Bid Documents NIMS Latest - Compressed

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 38

Page I of38

NIMS bid document for Security Services - Area No.l through e-procurement

NIZAM'S INSTITUTE OF MEDICAL SCIENCES


( A UNIVERSITY ESTABLISHED UNDER THE STATE ACT )

PUNJAGUTTA: : HYDERABAD

Tender Notice Rc.No.Plng-1/43l2018/SS Date: 2010512023

SHORT TENDER SCHEDULE FOR AREA NO.I

FOR
SELECTION OF SERVICE PROVIDER FOR SECURITY PERSONAL
2023

Through e-procurement Tender

Sr. P. S. A. R. M. S.

#xq
liisec-eno 119

tu/y
Page 2 of38
NIMS bid document for Security Services - Area No.l through e-procurement

NIMS bid document and Time schedule for e-procurement


Area No.l

Description
Reference No.& Date Plng-l I 43 120 1 8/SS, dt.... 105 12023

Newspaper advertisement 1910512023

Bid submission Date 2210512023 6:00 P.M


Bid closing Date/Time 3110512023 at 3.00 P.M

Last date and time for submission of Hard copies in 3110412023 at 04.00 P.M
Planning Section, NIMS.
Bid Processing Fee in the form of Demand Draft Rs.10,000 /-

Earnest Money Deposit (EMD) through online Rs. 3.00 Lakhs (Rupees Three Lakhs
only)

Performance Security Deposit Equal to l0%o of the total contract


value as security deposit in the form of
Performance Bank Guarantee.
Term of Contract 2 years

Bid Validity period 120 days from the date of opening of


bids
Contact person Medical Superintendent, NIMS

Sr. P. S. A. R. F. A. M. S.

NlattP2. /;
{g
Page 3 of38
NIMS bid document for Security Services - Area No.l through e-procurement

News naner advertisement

Nizam's Institute of Medical Sciences, Punjagutta: :Hyderabad


Invites Bids throu gh e-procurement Platform (lywlv.ep rocu ren: en t. gav.in)

For providing Security Services.

e-orocurement Tender Notice

Tender Notice Rc.No.Plne-l/43/201 8/SS Date:? 110512023

Bids are invited for providing Security Services through e-Procurement Portal

(rvrvrv. rp rot: u renr en t" gov. in)

Bidders are requested to visit the above website for complete tender schedule including
pre-qualification criteria and due date for submission and opening of tender. Information about
the tender is also available on NIMS website (u.r.u*:.nin:s.*ilu.i*).

Further Corrigenda, addendum, Amendment, Time extensions, Clarifications etc., if any,


to the tender will be hosted in the above websites only. Bidders should regularly visit above
website to keep themselves updated.

If your firm is interested in participation, please visit website at


http://wrrlr,.t:pr$*rI re:nen t. guv.i n

Sr. P. S. A. R. F. A.

6,,gxq
d*
Page 4 of38
NIMS bid document for Security Services - Area No.l through e-procurement

MEDICAL SUPERINTENDENT

Tender call on e-procurement Platform for providing Security Services


(e-procurement Web Site: wwn.eprocurement.gov,in)

l.
Bidders would be required to register on the e-procurement platform at
www.eprocurcmcnt.g*v.in and submit bids online. Offline bids shall not be accepted.

2.The Bidders need to scan and upload all the required documents as per the check list and
Upload the documents in ZipFormatwith suitable description.

3. Bidders must submit hard copies of documents listed as per the check list in Medical
Superintendent's Office, NIMS by due date and time.

4. Bids submitted online and supported by required hard copies submitted in Medical
Superintendent's office, NIMS will only be considered.

5. Bidders must pay bid processing Fee (Non-refundable) as indicated in Bid document by way
of Demand Draft in favour of Director, NIMS drawn in any Nationalized bank. In absence of
such fee, bid will be treated as non-responsive and accordingly be rejected.

6. Bidders shall also pay anon-refundable transaction fee to IWs. TSTS (Telangana State
Technology Services), the service provider for e-procurement platform as per Government
orders from time to time.

7. Bids must be filed in the given Formats only.

8. Bidders must sign all the documents, statements and certificates uploaded, owning
responsibility for their correctness and authenticity.

9. Institute shall not hold any risk and responsibility for loss of datalfiles/documents/
Visibility/readability during uploading of the scanned documents or any other problem
encountered by bidder while submitting bid online.

10. Institute shall not be responsible for any postal delay in submitting hard copies.

I l. If your firm is interested in participation, please visit web site at


http ://rvrvw. s pr$rurem ent. gtv. ilr

Sr. P. S. A. R. F. A. M. S.
Page 5 of38
NIMS bid document for Security Services - Area No.l through e-procurement

PART I
TENDER SCHEDULE FOR AREA NO.l
1.1 Introduction:

Nizam's Institute of Medical Sciences, a University with attached Super Speciality Hospital
wishes to entrust Security Services to the Private Agencieson tender call basis. The Security
Personnel have to work in the NIMS premises to safeguard the properties of NIMS, patients,
patient attendants, employees including other duties as assigned by NIMS authorities from time
to time.

1.2. Objective of this Tender

Nizam's Institute of Medical Sciences (i{IMS) through this Tender invites proposals from
qualified and reputed Service Providers for providing Security Services to its sprawling campus
located at Punjagutta, Hyderabad for a period of 2 years.

The requirement of Security Personnel in NIMS Premises, Panjagutta, Hyderabad for providing
Security Services for Area No.l is as stated below by deploying Security Personnel round the
clock.

Area No.l Number of Number of Total Number of


Security Officers Security Security
Guards Personnel
reouired
From Panjagutta Main Gate t2 140 152
to Nursing Hostel

Tender Document Ref No.Plnq-1/4312018/SS

The complete set of Bid document is also available on the Institute website at
t*r.r.r'tittts.t:riu.itt for information as well as for download the documents. Bidders have to pay

Sr. P. S. A. R. F.A. M. S.
Page 6 of38
NIMS bid document for Security Services - Area No.l through e-procurement

Tender processing Fee as indicated above in the form of Demand Draft and should be enclosed
in Pre-Qualification bid cover. Bids will be accepted only from those bidders who have paid
Tender processing Fee and enclosed DD with Pre-Qualification bid. Non-payment of Tender
processing fee will make the Bid as non-responsive. Bid document is not transferable.

Venue of Pre-Bid Meeting:

Nizam's Institute of Medical Sciences, Punjagutta, at Mini Conference Hall, 1't floor, Old
Out-patient Block, NIMS.

1.3. Submission of Bid: Online


Bids shall be submitted online on www.eprocurement.gov.in platform only. Physically
submitted bids are not accepted. Bidders are requested to submit the bids after issue of minutes
of the pre bid meeting duly considering the changes made if any, during the pre-bid meeting.
Bidders are solely responsible for incorporating/complying the changes/amendments issued if
any during pre-bid meeting in their bid.

a. The participating bidders in the tender should register themselves free of cost on e-
procurement platform in the websitewww.eprocurement. gov.in
b. Bidders can login to e-procurement platform to secure mode only by signing with the
Digital Certificates.
c. The bidders who are desirous of participating in e-procurement shall submit their
technical bids, price bids as per the standard formats available at the e-procurement
portal.
d. The bidders should scan and upload the respective documents in pre- qualification
and Technical bid documentation as per the tender document including EMD. The
bidder shall sign on all the statements, documents, certificates uploaded by them,
owning responsibility for their correctness/ authenticity.
e. The rates should be quoted in Indian rupees through online only.
f. The copy of EMD transaction payment should be enclosed to Pre-Qualification bid
cover.

1.4. Other Conditions:


a. After uploading the documents, the hard copies of the uploaded statements, certificates, copies
of Online payment transactions in respect of Bid Security (except the price bid/offer/break-up
of taxes) are kept in the sealed cover and should be submitted in Medical Superintendent's
Office, NIMS, with in the stipulated date &time.

b. Failure to furnish any of the uploaded documents, certificates, will be subjected to rejection of
the bid. The NIMS shall not hold any risk due to of postal delay. Similarly, if any of the
certificates, documents, etc., furnished by bidder are found to be false/fabricated/bogus, the

Sr. P. S. A. R. M. S.
Page 7 of38
NIMS bid document for Security Services - Area No.l through e-procurement

bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security
will be forfeited.
c. NIMS will not hold any risk and responsibility regulating non-visibility of the scanned and
uploaded documents.

d. The documents that are uploaded online on e-procurement portal will only be considered for
Bid Evaluation.

e. Please refer to "Statement of key parameter related to Bid" in Section B of this document.
1.5. Terms & Conditions:
l. The area under security coverage as mentioned in bid document includes the entire premises
of the Institute located at Punjagutta, Hyderabad 500082 including all movable and
immovable/fixed properties in the premises.

2. The Service Provider shall provide Security Services by deploying adequately trained and
well-disciplined security personnel to safeguard the Institute's , moveable and immovable assets,
equipment and other items at the above addresses from any thefts, pilferage or damage and also
ensure safety of the employees, visitors, guests or any other persons working in its premises.

3. The Security personnel shall be deployed round the clock in 3 shifts at the Institute to
safeguard the premises.

4. The Service Provider shall be responsible for opening/clofasing of the building and rooms as
necessitated/directed by the Institute on working and closed days (holidays).

5.The Service Provider shall be responsible for maintenance of required registers such as vehicle
movement register, personal registers, visitor register, proper maintenance/message registers etc.,
as per the directions of the Institute and submit them to the Medical Superintendent /any other
Institute authority periodically.

6. The registers maintained by the Service Provider as above shall be inspected from time to time
by the Institute or any other competent authorities. The Institute shall in no way be responsible
for the lapses/violations and non-compliance of any, by the Security.
7. The Service Provider shall be responsible for ensuring the good conduct/behavior and
performance of their security personal deployed in the Institute failing which the services of the
personnel responsible shall be terminated and the Service provider shall provide substitute
immediately.

8. The Qualification and other requirements of the Security Personnel are as follows:
a.

Security Officer Ex-Servicemen, minimum experience of 3 years in the Hospital field.

Security Guard / Iv[a[iculation (10th) having Minimum experience of 5years as SecuriW

Sr. P. S. A. R. F. A.
Page 8 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

Personnel Guard's age should not be above 50 years. Knowledge of local language
i.e. Telugu in reading, writing and speaking and also be capable to speak in
Hindi.

b. The security agency shall not employ any person below the age of 18 yrs. and above the age of
50 years. Employment of child labour will lead to the termination of the contract.

c. The Service Provider shall be responsible for the suitability, medical fitness and police
verification of the character and antecedents of the personnel engaged by it for deployment at the
Institute.

d. Security personnel should be robust, energetic, agile and capable of withstanding minimum
force when needed.

9. The Service Provider shall provide reasonably good uniform with name badges, photo Identity
cards and batons to its personnel deployed to the Institute at its own cost and ensure that they are
used by the personnel deployed and are maintained in good condition. The incidentals such as
belt, walky-talky, gum shoes, socks, caps, torch, umbrellas, vehicle mirror check, laches, and
rain coats shall be borne/ supplied by the Service Provider at its own cost.

10. The Security Personnel shall with their photo identity cards to attend to their duties in neatly
dressed uniform and properly polished shoes. The hand gloves shall be provided by the Service
Provider to the Guards at the main entrance of the Administration Building.

1 1. The Service Provider shall not assign or transfer this contract or part thereof to any other
person or persons or third parties.

12. The manpower deployed by the Service Provider shall be the employees of the Service
Provider for all intents and purposes and in no case, there shall be a relationship of employer and
employee between the Institute and said Security Personnel implicitly or explicitly.

13. The Service Provider shall ensure to provide civilian female security guards in Female Ward
in each shift and at least one female guard in the OPD. In Emergency wards and other wards of
the Hospital, need based female guards to be provided by the Service Provider.

14. The Service Provider upon award of the contract:

a. shall submit a consent letter of undertaking the contract with respect to all the
conditions stated in Tender document, after receipt of work order

b. Shall deposit an amount equal to 10% of the total contract value as security deposit
in the form of Performance Bank Guarantee from any Nationalized bank in India.

c. shall sign an agreement bond with the Institute on non-judicial stamp worth Rs.100/-
( the amount shall be borne by the Service Provider)

15. Shall submit the list of Persons to be deployed at the Institute.

Sr. P. S. A. R. F. A. M. S.
Page 9 of38
NIMS bid document for Security Services - Area No.l through e-procurement

16. The Service Provider shall be responsible for obtaining necessary licenses from time to time to meet
the requirements under relevant Acts & Rules of State /Central Governments for carrying out
Services efficiently.

17. The Service Provider shall be responsible for forthwith record and inform the Competent
Officer/designate authorities about any incident, accident or other unusual matter regarding
security at the Institute and be in contact with the authorized officer of the Institute on day
to day basis regarding security arrangements.

18. The cost of the services will not be increased under any circumstances during the period of
contract. The Institute reserves the right for asking more or less personnel than the present
requirement as mentioned in the tender document under various categories with the same
rates. In such cases, the payment shall be made in proportion to the actual number of
personnel deployed and paid at the same rate.

19. The period of Confact shall be for 2years (Two years only).

20. The Service Provider shall indemnifu the Institute against any claim by any authority
in lieu of dues by the Agency. In the event of Institute to pay any individual, Statutory
Body or any agency for reasons directly or indirectly attributable to this contract, the
Service Provider should pay such damages/Claims and even if the Institute is called
upon to pay such damages, the Service Provider must reimburse the same immediately.

21. Wages Payable:

VDA incornorated GO M.S. No 60. Finance (HRM.VID


1. Basic waees +
Denartment.dated.llth June.2021 and VDA applicable from time to time and
aqency commission shall be applicable on Basic wase * YDA.
- Basic Wage for 26 days.

- Employer Contribution towards EPF @ 13.16 % of Basic Wage shall be payable.

- Employer Contribution towards ESI @ 4.75% of Basic Wage shall be payable.

- GST, as applicable from time to time on the total vadlue of the bill Agency Commission
quoted by the Service provider shall be payable which is fixed throughout the period of
the contract.

Mandatory Deductions to be made by the Service Provider from the Employee bills
- Employee Contribution towards EPF @ l2%of Basic Pay.

- Employee Contribution towards ESI @ 1.75 % of Basic Pay.

Other Statutory deductions, if any

Sr. P. S. A. R. F. A.

NDF$92
ffi
llelsec-BAo
M. S.
Page 10 of38
NIMS bid document for Security Services - Area No.l through e-procurement

- All the payments of ESI/EPF shall be remitted promptly release the salary for subsequent
month.

22. TDS as applicable from time to time shall be deducted from the bills of the Service
Provider. The GST shall directly be paid by the Service Provider to the statutory
authority concerned and submit proof of the same to the Institute.

23. The Service Provider shall obtain required Insurance Policy for all his staff to be deployed
for the work towards meeting the liability of compensation arising out of
death/injury/disablement at work. The Service Provider shall submit the proof of such
insurance policies to the Institute.

24. The Service Provider shall provide additional man power as per the needs of the Institute and also
shall ensure providing substitutes ifits regular staffproceeds on leave or absent.

25. Bill Payment by the Institute:


26. The Service Provider shall submit bill every month as per the attendance recorded in
Biometric system of the staff including the statutory contributions applicable and taxes.
Bills shall be submitted to the Director for scrutiny for 2-3 days and payment will be
released within 1-2 weeks from the date of submission of bills and certification that the
agency has cleared all the mandatory/statutory requirements laid down without fail.

27 . The Payment shall always be made in the name of the Agency by way of Cheque and
under no circumstances cash payment will be made.

28. The Service Provider shall pay the statutory payments such as contributions towards EPF,
ESI in time to the accounts of the staff deployed at the Institute and the proof of such
payments shall be submitted to the Institute in advance every month,

29.The Agency Commission shall be paid as applicable on Basic wase r VDA and shall remain
constant for whole period of contract.

30. The Service Provider shall ensure that the person deployed are disciplined and shall enforce
In prohibition of consumption of alcoholic drinks, paan, gutkh4 smoking,loitering and
shall not engage in gambling,patla or any immoral act.,

3l . All liabilities arising out of accident or death while on duty shall be borne by the
Service Provider.

32.The Service Provider shall be responsible to protect all properties and equipment of the
Institute entrusted to it.

33. The contractor will be liable not only to pay wages to his employees, but the compensation
of any type, notice pay, Gratuity or Bonus etc., as payable and the principal employer will

Sr. P. S. A. R. F. A. M. S.

NMq9.
Page 1l of38
NIMS bid document for Security Services - Area No.l through e-procurement

not be held liable for any obligation of the contractor.

34. The Contractor is responsible to pay necessary compensation to the Security personnel in the
event of death, injury etc., while on duty for any known or un-known reasons. The Institute
has no responsibility in this regard.

SECTION A
(Bidding Process and Evaluation)
A.1. Pre - Qualification Criteria:

a. The prospective bidders should have at least 3 years' experience of having


successfully provided manpower for Security Services in State/Central Government
Departments, Autonomous Bodies, PSUs and reputed Private Companies during the
last 3 years i.e., 2019 -20, 2020 -21 and 2021 -22.
b. The bidders should have a minimum average Annual Turnover of Rs3.00 Crores
during the last 3 Financial Years i.e. 2019-20, 2020-21 and 2021-22.Turn over
should be duly signed by Charted Accountant.
c. The Bidders should be registered with Statutory Authorities as detailed below
Commissioner of Customs & GST (Service Tax - Category Security Services)

o Commissioner, Regional Provident Fund

o Employees State Insurance

o Income Tax Department (PAN card of the bidder must be attached)

o Registration Certificate from Labour Department, Govemment of Telangana as Security


Services Provider with validity during the tenure of the Contract. Proof of registration
from Labour DeparEnent shall be enclosed.

f. Bidders should pay an amount of Rs.10r000/- ( Rupees Ten Thousand only) in the form
of Demand Draft in favour of Director, NIMS towards Tender processing fee (Non
refundable) and should be enclosed to Pre-Qualification bid. Bids without Tender
processing fee shall be rejected

g. Bidders should pay an amount of Rs. 3,00,000/- ( Rupees Three Lakhs only) through online
payment in e-procurement portal towards Earnest Money Deposit. Bids without EMDs shall
summarily be rejected. EMDs of unsuccessful Bidders shall be returned after two months
from the closing date of Tender or after one month of award of the contract whichever is

Sr. P. S. A. R. F. A. M. S.
Page 12 of38
NIMS bid document for Security Services - Area No.l through e-procurement

earlier. No interest will be paid on EMD. In case of successful bidder, the EMD shall be
returned on successful completion of contract without any interest.

h. Bidders shall furnish a Self-Declaration stating that bidder has not been debarred
/blacklisted during last 5 years by any State /Central/Quasi Government Departments/PSUs/
Private Companies for non-satisfactory past performance or comrpVfraudulent/ or any other
unethical business practices or not having any legal tangle with Government Organizations
pending in any of the courts in India.

i. Bidders shall produce Good Performance Certificate on letterhead of the clients and signed
by the Competent Authority/Authorized signatory
j. The Institute reserves the right in not considering the bid of a bidder, if such bidder was
blacklisted or had a past bad record of service delivery or their earlier performance with the
Institute was unsatisfactory on any count of service delivery or if the bidder did not perform
well or caused diffrculty. The bids from such bidder who has complaint against their
services will not be considered for the contract.

k. Sub-Contracting is not permitted for any reason.

l. Consortium is not permitted for any reason.

m. The Institute reserves the right in cancelling this Tender without assigning any reason
whatsoever.

n. The bidder must have a valid (as on bid submission date) license for security services of the
private security agencies (Regulation) Act, 2005 and as amended/revised by State
Government Security Agency Regulation (Pasara Registration).

Note: Documents in support of above should be furnished in bidders own format where
ever necessary & relevant

Sr. P. S. A. R. F. A. M. S.
Page 13 of38
NIMS bid document for Security Services - Area No.l through e-procurement

SECTION B
Statement of Key Parameters related to BID

1 Tender No. Plng-l I 43 120 I 8/S S. Dated:3,1 05 12023

2 EMD (Online payment Rs.3.00 Lakhs (Rupees Three Lakhs only)


only)
J Bid validity period 90 days from the date of opening of bids

4 Address for MEDICAL SUPERINTENDENT


communication NIZAM'S INSTITUTE OF MEDICAL SCIENCES
PUNJAGUTTA, HYDERABAD-5OO 082, TS INDIA
5 Procedure for offer The Bidders shall submit their response through Bid offer
submission Submission to the tender on e-Procurement platform at
https://tender.telangana.gov.in by following the procedure
given below. The Bidders would be required to register on the
e-procurement portal https: I ltender.telangana.gov.in and
submit their bid online. Offline bids shall not be entertained
by the Tender Inviting Authority for the tenders published in
e-procurement platform. The Bidders shall submit their
eligibility and qualification details in Pre- qualification bid,
Technical bid, Financial bid etc., in the online standard
formats displayed in e- procurement web site. The Bidders
shall upload the scanned copies of all the relevant certificates,
documents etc, in support of their eligibility criteria/ technical
bids and other certificates/documents in the e-Procurements
web site. The Bidders shall sign on the statements,
documents, certificates, uploaded by them; owing
responsibility for their correctness/authenticity. The Bidders
shall attach all the required documents for the specific tender
after uploading the same during the bid submission as per the
Tender Notice and Bid Document.

1. Registration with e-procurement platform for registration


and online bid submission. Bidders may contact website
https : //tender. telangana. gov. in.

2. Digital Certification Authentication:


The Bidders shall authenticate the bid with their Digital
Certificates for submitting the bid electronically on e-
procurement platform and the bids not authenticated by
digital certificate of the Bidders will not be accepted on the e-

Sr. P. S. A. R. F. A. M. S.
Page 14 of38
NIMS bid document for Security Services - Area No.l through e-procurement

procurement platform.

3. Submission of Hard Copies:-


After submission of bid online, the Bidders are requested to
submit the copies of Online transaction payment along with
bid processing fee and Bid document which was submitted in
Online, to the Tender Inviting Authority before the due date
prescribed. The Institute shall not take any responsibility for
any delay for non-receipt of tender within the time limit. If
any of the documents furnished by the Bidders are found to
be false/fabricated/bogus, such Bidders are liable for
blacklisting and forfeiture of the EMD besides cancellation of
work.
4. Payment of Transaction Fee:-

It is mandatory for all the participant Bidders from lst


January 2006 to electronically pay a Non Refundable
Transaction fee to I\,I/s. TSTS, the service provider through
"Payment Gateway Service on e- Procurement Platform" .
The Electronic Payment Gateway accept all Master and Visa
Credit Cards issued by any Bank and Direct Debit
FacilityA{et Banking of ICICI Bank, HDFC, Axis Bank to
facilitate the transaction. This is incompliance of G.O.Ms.l3
dated.07-05-2006. The GST of l8%o + Bank Charges on the
transaction amount payable to TSTS shall be applicable.

S.Tender Document:

The Bidders are requested to download the Tender Document


and read all the terms and conditions mentioned in the Tender
Documents and seek clarifications, if any, in the pre-bid
meeting from the Tender Inviting Authority. It is not
mandatory to attend the pre-bid meeting. The Bidders have to
keep track of any changes by viewing the
Addenda/corrigenda issued by the Tender Inviting Authority
from time-to-time, in the e-procurement platform /
www.nims.edu.in. The Department calling for Tenders shall
not be responsible for any claims / problems arising out of
this.

6. BidSubmissionAcknowledgement:
The Bidders shall complete all the processes and steps
required for the Bids submission. The System will generate
the acknowledgement with a unique bid submission number
Sr. P. S. A. R. F. A. M. S.

SEC-BAD
Page 15 of38
NIMS bid document for Security Services - Area No.l through e-procurement

after completing all the prescribed steps and processes by the


Bidders. Users may also note that the bids for which an
acknowledgment is not generated by the e- procurement
System are treated as invalid or not saved in the System. Such
invalid bids are not made available to the Tender inviting
Authority for processing the bids. The Government of
Telangana and IWs TSTS are not responsible for incomplete
bid submission by users.

6 General Terms & As Per Tender Document


Conditions

Sr. P. S. A. R.

ffiffi
M}
Page 16 of38
NIMS bid document for Security Services - Area No.l through e-procurement

SECTION- C
C.l.Offers should be made in three parts namely, "Pre-Qualification bid", "Technical bid" and
" Financial bid " and in the format given in the bid document. Pre-Qualification bid and
Technical bid should be placed in a separate envelope covers super scribed as " Pre-
Qualification bid" & "Technical bid " as the case may be, followed by the title mentioned
above against " Tender Call". Finally the two covers should be placed in one cover and submit to
the Tender inviting authority.

1. A copy of EMD payment through online transaction should be enclosed in "Pre-

Qualification" bid cover.


2. Name of the Bidder and Contact Address and Title of the contract and schedule number
should also be written on all the envelopes.

3. All correspondence should be with the Medical Superintendent.

C.2.Pre-Qualification Bid :

It shall include the following information about the Firm and /or its proposal:
1. General Information on the Bidder's organization in Form P-l
2. Experience in supplying security services ( a minimum of 3 years starting from 2018-19 to
2020-21) in Form P-2

C.3. Technical Bid:

It shall include the information on the following:

l.Annual Turnover Details for the 3 FY (2019-20 ,2020-21 and202l-22) inForm T-1

2. }l{.an Power requirement for Area No.1 - Form T-2

3. Performance Statement Form T- 3

4. Other information, if any required in the bid document (Bidders own format)

C.4. Financial Bid: It should provide monthly percentage Commission on wages as per G.O
MS. No: 60, Finance (HRM.VII) Department,dated.l lth June,202l

Sr. P. S. A. R. F. A. M. S.
Page 17 of38
NIMS bid document for Security Services - Area No.l through e-procurement

SECTION. D
General instructions to Bidders

D.1. Definitions:

1. Bidder means any company/firm/firms offering services and or materials required in the
tender document. The word bidder when used in pre award period shall be synonymous
with bidder and when used after award of the contract shall mean the successful bidder with
whom the Institute signs the agreement for rendering of services.

2. Institute means Nizam's Institute of Medical Sciences, Punjagutta, Hyderabad


3. Service Provider/Agency means successful bidder with whom the Institute enters into
agreement for supply of man power for Security Services.

4. Financial Bid means that part of the offer, that provides price schedule and total costs
including taxes.

5. Firm/Company means a company, authority, cooperative or any other organization


incorporated under appropriate statute as is applicable in the country of incorporation

6. Pre-qualification and Technical bid means that part of the offer that provides information
to facilitate assessment by the Institute, professional, technical and financial standing of the
bidder and conformity to requirements

7 . Tender calUnotification means the detailed tender notification seeking a set of services and
or materials or any combination of them

8. Bid- Three part Bid means the pre-qualification bid, technical bid and financial bid.
D.2. General Eligibility:

L Subject to Pre-Qualification conditions, this invitation for bids is open to all firms who are
eligible to do business in India under relevant Indian laws as are in force as on bid closing
date.

2. Bidders marked/considered by the Institute to be ineligible to participate for non-


satisfactory past performance, corrupt, fraudulent or any other unethical business practices
shall be not be eligible.

3. Breach of general or specific instructions for bidding, general and special conditions of
contract with the Institute or any of its organizations may make a firm ineligible to
participate in bidding.

Sr. P. S. A. R. F. A. M. S.
Page 18 of38
NIMS bid document for Security Services - Area No.l through e-procurement

D.3. Bid Document and Forms

1. Whenever a specific form is prescribed in the bid document, the bidder shall use the form to
provide relevant information. If the form does not provide sufficient space for any required
information, space at the end of the form or additional sheets shall be used to convey the
said information.

2. For all other cases, the bidder shall design a form on its own to hold the required
information.

D.4. Cost of Bidding:

l. The bidder shall bear all costs associated with preparation and submission of its bid, and the
Institute will no case be responsible for those costs, regardless of the conduct or outcome of
bidding process.

2. Bidders are expected to examine all instructions, forms, terms and conditions of the bid
document. Failure to furnish all information required by the bidding documents or to submit
bid not substantially responsive to the bidding documents in every respect will be the
bidder's risk and may result in the rejection of its bid.

D.S.Clarification of bidding documents


l. A prospective bidder requiring any clarification of the bidding documents may notify the
Institute Contact person within the period indicated in the bid. Written copies of the
Institute response (including an explanation of the query but without identifring the source
of inquiry) will be on website where the tender document was hosted and it will be binding
upon the bidders.

2. The contact person of the Institute will respond to any request for clarification of bidding
documents, which is received no later than bid clarification date mentioned in the notice
prior to deadline for submission of bids prescribed in the Tender notice. No clarification
from any bidder shall be entertained after the close of date and time for seeking clarification
mentioned in the tender call notice. It is further clarified that the Institute shall not entertain
any coffespondence regarding delay or non-receipt of clarification.

D.6 Amendment of bidding documents

l. At any time prior to the deadline for submission of bids, the Institute, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
bidder, may modifu the bidding documents by an amendment.

2. Amendments will be placed on website where the tender document was hosted.

D.T.Period of validity of bids

1. Bids shall remain valid for the duration specified in the bid document. A bid document for a
shorter period shall be liable for rejection as non-responsive.

Sr. P. S. A. R. F. A. M. S.

(!)
Page 19 of38
NIMS bid document for Security services - Area No.l through e-procurement

2. In exceptional circumstances, the Institute may solicit the bidder's consent to an extension
of the period of validity. The request and responses thereto shall be made in writing. The
bid security shall also be suitably extended. However, a bidder granting the request will not
be permitted to modi$ its bid.

D.8. Submission of Bids:

l. The Bid should be filed through e - procurement portal only.

2. However, the bidders shall submit hard copies of bid documents including copy of EMD
payment through online in separate envelopes duly marking " Pre-qualification", Technical
bid", as the case may be and send to the address indicated for submission of bids.

3. The envelopes viz., Pre-qualification, Technical bid shall then be sealed in an outer
envelope. The inner and outer envelopes shall:

a. Be addressed to The Medical Superintendent Office, NIMS, Punjagutt4 Hyderabad.


b. Bear the Tender name/title indicated in the tender call, and bear a statement for

o Pre-qualification bid "Do not open before bid opening day and time".

o Technical Bid " Do not open until evaluation of pre-qualification bid"

4. Commercial Bid should not be filed in physical form but only on e- procurement

5. The outer envelopes shall clearly indicate the name and address of the bidder to enable the
bid to be returned unopened in case it is declared "late".

6. If the outer envelope is not sealed and marked as required above, the Institute will assume
no responsibility for the bid's misplacement or premature opening.

D.9. Deadline for submission of bids:

1. The Tender inviting authority must receive bids no later than the bid submission date and
time specified in the tender call notice.

2. The Institute may, at its discretion, extend this deadline for the submission of bids by
amending the tender call, in which case all rights and obligations of the Institute and bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.

D.10. Modification and withdrawal of bids:

1. No bid can be modified subsequent to the deadline for submission of bids.

2. No bid can be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity. Withdrawal of a bid during this interval may result
in the forfeiture of bid security (EMD).

Sr. P. S. A. R. F. A. M. S.

.
sudo\oY::,_1.r
W ,.,',,
Page 20 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

D.ll.Bid Security i.e. Earnest Money Deposit (EMD)


1. The bidder shall furnish a bid security for the amount specified in the tender document.
Failure to submit EMD in Pre-Qualification bid will result in rejection of bid.

2. The bid EMD as security is required by the Institute to :

a. assure bidder's continued interest till award of contract and conduct in accordance with
bid conditions during the bid evaluation process.

3. The bid EMD as security shall be in Indian Rupees and through online payment only.

4. EMD shall be refunded to the unsuccessful bidder after finalization of the Tenders. It shall
be refunded to the successful tenderer on satisfactory completion of the assignment. No
interest shall be paid on the EMD.

5. The bid security may be forfeited in the following cases:

a. if a bidder withdraws its bid during the period of validity or


b. in the case of a successful bidder, if bidder fails to sign the contract in time; or to
furnish performance security in time.
c. Fail to comply with terms and conditions of the tender.

D.12. Bid Prices:


a. The Commercial bid shall provide uniform percentage (%) of Agency Commission on all
categories.

b. the percentage of Commission should include all taxes, duties etc.,

c. prices quoted by the bidder shall be fixed during the period of the contract and not subject to
variation on any account. A bid submitted with an adjustable price quotation will be treated
as non-responsive and will be rejected.

D.13. Bid Currency:

Prices shall be quoted in Indian Rupees (INR) only.

Sr. P. S. A. R. F. A. M. S.

@B
Nesqr
Page 21 of38
NIMS bid document for Security Services - Area No.l through e-procurement

SECTION E
Standard Procedure for opening and evaluation of bids:
E.1. Outline for bid Opening Procedure:

Bids will be opened through online only.

E.2. Evaluation of Tenders:


(a) The committee constitutedby the Tender Inviting Authority shall evaluate the
Technical Bids with reference to technical requirements and various other
commercial criteria given in the Tender Document.
(b) The Technically qualified bids shall be further considered for opening and evaluation
of financial bids.
(c) The Tenderer quoting the lowest Commission on wages for the services defined in the
Scope of Work shall be considered for award of contract.
(d) In case more than one price bid quoting the same rates, the winning bidder shall be
selected through lottery for which as under rating shall be taken from such bidder or in
case two or more agencies quote same percentage (Ll management service charges)
then the agency with higher Tumover will be considered as Ll.

E.3. General Guidelines for bid opening and evaluation:

Bids will be in three parts (Pre-qualification, Technical and Financial). For the three part bids
there will be three bid-opening events. The Institute officers at each such event will generally
adopt the following guidelines. However, the Institute may deviate from these in specific
circumstances if it feels that such deviations are unavoidable, or speedy of processing of bids.

1. Opening of bids
a.
Bids will be opened in online in e-procurement portal.
2. Preliminary examination of bids.
a. Preliminary scrutiny will be made to determine, whether there are any computational
elrors, whether required sureties have been furnished, whether the documents have
been properly signed, and whether the bids are generally in order.
Sr. P. S. A. R. F. A. M. S.

#xa\
f{sec-too)r''

fu#u
Page22 of38
NIMS bid document for Security Services - Area No.l through e-procurement

b. The Institute may waive any minor informality, nonconformity or irregularity in a


bid which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.
c. Prior to the detailed evaluation, the Institute will determine the substantial
responsiveness of each bid to the bidding documents. For purposes of these clauses, a
substantially responsive bid is one, which conforms to all the terms and conditions of
the bidding documents without material deviations.

If a bid is not substantially responsive, it will


be rejected by the Institute and may not
subsequently be made responsive by the bidder by correction of the nonconformity

J. Clarification of bids: During evaluation of the bids, the Institute may, at its discretion ask
the bidder for clarification of its bid.

4. Evaluation of Pre-qualification bids Pre-Qualification bid documentation shall be evaluated


in two sub- steps

Firstly, the documentation furnished by the bidder will be examined prima facie to
a.
see if the technical skill base and financial capacity and other bidder attributes
claimed therein are consistent for this tender.
In the second step, the institute may ask bidder(s) for additional information visit to
bidders site and lor arrange discussion with their professional, technical faculties to
verifr claims made in technical bid documentation
5. Evaluation of Technical bids:
Technical bids of only those bidders will be opened and evaluated who are declared
qualified in Pre-Qualification bid evaluation.
b. In the second step, the Institute may ask bidder (s) for additional information, visit
to bidders site and/or arrange discussions with their professional, technical faculties
to verify claims made in technical bid documentation.
6. Evaluation of Financial Bids:
Financial bids of only those bidders who qualified in Technical evaluation will be opened.
The Institute may at its discretion discuss with bidder(s) available at this stage to clarify
contents of financial offer.

E.4.Contacting Institute
1. Bidder shall not approach the Institute Officer (s) outside of office hours and /or outside
Institute office premises, from the date of the tender call notice to the time the contract is
awarded.
2. Any effort by a bidder to inlluence Institute officer (s) in the decisions on bid evaluation,
bid comparison or contract award may result in rejection of the bidder's offer and bidder
may also be marked as ineligible for future bids. If the bidder wishes to bring additional
information to the notice of the Institute, it should be done in writing only.

Sr. P. S. A. R. F. A. M. S.
Page 23 of38
NIMS bid document for Security Services - Area No.l through e-procurement

E.5. Institute's right to accept any bid and to reject any one or all bids
The Institute reserves the right to annul the entire bidding process and reject all bids at any time
prior to award of contract, without thereby incurring any liability to the affected bidder(s) or any
obligation to inform the affected bidder (s), the grounds for such decision.

E.6.Notification of Award
Prior to expiration of the period of bid validity, the Institute will noti$ the successful bidder in
writing, that the bid has been accepted. Upon the successful bidder's furnishing of performance
security, the Institute will promptly notify each unsuccessful bidder and will discharge its bid
security

E.T.Signing of Contract
At the same time, as the Institute notifies the successful bidder that the bid has been accepted, the
Institute will send the Contract form between the parties, to the bidder. On receipt of the contact
form, the successful bidders shall sign and date the contract and return it to the Institute. The
contract should be signed within 10 days of letter of notification.
i) Effectiveness and Duration of Contract:
The contract shall come into effect on the date of signing of agreement by both the parties. The
contract shall be valid for a period of 24 (Twenty Four) months from the date of commencement
of services / signing the agreement whichever is earlier.
E.8.Performance Security
On receipt of notification of award from the Institute, the successful bidder shall furnish the
performance security in accordance with the conditions of contract, in the performance security
form provided in the bidding documents or in another form acceptable to the Institute. Failure of
the successful bidder to sign the contract, proposed in this document as elaborated or amended
through the award letter, shall constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security, in which event the Institute may make the award to another bidder
or call for new bids.
E.9. Corrupt, fraudulent and unethical practices

In all such above cases the Institute will reject a proposal for award and also may debar the
bidder for further tenders in the Institute.

a. "Corrupt Practice" means the offering, giving, receiving or soliciting of anything of


value to influence the action of a public official in the process of contract evaluation,
finalization and or execution and

b. "fraudulent Practice" means a misrepresentation of facts in order to influence a


procurement process or the execution of a contract to detriment of the purchaser and
includes collusive practice among bidders (Prior to or after bid submission) designed
to establish bid prices at artificial noncompetitive levels and to deprive the purchaser
of the benefits of free and open competition
"Unethical practice" means any activity on the part of bidder by which bidder tries to
circumvent tender process in any manner. Unsolicited offering of discount, reduction

Sr. P. S. A. R. F. A. M. S.
Page 24 of38
NIMS bid document for Security Services - Area No.l through e-procurement

in financial bid amoun! upward revision of quality goods etc after opening of first
bid will be treated as unethical practice.

SECTION F
General Conditions of proposed Contract (GCC)

F.1. Definitions:

In this contract, the following terms shall be interpreted as indicated. Terms defined in general,
instructions to bidders section shall have the same meaning.

A..6lNStitute'' means NIZAM,S INSTITUTE OF MEDICAL SCIENCES, PUNJAGUTTA.


Telangana, Hyderabad

b. 66 Contract" means the agreement entered into between the Institute and the bidder, as
recorded in the contract form signed by both the parties, including all attachments and
appendices thereto and all documents incorporated by reference therein;

c. " Contract Price" means the price payable to the bidder under the contract for the full
and proper performance of its contactual obligations

d. "GCC" means the general conditions of contract contained in this section

e. "SCC" means the special conditions of contract if any


f. "Bidder or prime: bidder" individual or frm deploying
as the case may be means the
personnel and services under this contract and solely responsible to the Institute

F.2. Application

These general conditions shall apply to the extent that provisions of other parts of the contract do
not supersede them.

F.3. Performance Security

l. On receipt of notification of award, the bidder shall furnish performance security to the
Institute in accordance with the bid document requirement

2. The proceeds of the security shall be payable to the Institute as compensation for the
Service Provider's if failed to complete its obligations under the contract

3. The Security shall be denominated in Indian Rupees (INR) and shall be in one of the
following forms;

a. A Bank Guarantee issued by a Scheduled bank other than cooperative bank located
in India with at least one branch office in Hyderabad, in the form provided in the
bidding document or another form acceptable to the Institute; or

Sr. P. S. A. R. F. A. M. S.
Page 25 of38
NIMS bid document for Security Services - Area No.l through e-procurement

b. A Banker's Cheque/Pay Order/Demand Draft drawn in favors of the Director, MMS,


Hyderabad.

4. The Security Deposit will be discharged by the Institute and returned to the bidder not later
than Thirty days following the date of completion of the contact.

F.4.Payment

l. The bidder's request for payment shall be made to the Institute in writing accompanied by
bills /invoices on or before Ttrworking day of every month, describing, as appropriate, the
services performed as per the Tender document.

2. Payments shall be made promptly by the Institute, within 1-2 Weeks after submission of a
valid invoice or claim by the Contractor.

3. The Institute may deduct penalty, if any imposed, at source, from the amount payable to the
Contractor.

4. The currency of payment will be Indian Rupees (fNR)

5. Payment shall be made as indicated in the bid document

F.5. Contract Amendment

No variation in or modification of the terms of the Contract shall be made except by written
amendment signed by both the parties on mutual consent.

F.6. Penalty for unsatisfactory Performance

The Director, NIMS or authorized Officer may at any time inspect the services performed and
the registers maintained by the Security Personnel deployed by the Service Provider. If the
services are not found to be satisfactory, the Institute may, without prejudice to its other
remedies under the contract, levy penalty and deduct the same from the monthly bill payable or
from security or from both at its discretion. The decision of the Director, NIMS in this regard is
final.

F.7. Penalty for poor quality of Service

a) Penalties shall be levied on account of poor quality of service, with regard to complaints
received from guests/employees/ participants, non-deployment of full contingent of security
personnel.

b) Penalties: The penalties will be imposed on violation of terms and conditions of agreement as
per the list given below:

Sr. P. S. A. R. F. A. M. S.
Page 26 of38
NIMS bid document for Security Services - Area No.l through e-procurement

S.N. Description of Irregularities Penalty

If the required workers are less than the minimum


I 'equired. E, Rs.500/- per
worker / dav
2 Staff not in Uniform/ without ID-Card. @ Rs.200/- per worker / day
Vlisbehavior by the Contract Manpower with Institute
a
J :mployee or patient / patient relative / visitors. (A Rs.500/- per incident
4 Recurring of irregularities given at Sl.No.1 to 3 Double the penalties amount
mentioned in Sl.No. 1 to 3
5 Parking of Vehicles at Non-Parkins Areas Rs. 100/- per vehicle
Note : In case the agency fails to provide the Security personnel, Tender Inviting Authority/
designated Officer has the right to impose the penalty and deduct the cost of the same from the
contractor's bill.

F.8. Penalty for Loss or Damage or Theft


a. In case any ofcontractor's personnel(s) deployed under the contract is (are) absent, a
penalty of Rs.50O/-each day shall be levied by the hospital authority and the same shall
be deducted from the contractor's bills.
b. In case any of contractor's personnel deployed under the contract fails to report in time
and contractor is unable to provide suitable substitute in time for the same it will be
treated as absenent and penalty of Rs. 500/- per vacant point per shift be deducted from
the contractor's bill.
c. In case any public complaint is received which would be attributable to
misconduct/misbehavior of contractor's personnel & is assessed as true by hospital
administration, a penalty or Rs.500/- for each such incident shall be levied and the same
shall be deducted from contractor's bill.
d. In case the contractor fails to commence/execute the work as stipulated in the agreement
or gives unsatisfactory performance or does not meet the statutory requirements of the
contract, Tender Inviting Authority or the designated officer (s) of Institute reserves the
right to impose the penalty as detailed below:-
i. 1% of annual cost of order/agreement per week, up to four weeks' delay . After four
weeks delay the Tender Inviting Authority reserves the right to cancel the whole
contract or part thereof and withhold the agreement and get this job caried out from
other contractor(s) in open market. The difference of cost if any will be recovered from
the default contractor besides forfeiture of deposit amounts.
e. In the event of any breach/violation or contravention of any terms and conditions
contained herein by the Contractor. The contractor shall be the Security Deposit of the
Contractor shall be terminated and the security deposit of the contract shall be stand
forfeited along with EMD

Sr. P. S. A. R. F. A.
Page 27 of38
NIMS bid document for Security Services - Area No.l through e-procurement

f. Any liability arising out of any litigation (including those in consumer courts) due to any
act of contractor's personnel shall be directly borne by the contactor including all
expenses/fines. The concerned contactor's personnel shall attend the court as and when
required.
g. In the event of any theft or pilferage or damaged to the property of the Institute the value of the
property lost or damaged shall be recovered from the
Security agency. It shall be the responsibility of the Service Provider to lodge police complaint in
caseof such loss or damage. In the final enquiry report if service provider it were to be concluded
about the involvement or negligence of service provider, the service of the service provider shall
be terminated besides taking suitable legal action as per the provision of the law. The
responsibility will be solely on the Service provider. In such cases, the agency shall compensate
the loss sustained by the Institute as assessed by the Institute which will be final.

h. In case of any default by the Security agency/Service Provider, causing additional


expenditure, the institute may at its discretion recover from the service provider/
Agency an amount equivalent to the loss sustained to make alternate arrangements. This
right of the Institute shall be without prejudice to its other rights under the law including
the right to c the contract, without the required notice period and forfeit the security
deposit/recover damages for breach of contract. Decision of the Institute shall be final

F.9. Termination of Contract

a) The contract may be terminated by either of the parties giving Three ( 3 )


months notice, if any of the stipulated conditions are not met or service is not
satisfactory. However, the Institute reserves the right to terminate the contract at
any time, without assigning any reason or any notice in case of gross violation of
the stipulated terms and conditions. For all disputes arising out of non adherence
of any terms stipulated above, the Director, Nizam's Institute of Medical
Sciences, Punjagutta, Telangana, Hyderabad is the appellate authority and his
decision shall be final. However, the legal jurisdiction in all matters would be at
Hyderabad City only.

b) Failure to provide same level of staff at the time of signing of contractor during
the entire period of contract will amount to breach of terms and conditions of
contract and the contract will be liable for termination for default on part of the
Service Provider/ Agency

c ) In the event of cancellation of Contract I Licence, either party shall give three
months prior notice to the other party for cancellation.
d) 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
along with EMD by contracting authority

Sr. P. S. A. R. F. A.

\DqD9}
Page 28 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

BID SUBMISSION FORMS


BID LETTER FORM
THE FOLLOWING DECLARATIONS ARE TO BE FURNISHED BY THE BIDDER
Ref. Your Tender Document No. Plng-l l43l20l8lsS _dated :30-05-2023

To
The Medical Superintendent
Nizam's Institute of Medical Sciences
Hyderabad

1. We, the undersigned have examined the above mentioned Tender document. We now
offer to deploy Security staff and supervisors to perform duties as per the tender
document and at the rates as mentioned in our financial bid.

2. If our tender is accepted, we undertake to perform the services in accordance with the
terms and conditions in the Tender document.

J. We further confirm that, if our tender is accepted, we shall provide you with a
performance security of required amount in an acceptable form in terms of the Tender
Document for due performance of the contract.

4. We agree to keep our tender valid for acceptance as required in the Tender Document, or
for subsequently extended period, if any, agreed to by us. We also accordingly confirm to
abide by this tender.

5. We confirm that we are not deregistered/banned/blacklisted by any ties.


6. We confirm that we fully agree to the terms and conditions speci ntioned
Tender Document, including amendment/ corrigendum if any. .J:

SECAAD

(Bidders'sSignatun

(Name and designation) Duly authorised to sign tender for and on behalf of

VIKAS KUMAR SAKHARE, Managing Director


N.B : The above tender form, duly signed and sealed by the authorized signatory of the
company, should be enclosed with Technical bid.

Sr. P. S. A. R. F. A. M. S.
Page 29 of38
NIMS bid document for Security Services - Area No.l through e-procurement

CHECK LIST FOR PRE-OUALIFICATION BID

S. NO. Documents Attached Details Compliance (YAt)

I Original Demand Draft of tender


PD V^lui * 1010061
YES
Processing Fee of Rs.10,000/- *Df-c Gc-^'t.-
DD r/0 '. 0l Z05l
2 Copy of online payment of EMD YES
transaction for an amount of
Rs.3,00,000/-

J Copy of certificate of Registration of YES


the company / Partnership deed /(in pvr url
case of Partnership)

4 (a). Copies of Income Tax returns for YES


the last three financial years 2019- 20
2020-21 and202l-22.

(b). Copy of audited Balance Sheets


for the last three years(Average
frnoa)
Turnover per year noted be less than
Rupees: 3.00 Crores during the last
three financial years duly signed by
Charted Accountant) Form P-2

5 Copies of authorized current YES


documents in connection with
registration of the firm under GST. frra
6 a) Copy of registration certificate for YES
GST or similar registration with
Govt. Authorities.
ftnA*A
b)Copy of certificate of registration
ofESI
c)Copy of registration of EPF

7 Copy of the PAN Card showing the YES


PAN number of the firm allotted by ftffkJA
Sr. P. S. A. R. F. A.
Page 30 of38
NIMS bid document for Security Services - Area No.l through e-procurement
the income Tax authorities.

8 Copy of Contact Labour license for YES


supply of manpower as per the
Contact Labour Act (R&A Act,1970)
and Rules,l971.
frn&
9 An undertaking on letter of Agency \es
that the bidder is following all
directives of the Government,
applicable to itself (bidding firm) and
its employees regarding.

10 Letter of undertaking on Letter head \es


of Agency stating that they have not
been blacklisted by any State
Government / Central Government Y't@A
/PSU for any reason in the last five
financial years.

l1 Experience: Experience in Supply of


Security manpower of at least three
A YE,S

Years i.e, 2019 -20, 2020-21 and ft<n*


202t-22.

The bidder must have a valid (as on


t2 bid submission date) license for YES
security services of the private
security agencies (Regulation) Ac!
2005 and as amended/revised by
frnronL
State Government Security Agency
Regulation (Pasara Reeistration).

13 Copy of terms & conditions duly YES


signed by the bidder with seal of the
firm, in token of acceptance of terms
& conditions.
ffi"\
6y-v
Signature of the Bidde
Seal of Agency
ncy w,
fl(sec-ano)l 't

Sr. P. S. A. R. F. A.
Page 31 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

Performance Security Form

AS PER THE BANK FORMAT

MAY BE ADOPTED

Sr. P. S. A. R.
Page 32 of38
NIMS bid document for Security Services - Area No.l through e-procurement

Form P-l

Bidder Information

I Name of the Institute lAgencyl GUARDIANS SECURITY & FACILITIES


Firm PVT LTD

2 Postal Address of the Registered PLOT NO 33, FIRST FLOOR, ASBESTOS


Offi ce with emaiVphone/fax COLONY, OPP GANSHYAM MARKET,
numbers and website KHARKANA, SECUNDERABAD 5OOOO9

1
J Date of Incorporation ( 0t-06-2017
Registration Number and
Registering Authority)

4 Date of Commencement of 01-06-2017


Business

5 Legal Status of the Company in SECURITY & FACILITIES


India & nature of business

6 PAN AAJCG8664Q

7 TSGST No. 36AAJCG8664QLZL

8 Name of the Responsible person, KUMAR VISWANATH DASIKA,


contact number, emaiVfax 9849020504,
KUMAR@GUARDIANS GROUP.IN
DD ArruOu"s * p1. l$r[0o l-
9 Details of the Tender processing +roft 6**lq , ootr: DDNO: 0|.20{l
fee DD/Receipt number and date ",.06,2;0?3,

l0 Details of EMD

11 Details of certificates enclosed psnQa, CDgTt E?9", Egtct T.*


Place: Signature of the Bidder & Seal

Date:

Sr. P. S. A. R. F. A.
Page 33 of38
NIMS bid document for Security Services - Area No.l through e-procurement

Form P-2
Experience of the Firm/Agency/ Bidder

(Minimum of 3 Years)

STANDARD FORMAT MAY BE ADOPTED

Sr. P. S. A. R.
{r,f
rr) J ocr^
q
AD)3
lz
{*i1
Page 34 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

Form T-1
Annual Turnover Details ( Rs in lakhs)
On providing outsourcing services duly signed by the Charted Accountant of firm

sl. No. Financial Year Average Annual Turnover should not


<3Cr.

I 2019-20
2,50,lp,lTZ f ,-
L ,50 .lP, llzf__
2 2020-21

.l 3, nzf -
1
J 2021-22
z ,{o
Note: average turnover should not be less than 3 Crore

tldcr"l.J
p"q
Place: .

Date: !;for/roz:
Signature of the B

Sr. P. S. A. R. F. A. M. S.
Page 35 of38
NIMS bid document for Security Services - Area No.l through e-procurement

Form T-2

Staff with Bidder as on Bid calling date

MAN POWER REQUIREMENT FOR AREA NO:l

S.No. Manpower description Qualifications & Nos.


experience

I Security Officer Ex-Servicemen, minimum 12-Nos


experience of3 years in the
Hospital field.

2 Security Personnel Matriculation / 1Oth class 140-Nos


having Minimum experience
of 5 years as Security Guard
age should not be above 50
Years

Place: Hyd t^,


Date: t'l0r /zoz3

Note:

l.At bid stage, the names of the employees are not required. However, at the time of signing of
the contract, bidder has to furnish the names of the employees proposed for the contract.

Sr. P. S. A. R. F. A. M. S.
Page 36 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

Form T-3

PROFORMA FOR THE PERFORMANCE STATEMENT OF TENDERER


(of latest last three years):
Sr. No. Name and address of Contract Value of Duration of Client
client; Name, details Contract the contract satisfactory
designation and including (Rs.) (From to certificate
contact no./e-mail id. total To) enclosed
of the officer manpower (YesA{o)
concerned deployed
I NEULAND 23 64,90,000/- 26-10-2021 YES
LABORATORY TO TILL
LTD, DATE
Mr Bhaskar T,
Sr, Manager
Ph:9100089927
tbhaskar@neulandsla
bs.com
2 TOSHIBA 42 1,07,21,064 2l-08-2022 YES
Transmission & to till date
Distrubution
Systems India Pvt
Ltd
Mr Ramakrishna,
Gen Manager
J Nisum Consulting l 20,40,000 01-01-2018 yes
Mr Srinivas to till date
Tirupathi
Manager admin
9949572850
4 JLL, 56 1,29,55,'744 23-02-2023 YES
Deepak banoth, to till date
CRM,
93725354t1
AdditionaLaxg.a.\
inrormaufr$dffi
tii)
YDY-=,;Y/ = =,

Siflnature of tenderer .- .,
c-ep.D
)
,(i/1
.1,*0.
,1,*0. Kuus4
Kut'^sq S '#,& -r4* FIACIll{4 D RecTb\ I

Name and designation of signatory with seal


Sr. P. S. A. R. F. A. M. S.
Page 37 of38
NIMS bid document for Security Services - Area No.1 through e-procurement

Date:

Place:

N.B: The above details, duly signed and sealed by the authorized signatory of the company,
should be enclosed with Technical Tender.

Form F-l
FINANCIAL BID FOR SECURITY SERVICES
(.to be printed on letterheod o.f Tenderer\

We offer to provide the Security personnel specified in the Tender documents conforming to the
specified quality standards and service levels at the following prices during the period of
contract.

Area No. of Security personnel o/o


of commission quoted

Area r52 In figures In words


No.1

il t/a.rJ- pA
uJ ooe yver44
2o, f,-
o -l
I Security Guards - 140 *n S*
II Security Supervisor/
0. oo i/ /.eno. Z-&ro *
Ex-servicemen - 12 I fioo I
f- TL*P e*, Qa *a *-

ffi
Total: 152 Z,-k44

SignatuF6 of Bidder c.ytE_sf#)l


Lr shall be decided based on the percentage ouoted bU$TiffiiA,
le of Commission quoted

o The Bidder/Agency has to quote the percentage of Commission over the


Basic Wage + VDA

Sr. P. S. A. R. F. A. M. S.
Page 38 of38
NIMS bid document for Security Services - Area No.l through e-procurement

Note: Overwriting, corrections, interlineations etc. are not permitted in the Financial Bid. If
found, bid shall liable to be rejected. The percentage of Commission should be quoted both in
figures and words. In case of any discrepancy between the figures and words, the later will
prevail.

The bidder should quote the percentage of commission including all duties and taxes.

Note : (A) The minimum wage rates of manpower is as per applicable government Rules (of the
entrusted [nstitute and shall vary according to the amendments/increments enforceable by
Government from time to time, however the offered ratelamount of items no. B shall remain
constant and will not exceed in any case during the currency of the contract. If the bidder quotes
wages (of the required manpower) less than the prevailing Labour Rates, hislher bid shall be
rejected summarily.

(B) If GST is applicable & charged in the invoice and TDS (Tax Deducted at Source) is
applicable as per applicable Rules.

The contractor has to ensure payment to its staff not less than current minimum wages
rates (bidder may quote higher rates) applicable in the respective government rules to the
workers deployed at entrusted health facilities. The contractor will have to make payment
through e-transfer after opening of individual bank account for the workers deployed and also
forward the copy of the monthly bank statements of the concerned workers to Institute offrcer.
Further, the copy of ESI cards, EPF No. issued to the workers should also be submitted to the
Institute officer.

Note: Quoted amount shall be inclusive of all taxes including GST.

I/we also declare that, I/we will abide by all the rules and regulations of the tender
document and applicable government rules, if awarded the Tender. I/we are also aware that the
Tender Inviting Authority reserves his right to cancel our Tender in part or full without assigning
any reason, what so ever, and for the same, Vwe will have no right to challenge the same in any
court of law.
Signature of Authorized Person

Date:
\dl"ob*fl Full Name: VIKAS

Place :
sr I os fror3 Company's Seal:

- END OF THE DOCUMENT -


Sr. P. S. A. R. F. A. M. S.

You might also like