Comoper
Comoper
PRE-QUALIFICATION REQUIREMENT
1. The bidder shall submit EMD as specified in tender specification. Offer without proper earnest money shall
not be considered under any circumstances.
2. The bidder shall be a company, registered under the Companies Act 1956/2013 or registered as L.L.P or
proprietor ship/partnership firm under the related statutory Act for provision for deployment of the
Manpower/Computer Operator services.
3. The bidder should have a valid labour license issued by Labour Commissioner for providing
Manpower/Computer Operator in services/industries/government departments.
4. The bidder should have EPF certification/ registration with code number issued by Employee Provident
fund organization under EPF Act 1952. Further, bidder should not have any conviction under above Act
during last two years.
5. The bidder should have ESI certificate with code number issued by Employees State Insurance Corporation
under ESIC Act, 1948. Further, bidder should not have any conviction under above Act in last two years.
6. Work Experience
The bidder should have experience of successfully executing Computer Operator Supply Contract involving
deployment of Manpower/Computer operator in any Govt. /Semi Govt./Public Sector Undertakings in
Generation/Transmission/Distribution company during the last 7(Seven) financial years reckoned from the
financial year beginning from 01.04.2023 of value not less than that specified below:
a) Three completed works worth not less than Rs 8.98 Crore each (40% of annual cost of work)
OR
b) Two completed works worth not less than Rs 11.23 Crore each (50% of annual cost of work)
OR
c) One completed work worth not less than Rs 17.97 Crore (80% of annual cost of work).
Note:-If a bidder has completed work of less than a year (not less than 6 month) or more than one year, its
capability shall be annualized and calculated for 12 months.
The bidder shall have to submit copy of order/LOI/agreement for work experience and related
experience certificate along with the tender documents.
7. Financial Position :
(a) The Minimum Average Annual Turnover (MAAT) for the best Three years out of the last Five
Financial years MAAT should not be less than Rs 22.46 Crore (30% of the Annual cost (it shall be
taken on reducing basis of bid which are under consideration for award of work).
(b) Net worth for each of the last three financial years should be positive. Net worth means the sum total
of the paid up capital and free reserves (excluding reserves created out of revaluation) reduced by
aggregate value of accumulated loses (including debit balance in profit and loss account for current
year) and intangible assets. (*: Annual total income as incorporated in the Profit and Loss account
except the recurring income e.g. sale of fixed assets)
*: Audited balance sheet & certificate from auditor certifying that revenue is from Manpower/Computer
Operator outsource services shall be submitted separately. It must have UDIN No.
(c) Solvency:- the bidder should have a minimum solvency of 25% of annual estimated cost or credit
facility for the same from Nationalized/scheduled bank i.e. Rs. 5.61 Crore (it shall be taken on reducing
basis of
bid which are under consideration for award of work)
8. As evidence of meeting the above qualifying Requirement the intending Bidder(s) should submit the
following documents:
a. Attested Copies of work orders/Contract agreements along with a completion certificate stating the name
of work, date of commencement of work, date of 100% completion of work and the value of the work on
completion, issued by competent authority of the client.
b. Attested copies of notices/conviction order from the EPFO and ESIC. In case, there is no litigation, an
affidavit may be submitted stating no litigation.
c. Audited Profit and loss account and balance sheet for the last /preceding five financial years with UDIN
no.
d. Valid Labour License under the Contract Labour (Regulation & Abolition) Act, 1970 only.
e. Registration under Companies Act/Registered Partnership deed/Affidavit for/Company MOA/AOA/LLP.
f. Copy of PAN Card, EPF, ESI & GST Registration Number of company/LLP/Firm.
g. Undertaking for mandatory compliance of all statutory liabilities and other terms and conditions as
specified in bid document.
h. Submission of attested copy of Employee’s Compensation Insurance Policy (WC Policy) taken from any
of the IRDA recognized Insurance Company for such labours deployed. An affidavit on stamp paper of
Rs. 10/- have to be submitted compulsorily for providing suitable WC Policy before agreement in non ESI
covered areas in case WC Policy is not available at the time of submission of bid.
Page # 2
i. Certificate from the bank stating the financial capability/credit facility for the required solvency.
j. Undertaking on stamp paper of Rs. 100/- that firm is not backlisted/debarred from doing business from
Central/State Govt. PSU or Semi Government Department.
k. The Contractor will ensure that all its employees are covered under Employee State Insurance (ESIC)
Scheme and if in any circle/district ESIC Dispensary / Hospital is not located then Contractor needs to
cover its employees under Workmen’s Compensation Insurance Policy.
9. No joint venture shall be allowed for participation in bid.
10. Techno –commercial Evaluation Criteria
The techno-commercial evaluation shall be done as per the methodology given in Annexure-1 to Qualification
of Requirement.
(A) Methodology –The evaluation components, their weightages and their scale of assessment, etc. shall be
decided as per the table given below by the Purchaser/Service Recipient and would be binding on all bidders
under consideration.
S. Components for Techno-Commercial Score Document's
Criteria
No. Evaluation (Max.) Required
Overall experience for similar works in One mark per year of Work Order(s) and
Outsourcing of Manpower/Computer experience Performance
1 5
Operator across all sectors including Certificates
public sectors.
Experience in Outsourcing of
Manpower/Computer Operator in
Work Order(s) and
Central/State PSU(s)/ Government One mark per year of
2 10 Performance
Department(s) Generation, experience
Certificates
Transmission/ Distribution, serving in
the States of India in similar field
Highest, single award on per year
contract value out of all awarded
outsourcing contracts, in any one of the
Work Order(s) and
last 3 years, in any Central/ State PSU (s)
3 One Mark for Rs. One Crore 10 Performance
/Government Department (s), including
Certificates
Public Transmission/Generation/
Distribution serving in any states of
India.
Audited Balance Sheet
& certificate from
Rs 10.00- 15.00 cr :- 10 marks 35 auditor
Turnover from outsourcing of
15.00 – 20.00 cr : 20 marks certifying that the
4 Manpower/Computer Operator of last 3
20.00-30.00 cr: 30 marks revenue is from
years in similar field.
above 30.00 cr : 35 marks Manpower/Computer
Operator
Outsourcing Services
below 10.43 cr. – 0 marks
The bidder should have a solvency or
above 10.43 cr. – 20 marks Certificate from bank
5 credit facility from
20 in Prescribed format
Nationalized/scheduled bank
Average No. of personnel per month for One mark for 100 Personnel
6 whom Provident Fund deposited for the 20 Annual EPFO returns
financial year 2021-2022/2022-2023
7 Total 100
1.1 The Discom shall appoint an officer/employee designated as the Controlling Officer/Officer-incharge
who shall carry out the functions and obligations of the Discom under the Contract.
1.2 The Discom may from time to time appoint any other person as the Controlling Officer/ Officer in-
charge in place of the person previously so appointed, and shall give a notice of the name of such
other person to the Contractor without delay. The Discom shall take reasonable care to see that no
such appointment is made at such a time or in such a manner as to impede the progress of
works/services. The Controlling Officer/ Officer-in-charge shall represent and act for the Discom at
all times during the currency/validity of the Contract.
1.3 Any decision, instruction or approval given by the Controlling Officer /Officer-in-charge of
theDiscom to shall be binding on the Contractor.
1.4 All notices, instructions, orders, consents, certificates, approvals and all other communications
under the Contract shall be given by the Controlling Officer/ Officer-in-charge.
1.5 The Controlling Officer/ Officer-in-charge may authorize his representative(s) as site-in-charge for
the works/services.
2. Contractor’s Representative
2.1 The Contractor shall employ at least one competent representative (name, address, telephone
number, identity proof of the representative shall be communicated in writing to the Controlling
Officer/officer-in-charge by the Contractor) to supervise the works/services at each Circle. The
said representative, (or if more than one shall be employed, then one of such representatives), shall
be present whenever required and should be approachable in person or on phone at time and location
as specified by the Discom/ Service Recipient. Any written order or instruction which the
Controlling Officer/officer-in-charge or his duly authorised representative may give to the said
representative of the Contractor shall be deemed to have been given to the Contractor.
2.2 The Controlling Officer/officer-in-charge shall be at liberty to object to the presence of any
representative or person employed by the Contractor for execution of the Contract or otherwise
at the site, who in his/her opinion is found to have misconduct him-self/her-self or be incompetent or
negligent and the Contractor shall remove the person so objected to, upon receipt from the
Controlling Officer/ officer-in-charge a notice in writing requiring him to do so and shall provide
in his place a competent representative at the Contractor’s risk and expense.
19
4.2 The personnel deployed by the Contractor shall maintain the decorum and obey the instructions
of the officer-in-charge of the Discom for that particular work and place of duty. They must follow
the procedures of duty, performance and stipulated time guideline for working hours as set by the
officer-in-charge of the Discom from time to time.
4.3 It shall be accepted as an inseparable part of the Contract that in matters regarding competency,
efficiency, conduct and behaviour, the decision of the Officer-in-charge of the Discom shall be
final and binding on the Contractor in all such matters.
5. Safety Provisions
5.1 The Contractor shall arrange for the safety in its operation as prescribed by the Discom and all
safety protective equipment’s and tools are to be provided by the contrcator. It is the responsibility
of the Contractor to deal with any liability arising due to any injuries occurring to the Contractor‟s
staff during performance of duty. The Discom would not be liable to pay any compensation to the
injured employees of the Contractor under any circumstances.
5.2 In case the Contractor fails to make such arrangement, the authorized officer/staff of the Discom
shall be entitled to recover the costs thereof from the Contractor. The failure to comply with the
provisions of the Safety Rules and Regulations, if any, the Contractor shall without prejudice to
any other liability pay to the Discom a penalty amount, as determined by the competitive authority
of the Discom.
9. Subletting
9.1 The Contractor shall not sublet any activity or any part thereof under the Contract.
20
party and could not have been avoided if the affected party had taken reasonable care or complied
with prudent utility practices.
10.2 Act of God, including, but not limited to lightning, drought, fire and explosion (to the extent
originating from a source external to the site), earthquake, volcanic eruption, landslide, flood,
cyclone, typhoon, tempest, tornado, mutiny, civil commutation, riot, terrorist attack, strike (subject
to certification by Labour Commissioner), lock-out (subject to certification by Labour
Commissioner), exceptionally adverse weather conditions which are in excess of the statistical
measures for the last hundred (100) years, any act of war (whether declared or undeclared),
invasion, armed conflict or act of foreign enemy, blockade, embargo, direct or indirect political
events; or any event or circumstance of a nature analogous to any of the above.
10.3 A notification to this effect duly certified by statutory authorities shall be provided by the
Contractor to the Discom. The authority as decided by the Discom (including committee, etc.)
shall decide upon Force Majeure cases and the decision of such authority shall be final and
binding on Contractor/Contractor.
12. Arbitration
12.1 If any dispute, difference or controversy shall at any time arise between the Contractor on the
one hand and the UPPCL and the Engineer of the Contract on the other hand Contract, or as
the true construction, meaning and intent of any part or condition of the same or as to manner
of execution or as to the quality or description of or the payment for the same, or as to the true
intent, meaning, interpretation construction or effect of the clause of the contract specification
or drawing or any of them or as to anything to be, done committed or suffered in pursuance of
21
the contract or specification, or as in the mode of carrying the contract into effect or as to the
breach or alleged breach or as to obviating or compensation for the commission any of such
breach or as to any other matter or thing whatsoever connected with or arising out of the
contract, and whether before or during the progress or after the completion of the contract such
question, difference or dispute shall be referred for adjudication to the UPPCL or any other
person nominated by him on this behalf and his decision on writing shall be final binding and
conclusive. This submission shall be deemed to be a submission to arbitration modification
thereof. The arbitrator may from time to time with consent of the parties, enlarge the time for
making and publishing the award.
12.2 Upon every or any such reference, the costs of an incidental to the reference and award
respectively shall be at the discretion of the arbitrator, who shall be competent to determine the
amount thereof or direct the same to be taxed as between solicitor and client or as between
party and party and to direct by whom in what manner the same shall be borne and paid.
12.3 Work under the contractor shall, if reasonable, continue during the arbitration proceedings and
no payment due or payable by the corporation shall be withheld on account of such proceeding.
In case of refusal/neglect by such nominee UPPCL may nominate another person in his place.
13. Jurisdiction
13.1 Any dispute or difference, arising under, out of, or in connection with Tender/ Contract order shall
be subject to exclusive jurisdiction at Lucknow Bench of Allahabad High Court only.
14. Blacklisting
14.1 In case(s) of severe default(s) by the Contractor (including but not limited to relevant clause of this
section), the process of blacklisting or debarring of Contractor and recoveries (if any) thereof may
be undertaken by the Discom if deemed necessary.
15. Taxes
15.1 The Contractor shall be responsible for payment of all taxes duties statuary/local levies arising as
as result of commercial transactions under this Contract such GST etc. Discom shall not be
responsible for any tax related liability in any manner whatsoever.
15.2 During the Contract period, the Contractor shall deposit GST and other applicable taxes at prevailing
rates as per Government of India guidelines including during extended period if any.
15.3 If any tax exemptions, reductions, allowances, or privileges may be available to the Contractor,
the Discom shall use its best endeavors to enable the Contractor to benefit from any such tax
savings to the maximum allowable extent.
15.4 The statutory deduction of taxes and duties at source, related to these works and services, shall be
done by the Discom and tax deduction certificate shall be issued to the Contractor wherever
applicable as per law.
15.5 For the purpose of the Contract it is agreed that the Contract value shall include all taxes (including)
but not limited to GST or any other similar tax/duty/Cess/surcharge/levy by whatever name called
under applicable tax laws as on the last date of bid submission) for supplies to be made or
services to be performed under the contracts in their quoted bid price. The Discom shall not be bear
any separate liability over and above the contract price for payment of taxes.
15.6 If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is
abolished, or any change in interpretation or application of any Tax occurs in the course of the
performance of Contract, which directly impacts tax liability of Contractor in performance of this
Contract, an equitable adjustment of the Contract value shall be made to take into account any
suchchange by addition to the Contract value or deduction there from, as the case may be.
22
15.7 The contractor shall declare its GST registration number. Any liability arising out of GST
implication shall be borne and responsibility of the Discom.
16.1 Events of default any of the following events shall constitute an “Event of Default”. The
occurrence of any “Event of Default” shall lead to consequences as brought out in Clause:-
16.2 If the Contractor fails to deliver services as per time schedule in the Scope of Work.
16.3 If the Contractor unlawfully repudiates the Contract or has otherwise expressed an intention not to
be bound by the contract.
16.4 If the Contractor does not make timely payment of salaries to the deployed labour.
16.5 If the Contractor does not make the mandatory payments like EPF, ESIC and others liabilities if
any.
16.6 If it comes to the Discom’s notice that the Contractor is indulged in forging documents and
submitting forged documents of EPF Challan sheet, ESIC receipt of personnel deployed by it
16.8 If the Contractor fails to make payment of any amount payable to the Discom, as and when the
same becomes due.
16.9 If the Contractor fails to provide, renew or replenish the payment security and / or contract
performance guarantee.
16.10 If the Contractor fails to fulfil any of the directions or orders of the or
16.11 comply with the requirement of the electricity laws or other laws in relation to bid area.
16.12 If the Contractor has made any false or misleading representation or warranty.
16.13 If the Contractor transfers, otherwise then pursuant to contract, any material or property of the
Discom.
If at any stage during the period of the Contract any case involving moral turpitude is instituted in a
court of law against the Contractor or his employees.
The Discom shall be entitled to terminate the Contract without assigning any reason thereof at
any time of the Discom’s convenience, by issuing an “Order for Termination” to the Contractor.
The termination shall take effect on 30th day of issuance of “Order of Termination”, or such
extended period (over and above 30 days) as may be decided by the Discom.
The Discom shall be entitled to terminate the Contract due to change any Government /
The termination shall take effect on 30th day of issuance of “Order of Termination”, or such
extended period (over and above 30 days) as may be decided by the Discom.
16.17 Effect of Termination (Either upon default or for convenience or Change in Management /
Government Policy)
• Upon serving the “Order for Termination”, the Discom shall have rights to step-in and
takeover the operations. The Contractor shall be obliged to co-operate with Discom and provide
all necessary support, data, documents, information, etc. which may be required by the Purchase
23
for successful takeover of the operations and continuum of the services. However, during
transition period the Contractor shall continue to provide such services, as may be required
by the Discom for smooth take-over of operations.
• If the contract has been terminated on occurrence of “Event of Default” as defined in Clause
20.1.The Contract Performance Guarantee submitted by the Contractor shall be invoked on
or after the effective date of “Termination of the Contract” and amount so realized shall be
forfeited by the Discom, as a reasonable pre-estimate of the losses which have occurred to
the Discom due to non-performance of the Contractor.
• If the contract has been terminated on convenience as per Clause 20.3, the Discom shall
have rights to recover any amount payable by Contractor to the Discom from the Contract
Performance Guarantee.
• The Discom unconditionally reserve the rights to claim from the Contractor, any cost, expenses
or loss that may be incurred by reasons of breach of terms and conditions of the contract.
• The Discom shall not be liable for payment of any compensation, whether in contract or tort or
otherwise, towards the Contractor or any third party, upon termination of the contract.
• Upon termination of the contract, the Contractor shall immediately:-
a) Remove it’s manpower deployed on performance of services pertaining to the Contract;
b) cease all further work, except for such work as the Discom may specify in the “Order for
Termination” for the sole purpose of protecting that part of the facilities already executed, or
any work required to leave the site in a clean and safe condition;
c) removeall Contractor’s equipment from the site, repatriate the Contractor’s and its
subcontractors‟ personnel from the site, remove from the site any wreckage, rubbish and debris of
any kind, and leave the whole of the Site in a clean and safe condition; and
d) deliver to the Discom the parts of the facilities executed by the Contractor up to the date of
termination
e) to the extent legally possible, assign to the Discom all right, title and benefit of the Contractor
to the facilities as of the date of termination, and, as may be required by the Discom, in any
subcontracts concluded between the Contractor and its Subcontractors; and
f) Deliver to the Discom all non-proprietary drawings, specifications and other documents
prepared by the Contractor or its Subcontractors as at the date of termination in connection
with the facilities.
g) The Discom shall have the rights to recover from the Contractor any loss or damage occurred
to the property/ items/ materials/ equipment etc. of the Discom, due to any act of Contractor
or its personnel.
17. Corrupt or Fraudulent Practice(s)
17.1 The Discom requires that the bidders observe the highest standard of ethics during the
procurement and execution of the Contract(s).
17.2 In pursuance of this policy, the Discom defines, for the purposes of this provision the terms set
forth below as follows:
• Corrupt practice” means the offering, giving, receiving or soliciting of anything of value
to influence the action of an official/employee involved in the procurement process or in
execution of the Contract.
24
establish bid prices at artificial non-competitive levels and to deprive the Discom of the
benefits of free and open competition.
• The Discom will reject a bid or cancel the Contract if already placed, if it determines that
the bidder recommended for Award or on whom the Contract/Award has already been
placed has engaged in corrupt or fraudulent practices in competing for the Contract/Award
in question.
• The Discom may declare a bidder ineligible for issue of Contract/Award, either
indefinitely or for a stated period of time, if it any time determines that the bidder has
engaged in corrupt or fraudulent practices in competing for or in executing an earlier
Contract of the Discom
18. Miscellaneous
In case, any penalty is imposed by the regulator/ government/ any other judiciary or compensation
thereof, as decided by the concerned authority, on the Discom related to services/ scope of work as per
this Bid document, then the same shall be passed on to the Contractor.
25