ry;#/ ffi{ n# research} '*.u,

15
,1.d"d'ul,&.r,- \ry;#/ ffi{ il{fi eIffifr figriila durd 6r ftfftrff srg$Era ba j *ok-.a : N# TrrHnrJAHflrtrln$r$ilmr0rffHr*nfiAmr{rnsurnrxRrsrAnom{silrufi i 5t-*ffi f *;(. tqrrfu Te {r$iqn #9?}, {lndi*n Council of Agricultural Research} '*.u,. .,f r c a-x Vizhiniam,Thiruttananlhapuram ' 695 521 'r4rxu*,*'tt$v Phone:0471-2480224(Off),2480324(Per),2483324(Aqu),2481143(Lab), Fax:2480324,Gram:CADALMIN E-mail :[email protected] F. No.38-2l2Otg-vZM Dated: 05l08l2Ol9 Sub: Work contract for the ensagement of Research Assistants(Highly Skilled Staffl at CMFRI Vizhiniam (3 persons) invitation of E- Tender. The Scientist-in-Charge, Vizhinjam Research Centre of Central Marine Fisheries Research institute, Vizhinjam PO, Thiruvananthapuram - 695 521 invites online open tender in single bid through e-tendering in prescribed tender forms, from specialized Firms/ Reputed Contractors with adequate experience and financial capability for the engagement of Research Assistants(Highly Skilled Staff) at CMFRI, Vizhinjam. The details of the Scope of the work, schedule of requirement and special terms and conditions of the contract are given in the enclosed Annexure. Details of the Tende iven bel ure. e are glven oerow 1 Tender Number 3B-2l2O|9-VZM 2. Publishing date on CPP Portal 6'n Aug 2019 at 03.00 PM J. Bid document download start date 6'n Aug 20l9at 06.00 PM 4. Bid submission end date 26'n Aug 2019 at 10 AM 5. Description of wok Work contract of Research Assistants (3 persons) (Highly Skilled) at CMFRI Vizhiniam 6. Type ofTender One Bid System 7. Date, Time and venue of Opening of Bid 27" Aug20l9 at 11.30 AM at CMFRI., Vizhinjam 8. Bid Validitv 90 days from the date of Technical Bid opening 9. EMD Rs.I8,000/- in the Form of Demand Draft /BC in favour of ICAR UNIT CMFRI payable at Kochi l0 Security Deposit 10% of the total contract value 11 Validitv of SD/PB 60 days after expiry of the contract t2 Contract duration 12 months from the date of awarding contract with the provision for termination with 60 days notice. The contract may be extended for further one year on the same rates, terms & conditions subject to satisfactory performance. l3 Submission of Bids ffff*"*:B { 'f":i: '} I Online Bid uploaded on CPP Portal www.eprocure.gov.in from 6th Aug 2019 at 06.00 PM to .26'h Aug 2019 at l0 AM. Orginal DD of EMD must be f,ent to The Scientist-in-Charge, Yizhinjam Research Sentre of Central Marine Fisheries Research institute, $,f,zhinjam PO, Thiruvananthapuram 695 521 before the Fthsine date and time positively. V',') 7 Tender ID: 2019_DARE_492649_1

Upload: others

Post on 28-Dec-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ry;#/ ffi{ N# Research} '*.u,

,1.d"d'ul,&.r,-

\ry;#/ ffi{ il{fi eIffifr figriila durd 6r ftfftrff srg$Era ba j *ok-.a :N# TrrHnrJAHflrtrln$r$ilmr0rffHr*nfiAmr{rnsurnrxRrsrAnom{silrufi i 5t-*ffi f*;(. tqrrfu Te {r$iqn #9?}, {lndi*n Council of Agricultural Research} '*.u,. .,fr c a-x Vizhiniam,Thiruttananlhapuram ' 695 521 'r4rxu*,*'tt$v

Phone:0471-2480224(Off),2480324(Per),2483324(Aqu),2481143(Lab), Fax:2480324,Gram:CADALMINE-mail :[email protected]

F. No.38-2l2Otg-vZM Dated: 05l08l2Ol9

Sub: Work contract for the ensagement of Research Assistants(Highly Skilled Staffl atCMFRI Vizhiniam (3 persons) invitation of E- Tender.

The Scientist-in-Charge, Vizhinjam Research Centre of Central Marine FisheriesResearch institute, Vizhinjam PO, Thiruvananthapuram - 695 521 invites online opentender in single bid through e-tendering in prescribed tender forms, from specialized Firms/Reputed Contractors with adequate experience and financial capability for the engagement ofResearch Assistants(Highly Skilled Staff) at CMFRI, Vizhinjam. The details of the Scope ofthe work, schedule of requirement and special terms and conditions of the contract are givenin the enclosed Annexure. Details of the Tende iven belure. e are glven oerow

1 Tender Number 3B-2l2O|9-VZM

2. Publishing date on CPPPortal

6'n Aug 2019 at 03.00 PM

J. Bid document downloadstart date

6'n Aug 20l9at 06.00 PM

4. Bid submission end date 26'n Aug 2019 at 10 AM5. Description of wok Work contract of Research Assistants (3 persons)

(Highly Skilled) at CMFRI Vizhiniam6. Type ofTender One Bid System7. Date, Time and venue of

Opening of Bid27" Aug20l9 at 11.30 AM at CMFRI., Vizhinjam

8. Bid Validitv 90 days from the date of Technical Bid opening9. EMD Rs.I8,000/- in the Form of Demand Draft /BC in favour

of ICAR UNIT CMFRI payable at Kochil0 Security Deposit 10% of the total contract value11 Validitv of SD/PB 60 days after expiry of the contractt2 Contract duration 12 months from the date of awarding contract with the

provision for termination with 60 days notice. Thecontract may be extended for further one year on thesame rates, terms & conditions subject to satisfactoryperformance.

l3 Submission of Bids

ffff*"*:B{ 'f":i:

'} I

Online Bid uploaded on CPP Portalwww.eprocure.gov.in from 6th Aug 2019 at 06.00 PM to

.26'h Aug 2019 at l0 AM. Orginal DD of EMD must be

f,ent to The Scientist-in-Charge, Yizhinjam Research

Sentre of Central Marine Fisheries Research institute,

$,f,zhinjam PO, Thiruvananthapuram 695 521 before the

Fthsine date and time positively.

V',') 7

Tender ID: 2019_DARE_492649_1

Page 2: ry;#/ ffi{ N# Research} '*.u,

l. Scope of the proposed work and other requirements connectedincluding the formats of the bids, terms and conditions of theenclosed to this Tender Invitation, as per the following details:-

to the contract.contract etc. are

Schedule of workInstruction to BiddersTerms and Conditions of the ContractDocuments to be uploaded ineFFTortalEssentiality Certificate bv Bidder

Pack CertificateFinancial Bid Annexure VII

2' The entire tender document including Financial Bid in Annexure vli are to beuploaded on CPP Portal ( . Orginal DD of EMDmust be sent to The Scientist-in-Charge, Vizhinjam Research Centre of CentralMarine Fisheries Research institute, Vizhinjam Po, Thiruvananthapuram 695 521before the last date of submission of tenders on cPP Portal. Special instruction to thecontractors/Bidders for the e-submission of the bids online through this e-procurementPortal is enclosed with the tender Document.

3' For any clarification/Amendment etc. with reference to above will be intimated bycorrigendum through website at http:/eprocq,re*epy.i+/q and also in ourwebsite www'cmfri.org.in- Therefore bidder is adviseJ to visit website regularly forfurther information. Individual items should be applied separately.,,

VRC of CMFRI, Vizhinjam

( Dr.-A4.K.Anil )

trf:".':'q'\j t,= ,I ilad;;,9

Page 3: ry;#/ ffi{ N# Research} '*.u,

Annexure - I

Schedule of Work

Research Assistant(Hatcherv. Laboratorv and Mariculture woik) : 3 Nos-

For Marine finfish culture & 'aquarium'

Daily cleaning of glass tanks, removal of excretory and other materials such as excess feed

deposited at the bottom of the tanks for maintaining fish brood stock, hatchery-produced young ones

in ihe aquarium premises. Exchange of water as and when required in all aquarium glass tanks and

cement (RCC) ta-nks open for public viewing in the research aquarium. Daily cleaning of hoods of all

tanks, display boards, tanks and premises. Preparation of feeds, daily feeding (FN and AN) and

checking ior-water leakages, aeration etc., provided to the tanks including the aquaria and regular

monitoring and maintenance of the entire system'

For projects , Development of Hatchery technologies for prioritized species inmariculture MCD/HCY/l8, Innovations in sea cage farming & coastal maricultureMCD/CGEllg & AINP Mariculture Project

Cleaning/washing of glass tanks, fibre glass tanks/ syntax tanks for maintaining brood stock

of fin fishes.Collection of fishes by setting cages in Vizhinjam Bay, feeding, cleaning, water

exchange, setting of filters and maintenance of fishes in indoor tanks and feeding, cleaning, net

exchange and maintenance of cages in bay. Collection of live feed organisms and indoor culture

(stockculture and mass culture) of live feeds which includes: cleaning/washing of containers,

cultureflasks, sterilization of water etc. Help in netting of live fishes for live biopsy examination.

Helpin maintaining broodstock and seeds in the indoor tanks. Help in preparation feeds, feeding of all

fishis and invertebrates and also treatment and packing of live fishes and preservation of dead fishes'

Popularizing eco-friendly molluscan farming strategies MFD/M OLI 17, Development ofadvanced techniques for mass production of bivalve seed MFD/MOL/SUB/17 & AllIndia Mariculture Project

Collection of bivalves and cephalopods from Vizhinjam coast. Maintenance of bivalves and

cephalopods broodstock in indoor tank in Marine Hatchery premises. Maintenance of bivalves and

"ephulopods eggs, larvae and young ones in indoor tank in hatchery. Cleaning of tanks used for

spawning, larval rearing and mass production of bivalves and cephalopods young ones. Help inpioduction of microalgae. Glassware washing, cleaning of outdoor culture and help in harvesting the

algae. Nursery tank cleaning/changing of water/feeding for bivalves and cephalopods rearing.

Health management in selected finfish and shellfish & bio-prospecting from marineresources MBT/HLT/23

Collection and maintenance of infected fish and shellfish reared in marine aquarium.

Collection of marine macro algae (seaweeds) sponges etc from Mulloor, Vizhinjam coast. Washing

and drying of glass wares for microbiology/pathology oriented work. Collection of experimental

fishes and their rearing in laboratory. Maintenance of raft anchored in Vizhinjam Bay, cleaning offouling organisms attached to cages and cleaning of fouling organisms and other organisms attached

to the oyster shells - Many of the works are connected with sea and experienced person with

knowledge of swimming and diving is preferred.

(^gn""^'d

.P--s*. f ii.'t, '

-'. .',

,'r, i';\$,,

"_"araD

v) (}r:]- F- .ilt Di.i i

;' ..*:::v

VRC of CMFRI, Vizhinjam

I

Page 4: ry;#/ ffi{ N# Research} '*.u,

Annexure - II

1. rrr" t.rrdeli, in Single Bid System. These bids duly filred will be submitted only

online. No offline bids will u. u""lpffi F.:-yi$ in" uia must contain the

scanned copy of EMD/Tender cost and an other r.q.ririt"'aocuments called for in the

tender. Both bids (rechnical ?q iXT:':l mS *i"*:*l,;ir:tJ"'""*1t.rra"t. Both bids (Technical and llnanslat) 4.Lv !v vY i[. t"", to the Scientist-

l ff:':lJ#I"l"Jil;;isheries Research

institute, vizhiniam po, Thiruvr;;;;.u. oqs 521 before the closing date

and time positively- Special instruction["I#'Attt r"i'tt" e-submission of the bids

online through this e-piocurement p"n"i,*^tnctosea with the tender document'

z.TendersarerequiredtobesubmittedonlinewithscannedcopyofEarnestMoneydeposit (EMD) """qi5 :, }''ET"Y:;'

.No*-m,.1,f,.:f?l B==*#"ffiffiffiHiffi; successtur

bidders as soon as practicab1.'.".ft*.i d:::i::*::i'13*':lt*il'lffill to the

ht1::""',il:t"H:["Jfffi ffi ;#;;ilt*J-"""'itvdepositrorthecontract'

3. The tender must be in the prescribed format only and.shall be accompanied with all

other necesr*r'alo'.rr-"rir. rn. rr# ,n"iLro p'o'io" Jetails of the wages/salaries

payable to their;;;k force. rn .orr.oiiau:iJ*ontnry u-oltt't to be charged has to be

indicated in India Rupees both.in wor"ds *A i'g*t' iit tt" p'"scribed proforma of Bill

of euantity .,Oa) u.d th.r. ,yf1 U. "" ,o*.ition * o'lttyping etc' The.offers with

any conectiorrriaxiuiion in prices ;h.; in word,/f'g*tt 'hutt be summarily ignored'

The conditiot'uririti iii*tu[' in no case' be accepted'

4.Theworkshallnormallybelward3dtoasinglefirm.whoseconsolidatedbidvalueislowest meeting all scopes or *o**uria"rorffii,,g

"11 * term and conditions of the

tender. rne ciurru ,"r.ru", 1t" ,igir, io ,..i."i u[-"t any ollhe quotations' and

decision Director, cMFRr in tlre. #iil #ti';;-fr*r/binding. The quotations lower

than the existing statutory mlmmum wages as per c.nttil co'i' tutts hall be

summarilY rejected'

5. The successful bidder shall have to. deposit

fulI period) as performance security and

CMFRI.

10% of the total bid amount (quoted for

.rr,iri, irr. time frame indicated by the

would be made by the firm directly into the

6. PaYment of

7* i* ',.;A-) , :- '* a.\.i ri 3 3 "+)\l a ? ':: ^,i :-!. o. .a.; ii'i1i i$- :i,l-i *8.1

v;-,,9'

Bank Accountonly.

Page 5: ry;#/ ffi{ N# Research} '*.u,

T. For any help for submission of online bids, bidders may visit "help for contractor" tab

on the website www.eprocure' gov'in'

8. No interest on Security Deposit and Eamest Money deposits shall be paid by the

CMFRI to the tenderer'

g. The firm is being permitted to give tenders in consideration of the stipulations on the

his part that aftei submitting his tenders., he will not resile from his offer or modify

the terms and conditions thereof. If the tenderer fail to observe and comply with the

forgoing stipulation the aforesaid amount of EMD will be forfeited by the Institute' In

the event of the offer made by the tenderer not being accepted' the amount of earnest

money deposited by the tenderer *itt Ue refunded to him after he has applied for the

same.

l0.Theperformancesecuritvshall^bevalidtillallcontractual:lliTi::t"::t*rt'**:l#tffi:"i'#:;;'rh"[,s*d f"rf.t,.d in case of cancellation of the contract for any

/. -r l--..:.^- +L^

breach of contract or for anY

cutrency of the contract.

deficii.i.tt"y in the performance noticed during the

11. The tenderer are liable to be ignored if complete information as required is not given

therein or if the puni""r-, asfed for in the schedures to the tenders is not fully filled

in . Individuuf ,igrri"g the tenders or other documents connected with the contract

may specify wletler te sigrrs it in the capacity of (i) a sole proprietor of the Firm or

constituted uttorn.y of su-ch sole proprietor, or (iU u partner of !h3 firm if it be

partnership in which case he must have authority to refer to arbitration dispute

concerning the business of the partnership whethlr by virtue of the partnership

agreement of power of attorney or (iii) constituted attorney of the firm if it is a

company.

l2.ln case of Partnership firms, where no authority has been given to any partner to

execute the contracyagreement concerning the business of the Partnership, the tenders

and all other related documents must be signed by every partner of t\t fi*' A person

signing the tenders form or any other documents forming part of the contract on

behalf of another shall be deemed to warranty that he has Authority to bind such other

and if, or, .rrq.ri.y 1i upp.ur. that the p.rron ,o signing had no authority to do so' the

Institute sharl withoj'prejudice to other civil and criminal remedies cancel the

ontract and hold ih" ,ignutory liable for all costs and damages. Each page of the

tender and schedules to the tenderer and annexure, ifany, signed by the tenderer'

13. Acceptance by the GMFRI willbe communicated by fax/Telegram' letter or any other

form of communication, Formal letter of the acceptance and work order of the

Tenders will be forwarded as soon as possible, but the earlier instruction in the

FAXTelegram/Letter etc. should be acted upon immediate

:B\:) !1

;,$

ftfo!;i*"""'l** .4t ,.1'.'a e a. I

)'---t,

E uit,',. '

v;;

Page 6: ry;#/ ffi{ N# Research} '*.u,

1.

2.

Annexure - III

TERMS AND CONDITIONS OF THE CONTRACT

The contract shall normally be awarded for a period of one year from the date of

award or any shorter period that may be decided by the CMFRI' In case any

shortcomings or deficiencies are noticed during the currency of contract period or any

other contractual dispute, the contract can be terminated giving by a fortnights' notice'

The decision of Director. CMFRI in this regard shall be final/ binding. The contract

may be extended for another one year on the subject to satisfactory performance of

the firm on same rate, terms and condition.

If the contract is terminated on the grounds of glaring shortcomings or deficiencies

during the currency of its tenure including extended tenure, if any, the CMFRI shall

have all rights to make suitable alternative arrangements for a period of 45 days from

the date of such termination or till a new tender is finalized whichever is earlier and

the difference in cost, if any, will be borne by the agency/contractor'

The service charges/rates quoted by the Agency shall be fixed for the period of the

contract and no request for any change/modification shall be entertained before expiry

of the period of itre contract unless the same is warranted for enforcing statutory

instructions like revised minimum wages issued by the appropriate Government under

Minimum Wages Act, 1948. The service charges/rates quoted by the

Agency should not be less than the TDS amount deducted.

The CMFRI shall have no liability, financial or otherwise, for any

harm/damage/injury caused to the manpower/machinery deployed by the firm in the

course of performing work of this CMFRI. Neither the firm nor its workers shall have

any claim on the CMFzu for compensation or financial assistance on this account.

The firm shall be responsible for payment of wages, EPF & ESI and liabilities under

Employees Compensation Act etc. directly to all workers account maintained by EPF

& ESI as per prevailing Acts/orders as applicabte. If any dispute arises between the

firm and its manpower in the matter of wages or any service conditions the same will

be settled amongst the agency and the workers engaged by it themselves. CMFRI in

no case shall be a party to such a dispute. It shall be the responsibility of the firm to

comply with the provisions of all Acts and Governments instructions' If any statutory

provision of any statute is violated in general concerning the force employed and in

regard to Welfare of the personnel engaged for the work on particulars, then the

performance security will be confiscated and firm will be blacklisted'

J.

4.

5. The personnel dePloYed not have any police records/criminal

cases against them.

and antecedents ofthe

adequate enquiries about the character

Page 7: ry;#/ ffi{ N# Research} '*.u,

7.

8.

That no right, much less a legal right shall vest in the contractor workers toclaim/have employment or otherwise seek absorption in the CMFRI nor thecontractor workers shall have any right whatsoever to claim the benefits and /oremoluments that may be permissible to paid the employees of the CMFRI. Theworker will remain the employees of the Agency/contractors and will be the solelyresponsibility of the Agency. Therefore, there is no Master and servant relationshipbetween the employees of the service provider and the CMFRI and further that thesaid personnel of the service provider shall not claim for any employment orabsorption in the CMFRI by virtue of their engagement for this work.

The service provider's personnel shall not claim any benefit/ compensation/regulaization/ absorption of services from the CMFRI under the provision ofIndustrial Disputes Act,1947 or Contract Labour (Regulation & Abolition) Act, 1970etc. Undertaking from the persons to this effect shall be required to be submitted bythe service provider to CMFRI.

The Service provider's personnel shall not divulge or disclose to any person anydetails of office, operation process, technical know-how, security arrangementsadministrative and organizational matters as all of these are confidential in nature.The contractor shall ensure that none of the employees of the Agency/Contractor shallenter into any kind of private work at the Different Rooms of the CMFRI.

9. The employees for the contractor shall be of good character and of sound health andshall be below the age of45 years but not below l8 years.

10. The Service Provider shall replace immediately any of its personnel, if notunacceptable to the CMFRI because of security risk, incompetence, conflict ofinterest and breach of confidentially or improper conduct upon receiving a writtennotice from any staff of the CMFRI.

1 l. The Service provider shall ensure proper conduct of its personnel in office premises,and enforce prohibition of consumption of alcoholic drinks/drugs, chewing ofpanlGutka, smoking, using speakers for listening to music and loitering without anywork.

12.The damage caused, if any , to CMFRI property through the acts of the firm and/or byits workers shall be made good by the agency and decision of the CMFRI in thisregard shall be final/binding. In case of any derelic! y, gross neglect andunintended damage caused by contractor or its sta harm done to theCMFRI, its properties its designated officials tractor shallbe liable to make good the loss or pay compe legal/judicial

fit.proceedings as well as pay penalty with the

* '*',.,1, - i-;

('t* !

Page 8: ry;#/ ffi{ N# Research} '*.u,

13. The Firm shall be responsible for making timely payment of due wages to the workers

employed depositing of EPF with EPF through ECR and ESI contribution. A copy of

ESI Challan and ECR indicating name of the workers with their EPF contribution will

be submitted by the firm to the CMFRI as proof. If any complaint is received with

regard to these matters, the action will be taken against the firm and concerned

authorities will be asked to take legal action against the Firm. CMFRI will not at all

be liable.

14. The service provider/contractor should provide suitable replacement in case of

absence ofpersonnel.

15. The Contractor shall keep himself fully informed of all acts and laws of the Central

and State Government, all orders, decrees of statutory bodies, tribunal having

jurisdiction or authority , which in any manner may affect their engaged or employed

staff and anything related to carry out the work. All the rules & regulations and bye

laws laid down by the local bodies and any other statutory bodies shall be adhered to,

by the contractor, during the execution of work.

16. The contractor shall be responsible for all injury and accident to persons employed by

him while on duty. It is Desirable that all employees are covered under an insurance

cover and as per various acts and laws governing the same.

17 . lnthe event of any loss being occasioned to the CMFRI on account of the negligence

of the Duty by the Agency/Contactor's employees , the Agency/Contractor shall make

good the loss sustained to the CMFRI either by replacement or on payment by

adequate compensation.

18. The Agency/Contractor shall not appoint sub-Contractor to carry out any obligation

under the Contract and under such case agreement will be declared as void and such

act of contractor will be taken as breach of Contract and resultantly his Security

Deposit shall be forfeited and contract shall be terminated.

19. The Director, CMFRI reserves the right to reduce or terminate the period of contract

and to extend its duration in the interest of the CMFRI for any justifiable reasons.

20. Minimum wages shall be paid to the workers by the agency/Contractor at the rate

fixed by the State Govt./Central Labour Commissioner from time to time and as per

the minimum wages Act. The contractor shall also pay all sqch benefits to itsemployees as envisaged under various acts and laws like

Payment of Bonus Act, Taxes etc. The Contractor shall

laws and/or to be made applicable and ICAR shall not

& MP Act..'...,s

contractor will indemnify CMFRI in all respects.

of all

the

an

Page 9: ry;#/ ffi{ N# Research} '*.u,

undertaking as per proforma every month for compliance of the provisions ofContract labour Act, Rule and other Law applicable along with the monthly bill.

21. The Agency/Contractor shall abide by all laws of the Land including Labour Laws,

Company act, tax deduction liabilities, Welfare measures of its employees and all

other obligations that enjoy in such cases and other not essentially enumerated and

defined therein. Though any such onus shall be exclusive responsibility of the

Contractor, and it shall not involve the CMFRI in any way whatsoever.

22. The CMFzu reserves the right to ask and requires the contractor to remove any

person deployed by him without assigning any reasons/notice.

23. The Agency/Contractor shall be responsible for the good conduct and behaviour ofits employees. If any employee of the Agency/Contractor is found misbehaving with

the CMFRI staff or other staff of Agencies working in CMFRI, the

Agency/Contractor shall immediately withdraw such employees forthwith at their

own risk and responsibility.

24. The Contractor shall in no case pay his employees less than the minimum mandatory

rates per daylmonths as announced by the Chief Labour Commissioner(C) from time

to time. The palnnent should be made directly in to the Bank Account of the worker

through NEFT and copy of statement of NEFT should be enclosed with the monthly

bill.

25. Successful Tenderer will have to enter a detailed contract agreement with ICAR onnon-judicial stamp paper of Rs.500/- (Rupees five hundred only).

26.The tendering agency shall also liable for depositing any taxes, levies, cess etc. onaccount of service rendered by it to the Central Marine Fisheries Research Institute tothe statutory authorities concemed from time to time.

27.Tax at Source (TDS) shall be deducted as per the provisions of the Income TaxDepartment, as amended from time to time and a certificate to this effect will beprovided to the agency.

28.In case, the Service Provider / Agency fails to comply with any statutory/taxationliability under appropriate law, and as a result thereof the Institute is put to anyloss/obligation, monitory or otherwise, the Institute will be entitled to get itselfreimbursed out of the outstanding bills or the Performance Security Deposit of theagency, to the extent of the loss or obligation in monetary terms.

29. Service tax /GST or any other tax applicable or made applicable after awarding thecontract in respect of this contract shall be payable by The Institutewill not entertain any claim whatsoever in this respeg

30. Director, CMFRI reservesthe contract period a

d,

sl['"?Dr" ,rmrn e, olthe right to reduce or during

Page 10: ry;#/ ffi{ N# Research} '*.u,

l. The duration of the contract shall be initially for one year and extendable uptomaximum two years on same rate, terms and conditions if ihe performance of agencyis found satisfactory. The contract can be terminate even earliei by giving two monthsprior notice by either party in writing an account of any of the foll-owing i"u.on.-i) On account of unsatisfactory performance.ii) Breach of Contract clauses (s).

iii) Persistently neglecting to cany out his obligations under the Contract.

32. The Director, CMFzu has the right to debar the agency and forfeit theperformance Security for a suitable period in case, he fails to honour the contractwithout sufficient ground.

LIQUIDATED DAMAGES CLAUSE:

An amount equivalent to two days of contract amount subject to a minimum of Rs.500/- will be levied as liquidated damages per day. Whenever and wherever it isfound that the work is not up to the mark in any Section. It wiII be brought to thenotice of the supervisory staff of the firm by CMFRI and if no action is taken withinone hour liquidated damages clause will be invoked.

Any misconduct/misbehaviour on the part of the manpower deployed by the agencywill not be tolerated and such person(s) will have to be replaced-im-.aiut.ty. fnlDirector, Institute reserves the right to reject any or all Tenders in whole or in partwithout assigning any reasons therefore. The decision of Director, Institute shall befinal and binding on the contractor/agency in respect of any clau'se covered under theContract.

l.

10

Page 11: ry;#/ ffi{ N# Research} '*.u,

Annexure - IV

Documents to be uploaded

S.

No.Description Details to be given by the Bidder

1 Firm's Name and Full PostalAddress of Authorised Office

Scanned copy must be uploaded. Failing which bidwill be disqualified.

2. Name of the representative ofthe Firm and his telephone/Mobile No. who acts as abidder.

Scanned copy must be uploaded. Failing which bidwill be disqualified.

J. Date of Firm's Registrationwith details.

Scanned copy must be uploaded. Failing which bidwill be disqualified.

4. Firm's details (CorporateBody, Company,Proprietorship, Partnershipect. )

Scanned copy must be uploaded. Failing which bidwill be disqualified.

5. Service TaxlGST RegistrationCertificate issued by theCompetent Authority

Scanned copy must be uploaded. Failing which bidwill be disqualified.

6. EPF Registration Certifi cate Scanned copy must be uploaded. Failing which bidwill be disqualified.

7. ESI Registration Certifi cate Scanned copy must be uploaded. Failing which bidwill be disqualified.

8. PAN Number Scanned copy must be uploaded. Failing which bidwill be disqualified.

9. Valid labour License Scanned copy must be uploaded, Failing which bidwill be disqualified.

10. Experience Details Scanned copy must be uploaded. Failing which bidwill be disqualified.

1l EMD Details Scanned copy must be uploaded. Failing which bidwill be disqualified.

t2. Financial Status i.e AnnualTum over Details.

Scanned copy must be uploaded. Failing which bidwill be disqualified.

13. Essential Certificate by thebidder (Prescribed proforma asper Annexure V )

Scanned copy must be uploaded. Failing which bidwill be disqualified.

14. Integrity Pact Certificate by thebidder (Prescribed proforma asper Annexure VI )

Scanned copy of duly certified/signed Integrity pactCertificate must be uploaded. Failing which bid willbe disqualified

15. BOQ in Excel Must be uploaded. Failing which bid will bedisqualified.

77

Page 12: ry;#/ ffi{ N# Research} '*.u,

NOTE:

ALL NECESSARY CERTIFIED DOCUMENTS IN SUPPORT OF THE DETAILSFOR SL.NO.I TO 14 MUST ACCOMPANY THAT THE BID . THE BID IS LIABLE TO

BE REJECTED IN CASE DOCUMENTS ARE NOT UPLOADED IN THE BID ON CPP

PORTAL/DOCUMENTS ARE IN COMPLETE IN CASE ANYCERTIFICATION/REGISTRATION HAS ALREADY EXPIRED BUT IS YET TO BE

RENEWED. ONLY ESSENTIAL AND NECESSARY VALID DOCUMENTS ARE TO

BE UPLOADED IN THE BID. PLEASE AVOID UPLOADING OF EXTRANEOUS ANDIRRELEVANT DOCUMENTS WHICH UNNECESSARY CAUSES CONFUSION

WHICH MAY RESULTS IN DISQUALIFICATION OF THE BID IN SHEER

CONFUSION.

17',rit'/'r$'*r''f; c.(l}:.r

t**

1r,I

I,.b

ffiffiffi,$x-?"'$

,l:"r. ..'t" ? :9r., ". ., i'?:. ;-r ' {rasoi';,c.s

$*,i,

il "::,-^..s*

72

Page 13: ry;#/ ffi{ N# Research} '*.u,

Annexure -V

(Essential certificate given by the bidder as a part of Bid)

The Scientist-in-charge,CMFRI, Vizhinjam 695521.

It is confirmed that I/We have fully understood the scope of work and all otherrequirements for the engagement of Research Assistants(Highly Skilled Staf| at CMFRIVizhinjam. For detail understanding the scope of work.

l. I/We hereby agree to the terms and conditions of the contract as detailed in the tenderdocument.

2. We undertake that the documents enclosed herewith are genuine and no material/factshave been concealed or suppressed.

We are not blacklisted by any Govemment organization.

We also understand that the contract is liable to be cancelled if found to be obtainedthrough fraudulent means or by concealment of information/facts.

This offer is made to be valid for acceptance by CMFRI within 90 days fromthe date of opening of the Technical Bid.

Date:

Signature & seal ofthe Tenderer

Stamp/Seal of the Firm

J.

4.

13

Page 14: ry;#/ ffi{ N# Research} '*.u,

I

Annexure- VIInteerity Pact Certificate should be eiven bv the bidder as a part of Technical Bid

The integrity Pact essentially envisages an agreement between the prospective

vendors/bidders and the buyer, committing the persons/officials of both sides, not to resort toany corrupt practices in any aspect/stage of the contract. Only those vendors/bidders, whocommit to such a pact with the buyer, would be considered competent to participate in the

bidding process. The essential ingredients of the Pact include:i) Promise on the part of Procuring Entity to treat all the bidders with equity and reason

and not to seek or accept any benefit, which is legally available.

ii) Promise on the part of bidders not to offer any benefit to the employees of the Procuring

Entity not available legally and also not to commit any offence under Prevention ofCorruption Act, 1988 or Indian Penal Code 1860.

Promise on the part of bidders not to enter into any undisclosed agreement orunderstanding with other bidders with respect to prices, specifications, certifications,subsidiary contracts; etc.

Bidders to disclose the payments to be made by them to agents/brokers or any other

intermediary; vii) Bidders to disclose any past transgressions committed over the

specified period with any other company in India or Abroad that may impinge on the

anti corruption principle;

Integrity Pact lays down the punitive actions for any violation.

Integrity Pact (IP) would be implemented through a panel of Independent ExternalMonitors (IEMs) : Shall be appointed by the organization in consultation with CentralVigilance Commission. Names and contact details of the Independent ExternalMonitor(s) should be listed in Notice Inviting Tender (NIT). The IEM would reviewindependently and objectively, whether and to what extent parties have complied withtheir obligations under the Pact. Government of India organizations and Public Sector

Undertakings desirous of implementing Integrity Pact are required to select at most threepersons (below the age of 70 (seventy) years) of high integrity and reputation as

Independent External Monitors QEM) after due diligence and forward to the CVC for itsapproval. Only those officers of Government of India Departments or Public Sector

Undertakings, who have retired from top management positions, would be consideredfor appointment as IEM, provided they are neither serving or retired from the same

organization. Eminent persons, retired judges of High/Supreme Courts, executives ofprivate sector of considerable eminence could also be considered for functioning as

Independent External Monitors. The appointment of Independent Extemal Monitorswould be for an initial period of three years and could be extended for another term oftwo years (maximum tenure of five years). Names and contact details of the IndependentExternal Monitor(s) should be listed in Notice Inviting Tender (NIT).

iii)

iv)

v)

vi)

L4

Page 15: ry;#/ ffi{ N# Research} '*.u,

vii) In tenders meeting the criteria of threshold value/nature of procurement: Integrity pactclause and format should be included in the Bid Documents.

-Each page of suclitniegrity

pact proforma would be duly signed by purchaser,s competent signatory. All pag;s ofthe Integrity Pact are to be returned by the bidder (along with the technical UlAi autysigned by the same signatory who signed the bid, i.e. who is duly authorized to siln thebid and to make binding commitments on behalf of his company. Any bid notaccompanied by Integrity Pact duly signed by the bidder shall be considlred to be a non-responsive bid and shall be rejected straightway.

Role/Functions of IEMs: The Monitors would not be subject to instructions by therepresentatives of the parties and should perform theii functions neutrally andindependently. They would review independenily and objectively, whether and to whatextent parties have complied with their obligations under the integrity pact. For thispurpose, they would have access to all contract documents/books of accounts of thebidders in case of any allegation of violation of any provisions of the Integrity pact orpayment of commission, whenever required. The IEMs will have thI option toparticipate in such meetings among the parties related to the project provid^ed suchmeetings could have an impact on the contractual relations between the iarties. Ideallyall IFMs of an organization should meet once every two months to take stock of ongoingtendering process. The IEMs would examine all Complaints received by them and"givetheir recommendations/views to the designated officlr of the procuring Entity, aitheearliest. The Monitors would also inform the Procuring Entity, if they-notice"or havereason to believe, a violation of the Integrity Pact. They may also send their reportdirectly to the Central Vigilance Commisiion, in case of suspicion of seri'ousirregularities requiring legal/administrative action. At least one IEM would be invariablycited in the NIT. However for ensuring the desired transparency and objectivity indealing with the complaints arising out of any tendering pro."rr, ihe mattei should beexamined by the full panel of IEMs, who would look into the records, conduct aninvestigation, and submit their joint recommendations. The recommendations of IEMswould be in the nature of advice and would not be legally binding. IEMs may not U"equated with consultants in the Procuring Entity. Their iole is independent in nalture andthe advice once tendered would not be subject to review. The role of tn. cni.f VigilanceOfficer (CVO) of Procuring Entity shall rimain unaffected by the presence of IEMs. Amatter being examined by the IEMs can be separately investigated by the cvo, if acomplaint is received by him or directed to him Uy ttre CVC.

viii)

I

Date:

Signature & Seal of the Tenderer/Firm

15