INDUSTRIAL CANTEEN

advertisement

GOVERNMENT OF INDIA MINISTRY OF DEFENCE

ORDNANCE FACTORY DEHUROAD PUNE -412101

Tender Notice No. ORDFYS/OFDR/04/12-13 Dtd. 22/12/2012.

E-TENDERING

On behalf of The President of India, The General Manager, Ordnance Factory, Dehuroad

(Maharashtra ) Pin- 412101,(a unit of dept. of Defence Production & Supplies, Ministry of Defence) invites E-Tendering in Two bids system viz- Qualification / technical bid and price bid to be filled in E-

Portal ( www.ofbeproc.gov.in

) from reputed Labour Contractor /Supplier

Sl. Reference No. Nomenclature Qty EMD to be

No. submitted

01 TE No.

2012000511

Dt. 22.12.2012

CONTRACT FOR HIRING LABOURERS FOR

CARRYING OUT DUTIES OF VENDOR IN THE

INDUSTRIAL CANTEEN AS PER ANNEXUER

ENCLOSED

1.00

W.Job

+50%

Option

Clause

`

34302/-

1.

2.

For E-Bidding & all relevant Details, vendors/Firms may access https://

In addition, Tender documents can be downloaded from Govt. Website www.ofbeproc.gov.in

www.tenders.gov.in

.

.

3. Tender Fee of

`

200/- (in the form of DD) should be deposited at OFDR before opening of tender.

4. Time & last date of receipt of tenders: - 14:00 hrs on 08.01.2013

at OFDR Pune.

5. Time & Date & Place of opening of Qualification /Technical bid: 14:30 hrs on 8-01-2013 at

OFDR Pune.

6. Detailed descriptions, credentials required, eligibility criteria, terms & conditions etc. are

available on Govt. website www.tenders.gov.in

& www.ofbeproc.gov.in

or with

The General manager,

Ordnance Factory Dehuroad,

Pune 412101 – Fax – 020 27671616,27673838

Tel .No.020-27671206-09 Ext -5268.

7.

Validity of quotation should be minimum 120 Days from the date of tender opening

GENERAL MANAGER

ORDNANCE FACTORY DEHUROAD

Pre-qualification criteria for Tender: i) The firm should have executed labour contract in the past and should have got valid labour license for that contract from labour Commissioner. ii) Contractor should submit valid labour license, if applicable within a period of

30 days after award of the labour contract. iii) The firm should be registered with Employees Provident Fund, Employees

State Insurance Corporation and Service Tax Dept. The firm should submit attested copy of last financial year returns of each department along with copies of registrations. iv) The firm should have atleast 2 years experience and past performance of providing similar services to Govt. Departments/ Reputed Private firms. Firm should submit attested copies of supply orders/ work orders in support of their experience. v) The firm should be registered with Income Tax Department. The copy of PAN

Card is to be submitted. vi) The firm should submit Earnest Money Deposit:

`

34302 /. Offers without EMD/

Exemption certificate will be summarily rejected. Firms registered with

DGS&D, NSIC and Ordnance Factories are only exempted from furnishing of

EMD. vii) The firm should submit details of financial capability (Attested copies certified balance sheets / P&L Statements / Solvency Certificates / Cash

Credit / Over Draft Facility certificate of Bank. The firm should have turnover of at least Rs.24.00 Lakhs during last financial year. viii) The solvency certificate / Cash Credit Facility letter / Over Draft facility of the bank should be of Rs.24 Lakhs. ix) Tender form duly signed and accepted.

X) The price bid should contain the financial offer as per empty format of

Schedule of Rates” attached. The firms hould quote “minimum acceptable service charge” @ 2.26% of the total value of the tender. [If the minimum acceptable service charge (Profit) is quoted less than 2.26% of the total value of the tender, the offer will be ignored as the same is deducted towards Income Tax (TDS).]

Note: The offers not meeting above pre-qualification criteria (i) to (x) will be ignored.

The date and time of Price bid opening will be intimated to the qualified bidders .

SCOPE OF WORK AND TERMS & CONDITIONS OF CONTRACT FOR PROVIDING LABOURERS FOR

CARRYING OUT DUTIES OF VENDORS IN THE INDUSTRIAL CANTEEN OF ORDNANCE FACTORY,

DEHU ROAD

1.0 The contract will be for a period of one year effective from date of commencement of the

contract.

SCOPE OF WORK :_-

2.0

To carry out duties of Vendors in the Industrial Canteen of ORDNANCE FACTORY, DEHU ROAD.

FOR VENDORS WORK :-

3.01

Cleaning/dusting of dining tables and chairs in Industrial Canteen on daily basis.

3.02

Dusting of office equipments in the Industrial Canteen on daily basis.

3.03

Washing/cleaning of Utensils, Crockery, tumblers Dishes etc. on daily basis.

3.04

Cutting and Cleaning of vegetables.

3.05

Shifting/Cleaning of Food Items like Rice, Pulses etc.

3.06

Distributions of snacks and tea to employees from the designated counters in Units, Shops and

Offices in the morning and in the afternoon. They will also issue coupons to the employees and submit proper accounts for the same to HOS/Industrial Canteen.

3.07

Distribution of Dak and Files as per requirement.

3.08

Preparation of Food Plates for Lunch.

3.09

Distribution of meals and water to diner employees in the Industrial Canteen.

3.10

Daily Cleaning of Dining Hall and Kitchen of Industrial Canteen using liquid phenyl

3.11

Arrangement of Food items in the godowns in Industrial Canteen.

3.12

To organize/arrange chairs etc. during meeting and conference held in the Industrial Canteen.

3.13

Carry out jobs given by the Controlling Officers.

3.14

House-keeping and Upkeep of garden surroundings in and around of Industrial Canteen.

3.15

To Dispose off waste arising in Industrial Canteen in the designated placed on daily basis.

MAN POWER REQUIRED FOR ABOVE JOBS :-

Male labourers –11( Eleven)(Maximum 02 ladies)

GENERAL TERMS AND CONDITIONS

I) The labourers deployed should be in good healthy condition do discharge duties as mentioned in

the Tender enquiry supply 0rder.

II) The contractor and his men will be liable/subject to the provisions, terms and conditions of the Minimum Wages Act, Contract labour (Regulation & Abolition) Act, 1970, in regard to the employment registers to be maintained for verification by Labour Enforcement Officer Pune-1, as stipulated in the Act. It is his responsibility to get himself registered with the proper authorities and to obtain a license to engage contract labourers and to maintain all the requisite registers and record. It will be the responsibility of the contractor to comply with all the provisions of the said Act and other Central and State Govt. rules and regulations on the subject, particularly, those applicable in the State Gov. of Maharashtra. The contractor should have valid ESI, EPF registrations for the employees engaged by him.

III) The contractor shall not pay less than minimum wages as prescribed by the State Govt. /

Central Govt. from time to time. And the contractor will make all the payments in presence of the Factory Representative nominated by the General Manager/OFDR on or before 7 th working

IV) day of the following months in their respective saving Bank accounts with proof of depositing submitted to the factory.

General Manager, Ordnance Factory, Dehu Road will be indemnified by the contractor in case of any damages or penalty to be paid by him or any consequences being faced by him due to non-compliance with the said Act or any other Act, Rules or Regulations, at all times.

…. 2:

IV)

XII)

.2.

General Manager/OFDR will be competent to terminate the contract by giving 30 days notice if the performance is unsatisfactory or there in violation of the terms & conditions, rules/orders regarding effective and proper execution of the contract.

V) The contractor is responsible for Maintenance of Log Books, Muster for labourers for each work etc as related to the work & observe all the necessary ACTs & Rules related to the contract.

VI) GM/OFDR will not be responsible for any loss suffered by the contractor or his men for whatsoever reason.

VII) The contractor or his agent will be responsible for the good conduct and behavior of his employees. On a report of misconduct or misbehavior by any of contractor’s men, he/she shall be immediately removed as per the directive of GM or his authorised representative

VIII) The contractor or his men will not move around the factory/estate except in the assigned area of work.

IX) All persons employed by the contractor and their belongings, vehicles, equipments, etc are liable for security search at any time and place. There will be regular a well as surprise checking of the personnel and services provided by the contractor.

X) Payment to the contractor will be made on monthly basis on satisfactory completion of the work against Inspection Note and submission of contribution to EPF/ESIS in respect of each employed person with the competent authority on prescribed form. Pro-rata deduction of minimum wages and other dues as payable per Labourer Per day will be deducted towards less deployment of manpower. Further, repeated failure to deploy the required manpower will render the contractor liable to summary termination of the contract.

XI) The contractor and his labourers/supervisor will be required to maintain contract/ discipline inside the estate and carry out all orders/instructions of the General Manager, Ordnance factory, Dehu Road., In particular, he shall follow and abide by the security instructions issued by or on behalf of General Manager.

The contractor will be responsible for any casualty or accident, etc of his labourers/supervisor and liable to pay due compensation as decided by the competent authority under the relevant

Act as assessed by the competent lawful authority.

XIII) The labourers of the contractor will have to carry passes/tokens issued by the Contractor and countersigned by the factory Security Officer during the currency of contract while working inside the factory and must return it on the cessation of the contract.

XIV) Police verification report and security clearance for all Labourers are to be obtained before the commencement of contract.

XV) The contractor and his men will ensure that no damage is caused to any property of Ordnance

Factory, Dehu Road. In the event of any damage, the amount will be compensated by deducting the same from the contractor’s bill as per the prevailing market value of the damage caused/suffered by the factory.

XVI) The contractor should provide safety equipment and periodical safety instructions should be given to all his labourers.

XVII) The contractor will be paid only according to the number of Labours deployed by him on daily basis. Otherwise pro rata recovery will be made per labour per day. xviii) Penalty @ 5% of bill amount after pro rate deduction will be imposed for administrative in

convenience to the management or less deployment of manpower.

… 3

: 3 :

ADDITIONAL SECURITY & SAFETY & SAFETY INSTRUCTIONS .

I) General Manager, Ordnance Factory, Dehu Road reserves the right to refuse entry of any individual inside the factory and estate and he is not obliged to give reasons for the same.

II) The contractor will not bring any article/material/stores that are not required in connection with the performance of the contract. The material of the contractor will be subject to check.

III) Neither the contractor nor his labourers/agents shall bring articles like beedi, Mobile Phones, cigarettes, gas or gas stoves, lighter, electric heater or any article involving the use of flame or any kind of intoxicant or any item capable of causing fire or any other contraband inside the estate/factory. He and his employees will be fully responsible for any unsafe act and will be liable to be proceeded against for this.

IV) All contractors’ labour entering the estate will wear a clearly indentifiable MAROON COLOURED

JACKET over their dress at the time of work. The jacket is to be provided by the contractor. The labour would wear the Jacket for the entire duration of his stay for easy identification of the contract labours. He/She will be debarred from the factory/estate if found without the Jacket at the time during the prescribed hours.

V) All labourers have to go through Medical Test conducted by the factory doctors twice in a year.

If any one found with disease shall not be allowed to work in the Industrial Canteen. They shall maintain high standards of personal hygiene and wear clean clothes, have trimmed nails and properly cut hair.

VI) They should wear properly washed uniforms on daily basis.

SD/-

DO/IND.CANTEEN

I, Shri _______________________ hereby declare and undertake to comply with all terms and conditions of the subject contract.

Date:

Contractor’s Signature

Place:

Name and Seal

T.E. No.: 2012000511 Dated 22.12.2012 T.E.CLASS :OTE

SCHEDULE TO TENDER IN LIEU OF IAFZ 2121

EARNEST MONEY :- 3% OF THE TOTAL COST OF THE TENDER (MINIMUM Rs 50/-) SHOULD BE SENT

ALONGWITH YOUR QUOTATION BY D.D., DRAWN IN FAVOUR OF THE GENERAL

MANAGER,ORDNANCE FACTORY,DEHU ROAD. FAILING WHICH QUOTATION WILL BE LIABLE FOR

REJECTION. FIRM REGISTERED WITH SISTER ORDNANCE FYS. DGS&D/NSIC MAY BE EXEMPTED

FROM PAYMENT OF EMD. SUCH FIRM SHOULD ENCLOSE A XEROX COPY OFTHEIR REGISTRATION

WITH ABOVE ALONGWITH QUOTATION FOR EXEMPTION.

SECURITY DEPOSIT :- AS APPLICABLE AT THE TIME OF PLACEMENT OF ORDER.

------------------------------------------------------------------------------------------------------------------------------------

SL.NO. NOMENCLATURE QTY UNIT

-------------------------------------------------------------------------------------------------------------------------------------

BASIC ED ST S.C. TOT P&F F.O.R. ALL INCLUSIVE

RATE ON ST RATE PER UNIT

------------------------------------------------------------------------------------------------------------------------------------

1 ( Item Code : 8900001647) 1.00 W.JOB

CONTRACT FOR HIRING LABOURERS FOR CARRYING OUT DUTIES OF VENDOR IN THE INDUSTRIAL

CANTEEN AS PER ANNEXUER ENCLOSED

OPTION CLAUSE : THE PURCHASER RESERVES THE RIGHT TO PLACE ORDERS ON SUCESSFUL

TENDERER FOR ADDITIONAL QUANTITY UPTO 50 % OF THE QUANTITY ORDERED IS TO COVER

THE REQUIREMENT FOR THE YEAR 2013-2014.

--------------------------------------------------------------------------------------------------------------------------------

TOTAL RATE(IN WORDS) :

-----------------------------------------------------------------------------------------------------------------------------------

DELIVERY SCHEDULE : ONE YEAR FROM DATED OF SUPPLY ORDER

--------------------------------------------------------------------------------------------------------------------------------------

IMPORTANT TERMS & CONDITIONS

-------------------------------------------------------------------

************************************************************************************************

1. *THE TENDERER SHOULD CLEARLY INDICATE BASIC RATE, EXCISE DUTY, SALES TAX

*SURCHARGE ON S.T.,TURN OVER TAX, P&F CHARGES FREIGHT CHARGES AND ALL INCLUSIVE

*RATE PER UNIT, FOR OFDR BASIS IN OUR TENDER ENQUIRY FORM ONLY. FAILING WHICH *THE

QUOTATION WILL BE LIABLE FOR REJECTION.

**********************************************************************************************

2. All tender documents attached with invitation to tender are sacrosanct for considering any offer as complete offer.

It is therefore important that all tender documents duly completed, signed rubber stamped and sealed are returned with your offer, failing which the quotation will be treated as incomplete and invalid.

3. QUOTATION DEMANDING 100% SPOT PAYMENT, ADVANCE PAYMENT WILL BE LIABLE

FOR JECTION

4. *TENDERERS ARE REQUESTED TO FURNISH THEIR QUALITY PLAN ALONGWITH TENDER

DOCUMENTS * *ENCLOSED : GENERAL TERMS AND CONDITIONS (ODR-287) & IAFZ 2137

*******************************************************************************

5. Material should be supplied in staggered manner at even rate or as stipulated in supply order.

6. Firm should keep their quotation valid for minimum 90 days from the date of Tender opening.

7. Firm should give quotation as per Terms & Conditions of the tender schedule only without additional conditions from their end. Conditional quotation will be liable for rejection.

SPECIAL TERMS & CONDITIONS:-

1. All the firms should desist from forming cartel as the practice is prohibited under Section 3(3)(a) & (d) of the competition Act 2002.

2. Firms are expected to quote for full quantity or part thereof but not less than 50%of tendered quantity. Offers for quantity less than 50% of tendered quantity will be considered unresponsive and liable to be rejected if CARTEL

Formation is suspected. The Management reserves the right to order any quantity on one or more firms.

3. Whenever all or most of the approved firms quote equal rates in CARTEL the purchaser reserves the right to place order on any one or more firms with exclusion of the rest. The selection of firms for placement of order would

be based on of a pre-determined ranking of the firms decided through Vendor Rating as per the SOP for capacity verification (under para24).

4. In case of source development tender (whether past-Performance based vendor rating is not available),the marks scored by the Firm in Appendix II of QCS letter No.108/TIR/TS/QCS dtd.13.09.05 during capacity verification by the Team of Officers shall be the basis of Ranking.

5. The purchaser reserves the right to place order on two or three firms in such cases tender quantity will be distributed between Rank 1(R1) and Rank2(R2)firms in the ratio 60:40 or among R1,R2 and Rank3 (R3) firms in the ratios 50:30:20 respectively.

6. The purchaser also reserves the right to delete the established firms who Quote in CARTEL from list of approved source or to debar them from competing for a period to be decided by the purchaser.

7. The name of the new established firm which enters into CARTEL formation immediately on getting registered will be summarily deleted from the list of approved suppliers.

8. An undertaking from the new firms that they will not be part of cartel with other vendors and may quote competitive rates in the tenders otherwise would face expulsion from the list of vendor's will be taken while approving the

new firms for participation against source development tender.

9. A certificate to be issued by the firm in case of importation that no Manipulation on Excise Duty is made by the firm for supplies to Ordnance Factories and in case they initially hide the Govt. Levies which are subsequently payable by the firm, Then the firm shall be solely and wholly responsible for any damage thereof.

10.Factory will not accept Excise Duty as NOT APPLICABLE. The firm will declare clearly in his quotation ED is exempted or ED is included. In case ED is included firm will submit Excise Gate Pass along-with supplies.

11. Orders will be placed on two firms viz. L1,and L2 firms in the predetermined ratio of 60 % quantity on

L1, 40% on L2 after acceptance of L1 price by L2 firm. In case of cartel formation, the distribution may be

similar but rankings R1,& R2 (in place of L1,and L2 ) will be decided as per vendor rating indices of the

Firms on Tender Opening Date.

12.ARBITRATION CLAUSE : (i) All disputes or differences arising out of or in connection with the present contract including the one connected with the validity of the present contract or any part thereof, should be settled by

bilateral discussions.

(ii) Any dispute, disagreement of question arising of or relating to this contract or relating to construction or

performance(expect as to any matter the decision or determination whereof is provided for by these

conditions),which cannot be settled amicably, to be referred by concerned party to Director General Ordnance

Factories Government of India, Ordnance Factory Board, 10A, A.K. Bose Road, KOLKATA : 700001 for

appointment of the sole arbitrator. The arbitrator so appointed shall be a Government servant who had

not dealt with matter to which this agreement relates and in course of his duties had not expressed views on all

or any of the matter in disputes or differences. The Award of the Sole Arbitrator shall be final and binding

on the parties.

(iii)The venue of the arbitration shall be at place of concerned Factory.

TERMS AND CONDITIONS :-

13. Agent/Agency Commission:

The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contractand has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of Indiaor any of its functionaries, whether officially or unofficially, to the awardof the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession,facilitation or recommendation. The Seller agrees that if it is established atany time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Sellerhas engaged any such individual/firm, and paid or intended to pay any amount,gift, reward, fees, commission or consideration to such person, party, firm or

institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the

Buyer. The Seller will also be debarredfrom entering into any supply Contract with the Government of India for a minimumperiod of five years. The Buyer will also have a right to consider cancellationof the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

14. Penalty for use of undue influence:

The Seller undertakes that he has not given, offered or promised to give, directlyor indirectly, any gift, consideration, reward, commission, fees, brokerage orinducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of

India for showing or forbearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or withoutthe knowledge of the Seller) or the commission of any offers by the Seller oranyone employed by him or acting on his behalf, as defined in

Chapter IX of theIndian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other

Act enacted for the prevention of corruption shall entitle the Buyer to cancelthe contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe orinducement or any attempt at any such act on behalf of the Seller towards anyofficer/employee of the Buyer or to any other person in a position to influenceany officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/penalty as the Buyermay deem proper, including but not limited to termination of the contract,imposition of penal damages, forfeiture of the Bank Guarantee and refund of theamounts paid by the Buyer.

15. Access to Book of Accounts:

In case it is found to the satisfaction of the Buyer that the Seller has engagedan Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use ofundue influence, the Seller, on a specific request of the Buyer, shall provide ecessary information/inspection of the relevant financial documents/information.

16.Delivery Scheduled : ONE YEAR FROM DATED ISSUEING OFSUPPLY ORDER .

17. PRICE VARIATION on account of variation in the price of input materials :-

The price quoted must be firm and fixed unless otherwise stated. If price variation is required the firm should give formula for the same, to be considered by the relevant TPC. The successful tenderer shall produce

voucher for the input materials purchased in support of his claim for variation in price due to change in price of input materials. Tenders of such tenderers as are not agreeable to produce vouchers are liable

to be ignored. PLEASE NOTE FOR STANDARD TERMS AND CONDITION FOR TENDERS

PLEASE VISIT OUR Website Http:/Ofbindia.Nic.In & www.Ofbeproc.Gov.In

Fall Clause : -

a) The price charged for the store supplied under the Supply Order by the seller shall in no event exceed the lowest price at which the seller sells the stores or offer to sell stores of identical description to any persons/Organization including the purchaser or any department of the Central Government or any Department of state government or any statutory undertaking to central or state government as the case may be during the period till performance of all supply orders placed during the currency of the rate supply order is completed. b) If at any time, during the said period the seller reduces the sale price, sel or offer to sell such stores to any person/organization including the purchaser or any deptt. Of central Govt. or any Department of the State

Government or any statutory undertaking of the Central Or State Government as the case may be at a price lower than the price chargeable under the Supply Order, the shall forthwith notify such reduction or sale or offer of sale to the Director general of supplies & Disposals and the price payable under the Supply Order for

the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to :- i) Exports by the Seller. ii) Sale of goods as original equipment at price lower then the prices charged for normal replacement. iii) Sale of goods such as drugs which have expiry dates. iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by

the authority concerned under the existing or previous Rate Supply Orders as also under any previous

supply orders entered into with the Central or State Govt. Depts. including their undertakings

excluding joint sector companies and/or private parties and bodies. c) The seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate Supply Order "We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the Supply Order herein and such stores have not been offered/sold by me/us to any person/organization including the purchaser or any

department of Central Government or any Department of State Government or any Statutory undertaking of

the central or state government as the case may be upto the date of bill/ the date of completion of supplies

against all supply orders placed during the currency of the Rate Supply Order at price lower than the price

charged to the government under the supply order except for

clause(a), (b) and (c) of sub-para (ii) above. quantity of stores categories under sub-

SCHEDULE OF RATES

TE NO2012000511 DATE 22.12.2012

CONTRACT PERIOD : ONE YEAR (312Days )

Sl No

REQUIREMENT – ( 11 Unskilled Labour( 2- Ladies Maximum )

Description

Amount (

`

)

1.

2.

3.

4.

Wages per Labour per day as per minimum wages act

Total wages for No of Labour per day

( Sl No. 1 x )

ESI as per rules in force (@ 4.75%) on

Sl No.2 or as amended

EPF as per rules in force (@ 13.61%) on

Sl No.2 or as amended

5.

6.

7.

8.

Service Charges @ %

Sub Total-II Sl No. ( 2+3+4+5+6)

Service Tax as per rules in force @ 12.36% on Sl

No. 7 or as amended

Total Per day for whole job Sl No.(7+6)

9.

10.

Total Sl No.(8 x 312 days)

Grand Total ( In words )

Date : Signature of Contractor

AREA-B

The labour charges should not be less than the rate of Minimum wages Payable as per govt. of Maharashtra or Central Govt of India whichever is higher. The offers not complying with the minimum wages and statutory liabilities will be ignored.

Name and Address of the contractor

Signature of the contractor with seal

Note:

1. Firm should quote the amount of taxes and levies in full figures. Firm should not quote rate in fraction. The fraction is to rounded ofto next higher rupee i.e. if amount is

2.

Rs.50.12 it is to be rounded ofto Rs.51.00

Per day rate is to be calculated by dividing monthly rates .

3.

Strike out whichever is not applicable.

ADDITIONAL TERMS AND CONDITIONS OF LABOUR CONTRACT:-

1. MANPOWER REQUIREMENT: As per scope of work.

2. LABOUR LICENSE : The contractor will have not to submit a valid labour license.

3. REGISTRATION DETAILS :

The contractor should have ESI, EPF registration. The contribution towards the ESI &

EPF is to be made as per rules in force. The other allowances, levies as applicable to the contract are to be paid by the contractor as per the rule.

4. PVR REPORT :

Police verification report & security clearance for all the laborers & supervisory staff is to be obtained before commencement of the work.

5. AGE LIMIT :

Contractor should not employ the children bellow the age of 18 yrs.

6. SAFETY EQUIPMENTS:

Contractor is bound to ensure that all the safety gadgets/personnel protective equipments required to be provided as a mandatory provision as per the existing law in force. It should be made available to workers deployed for executing the job, failing which it will be viewed seriously and contractor will be debarred from executing the contract apart from blacklisting the firm.

7. PRICE VARIATION CLAUSE :

. Any upward/downward revision in rate of minimum wages during the contract period will be applicable to this contract. The additional amount which became due to upward revision will be reimbursed and vise a versa for downward revision as per Central/State Govt.

Notification.

8. PAYMENT OF MINIMUM WAGES:

The contractor should not pay wages less than the minimum wages fixed by Central

Government/State Govt. whichever is higher to the labourers engaged by him for the work.

The payment is to be made as per wages act. 1948. Wherever the rates finalized are above the minimum wages in that case the payment to the labourers is to be made per actual rate finalized

9. EMPLOYMENT IN THE FACTORY:

The personnel engaged by contractor will not have any right/ claim whatsoever for direct recruitment of permanent employment in factory.

10. MAINTENANCE OF LOG BOOK :

The contractor is responsible for maintenance of Log Book register etc. as related to the work & observes all the necessary act & rules related to the contract.

11. DETAILING OF SUPERVISIOR :

The firm will have to provide a supervisor daily to carry out the work. No work is to be

started without supervisor.

12. RISK PURCHASE ACTION :

In case of failure of contractor to perform the contract satisfactorily, the same will be cancelled at contractors risk & cost and a fresh contract will be entered into at the risk & cost of the defaulting contractor.

13. FORFEITING OF PSD:

Performance security deposit taken for the due performance of the contract will be forfeited and credited to the Govt. in the event of a breach of contract.

4. MISCONDUCT THEFT/ATTEMPT OF PILFERAGE BY CONTRACT LABOUR:

Contractors will have to make their own arrangement for supervision / vigilance on the activities employees engaged by him for the work inside the factory. The contractor will be responsible for any misconduct, theft / attempt of pilferage or misdemeanour on the part of contractor’s employees engaged in the factory in connection with the contract work. If the contractor’s employee(s) is / are found to be involved in such activities the contractor will be held responsible for the same, and apart from penalty / penal action, contractor will be liable for administrative action including debarring the firm for future Contracts.

15. LOSS TO THE GOVT. PROPERTIES :

The losses to government properties, if any by contract laborers, will be recovered from the contractor’s payment. The demurrages charges/losses if any due to contractor will be recovered from the contractor. The contractor will have to abide by the all security instructions and requirements as necessary and intimated by OFDR.

16. ATTENDANCE REGISTER :

The contractor will have to maintain daily attendance register and get it duly signed by rep. of section.

17. SUBCONTRACT :Subcontracts are not allowed.

18. INSURANCE :

The contractor will have to take out the following insurance policies to cover all the risk and keep them valid till the successful complet ion of the contract. I) Work man’s compensation. Ii) Risk / liability of the 3 rd party. – Wherever applicable.

19. INDEMNITY :

The contractor should indemnify the factory against any litigation arising from violation of rules and statues. The firm shall conduct all legal proceeding as may be necessary without any cost to the factory.

20. IDENTIFICATION JACKET : The contractor labourers should wear maroon colour jacket for easy identification by indication of contractor’s symbol (sketch will be provided by

OFDR).

21. ENQUIRY :

The ALWC (C) / DLWC (C) or any person authorized on their behalf shall have powers to make enquiries with a view to ascertaining and enforcing due and proper observance of

CL(RA) Act 1970 and other Labour Laws. He shall investigate in to any complaint regarding the default made by the contractor or sub contractor in regard to such provision.

22. Refund of Performance Security Deposit : Security deposit of the work shall not be refunded till the contractor produce a clearance certificate from ALWC ( C) / DLWC (C ) .

As soon as the work is virtually completed the contractor shall apply for clearance certificate to Labour Office of ORDNANCE FACTORY DEHUROAD , Pune-412101 i.e.

ALWC ( C) / DLWC ( C) under intimation to officer –in –charge of the work ( i.e.

JT.GM/AGM concerned). If no complaint is pending against the contractor in respect of the work on record after one month of the date of completion of the work, Labour Office ( i.e.ALWC ( C ) / DLWC ( C) ) will issue clearance certificate.

23. PENALTY CLAUSE: As Per Tender Enquiry Specification Attached

24. PAYMENT TERMS:

24.1 Payment will be made 100% monthly basis according to deployed strength against

documentary evidence of paid receipt of ESIC , EPF . Muster Roll duly countersigned

by user and receipt of documentary proof of payment through ECS.

24.2 Firm should produce the documentary proof of depositing the ESI & EPF to the

concerned departments along with monthly bills.

24.3 Firm should submit the Service Tax Invoice along with monthly bills.

25.INCOME TAX RECOVERY:

Income tax @ 2.26 % or as per prevailing rate will be recovered from the contractor’s bill for the total contract value , as this contract fall within purview of Income Tax Act , 1961 section 194(C).

26. ORDNANCE FACTORYDEHUROAD,Pune is located within the limits of Cantonment

Board,DehuroadPune ( Maharashtra).

GENERAL MANAGER

ORDNANCE FACTORY DEHURAOD,

ON AND BEHALF OF THE PRESIDENT OF INDIA

Download