GARDEN REACH SHIPBUILDERS & ENGINEERS LTD.
(A GOVERNMENT OF INDIA UNDERTAKING)
( )
Address 43/46, Garden Reach Road, Kolkata-700 024
Phone : (033)2469-8100 to 8114 Extn. 648/639/ FAX : (033)2469 8150
Web site: www.grse.in, E-Mail : nandi.suchita@grse.co.in
CIN: L35111WB1934GOI007891
NOTICE INVITING TENDER (NIT)
Garden Reach Shipbuilders & Engineers Limited is a leading Warship Builders and
Engineering Product Company, invites interested, reputed, resourceful and financially
solvent contractors and subcontractors to submit single stage two part (Part I-
Techno-Commercial & Part II- Price) bids through e-tendering mode for the work
package as per following bid document.
NIT No : CCS/PD/OT/ ACCOUNTANT. ENGAGEMENT/E-028/N.ET-0729
Dated: 24/06/2019
Job Title : ENGAGEMENT OF COST ACCOUNTANT /CHARTERED
ACCOUNTANT FIRMS FOR MANAGEMENT OF ALL STATUORY
COMPLIANCES REGARDING CONTRACTORS & CONTRACTOR'S
WORKMEN ENGAGED IN GRSE FOR A PERIOD OF 01 (ONE) YEAR
Tender issuing Dept. CCS, GRSE (MAIN UNIT)
:
ARTICLE 1-1: SCHEDULE OF CALENDAR DATES :
SCHEDULE
Pre Bid Meeting - NA
Tender Due Date 15.07.2019 12:00 HRS.
Tender Opening Date (Part I) 17.07.2019 14:00 HRS.
Offer Validity Period minimum 120 days from Tender due
date
ARTICLE 2 -1: COMMERCIAL REQUIREMENT FOR THE NIT
: :
FEES / DEPOSITS
Tender Fee (refer clause 03 of INR 500/-
STAC) (
03 )
Earnest Money Deposit (EMD) INR 30,000/-
(refer clause 04 of STAC) (Rupees Thirty Thousand Only)
( 04
)
Security Deposit (SD) 5 % of Order Value
Penalty : As per NIT
Billing Frequency Monthly Basis
Evaluation of L1 1 In Totality
Page 1 of 17
ARTICLE 3 -3: ANNEXURES FORMS PART OF THIS TENDER
:
ANNEXURE SL NO. DOCUMENT DESCRIPTION
Annexure 1-1 Statement of Technical Requirement (SOTR)
Annexure 2-2 GRSE Standard Terms And Conditions (STAC) (please
refer www.grse.in)
Annexure 3 -3 Format for - Bank Guarantee Format for EMD (please
refer www.grse.in)
Annexure 4 -4 Fire & Safety Guidelines (please refer www.grse.in)
Annexure 5 -5 Special condition of contract (please refer www.grse.in)
Annexure 6 -6 Contractors Responsibility (please refer www.grse.in)
Annexure 7 -7 General Requirement (please refer www.grse.in)
Annexure 8 -8 Check List for Bill submission (please refer www.grse.in)
Annexure 9 -9 PF, ESI declaration form (please refer www.grse.in)
Annexure 10 -10 Format for - Bank Guarantee Format for SD (please refer
www.grse.in)
Annexure 11 -11 Guideline for Bank Guarantee (please refer
www.grse.in)
Annexure 12 -12 Format for Non Disclosure Agreement (please refer
www.grse.in)
ARTICLE 4 -4: DOCUMENTS TO BE UPLOADED :
Self-Attested documents are to be scanned and uploaded with Part I of e-bid
- -1
1 DD/PO or MSE/NSIC Exemption certificate towards tender fee Yes
2 DD/PO /BG or MSE/NSIC Exemption certificate towards EMD Yes
3 Technical Acceptance format as available with NIT after being downloaded Yes
and filled up.
4 Commercial Acceptance Format as available with NIT after being Yes
downloaded and filled up
5 Documents meeting the Technical Eligibility Criteria as documentary Yes
evidence
6 PAN /TAN , GST , Labour License Certificate , Registration Certificate of the Yes
Company with ROC
7 Partnership Deed / Memorandum and the Article of Association of the firm Yes
confirming partners and lead partner
8 Joint Venture Agreement / Memorandum of Understanding with Power of Yes
Attorney in favour of lead member.
9 Copies of registration with PF, ESI authorities. Yes
a. Registered Vendors with GRSE need not upload documents at Sl. 6 above, if
valid documents already submitted / available with GRSE Vendor Registration
Cell.
b. Winning Bidder may submit ink signed hard copy of all above documents, prior to
issuance of PO
Page 2 of 17
ARTICLE 5 -5: DOCUMENTS IN PHYSICAL FORM TO SUBMIT
:
PHYSICAL SUBMISSION
SL DESCRIPTION DETAILS/TIME SCHEDULE REQUIREMENT
1 Tender Fee Within 03 days from opening of Part I Yes
instrument bid
2 EMD Instrument Within 03 days from opening of Part I Yes
bid
3 Integrity Pact (if By winning Bidder before placement Not Applicable
reqd.) of order
a. Above original Negotiable Instruments as stipulated, to reach to (CCS Dept.,
GRSE Main unit) within stipulated period as indicated above with a covering
letter indicating all details in a sealed envelope with tender number and job
duly superscripting on it.
ARTICLE 6 -6: JOB EXECUTION SCHEDULE :
(A) Tenure of Contract - The Contract shall be valid for 01 (One)
Year from the date of placement of Order/ LOA.
(B) Mobilisation Period - Manpower to be mobilized within 03 days
from date of placement of Purchase Order/LOA / letter by In-charge (HOD). On
award of order, the Service Provider is required to position their personnel to be
engaged as per requirement of HOD of HR Department. The personnel will be
assessed for suitability and post written clearance by HOD of HR dept, only
then Service Provider will be able to position them in GRSE.
(C) Job Starting Date - Immediately after mobilization as per
instruction of AGM (HR & IR) or their nominated representatives. Job to carried
out within the tenure of Contract pending on the requirement.
(D) Job Completion date / Period of Contract /
Job to be completed within 12 months after starting of the job.
ARTICLE 7 -7: JOB EXECUTION - Job is to be carried out strictly
as per SOTR (ANNEXURE-1) / requirement of respective dept. of GRSE.
ARTICLE 8 -8: GURANTEE & WARRANTY Not
applicable.
ARTICLE 9 -9: PRICE
The quoted price should be inclusive of all statutory Taxes/Levies and other
charges as applicable. The price should remain firm & fixed till satisfactory
execution of the entire Contract with no escalation applicable whatsoever.
GST will be paid extra as per the ruling rate. GST registration certificate for the
service being tendered is to be enclosed with the techno-commercial bid. If the
certificate is not obtained so far, copy of the application for registration for the
service under consideration is to be enclosed. GST registration number is to be
quoted in all bills.
ARTICLE 10 -10: ESCALATION
No escalation whatsoever will be considered under any circumstances within
the stipulated period of contract.
Page 3 of 17
ARTICLE 11 -11: UNREASONABLE QUOTES
In case the price of L-1 Bidder found to be unreasonable low and/or express desires
to withdraw from the tender then such bid will be cancelled and EMD will be
forfeited and may be evaluated for tender holiday by the Company.
However, in case the L1 Bidder agrees to take-up the job with such unreasonable
low quote, say lower by 30% of estimate and also if the difference in price between
L1 & L2 is 30% or more then Company may consider such request of the Bidder as
a special case subject to the Bidder agreeing to give Security Deposit of 20% of the
PO value.
ARTICLE 12 -12: OFFER VALIDITY -
Offer is to be valid for 120 days from the date of opening of Part-I bid i.e Techno-
commercial bid. Under exceptional circumstances GRSE may request for extension
of price validity, beyond 120 days against valid reason.
ARTICLE 13 -13: CONDITIONAL OFFER
Conditional offers w.r.t. SOTR/NIT will not be accepted. However, in case of bidder
wish to deviate on any/ same commercial Terms & conditions, then separate
deviation statement has to be uploaded along with Part-I bid. However, GRSE
reserves the right to accept / reject the deviations / bid with deviations after giving
reasonable opportunity to the Bidder. If the deviation is acceptable to GRSE then
suitable loading for such deviation on the price quoted by the bidder will be
considered prior to determine the L1 price.
ARTICLE 14 -14: DETERMINATION OF L1 -1
L1 bidder will be determined based on the lowest quoted price in totality.
ARTICLE 15 -15: BOQ
BOQ as part of SOTR given in the tender is tentative. It may vary according to
actual requirement of GRSE.
ARTICLE 16 -16: OPENING OF BIDS
Part I techno-commercial bid will be opened on the date declared in NIT. Part II bid
will be opened post techno-commercial evaluation by GRSE. Price bid of only those
who qualifies techno-commercially will be opened. Opening date of Price Bid will be
intimated accordingly to all qualified bidders. Disqualified bidders, either during
technical assessment or commercial discussion will also be intimated about their
non-consideration for farther processing. If any bidder qualifies for trial order, price
bid of the bidder shall not be opened prior to successful completion of trial.
ARTICLE 17 -17: MICRO & SMALL ENTERPRISES
Purchase preference may be given to eligible Micro and Small Enterprise Firms as
per MSME Act provided; the tendered job is listed in their MSE document. (Detail at
Clause 02 of STAC)
ARTICLE 18 -18: AWARDING JOBS TO MULTIPLE BIDDER
GRSE at its discretion may engage multiple sub-contractors to maintain & in the interest
of the Job schedule. In case of requirement / poor performance by engaged vendors,
other qualified bidders may be engaged for execution of balance job subject to
acceptance of established rate with L1 bidder.
Page 4 of 17
ARTICLE 19 -19: QUALIFICATION and ELIGIBILITY CRITERIA
19.1 QUALIFICATION CRITERIA
(a) CLERICAL STAFF
i. 12th Pass with certificate in basic computer windows applications, i.e, MS
word, MS excel / advanced excel, MS power-point and internet access etc.
Or
Possessing ITI Certificate under COPA / PASSA trade.
ii. Personnel to be deployed should possess at least 1 (one) year experience
as on 30 Jun 2019, in verifying statutory compliance of contractors' in any
CPSU / Govt. Organization / Large Private Company engaging minimum
2500 contractors' workmen per day.
(b) SUPERVISOR'S QUALIFICATION
Diploma in Computer Science / BCA / Graduate in any other discipline with
qualification in computer applications. Min. 05 years' experience in
handling statutory compliance by contractors' in organizations, as detailed
at Para 1 in ANNEXURE-1 of NIT.
Preferred experience: Handling industrial disputes pertaining to
contractor's / contractors' workmen.
19.2 ELIGIBILITY CRITERIA
a) Minimum 03 years' of continuous experience during last 05 years, i.e till 30
Jun 2019 of working with any CPSU / Govt. Organization / Large Private
Company engaging minimum 2500 contractors' workmen per day basis.
b) Minimum 03 years' of continuous experience of verifying statutory compliance
by contractors' in organizations, as detailed at Para 1 in ANNEXURE-1 of NIT.
Experience in handling industrial disputes pertaining to contractors /
contractors' workmen is preferred.
c) Good liaison with the Office of the Labour Commissioner Central, Directorate
of Factories, EPFO and ESIC authorities etc.
d) Documentary evidences regarding above mentioned Eligibility Criteria to be
uploaded/submitted with Part-I: Techno-Commercial bid. Original to be put up
for verification during Technical Negotiation meeting stage.
ARTICLE 20 -20: INSTRUCTION TO THE BIDDERS
1. Before submitting a bid, bidders are expected to examine the Bid Documents
carefully, if they desire, may visit the work front, fully inform themselves of
existing conditions and limitations including all items described in the Bid
Documents. NO consideration will be granted for any alleged
misunderstanding or the materials to be furnished, work to be performed or
actual considerations to complete all work and comply with conditions
specified in the Bid Document.
2. Any qualified deficiency, errors, discrepancies, omissions, ambiguities or
conflicts in the Bid Documents, or there be any doubts as to the meaning of a
provision or requirement shall immediately brought to notice of GRSE
Tendering Dept. in writing not less than 07 days prior to bid closing date.
3. It is understood that in receiving this bid, GRSE assumes no obligation to
enter into a contract for the WORK covered by this bid request. GRSE
reserves the right to reject any and all unqualified proposals or waive
irregularities therein. GRSE reserves the right to evaluate each and every
proposal and accept the whole or any part of the tender and the Tenderer
shall be bound to perform the same at the rates quoted.
Page 5 of 17
GRSE also reserves the right to reject any and all bids and accept the bid,
which in its opinion, appears to be most advantageous to GRSE. Receipt and
review of this Bid Request constitutes an agreement of confidentiality
between GRSE and each of the contracting Firms preparing its Bid. GRSE
reserves the right to change the form of this request to Bids, or make
clarifications thereto, within a reasonable time before date of submission of
Bids.
4. General Contractors assumes all safety responsibility for the site and will
furnish and maintain its own safety program for itself and its subcontractors.
Contractor are bound to comply with all applicable Environmental, Health &
Safety rules, regulations, policies, procedures and guidelines when
performing work in the facility or site.
5. Bidders objecting on any grounds to any bid specification or legal
requirements imposed by these bidding documents shall provide written
notice to GRSE within 10 calendar day from the day bid document was made
available to public. Failure of a bidder to object in the manner set forth in this
paragraph shall constitute and irrevocable waiver of any such objection.
6. Job is to be carried out as per SOTR/ as per requirement of GRSE.
7. Any technical information attached / provided with this NIT is the Intellectual
Property of the Company and will be governed by the specific Act.
8. Bidder to declare in what capacity he is participating in the tender. As a PSU,
Limited Co, Pvt. Ltd. Co., Sole Proprietorship, Partnership, Joint Venture, etc.
Supporting documents confirming such status to be scanned and uploaded
as attachment to Part I bid.
9. A Bidder is allowed to submit only one Bid under any capacity / status.
10. Difficulty in submitting the bid:
a. Any query/difficulty in understanding of SOR or other technical Terms may
be got clarified from HR Department Mrs. Lipi Das, AGM (HR & IR),
Mobile No. 8420008812 / Ms. S. Laha, DM(HR)/CL & IR, Mobile No.
9163331744, prior to submission of offer.
b. Any difficulty in submitting / uploading of e-tender or for any system help
may be provided by GRSE Service Provider M/s NIC personnel (e-mail
:mtl.eproc@grse.co.in) /M(NCM) (GRSE e-procurement) e-mail:
Bose.ParthaSarathi@grse.co.in (Mob: 9433484780).
11. E-mail Address for communication . : Vendor to
provide e-mail address to enable faster communication.
ARTICLE 21 -21: e-BID INSTRUCTION
a) To participate in the eBid submission for GRSE, it is mandatory
for the bidders to get their firms registered with E Procurement
portal http://www.eprocuregrse.co.in and GRSE website
http://www.grse.in/tenderhome.php
b) It is mandatory for all bidders to have class III Digital Signature
Certificate (DSC) in the name of the person who will digitally sign
the bid from any of licensed Certifying Agency (CA). Bidders can
see the list of licensed CAs from the link http://www.cca.gov.in.
c) Bidders can view / download Part-1 (Techno-Commercial) bid
documents along with all attachments. They need to fill up the
downloaded documents as per instruction and upload the same
during bid submission. Non-acceptance of any techno-
Page 6 of 17
commercial criteria is discouraged. However, if there is any, it is
to be commented accordingly and also stated in the separate
deviation format.
d) Bidders need to fill up Part II (Price) bid online in Excel format by
inserting unit price and GST % only. No other attachment to the
price bid will be reckoned.
e) Bids can be submitted only during validity of registration of bidder
with GRSE e Procurement portal.
f) The amendments / clarifications to the bid document, if any, will
be posted on E- Procurement portal / GRSE web site only.
g) It will be the bidder's responsibility to check the status of their Bid
on-line regularly after the opening of bid till award of work.
h) AMENDMENT OF TENDER DOCUMENT
i. Before the deadline for submission of tenders, the Tender
Document may be modified by GRSE Ltd. by issue of
addenda/corrigendum. Issue of addenda / corrigenda will
however be stopped 7 days prior to the deadline for submission
of tenders as finally stipulated.
ii. Addendum/corrigendum, if any, will be hosted on website / e
procurement portal and shall become a part of the tender
document. All Tenderers are advised to see the website for
addendum/ corrigendum to the tender document which may be
uploaded up to 7 days prior to the deadline for submission of
Tender as finally stipulated.
iii. To give prospective Tenderers reasonable time in which to take
the addenda/ corrigenda into account in preparing their
tenders, extension of the deadline for submission of tenders
may be given as considered necessary by GRSE.
ARTICLE 22 -22: BID REJECTION CRITERIA
Following bid rejection criteria may render the bids liable for rejection:
1. Bidder's failure to furnish sufficient or complete details for evaluation of the
bids within the given period which may range in between two to three weeks
depending on the deficiencies noticed in the drawings / technical data which
shall not however conflict with validity period.
2. Incomplete / misleading / ambiguous bid in the considered opinion of the
Technical Negotiation Committee (TNC) of GRSE.
3. Bid with technical requirements and/or terms not acceptable to GRSE.
4. Bid received without qualification documents, where required as per the
tender.
5. Bid not meeting the pre-qualification parameters / criteria stipulated in the
Tender Enquiry.
6. Bid with validity expiry date shorter than that specified in the Tender
Enquiry.
7. EMD validity period is shorter than specified in the tender enquiry.
8. Bidders who have not agreed for the fixed price till the validity of the tender
or have quoted the variable price.
Page 7 of 17
9. Bidder not agreeing for furnishing of the required Security Deposit (SD).
10. Bidders not submitting Original instrument of Tender fee & EMD within 7
GRSE working days from the tender closing date.
ARTICLE 23 -23: POST AWARD APLLICABLE CLAUSES
-
i. Security Deposit -
Non-interest bearing security deposit of 5% of individual work order value is to
be deposited in the manner elaborated at clause 5 of STAC.
ii. Work Done Certificate (W.D.C.) - (..)-
(a) Work done for job carried out in all five units in FOJ, RBD, 61 Park &
Taratalla units will be certified by the respective unit HR Officers and In
Charge Cont. Labour Cell for Main unit in the Log Books which is to be
maintained by the firm and to be produced on monthly basis.
(b) The existing unit-wise strength of contractors' workmen is detailed below:
Units Approximate strength of
contractors' workmen
Main 1450
FOJ 1300
RBD 650
61 Park 210
Taratalla 55
Total 3665
The strength of the contractors' workmen given above is indicative and may vary by
15% - 20% during next 01 year. The firm is required to undertake the jobs detailed
at Para 1 in ANNEXURE-1 of NIT within the stipulated timelines.
(c) The work-done will be certified w.r.t verification of wages-registers on
monthly basis, sending compliance status reports twice a month to the In
Charge Cont. Labour Cell, check labour-licenses of the contractors executing
new orders or renewal of labour licenses, as the case may be, maintenance
of registers of contractors in Form II, timely submission of notice of
commencement / completion of work to the statutory authorities, sending
monthly report to In Charge Cont. Labour Cell regarding details of
contractors deployed in the previous month, their manpower strength, their
compliance status etc.
iii. Bill Submission :
a) On obtaining WDC, bills to be raised in line with order terms. Bills are to be
submitted at the Bill Receiving Counters located at the gate of each unit of
company. Bill is to be packed in sealed envelope super scribing on the
envelope stating Purchase Order No., Vendor code, Bill No./ Invoice, Name
of person /employee to whom bill is to be addressed for processing. The
Name of the person to be mentioned on sealed envelope will be concerned
dept. In-charge/Bill certifying officer where the job is to be carried out.
(b) Bills are to be submitted by the C.A firm on monthly basis to In-Charge
Contract Labour Cell, Main Unit or any other authorized representative of
HR Dept., Main Unit who will certify the bills for releasing payment.
Page 8 of 17
iv. Payment Terms :
The certified bill amount will be paid within 30 days of receipt of bill along with
Work Done Certificate. Bill, deductions against it (if any) and Work Done
Certificate to be duly signed by respective authority as stated in SOTR.
However, this is subject to clearance of ESI / P.F and other manpower oriented
mandatory liabilities of the firm. The payment will be as follows: -
a) 100% payment with GST will be released on monthly progressive bill basis
within 30 days of receipt of bill duly certified by Head of the dept. of GRSE &
supported with satisfactory certified Work Done Certificate and on clearance
of ESI & P.F. liabilities from the concerned department.
b) Payment will be made on actual certification basis.
v. Penalty
The firm will attract penal provisions if any of the following work is not
completed within the timelines mentioned below for which penalty will be
levied @ 5% of the monthly bill.
i. Verification of wages-registers: within 10th of the following month.
ii. Sending compliance status reports: twice a month to the In Charge Cont.
Labour Cell.
iii. Check labour-licenses of the contractors executing new orders or
renewal of labour licenses: within 07 days from application / issuance of
labour license
iv. Maintenance of unit-wise Registers of Contractors in Form XII: on
monthly basis
v. Submission of notice of commencement / completion of work (Form
VII) to the statutory authorities within 15 days,
vi. Submitting monthly report to In Charge Cont. Labour Cell regarding
details of contractors deployed in the previous month, their manpower
strength, their compliance status etc.: within 20th of the following month.
vi. Risk Purchase
In case the progress of work is not satisfactory and the contractor fails to
maintain the schedule, GRSE reserves the right to get the work done by
alternative source at the risk and cost of sub-contractor.
GRSE shall be at liberty to purchase/obtain the service from the alternative
source as it deems fit, to make good such default and or in the event of the
contract being terminated, the balance of the remaining service to be delivered
there under. Any excess over the job price / service rates, paid and incurred
by GRSE, as the case may be, over the contract price shall be recoverable
from the firm. To make good the recoverable excess amount paid, GRSE shall
be at liberty to invoke Bank Guarantee and/or with other available dues of the
firm.
vii. Increase in quantity or introduction of items is strictly prohibited under
any circumstances .
However in an unlikely situation for completion of the job in all respect demand
a minor increase of quantity or item, the same has to be brought to the notice
to the HOD, in writing, sufficient time in advance. Only on approval /
amendment of PO/ Contract in writing and in advance has to be considered for
this additional quantity or item. Contractor should not do any such additional
Page 9 of 17
work on verbal clearances of any Authority of GRSE. No post facto approval
request for such deviation will be accepted
ARTICLE 24 24: SUBMISSION OF BID
1. Last date of submission of Bid / Date of opening of bid is indicated in Tender
Document. Tender is liable to be rejected if all the requisite documents are not
enclosed with the Part I, Techno-Commercial offer.
2. Date of opening of Part II offer i.e. Price Bid will be notified to all Techno-
Commercially qualified bidders in due course after conclusion of TNC/CNC
meetings and acceptance of Techno-Commercial offer. After opening of e-Price
bids, the techno-commercially qualified bidders can view the System Generated
Price Comparison Sheet from their own portal.
3. GRSE reserves the right to accept / reject any Tender in full or in part without
assigning any reason.
4. Acceptance Format Matrix should be filled up and attached with techno-commercial
bid as marks of acceptance of NIT/SOTR/STAC. In case of non-receipt of filled in
STACs acceptance format matrix, it would be presumed that you have accepted all
our terms& conditions as per GRSE tender until & unless deviation is specially
mentioned in offer.
ARTICLE 25 25: CONTRACT WORKMAN WAGE PAYMENT
: -
Payment of wages to the contractor's employee should be made through individual
bank account on monthly basis instead of cash payment. PF-UAN activation of all
the contractor's employee/workmen is mandatory.
It is hereby clarified that Vendors are to comply the following statutory provisions for
disbursing payment to their workmen/employees: -
i) Minimum wages
ii) PF dues/contribution
iii) ESI dues/contribution
iv) Bonus as per payment of bonus act
v) Earned leave as per factories act
vi) Any other statutory benefits/compliances as applicable.
vii) Providing tiffin/meal coupon as applicable to GRSE.
Pradip Das
DGM(CCS)
GRSE Main Unit
GRSE Ltd, Kolkata-700024
Page 10 of 17
ANNEXURE-1
Page 11 of 17
Page 12 of 17
Page 13 of 17
Page 14 of 17
Page 15 of 17
Page 16 of 17
Signature Not Verified
Digitally signed by SUCHITA NANDI
Page 17 of 17 Date: 2019.06.24 16:07:37 IST
Location: PSUs of Ministry of Defence
|