to be made by the agency through bank transactions

only. Cash payment is strictly prohibited. Such payments are to be treated at par with non-

payment of wages. There must be no deviation whatsoever in this regard. If agency fails

to make payment to its workers through Bank, contract is liable to be terminated and

fresh tender process will be initiated.

7. Agency shall record signature of each employee in wage register as a token of having

disbursed salary and having handed over salary slip for the month. Salary slip shall include

all wage component, deductions clearly mentioned.

Page 10 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

8. The contractor shall ensure the payment of Minimum Wages as per latest Central Govt. notification.

MAINTENANCE OF RECORDS

1. The contractor shall maintain such other records as per scope of work or prescribed

by ESIC from time to time.

2. The wage of workers for last month credited to their Bank Account and date of

credit and the details of payment along with bank Account No. are to be maintained and

submitted by the Agency to the appropriate authority alongwith details of deduction and

payment in respect of ESI /EPF /Service Tax/ other statutory dues in previous month and

date of such deposit. (Copy of challan to be enclosed).

MATERIAL, MACHINES AND EQUIPMENTS

1. The contractor shall provide all the necessary material for keeping the hygiene and

sanitation of the building.

2. The contractor shall provide necessary material, machines and equipment for

cleaning, dusting etc., to their workers including the wet and dry vacuum cleaners,

brooms, mops, brushes, scrubbing, auto scrubber, high pressure jet, ringer trolley, caddy

buckets, spider cranes etc.

3. Alternative arrangements of machines and equipments must be done by the

contractor in case of any breakdown or maintenance in the provided machines and

equipments.

4. The contractor shall provide the cleaning material vis-à-vis phenyl, acid, liquid

soap, phenolphthalein ball/cakes and other detergents/cleaning agents/liquids that are

required for aforesaid work.

5. Contractor shall provide room-fresheners, mosquito repellants and other

pest/rodent control chemicals/agents etc.

6. Contractor must provide all the necessary materials required for Biomedical Waste

collection, storage and transportation like polybags, Puncture proof containers, card

boards, heavy duty gloves, gum boots, masks etc. as per the norms of Pollution Control

Board.

7. The contractor shall provide the names/ brands of the material to be used for the

cleanliness and upkeep of the office.

8. The contractor shall handover a list of the inventory he is bringing in the ESIC

premises and shall also be responsible for their safety and security.

Page 11 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

STATUTORY COMPLIANCE

1. Contractor shall make compliance to the provisions of all Labour Laws applicable.

The Contractor at all times must indemnify ESIC against all claims, damages or

compensation under all statutory laws and rules prevailing time to time which, interalia,

include the provisions of Payment of Wages Act, 1936; Minimum Wages Act, 1948;

Employer's Liability Act, 1938; the Workmen Compensation Act, 1923; Industrial

Disputes Act, 1947; Maternity Benefit Act, 1961; Employees’ Insurance Act, 1948;

Employees Provident Fund and Miscellaneous Provisions Act, 1952;or any other law

relating thereto and rules made hereunder from time to time. Corporation will not own

any responsibility in this regard.

2. The contractor shall furnish copies of periodical returns as and when they are

submitted or due to the various Government Departments.

3. The contractor shall be responsible for the registration under the contract labor

(Regulation and Abolition) Act, 1970 in respect of employees/ workers engaged by them.

ACCIDENT OR INJURY TO WORKMEN

The ESIC will not be liable for any damage or compensation payable to any workmen for

death or injury resulting from any act or default by contractor. The contractor shall

indemnify ESIC for all such damages, compensation and expenses whatsoever in respect

thereof or in relation thereto.

DISPUTE JURISDICTION

1. In case of any dispute and differences of opinion arising out of this contract, the

decision of the Dean, ESIC Medical College, NIT-3, Faridabad will be final and binding

upon the Contractor.

2. All the disputes will be subject to the jurisdiction of Court situated at Faridabad only.

SUBLETTING NOT ALLOWED

The agency shall not sublet or subcontract this service/work to any other party in any

circumstances, after agreement of contract. If it comes to the notice of the ESIC Medical

College and Hospital, NIT-3, Faridabad the contract will be terminated and PGM will be

forfeited.

Variations The ESIC official in charge may order variations in the scope or quantum of work through

a written variation order. The payment for the variation shall be worked out on the basis

of contract rates for manpower and prorate for additional areas for equipment, toiletries

etc.

Page 12 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Liquidated damages and Penalty: a. Whenever and wherever it is found that the cleanliness is not up to the mark, it will

be brought to the notice of the supervisory staff of the Contractor by ESIC and if no

action is taken within One hour, liquidated damages @ Rs.500/- per instance shall be

imposed. The decision of competent authority shall be final, in this regard.

b. In case, any person deployed under contract is absent, penalty equal to (double) the

wages of number of staff/supervisor absent on the particular shall be levied by the

Hospital and same shall be deducted from the contractor's bill.

c. In case any housekeeping staff/supervisor is found without proper uniform, identity

card, name badge etc, a penalty of Rs 500/- per instance shall be imposed and

deducted from the bill. Agency shall be under obligation to terminate the service of a

repetitive offender (more than three instance in a month for a particular staff) from

the services at the institute.

d. Any complaint of misbehavior to staff or visitors shall invite a penalty of Rs. 500 per

instance.

e. Any loss or damage to property or equipments of the institute by housekeeping staff

shall be recovered from the bill of agency along with suitable penalty.

f. If the image of the institute is tarnished by any of the activity of housekeeping agency

or its staff, contract may be terminated with the forfeiture of security deposit without

prior notice.

Manpower

a). Any misconduct/misbehavior on the part of the manpower deployed by the Contractor

will not be tolerated and such person will have to be replaced by the Contractor at his

own costs, risks and responsibilities immediately, with written intimation to ESIC.

b.) The Contractor should ensure to maintain adequate no. of manpower and also arrange

a pool of stand by housekeeping staff/supervisor. In case any housekeeping

staff/supervisor absences from the duty, the reliever of equal status shall be provided by

the Contractor from an existing pool of housekeeping worker/supervisor/manager.

Materials & Equipments

1. Any deviation in the material quality and quantity quoted will invoke penalty as

decided by the competent authority. For proper maintenance, suitable cleaning

material which are environment friendly, not harmful to humans and property

should be used.

2. If it is found that machines/ equipments are not in working condition at any time,

it will invoke penalty as decided by competent authority.

Page 13 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Risk Clause The Contractor shall at all times will have standby arrangements for carrying out the work

under the Contract in case of any failure of the existing arrangement.

ESIC reserves the right for termination of the contract at any time by giving one month

written notice, if the services are found unsatisfactory and also has the right to award the

contract to any other selected tenderers.

All necessary reports and other information will be supplied on a mutually agreed basis

and regular meeting will be held with the ESIC on weekly basis.

• Contractor and its staff shall take proper and reasonable precautions to prevent

from loss, destructions, waste or misuse the areas of responsibility given to them by the

ESIC and shall not knowingly lend to any person or company any of the effects or assets

of the ESIC under its control.

• In the event of loss/damage of equipments etc. at the premises of the ESIC due to

negligence/ carelessness of Contractor staff, if established after a joint inquiry, then the

Contractor shall compensate the loss to ESIC.

• The Contractor or its representatives shall meet ESIC representatives regularly to

take feedback regarding the Housekeeping services. The Contractor will also maintain a

suggestion book for comments on the services rendered by it.

• The Contractor shall, in performing its part of this Agreement, ensure the safety of

the building and the persons working in or visiting the ESIC’s premises and shall

indemnify ESIC for any loss or damage caused by any act of the Contractor or its

employees of staff etc.

• The Contractor shall not assign or sublet, this Agreement or any part thereof to any

third party.

• In every case the Contractor shall make alternative arrangements for meeting his

contractual responsibilities.

• Measure of success will be based on the feedback from visitors, Clinicians and staff

which will be recorded and action report needs to be submitted every month by the

Contractor.

• Training on behavior aspects and ethics must be done regularly. ESIC’s way of

working should be communicated to all contract staff. Training report of the same must

be submitted once in a month.

• Licenses required for Housekeeping services at the site must be procured by the

Contractor within one month of resumption of work.

Page 14 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

ANNEUXURE ‘F’

SCOPE OF WORK

The aim and objective is to provide a high level of clean, hygienic and presentable look to the

entire area by deputing adequate number of un-skilled employees and pre-designated semi-

skilled Manager/Supervisors.

The designated area includes: The entire covered and uncover area within the premises of

the ESIC Medical College & Hospital, NH 3, Faridabad which includes

(a) Daily Services

Housekeeping/cleaning services should be done daily from Monday to Saturday at regular

intervals, so that the areas covered under the contract remain spic and span all the time.

Working hours should be adjusted in such a manner that cleaning work in the morning should

be completed well before 08:00 A.M.

1. Cleaning dusting, vacuuming and disinfecting of floors, walls and ceilings, removal of waste

and any other garbage from the entire area covered under the contract (such as halls,

conference rooms, committee rooms, office rooms, cabins, cubicles, etc.)

2. Sweeping, cleaning, mopping with disinfecting cleaner of area covered under the contract,

including all staircases, cabins, lobbies, reception, training rooms, office rooms, cabins,

meeting rooms, security office and other areas as covered in the contract.

3. Cleaning of baskets, wastepaper baskets, cob-webs, etc. and disposing off all the collected

refuse at designated site on daily basis.

4. Dusting of computer systems and their peripherals, all doors and windows, furniture,

fixtures, fans, equipment, accessories etc. and cleaning of all windows glasses and grills.

Cleaning and dusting of window panes/Venetian blinds.

5. Spraying Room Fresheners in all rooms, on a daily basis at regular intervals.

6. Scrubbing/cleaning of toilets, wash basins, sanitary fittings, glasses, toilets, floors, etc.

7. Cleaning and disinfecting all vitreous fixtures including toilet bowls, urinals, sinks, toilet

seats, containers etc. Brush thoroughly to include below water level and under rims

including areas at hinges and cistern handles. Re-stock toiletries, which include liquid hand

soap, toilet rolls, air fresheners, sanitary cubes, naphthalene balls in toilets, etc. after daily

check-ups in the morning, afternoons and on call basis during daytime.

Page 15 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

8. Cleaning and dusting of electrical switchboards, light fixtures, fans, air conditioner vents, overhead light fixtures, projectors, fire-fighting equipments, nameplates, plant boxes, doormats etc.

9. Placing garbage bags in all garbage bins to avoid stains and stinks and clear them on daily

basis.

10. Check and remove hairs, dust, dirt or any such object from anywhere in area

covered under the contract.

11. Cleaning, dusting, scrubbing of pantries, reception, security rooms, training halls,

committee rooms, computer labs etc.

12. Cleaning of all open areas between the building and boundary including sweeping

of roads, lawns, paths, cleaning open drains etc. as directed by the ESIC official in charge.

(b) Waste Disposal Management:

The contractor will ensure collection, mechanized screening/segregation of dry and wet garbage in the earmarked area. The contractor will also segregate bio degradable and non bio degradable garbage. Finally, the contractor will arrange to suitably transport and dispose garbage from the

earmarked area to the nearest Corporation bin outside each premises.

The Contractor shall keep suitable size and specification bins at the collection area. The Contractor will employ his staff for the collection/disposal work. The garbage will have to be disposed off at least twice a day. The contractor will also arrange for the garbage bags, prepare a flowchart indicating the method of collection/disposal, etc.

(c) Weekly Services:-

The deep cleaning of the entire area will be done by the Contractor once a week as under:- 1.

Dusting of entire area including windows/windowpanes/doors/ledges, etc.

2. Thorough cleaning/sweeping/washing/mopping with disinfectant cleaners of all floors, staircases and toilets. Scrubbing of all floors and ceramic tiles base. Cleaning of ceiling and high walls, removal of wash stains on walls, cleaning of roofs, porches etc.

3. Cleaning of sanitary fitting, toilet drain pipes etc. in the toilets with standard cleaning

material.

4. Cleaning of all windows glasses and grills with detergent/cleaning agents.

5. Washing of outside area with High Pressure Jet machine.

6. Clean all chrome fittings, glass frames, soap holders etc. to a shiny finish.

Page 16 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

7. The Tenderer will make a cleaning program and submit to ESIC for weekly cleaning so that ESIC’s concerned official/In charge for the particular area can be deputed on the day of cleaning to make the area available and supervise the cleaning work.

8. The Contractor will work in the specified area mentioned in the scope of work.

9. The Contractor will provide the duty register to ESIC as required.

(d) Pest and Rodent Control Services

1. The Contractor shall take effective measures for Rodent and Disinfection Services including

fogging etc. in the area under contract.

2. The Contractor shall use chemicals that are harmless to humans and machines and are of WHO specification. Further, the chemicals should not leave any spots in the treated area. MSDS report of these chemicals should also be attached.

3. The Contractor will be responsible for any damage to human/machinery by any chemicals used by him. Any damage caused to machinery/books due to rodent and disinfection services in the areas covered under contract shall be made good by the Contractor.

4. The Contractor will submit a detailed plan for carrying out the Pest and Rodent Control

Services for the approval of ESIC.

5. Agency is required to ensure rodent/pest free environment.

6. Area of operation will include area in/over false ceiling of hospital.

7. Agency will ensure odorless environment.

(e) Housekeeping Monitoring and Control

For better management and smooth services, the following monitoring mechanism will be adopted by the Contractor:- 1. Toilets Checklist This is to be attached on the back of the toilet door. It is to be filled up by the Contractor

supervising staff on duty daily.

2. Management/Housekeeping Services Requirements/Complaints Report

This is to be filled up by the management and administrative staff of the Contractor who receive/observe the complaints/requirements for any of the services. All suggestions, complaints related to services or staff deployed by the Contractor will be registered at site on the computer and report to Caretaker, ESIC. The Contractor will take immediate action to resolve the same failing which the Penalty Clause

will be invoked.

Page 17 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

3. Housekeeping Services Complaints Register

This register is to be completed on the basis of information received by the Housekeeping Supervisor from ESIC through the inspection of the site, material on site, attendance sheet of the staff, weekly report, client letter/fax/e-mail, verbal complaints from ESIC, etc. and necessary action is to be taken.

Annexure-G

ADDITIONAL SCOPE OF WORK AND SPECIAL CONDITIONS In case of any differences, these Particular Conditions of Contract will supersede the General Conditions of Contract. The services shall be provided round the clock on all days including holidays:-

The services include:

I. Cleaning of the whole premises including toilets and open areas through mechanized

equipment

II. Wet moping of covered areas.

III. Cleaning of window panes and door panels.

IV. Cleaning and dusting of furniture and fittings.

V. Any other work within the scope of the specialized services.

VI. Vacuum Cleaning of all carpets and upholstered furniture.

1. PATIENTS ROOM:

The Contractor shall be responsible for routine cleaning of the patient room ward everyday in the morning and evening. The Contractor shall also maintain cleanliness in the patient rooms/ward throughout the day and shall clean the room thoroughly on patient’s discharge and keep it ready for the next arrival. (a) THE ROUTINE CLEANING WILL INCLUDE

· Dusting of the furniture in the room including bed, chair, table TV, fridge etc.

· Sweeping and mopping the entire room with a disinfectant solution.

· Cleaning of Toilet and bathroom with a bathroom cleaning solution.

(b) CLEANING OF DISCHARGE OF AN INPATIENT WILL INCLUDE · Wiping of the

furniture and fixtures in the room with a soap solution.

· Sweeping and mopping the entire room with a disinfectant solution.

Page 18 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

· Cleaning of toilet and bathroom with a disinfectant/bathroom cleaning solution.

· Reporting any maintenance required in the room.

2. CLEANING THE PATIENT COMMON AREAS

o Dusting the walls, furniture and fixtures in the corridor and lobby.

o Sweeping and mopping the floor with a disinfectant.

o Cleaning public toilets with soap solution and keeping them odor free using deodorizer

cubes/Odonil.

o Cleaning doors and windows with soap solutions.

o Cleaning consulting room, dressing room, laboratory and other similar areas. The cleaning

pattern will be same as cleaning patient rooms.

3. OPERATION THEATRE

o All the dustbins washed and lined with colour-coded bags in the morning. The trash bag

shall be changed when it is full.

o Operation theater walls shall be thoroughly cleaned using a specialize soap/disinfectant

solution before and after every operation.

o Floor shall be washed thoroughly mopped with a specialized soap/disinfectant solution.

The entire operation theater floor area shall be scrubbed once a day.

o Toilets/bathrooms to be cleaned on checklist basis.

o All the dustbins washed and lined with colour-coded bags in the morning. The Trash bag shall be changed when it is full. Operation theatre walls shall be thoroughly cleaned using specialize soap/disinfect ant solution before and after every operation.

o Floor shall be washed thoroughly mopped with a specialized soap/disinfectant solution.

The entire operation theatre floor area shall be scrubbed once a day.

o Toilets/bathrooms will be cleaned with soap solution and kept odor free using deodorizer

cubes.

o The common areas, doctor’s lounge, nurses lounge, Change rooms, waiting lounge and inside operation theater shall be swept and mopped in the morning and at regular intervals to keep them clean.

Page 19 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

o The floor scrubbing will be done in the night or as and when asked for according to the

scheduled operations and movements in that area.

4. CLEANING OF OFFICE/CONSULTANT ROOMS

o The Contractor shall remove trash from office dustbin and change the trash liner every

evening before closing hours.

o The offices shall be dry dusted and swept after the closing hours.

o Vacuum cleaning shall be done on carpets and upholstery.

o The worktables shall be cleaned with soap solution in the morning.

o The office shall be mopped with soap solution in the morning.

o Office staff rest rooms/toilets shall be cleaned using soap solution and kept odor free

using deodorizer.

5. CLEANING OF LABORATORY and OTHER CRITICAL AREAS

o All the dustbins shall be washed and lined with colour coded bag in the morning. The

trash bag shall be changed when it is full.

o Walls shall be thoroughly cleaned using a specialized soap/disinfectant solution in the

morning.

o The floor shall be thoroughly mopped with a specialized soap solution.

o The entire laboratory area shall be scrubbed at less twice in a week.

o Toilets/bathrooms shall be cleaned with soap solution and kept odor free using

deodorizer cubes.

o The common area shall be swept and mopped in the morning and at regular intervals to

keep them clean.

6. GLASS WINDOWS and DOORS

Page 20 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

o The Contractor shall have his staff clean glass with appropriate soap solution on weekly

basis.

o Internal glasses shall be wiped with dry cloth to remove fingerprints at regular interval.

7. GARBAGE DISPOSAL

o The Contractor shall collect garbage in specified colour coded bags from all dustbins and garbage bins existing inside the premises and shall dispose the garbage at the designated area within the Hospital.

8. CLEANING OF ACADEMICS/ADMINISTRATIVE BLOCK

Basement and all floors with terrace including Class Rooms, Practical Rooms, halls, office rooms,

committee rooms, cabins, cubicles, staircases, lobbies, lawn, training hall, conference hall, reception,

staff canteen, gents and ladies toilet blocks, officers’ rooms, recreation hall, TOR, camp

accommodation, parking, open space and other areas remaining/proposed (after complete hand

over of new building).

9. CLEANING OF RESIDENTIAL AREA

Residential quarters consisting Number of Blocks located at ESIC including All rooms of Girls and Boys

hostels; Corridors; staircases; Toilets, All Terraces, , Mess, Corridors, staircases, terrace of all

residential hostel and staff quarters roads, parks, parking, open space, play-grounds inside the

boundary walls and other areas remaining/proposed (after complete hand over of building). 10. CLEANING OF OUTER AREA OF MEDICAL COLLEGE & HOSPITAL

Entire outer area including roads, parking, opens space, ETP/STP plant, DG Plant, Oxygen plant,

playground, Biomedical waste storage room, Air condition plant and other areas

remaining/proposed after complete hand over.

Page 21 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

CLEANING SCHEDULE

1. VERY HIGH RISK AREA (OT AREA LABOUR ROOM)

S.

No

Activity Frequency Agents Used Responsibility

1. Garbage removal After every case As per the BMW guidelines

Area supervisor

2. Feather brushing After every case Feather Brush

3. 1st mopping Before start 1st patient

and after every case Wizard

4. 2nd mopping Before start 1st patient

and after every case 1 % Sodium Hypochlorite

5. Garbage removal from the OT Corridor

After every case As per the BMW guidelines

6. Brushing in the OT corridor In continuation Flat Mop

7. Dusting of doors and windows in OT

Corridor After every 1 hr. X color Duster

8 Mopping with Wizard in OT corridor After every 1 hr. Wizard

9. Mopping with Sodium Hypochlorite in

OT corridor After every 4 hrs. 1 % Sodium Hypochlorite

2. ICU, CCU, ICCU, NICU, PICU

S.

No

Activity Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30

p.m and 7.30 p.m.) as and

when required

As per the BMW Guidelines

2. Brushing Thrice in a day 9.00 a.m., 3.00p.m., 9.00 p.m.

Feather Brush

Page 22 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

3. Dusting After every 1 hr. X color Duster

Area supervisor

4. Mopping with wizard After every 1 hr. Wizard

5. Mopping with Sodium Hypochlorite

After every 4 hrs. as and when

required 1 % Sodium Hypochlorite

6. Washroom cleaning with Wizard

Cleaning after every half an

hr. Wizard

7. Washroom cleaning with Sodium Hypochlorite

Cleaning After every 4 hrs. as

and when required 1 % Sodium Hypochlorite

3. HIGH RISK AREA (EMERGENCY)

S.

No

Activity Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

As per the BMW Guidelines

Area supervisor

2. Brushing Thrice in a day 9.00 a.m., 3.00p.m, 9.00 p.m.

Feather Brush

3. Dusting After every 2 hrs. as and when required Wizard

4. Mopping with wizard After every 2 hrs. as and when required Wizard

5. Mopping with Sodium Hypochlorite

After every hrs. as and when required 1% Sodium Hypochlorite

6. Washroom cleaning wizard

with Cleaning after every half an hr. Wizard

4. MODERATE RISK AREA (OPD ROOMS/WARDS)

S.

N

o

Activity Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

As per the BMW

Guidelines

2. Brushing Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

Feather Brush

3. Dusting Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

Z Color Duster

4. Mopping with wizard Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

Wizard

Page 23 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

5. Mopping with Sodium

Hypochlorite

Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

1 % Sodium

Hypochlorite

Area supervisor

6. Washroom (OPD) Four times in a day 1st start from

7.00 a.m.,

2nd from 11.00 a.m.,

3rd from 2.30 p.m.

4th from 1.30 p.m. As and when

required

Wizard and 1 %

Sodium

Hypochlorite

Washroom (WARDS) st Eight times in a day 1

start from

nd

6.00 a.m., 2 from 8.00 a.m., 3rd

th from 10.00 am; 4 from 1.00 p.m; 5th from 4.00 pm; 6th from 6.00pm;

7th from 8.00 pm; 8th from 12.00am

Wizard and 1 % Sodium

Hypochlorite

7. Brushing in the corridor in the

Moderate Area

In continuation Flat Mop

8. Dusting in the corridor area Twice in a day it starts From 7.00 a.m.

onwards

Z Color Duster

9. Mopping with wizard In continuation Wizard

10

.

Mopping with Sodium

Hypochlorite

After every 8 hrs. 1 % Sodium

Hypochlorite

5. PATHOLOGY LAB

S. No

Activity

Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30 p.m and 7.30

p.m.) as and when required

As per the BMW Guidelines

Area supervisor

2. Dusting/Brushing Twice in a day 8.00 a.m. and 5.00 p.m. as and when required

Y Color Duster

3. Mopping with wizard After every three hrs. as and when

required Wizard

4. Mopping with Sodium Hypochlorite

After every 8 hrs. as and when required 1% Sodium Hypochlorite

6. DIAGNOSTIC AREA

Page 24 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

S. No

Activity

Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30 p.m and

7.30 p.m.) as and when required

As per the BMW Guidelines

Area supervisor

2. Dusting Twice in a day 8.00 a.m. and 5.00 p.m. as and when required

Z Color Duster

3. Brushing Twice in a day 8.00 a.m. and 5.00 p.m. as and when required

Z Color Duster

4. Mopping with wizard After every 3 hrs. as and when required Wizard

5. Mopping with Sodium Hypochlorite

After every 8 hrs. as and when required 1 % Sodium Hypochlorite

7. PUBLIC AREA WASHROOM

S. No

Activity

Frequency Agents Used Responsibility

1. Cleaning with Wizard Cleaning will be done after half an hr. and boy will be stationed there

Wizard

2. Washroom Cleaning with Sodium Hypochlorite

Cleaning will be done after 8 hrs. as and when required

1% Sodium Hypochlorite

Area supervisor

8. CORRIDOR

S. No

Activity

Frequency Agents Used Responsibility

1. Mopping with dry mop In continuation Flat Mop

Area supervisor

2. Mopping with Wizard After every 3 hrs. as and when required Wizard

3. Mopping with Sodium Hypochlorite

After every 8 hrs. as and when required 1 % Sodium Hypochlorite

9. LOBBY

S. No

Activity

Frequency Agents Used Responsibility

1. Dusting In continuation Z Color Duster

Area supervisor

2. Brushing with Dry Mop In continuation Flat Map

3. Mopping with Wizard After every 3 hrs. as and when required Wizard

4. Mopping with Sodium Hypochlorite

After every 8 hrs. as and when required 1 % Sodium Hypochlorite

10. OPD AREA

Page 25 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

S. No

Activity

Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (8 a.m., 2.30 p.m and 7.30

p.m.) as and when required

As per the BMW Guidelines

Area supervisor

2. Brushing Twice in a day 7.30 a.m. and 8.00 p.m. as and

when required Feather Brush

3. Dusting Twice in a day 7.30 a.m. and 8.00 p.m. as and

when required Z Color Duster

4. Mopping with wizard Twice in a day 7.30 a.m. and 8.00 p.m. as and

when required Wizard

5. Mopping with Sodium Hypochlorite

After every 8 hrs. as and when required 1 % Sodium Hypochlorite

11. PHARMACY

S. No

Activity

Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (8 a.m., 2.30 p.m and

7.30 p.m.) as and when required

As per the BMW Guidelines

2. Brushing Twice in a day 8.00 a.m. and 8.00 p.m. as and when required

Feather Brush

Area supervisor

3. Dusting Twice in a day 8.00 a.m. and 8.00 p.m. as and when required

Z Color Duster

4. Mopping with wizard After every 3 hrs. as and when required Wizard 5. Mopping with Sodium

Hypochlorite After every 8 hrs. as and when required Sodium Hypochlorite

12. PROCEDURE/TREATMENT ROOM

S.

No Activity Frequency Agents Used Responsibility

1. Removal of Garbage Thrice in a day (7 a.m., 2.30 p.m

and 7.30 p.m.) as and when

required

As per the BMW Guidelines

Area supervisor

2. Brushing Thrice in a day starts from 7.00 a.m, 2.30 p.m. and 8.00 p.m. as and when

required

Feather Brush

3. Dusting Twice in a day 8.00 a.m. and 8.00 p.m. as and when required

Y Color Duster

4. Mopping with wizard After every 3 hrs. as and when required Wizard

5. Mopping with Sodium Hypochlorite

After every 6 hrs. as and when required 1% Sodium Hypochlorite

Page 26 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

13. MORTUARY

S. No

Activity

Frequency Agents Used Responsibility

1. Brushing In the morning in presence of Security as and when required

Feather Brush

Area supervisor

2. Mopping with wizard In the morning in presence of Security as and when required

Wizard

3. Mopping with Sodium Hypochlorite

After every 8 hrs. 1% Sodium Hypochlorite

14. MINIMAL RISK AREA

(ADMINISTRATION, RECORD ROOM/STORAGE ROOM ENGINEERING OFFICE)

S. No

Activity

Frequency Agents Used Responsibility

1. Brushing Once in a day it starts from 7.30 a.m. as and when

required Feather Brush

2. Mopping with wizard Once in a day it starts from 7.30 a.m. as and when

required Wizard Area supervisor

15. CAFETERIA/CANTEEN/MESS

S. No

Activity

Frequency Agents Used Responsibility

1. Removal Of Garbage

Thrice in a day starts from 10.00 a.m,

3.00 p.m. and 8.00 p.m. as and when required

Garbage Bag

Area supervisor

2. Brushing

Thrice in a day 8.00 am, 12.00 pm, 6.00 pm as and when

required Flat Mop and

feather brush

3 Dusting

Thrice in a day 8.00 am, 12.00 pm, 6.00 pm as and when

required Z colour duster

4 Mopping with wizard

After every three hours and after every meal as and when

required Wizard

Dilution of Wizard in all areas = 40 ml in 1 liter of water

Cleaning of spillage of Blood/Body fluids

1. Use disposable gloves.

2. Cover area with 1% Sodium Hypochlorite

3. Leave for 20 minutes

Page 27 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

4. Collect residue with disposable paper. Wipe and discard in bag.

5. Wash surface with detergent and dry.

6. All waste, gloves, wipe, discard, seal and dispose as clinical waste. Mopes cleaning- Detergent wash

and dry. Buckets- Detergent wash and dry (if contaminated 1% Sodium Hypochlorite overnight

rinse and dry).

DISPOSAL OF BIO-MEDICAL WASTE

1) All collection, storage, transportation and disposal of hospital waste shall be in accordance with

Bio- Medical Waste (management and Handling Rules of India, 1998 and any amendments

or other regulations, in this regard.

2) A detailed Hospital Waste Management Plan shall be prepared and got approved from ESIC

before start of work.

3) All infected, chemical, Radiation, Cytotoxic Health care Waste shall be segregated, collected,

stored, transported and disposed in accordance with set guidelines in safety, ensuring that it at

no stage gets mixed general waste. Unscientific burning shall not be permitted. Different

coloured bags/containers namely white, green, red, yellow, blue, black and transparent, puncture

proof or stainless steel, lead containers shall be used depending on the category of waste.

4) The waste shall be carefully secured or pretreated for transportation to a common facility for

disposal.

5) Waste shall not be transferred from one bag to another. Bags should be tied when three fourths

full and then placed in a bigger bag/container for transporting.

6) Covered Trolleys should be used for transportation. Before final disposal/treatment waste should

be kept in specified location and in specific liners and containers.

7) The scope includes segregation, collection, storage, transportation within Hospital.

METHOD AND PROCEDURE

• Anatomical waste will be collected in yellow bag and will be given to Centralized Waste

Management Contractor.

• Soiled waste (Solid Waste)- will be segregated and collected in red bag and will be given to

Centralized Waste Management Contractor.

• Plastic Waste will be collected in Blue Bag and will be autoclaved chemically disinfected and then

shredded.

• Sharps will be collected in puncture proof container and will be given to Centralized Waste

Management Contractor.

• Microbiology Waste will be autoclaved.

• Liquid Waste will be disinfected with hypochlorite solution before disposal.

• Expired Medicines will be sent to pharmacy for return.

• General Waste will be collected in Black Bag and will be disposal as normal waste.

Page 28 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

The following shall be followed:-

1) Segregation will be done at source.

2) Bins will have Bio-hazardous sign on them.

3) Housekeeping personnel will wear Gloves and Masks before collecting garbage.

4) Bags will be secured when they are ¾th full and will be clearly labeled with the date, time and

respective floor.

5) While handling the bag it must be held at the closed top and away from the body.

6) If a bag is found broken or not completely sealed then it should be double bagged into a

second bag.

7) Garbage will be transported in designated trolley to the storage area.

8) Cleared daily at designated time.

9) Access to waste storage area is limited to authorized persons.

10) Waste storage area must be inspected every week for spills and contained deterioration

and the inspection must be documented.

11) Before the collection by the outside vendor the garbage bag has to be weighed and the details

like date, time floor, weight, will be entered in the garbage register by the housekeeping boy

in the presence of security.

12) If for any reason, it becomes necessary to store the waste beyond such period, the authorized

person must take permission from the authorities and take measure to ensure that the waste

doesn’t adversely affect human health and environment.

RESOURCES(MANPOWER, MATERIAL AND MACHINES) MANAGEMENT

• The Contractor has to provide high standard fully mechanized housekeeping services with

latest cleaning equipments / machines and tools.

• The Contractor has to deploy sufficient number of manpower & machines/ equipments so

as to ensure high quality service. Computerized record of number of manpower deputed,

machines, equipments & materials used may be maintained and submitted to ESIC on

regular interval.

• Replacement/alternative arrangements of manpower & machines/ equipments must be

done by the contractor in case of any kind of breakdown, maintenance, or any other activity

held in ESIC Medical College & Hospital, Faridabad.

• Indicative description of equipment and machines requirement, materials and manpower

utilization is as under. However, the list is not exhaustive.

LIST OF EQUIPMENTS, TOOLS, & TACKELS

S.No. Description Minimum Number of machines

required

1. Scrubbing Machine 4

Page 29 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

2. Wet/Dry Vacuum Cleaner 6

3. Ride-on machine 2

4. Single Disk 2

5. Wringler Trolley 4

6. Jet Spray/High Pressure jet 2

7. Glass Cleaner Kit 2

8. Caddy Basket 16

9. Wet Floor Signage Board 20

MANPOWER MANAGMENT

OLD HOSPITAL BUILDING

S.N o.

Location Description No. of House keeping staff required

1 Ground

Floor

MS Office, Radiology,

PPCentre,IT Room G(4)

Operation Theatre M(1), E(1) =Total (2)

Skin & Psychiatry Ward, M(1), E(1), N(1) =Total (3)

Surgery Ward (M,F) M(3), E(2), N(2) =Total (7)

2 First Floor

Labor Room M(2), E(1), N(1) =Total (4)

Maternity Ward M(2), E(1), N(2) =Total (5)

Ortho Ward (M,F) M(2), E(1), N(1) =Total (4)

Paediatric Ward M(1), E(1), N(1) =Total (3)

3 Second Floor Medicine Ward (M,F) M(3), E(2), N(2) =Total (7)

Kitchen G(1)

Page 30 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

4 Outer &

Laundary Outer & Laundary G (4)

TOTAL 44

OPD Block

S.N o.

Location Description No. of House keeping staff required

1 Basement CSSD G(2 )

2 Ground Floor

MAY I help YOU counter, G(1 )

OPD Registration area Medicine G(3 )

Gynae & Paed OPD G( 2)

Pharmacy G(1 )

Radiology G(2)

Casualty & Minor OT M( 3), E( 3), N(3) =Total (9 )

Pharmacy Store G(1 )

Laundry G(1 )

Physiotherapy G(1)

3 First Floor

Ortho, Dental & Medicine OPD G( 4)

Laboratory G(3 )

Medical Record Department G(1)

Canteen G( 2)

4 Second Floor Eye , ENT & AYUSH, OPD G(4)

5 Third Floor Skin, Psychiatry & Surgery OPD G(4)

6 Outer Area + Basement G(3)

TOTAL 44

Academic Block

S.N o.

Location Description No. of House keeping staff required

Page 31 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

1 Ground Floor

Reception Area, Library, Reading Rooms, Dean Office,

BO Cabins, Admin Area, Conference Hall, foyer,

gymnasium, lift lobby

G(5)

Canteen & Examination Hall G(1 )

2 First Floor Anatomy Department, stairs and lift

lobby G(2)

Pathology Department, stairs and

lift lobby G(2)

3 Second Floor

Biochemistry Department, stairs

and lift lobby G( 2)

Microbiology Department, stairs

and lift lobby G(2 )

4 Third Floor

Physiology Department, stairs

and lift lobby G(2 )

Pharmacology Department, stairs

and lift lobby G(2 )

5 Fourth Floor

Preventive & Social Medicine

Department, stairs and lift lobby G(2 )

Forensic Medicine Department,

stairs and lift lobby G(2 )

6 Outer Area G(1)

T OTAL 23

Hostels and Residential Area

S.N o.

Location Description No. of House keeping staff required

1 Girls Hostel

(A) Ground + 6 Floors ( All Rooms) M(2 ) , E(4)= Total (6)

2 Boys Hostel (

B)

Ground + 6 Floors ( All Rooms) M(2 ) , E(4)= Total (6)

Student Mess M(3 ) , E(2)= Total (5)

3 Residential

Hostel ( C) Ground + 6 Floors G(2 )

4

5

Staff Quarter

A-1 Ground + 6 Floors G(2 )

Staff Quarter

C-1 Ground + 10 Floors G(3 )

Page 32 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

6 Staff Quarter

C-2 Ground + 6 Floors G(2 )

7 Staff Quarter D Ground + 5 Floors G(2 )

8 Outer Area G(1 )

TOTAL 29

Note :- The manpower of Housekeeping staff may be increased or decreased as per requirement.

M = Morning Shift

E = Evening Shift

N = Night Shift

G = General Shift

SUPERVISORS

S.N o.

Location No. of House keeping supervisors required

1 Old Building M( 1), G( 1)Female, E(1) =Total (3)

2 OPD Block +

Casualty G(1) , G(1)= Total (2)

3

Academic Block, Hostels,

Residential

Area

G(1)

5 Entire Premises(Night )

N(1)

TOTAL 7

Page 33 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure ‘H’ TECHNICAL BID PERFORMA

GENERAL INFORMATION

NAME OF THE AGENCY/FIRM ALONG

WITH ADDRESS AND TELEPHONE

/MOBILE NO/E-MAIL ADDRESS

NAME OF OWNER/ALL PARTNERS/ALL

DIRECTORS

TYPE OF FORMATION

(Proprietorship/ Partnership / Pvt.

Ltd/Ltd.)

BANK ACCOUNT NUMBER WITH

BANKER’S NAME AND ADDRESS

STATUTORY AND OTHER REQUIREMNTS:

1. REGISTRATION DETAILS : (Enclose Copy of registration certificate)

Statute Registration Number Copy Enclosed (Yes/No)

Contract

Labour(Abolition

And Regulation Act,

1970) Registration

E.S.I. Act, 1948

E.P.F.M.P. ACT, 1952

Goods and Service Tax

Registration

PAN NO. UNDER INCOME

TAX ACT

2. Copies of Income Tax Return for FY 2013-14, FY 2014-15 and FY 2015-16 along with

Income Tax Clearance Certificate :

Page 34 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Financial

Year

Income Tax Return

Enclosed (Yes/No)

Income Tax Clearance Certificate

Enclosed (Yes/No)

2013-14

2014-15

2015-16

3. DETAILS OF BALANCE SHEET/P&L ACCOUNT DURING LAST THREE YEAR :

Financial Year Copy Enclosed

(Yes/No)

Income (Rs.) Expenditure(Rs.) Net Profit/LO

(Rs.)

2013-14

2014-15

2015-16

4. DETAILS OF SATISFACTORY PERFROMANCE CERTIFICATE FROM

PSUs/Govt./SemiGovt. / Pvt. Firm WHERE TENDERER HAS WORKED AS PER

ANNEXURE C:

Name of PSUs/Govt./Semi-Govt./Pvt

Firm

Period of Contract

5. DETAILS OF CONTRACT /WORK ORDER DURING LAST THREE YEAR

Sr. No. Name and

Address of

Organization

Value of

Contract (In Rs.)

Duration of Contract

From To

SIGNATURE OF THE AGENCY

WITH SEAL

Page 35 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure-I FINANCIAL BID PERFORMA

“Housekeeping Services at ESIC Medical College and Hospital, NIT-3, Faridabad”

A- MANPOWER

S. No .

Description No. of Manpo wer

Description of Wages & allowances (as

per latest central govt.

notification)

Rate per person per month

Annual amount (No.

of Manpower*Total

Monthly amount per

person X 12)

1. House-keeping Staff (unskilled)

140

1. Minimum Wage

2.PF @ 13.36%

3.ESIC @ 4.75%

4.Statutory Bonus

5.Uniform and washing Allowances

Total amount

2. Supervisor(semi-

skilled)

07

1.Minimum Wage

2. PF @ 13.61%

3.ESIC @ 4.75%

4.Statutory Bonus

5.Uniform and washing

charges

Total amount

Note:- Good and Service Tax applicable will be reimbursed on actual basis.

B-COST OF ALL CLEANING MATERIALS(As per Annexure-I(1) TO BE FILLED UP ONLINE)

S.No. Description Monthly Amount (In Rs.)

Annual Amount (In Rs.)

Cost of all cleaning material

(As per Annexure-I(1))

Page 36 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

C- RENT FOR MECHANISED EQUIPMENTS FOR HOUSEKEEPING SERVICES(As per Annexure-I(2) TO

BE FILLED ONLINE)

S.No. Description Monthly Amount(In Rs.) Annual Amount (In Rs.)

1 Rent for mechanized equipments

(As per Annexure-I(2))

D- SERVICE CHARGES

S. No. Monthly Service Charge in Percentage of A (i.e. Manpower)

Monthly Amount

(In Rs.)

Annual Amount (In Rs.)

1

E- TOTAL AMOUNT TO BE CONSIDERED FOR FINALIZATION OF SUCCESSFUL BIDDER

=A+B+C+ D

Note:

1. Payment shall be made for the actual man days of employment. Attendance will be verified by

Caretaker/authorized person. The contractor shall submit the cash memo of the material

purchase along with monthly bills for tender and non-tender items.

2. In case of absence of any of the above-mentioned workers without providing suitable

replacement, an amount of Rs.500 per day shall be recovered as liquidated damages per person

per day of absence. However, penalty can be waived off by competent authority in case of natural

calamities or situations beyond the control.

3. All the above workers must be qualified & experienced in their relevant field & capable to perform

their duties.

4. Wages should not be less than the prescribed minimum wages by the central Govt.

5. Uniform, Identity Cards, Name Plates have to be provided to each and every Staff. Bio-

Data of each staff should be maintained and whenever asked for must be shown/provided

immediately.

6. Increase in minimum wages of workers will be paid extra accordingly as per Minimum wages

Act & corresponding ESI/PF contribution.

Signature of Owner/Managing Partner/Director

Date: Name:

Place: Seal:

Page 37 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure-I (1) MATERIAL (Monthly-Approx.) (Sample)- To be filled online.

S.No. Materials Name Brand Unit Qnty Rate per

unit Amount

1. Hard Broom Rod(Big) As per

sample Pcs Y30 T

2. Parking Broom As per

sample Pcs 20

3. Napthalene Ball Trishul Pkt. 20

4. Air Freshner Odonil Pcs 160

5. Air Neutilizer(300 Ml) Air Wick Pcs 70

6. Brasso (500 Ml) Brasso Bottles 10

7. Duster Floor Big As per

sample Pcs 200

8. S

Dius

zet er (check)

Big

As per

sample Pcs 100

9. Duster (Check) Small As per

sample Pcs 100

10. Duster (Yellow) Big As per

sample Pcs 100

11. Duster (Yellow) Small As per

sample Pcs 100

12. Soft Broom As per

sample Pcs 100

13. Hard Broom As per

sample Pcs 40

14. Liq. Soap (5Ltr.Can) Fem Can 30

15. Acid (5 Ltr. Can) Trishul Can 60

16. Spray Bottle (Empty) As per

sample Nos. 15

17. Colin Dispenser (Empty) As per

sample Nos. 30

18. Detergent Bar Vim Pcs 15

19. Liquid Soap Pump 500

ml. As per

sample Pcs 120

20. Hand Soap Cake Dettol Pcs 100

21. 100Poli shGm (1. Kg

pack)

Mansion Kg. 1 Kg.

22. Hand Gloves As per

sample Pair 180

Page 38 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

23. Dust Pan National Pcs 40

24. Mosquito Spray Black Hit Pcs 80

25. P(500late fmorl.m)

Brush (Big Size)

As per

sample Nos. 15

26. Scrubber Big Scotch Pcs 160

Brite

27. Dust control set As per

sample Pcs 40

28. Washing Powder – Nirma Pkt. 80

29. 1M

-K

FG

o.l d Towel Daffodil Pkt. 300

30. STomilaeltl sRiozell (75

mtr.)

Daffodil Pcs 500

31. Urinal Cube A-One Pkt. 60

32. (400Wipe Gr Hmeas) vy National Set 20

33. DWuhtiyt e Phenyle 5 Thrissul Can 70

34. LRt-r2. C(5a nlt r. Can) Taski Can 32

35. R-3 (5 ltr. Can) Taski Can 05

36. R-4 (5 ltr. Can) Taski Can 10

37. D-7 (5 ltr. Can) Taski Can 05

38. R-5 (5 ltr. Can) Taski Can 30

39. R-6 (5 ltr. Can) Taski Can 36

40. Dust Bin (small size)

As per

sample Pcs 20

41. Vacuum Pump As per

sample Pcs 10

42. Glass Cleaner- Colin Bottles 60

43. 500Dust mBli.n (Big size)

As per

sample Pcs 10

44. Caddy Basket As per

sample Pcs 05

45. Wet Mops As per

sample Pcs 10

Page 39 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

46. Wet Mops (round) (for

Bath Room) As per

sample Pcs 10

47. Pest Control and

Rodents Control

treatment with material

& equipment

As per

sample Twice

Monthl y

01

48. Teepol ( 5 Ltr can) As per

sample Litre 10

49. Black phenyl(5 Litre

can) As per

sample Litre 20

50. T-20 Concentrate As per

sample Ltr. (05 ltr. 20

51. Harpic As per

sample Ltr. (05 ltr. 10

52. R-9 Taski As per

sample Ltr. (05 ltr. 10

53. Room freshener As per

sample Pcs. 70

54. Plastic Juna As per

sample Pcs. 50

55. Bleach Powder As per

sample Kg. 10

56. Finit (05 Ltr. Can) As per

sample Ltr. 15

57. Iron Patti As per

sample Pcs. 20

58. Bucket (15 Ltr.) As per

sample Nos. 10

59. Plastic Mug (1 Ltr.) As per

sample Nos. 15

60. Toilet Brush (Hokey) As per

sample Nos. 10

61. Toilet Brush (Round) As per

sample Nos. 20

62. Toilet Pump (Bouch) As per

sample Nos. 10

63. Garbage Bag (Big-Blue) As per

sample Kg. 100

64. Garbage Bag (SmallBlue) As per

sample Kg. 100

65. Garbage Bag

(BigYellow) As per

BMW rules

As per

sample Kg. 100

66. Garbage Bag

(SmallYellow) As per

BMW rules

As per

sample Kg. 100

Page 40 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

67. Garbage Bag (Big-Red) As

per BMW rules As per

sample Kg. 100

68. Garbage Bag (Small- Red) As per BMW rules

As per

sample Kg. 100

69. Garbage Bag (BigGreen) As per

sample Kg. 100

70. Garbage Bag

(SmallGreen) As per

sample Kg. 100

71 Gum Boots As per

sample Pairs 20

TOTAL AMOUNT

Rate of material shall be inclusive of GST, other taxes, duties, service charges, transportation, etc.

Signature of Owner/Managing Partner/Director

Date: Name:

Place: Seal:

Page 41 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure-I (2)

LIST OF EQUIPMENTS, TOOLS, & TACKELS

S.N o.

Description Minimum

Number of

machines

Rent per unit per

month Monthly Rent Annual Rent

1 Scrubbing Machine 4

. 2

Wet/Dry Vacuum Cleaner 6

.3 Ride-on machine 2

.4 Single Disk 2

.5 Wringler Trolley 4

6 Jet Spray/High Pressure jet 2

.7 Glass Cleaner Kit 2

.8 Caddy Basket 16

9.

. Wet Floor Signage Board 20

Total Amount

Rent shall be inclusive of GST, other taxes, duties, service charges, transportation, loading/unloading,

conveyance etc.

Signature of Owner/Managing Partner/Director

Date: Name:

Place: Seal:

Page 42 of 42

(Instructions read and complied/Terms and Conditions Accepted) (Sign and seal of Bidder)

Annexure-J

DECLARATION

1. I, ____________________________ Son Daughter of Shri_______________

Proprietor/Partner/Director / Authorized Signatory of _________________ am competent to

sign this declaration and execute this tender document;

2. I have carefully read and understood all the terms and conditions of the tender and hereby

convey my acceptance of the same.

3. The information / documents furnished along with the above application are true and

authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that

furnishing of any false information / fabricated document would lead to rejection of my

tender at any stage besides liabilities towards prosecution under appropriate law.

4. I have apprised myself fully about the job to be done during the currency of period of

agreement and also acknowledge to bear the consequences of non-performance or

deficiencies in services on my part.

5. Company/firm has done in past satisfactory/disciplined work and not blacklisted in past by

any client.

Signature of Owner/Managing Partner/Director

Date: Full Name:

Place: Company's Seal:

N.B.: The above declaration on the letter head of agency, duly signed and sealed, should be

enclosed with Technical Bid.