TENDER DOCUMENT FOR OUT SOURCING OF BIO MEDICAL WASTE MANAGEMENT OF THE M.K.C.G MEDICAL COLLEGE & HOSPITAL, BRAHMAPUR

Similar documents
Terms of Reference(ToR) for Outsourcing of Biomedical Waste Management Services, DHH Kendrapara

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Notice Inviting Tender.

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

NOTICE INVITING TENDERS

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

Persons to clean the institute including washrooms

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, UNIT-III, KHARVELA NAGAR, BHUBANESWAR , ODISHA. TENDER CALL NOTICE

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD

TENDER PAPER FOR SUPPLY OF CHAIN LINK MESH TO NANDANKANAN ZOOLOGICAL PARK Year of Tender: FORM A-(TECHNICAL).

Central Vigilance Commission Satarkta Bhawan, GPO Complex, Block A New Delhi File No.30/03/15-Admn (Pt) Date: 17/12/2016

TENDER SPECIFICATION FOR TENDER CALL NOTICE NO.TENDER/02/15-16

LIMITED TENDER NOTICE

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

TENDER PAPER FOR OPERATING BOATING FACILITY AT STATE BOTANICAL GARDEN IN NANDANKANAN ZOOLOGICAL PARK. FORM- A (TECHNICAL BID)

TENDER FORM. Tender Enquiry No. IISERBpr/IWD/ /17 Date: Last date for receipt of Quotation/Tender:

Tender Notice for security services

F. No. 22(7)/NBB/Security/2019 Dated :

Central University of Orissa

Sports Authority of India, Sports Training Centre, Dharamshala.

NOTICE INVITING TENDER

Part A TECHNICAL BID (To be returned duly signed on all pages)

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

INDIAN MARITIME UNIVERSITY

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

GOVERNMENT OF ANDHRA PRADESH OUTSOURCING SERVICES TO THE APMSIDC

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

NIT No: Civil/IMSc/11/2015

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

CUTTACK DEVELOPMENT AUTHORITY

Automation of Winding Drawings for Power Transformer

TENDER ADVERTISEMENT DISTRICT HEADQUARTER HOSPITAL, SAMBALPUR

Employees State Insurance Corporation Hospital, Manesar

GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI (A

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

NOTICE FOR INVITING TENDERS FOR HIRING OF VEHICLES IN CUSTOMS, CENTRAL EXCISE & SERVICE TAX, WARDHA COMMISSIONERATE, NAGPUR FOR THE YEAR

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

Administration of Dadra and Nagar Haveli,U.T. (Revenue Department) Silvassa. No.RD/Sub-Jail/Out Sources-Sweeper/Part-II/2015/2412 Dated- 10 /08/2015

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

Sd/- Medical Superintendent E.S.I.C. Hospital Sarojini Nagar Lucknow. No.T/302/S.C.-ESICH/Lko/ Dt Tender Document fee

OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR

Terms & Conditions of Tender for Security Services

NOTICE INVITING TENDER FOR HIRING OF VEHICLES

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

NIT NO: 25/OMC/ MAT/16 Dated: NOTICE INVITING TENDER SUPPLY OF BIO METRIC ATTENDANCE SYSTEMS FOR OMC LTD.

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

File No. A-12034/1/2011-Adm.III Government of India Planning Commission TENDER NOTICE

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

TENDER NOTICE. Sub: Quotation for annual contract for Horticulture work in DGCA.

700 Books ( Vol-1 of 350 books with 350 pages and Vol-2 of 350 books with 350 pages )

TENDER DOCUMENT SECURITY CONTRACT

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

INDIAN INSTITUTE OF MANAGEMENT INDORE PRABANDH SHIKHAR, RAU-PITHAMPUR ROAD, INDORE PHONE: / ; FAX:

TENDER DOCUMENT TENDER FOR SUPPLY OF MANPOWER. (Highly-skilled, Skilled, Semi-skilled and Un-skilled), Watch & Ward Services

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

Software Technology Parks of India Tender document for disposal of Scrap at STPI Patna TENDER DOCUMENT

ORISSA HIGH COURT; CUTTACK

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla

TENDER DOCUMENTS FOR SELECTION OF MANPOWER SERVICE PROVIDER FOR OMSM F.Y:

Office of the Dean Student Welfare G. B. Pant University of Agri. & Tech. Pantnagar Distt. Udham Singh Nagar, PIN (Uttarakhand)

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER FOR HIRING OF VEHICLES

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. HOUSE KEEPING in

TENDER DOCUMENT FOR SUPPLY INSTALLATION AND COMMISSIONING OF WIND- SOLAR HYBRID SYSTEMS IN THE STATE OF ODISHA

Tender enquiry for supply of seeds of Taiwan Red- Lady-786 Gyno-dioecious variety of papaya.

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

ORISSA STATE CIVIL SUPPLIES CORPORATION LTD. (A STATE GOVERNMENT UNDERTAKING) C/2, NAYAPALLI, BHUBANESWAR-12

REGIONAL OFFICER. Page 1 of 11

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

No. DMHS/DD/Security Guard/ /7604 Date:11/09/2017. e-tender (Online) Invitation Notice

DIRECTOR, CAPITAL HOSPITAL, BHUBANESWAR

PEC LIMITED (A Government of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI Tel: Fax:

GJ/RPFC/BRD/ADMN-II/File (77)/Vol.II/13 Date: 25/04/2017 TENDER NOTIFICATION

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

OSMANIA UNIVERSITY HYDERABAD , INDIA

Transcription:

OFFICE OF THE DEAN & PRINCIPAL, MKCG MEDICAL COLLEGE, BRAHMAPUR, ODISHA Tel: (0680) 2292746, Fax No.2292809 prin E mail: prin_mkcgmcberhampur@yahoo.com, mkcgmc.bam@gmail.com TENDER DOCUMENT FOR OUT SOURCING OF BIO MEDICAL WASTE MANAGEMENT OF THE M.K.C.G MEDICAL COLLEGE & HOSPITAL, BRAHMAPUR Price: Rs.2000.00 + VAT @ 5%=Rs.2100/ (Those who download the tender document from Website www.ganjam.nic.in should enclose a DD for Rs. 2100 towards cost of tender paper) Last Date for submission of tender is 10 06 2013 BY SPEED POST/REGD. POST ONLY 1

TENDER PAPER (BIOMEDICAL WASTE MANAGEMENT OF MKCG MEDICAL COLLEGE & HOSPITAL, BERHAMPUR) Terms & Condition The tender has been invited under two bid system i.e. Technical Bid and Financial Bid. The interested Service Provider are advised to submit two separate sealed envelopes super scribing "Technical Bid for Providing Biomedical Waste Management Services to MKCG Medical College, Hospital, Berhampur" and "Financial Bid for Providing Biomedical Waste Management Services to MKCG Medical College, Hospital, Berhampur". Both sealed envelopes should be kept in a separate third sealed envelope super scribing "Tender for Providing Biomedical Waste Management Services to MKCG Medical College, Hospital Berhampur. Sl No Information with Documents Particulars 1 Valid labour license issued by concerned Dist. Labour Officer. 2 Valid Registration number and date of Voluntary organization / society /firm 3 Valid Pollution control board licence/approval 4 Valid EPF Registration number & date 5 Valid ESI Registration number and date 6 PAN number of the organization 7 Proof regarding their financial stability (Bank statement from 2010-11 to 2012-13) 8 Bye-law of the organization / Firm 9 Service tax registration number 10 Experience certificate on providing service in Biomedical Waste management 11 EMD (refundable) Rs. 20000/- (Rupees twenty thousand) only shall be enclosed in the tender paper in shape of Demand Draft in favour of Dean & Principal, M.K.C.G Medical College, Berhampur payable at the State Bank of India, Medical Campus Branch, Berhampur 2

For Outsourcing Agents for BMW Management in MKCG Medical College & Hospital of Berhampur, Ganjam Odisha: 1. All the workers engaged by the outsourcing agent shall have uniform with the logo of the Agency. 2. All staffs of the organization shall bear photo identity cards during the period of work, which shall be duly signed by the Superintendent of the Hospital and representative of the Organization. 3. The Outsourcing Agent shall furnish the List of Staff (above 18 years of age only) with Proof of Identity and address to the Superintendent after finalization of the Outsourcing of services. 4. All the personnel to be engaged by the Organization/Agency should be covered under the statutory Government regulations framed from time to time. 5. The concerned authority of the Hospital may request the Tenderer/Agency to withdraw any of their workers from the Hospital without assigning any reasons, with 24 hours prior intimation. 6. The Tenderer/Agency will abide by all the rules and regulation relating to labour laws, accident, workmen compensation act, Workmen Insurance, ESI, PF etc. This will be the sole responsibility of the Tenderer/Agency. The authority will not be a party at any stage to any kind of dispute arises relating to the above. 7. Any damage/pilferage to the Hospital property due to mishandling, carelessness of the contractor/agency or his workmen will be recoverable form the Agency s bill and all materials issued to the contractor shall be his sole responsibility during the entire period of the contract. 8. The service provider should depute qualified and dedicated staff (trained in the field of Bio Medical Waste management) to manage the Bio-Medical Waste Management activity in the Hospital and will coordinate in executing the same with the Bio-Medical Waste management committee of the Hospital and be responsible for supervision of the work. The Service Provider should preferably engage a Bio Medical Engineer for supervision of equipment. 9. All the employees will have to be covered under insurance against any personal accidents/health hazards and the Hospital authority will not liable for payment of any compensation on that account. 10. During execution of work, the contractor should follow all standard norms of safety measures/precautions to avoid accidents/damages to men, machine and building etc. On nonperformance to this clause suitable fine/penalty as decided by the Authority will be imposed. 11. Generator of the Bio-Medical Waste is responsible for providing segregated waste to the Contractor/Agency. The Doctors/Pharmacists/ Staff Nurses as well as Sweepers at designated places will be directly held responsible for segregation of Bio-Medical Waste. The wastes shall be segregated as per the provisions of the BMW (H&M) Rules 1998. The Contractor/Agency shall report about the non segregated waste to the prescribed authority. The points of segregation will be handled by the agency. The designated colour bags will be put in respective coloured bins and lifted from time to time after they become two third full. Bags are to be closed by tying a string and taken to the plant site for disposal. Each bag shall be labeled as per the Schedule III & IV of the BMW (H&M) Rules 1998. The coloured containers shall be strong enough to withstand any possible damage that may occur during loading, transportation or unloading of such containers. These containers shall also be labeled as per the Schedule - III of the rules. Sharps shall be collected in PPC. The person responsible for collection of Bio-Medical Waste shall also carry a register with him to maintain the record such as name of the generation point, type and quantity of 3

waste received, signature of the authorized person (I/C sister of the ward), day and time of collection, etc. 12. The collection and transportation of Bio-Medical Waste shall be carried out in a manner so as to avoid any possible hazard to human health and environment. The timing of collection of the waste will be preferably before 8.00 AM daily. The Bio-Medical Waste collected in Polybags shall be transported to the CBWTF in a fully covered vehicle. Such vehicle shall be dedicated for transportation of Bio- Medical Waste only and provided by the Agency. The contractor shall collect the Bio-Medical Waste from the outside Hospitals in a specified container and the respective Hospitals shall pay the requisite fee (i.e. Rs. 3.80 per Km travelled) for the service, besides the rate approved for management of Bio-Medical Waste. 13. The Contractor/Outsourcing Agent shall maintain all the records related to Bio-Medical Waste Management of all the units. Daily records shall be maintained for the waste accepted and treated waste removed from the site. This record shall include the following minimum details. Waste Accepted: waste collection date, name of the health care unit, waste category as per the rules, quantity of the waste, vehicle number and receiving date (at site). Treated waste removed: Date, treated waste type, quantity, vehicle number and location of disposal. Log Book: A log book shall be maintained for each treatment equipment installed at the site and shall include the following: o The weight of each batch. o The categories of waste as per the rules. o The time, date and duration of each treatment cycle and total hours of operation. o The complete details of all operational parameters during each cycle Site Records: Site records shall include the following: o Details of constriction or engineering works. o Maintenance schedule, breakdowns/trouble shootings and remedial action. o Emergencies o Incidents of unacceptable waste received and the action taken thereof. o Details of site inspections by the officials of the regulatory agency and necessary action on the observations. o Daily, monthly and annual summery records of all the above shall be maintained and made available at the site for inspection whenever required by an authorized officer of regulatory agency. 14. After the allotment of the work, the said contractors shall have it sign an MOU with the concerned authority regarding the detail scope of services to be executed. (Annexure-A) 15. The said contract will work for maximum period of one year from the date of agreement. During this period if at any stage of time, the Hospital Authority finds noncompliance of the assigned work, the said contractor will be served with a notice period of one month and if still non compliance is there, he said contract will be cancelled and new party will be assigned with the said services. 4

16. After allotment of the order, the Outsourcing agent shall execute the service within 15 days of the issue of letter. 17. The Outsourcing agent has to sign an Memorandum of Understanding (MOU) with the concerned Dean & Principal/Authority within one month of issue of valid orders. 18. The Outsourcing Agent has to submit a Physical Status Report for the concerned Hospital within one month of issue of Order to the DMET (O) through proper channel as the case may be. 19. Besides, the Outsourcing agent has to submit Monthly Progress Report/Status report duly signed by the Dean & Principal//Superintendent/Hospital Manager with remarks to the Dean & Principal/DMET (O) as the case may be without fail. Three consecutive Adverse Remarks may be treated as automotive cancellation of the Contract and the same work may be allotted to another agency. 20. The Outsourcing Agents shall be under the Administrative Control of the Dean & Principal and the work will be supervised by the Hospital Managers. 21. The number of workers to be engaged by the Outsourcing Agency is (To be mentioned by the Tenderer) for the existing 1062 Beds, subject to increase of further Beds in near future. PENALTY 22. In case of deficiencies in providing quality service, the authority will have the right to impose penalty as per decision of the Committee which shall be deducted from the monthly bill. FINANCIAL 23. The Technical Bid should be accompanied with an Earnest Money deposit (EMD), refundable without interest, of Rs20,000/- (Rupees twenty thousand) only in the form of Demand Draft / Pay Order drawn in favour of Dean & Principal, M.K.C.G. Medical College, Berhampur(Gm), Orissa 760 004 failing which the tender shall be rejected out rightly 24. The Earnest Money Deposit in respect of the agencies which do not qualify the Technical Bid (First Stage) / Financial Bid (Second competitive stage) shall be returned to them without any interest. In case of successful tenderer if the agency fails to deploy the required manpower against the initial requirement within 30 days from date of placing the order the EMD shall stand forfeited without giving any further notice. 25. The successful tenderer will have to deposit a Security amount of Rs.2,00,000/- (Rupees two lakh) only in the form of Fixed Deposit Receipt (FDR) made in the name of the agency but hypothecated to the Dean & Principal, M.K.C.G. Medical College, Berhampur(Gm), Orissa 760 004, covering the period of contract. In case, the contract is further extended beyond the initial period, the FDR will have to be accordingly renewed by the successful tenderer. N.B All documents submitted shall be consecutively numbered having signature with official seal of the authorized signatory on each page and total number of pages shall be mentioned on the top sheet duly authenticated by the authorized signatory. In case the tender document is signed by the authorized signatory, a copy of the Power of Attorney/Authorization may be enclosed along with the tender for consideration. 5

APPLICATION FORM FOR UNDERTAKING BMW OUT SOURCING SERVICES Name of the Agency Address with Phone Number Status of the Agency (Attach supporting documents) Number of employees on roll Working experience in the related field (if any ) specify Implementation Plan (Document to be enclosed) Indicators of achievement Date: Place: Authorized Signatory 6

FORMAT FOR TECHNICAL BID FOR OUTSOURCING OF BIO MEDICAL WASTE SERVICE Name and Address of the Organization/ Agency : Sl. No. Criteria Particular submitted 1. Organizational Constitution- Proof of registration 2. Years of Experiences 3. Staffs: Skilled Unskilled: 4. No. of Assignments: Finished: Current Assignments in Hand 5. Pollution control board licence/approval 6. Valid Labour licence 7. Tin allotted certificate 8. Income/solvency proof of last 2 yearsaudited bank statement/p&l report etc. 9. Pan Card 10. VAT clearance certificate 11. Documents in support of experience 12. Documents in support of handling BMW equipments. 13 EMD Rs. 5000/- (Five thousand) only ** Please attach supporting documents for the above requirements. Date: Place: Authorized Signatory 7

FORMAT FOR FINANCIAL BID FOR OUTSOURCING OF BIO MEDICAL WASTE SERVICE Name and Address if the Organization/ Agency Sl. Criteria No. 1. Charges per bed per day MKCG Medical College, Berhampur. Including Poly bags. Particulars in India Rupees 2. Charges per bed per day other Healthcare facilities. 3. CMC/AMC cost of the follow equipment : 1. Incinerator 2. Shredder 3. Microwave 4. Autoclave Date: Place: Authorized Signatory 8

ANNEXURE A Memorandum of understanding between outsourcing Agent for BMW Management and Dean & Principal, M.K.C.G. Medical College & Hospital, Berhampur. This MOU is signed on between Dean & Principal, M.K.C.G. Medical College & Hospital, Berhampur Orissa hereinafter called as Purchaser/1 st party. AND M/s is herein after called outsourced service provider/2 nd party. NOW THE MOU WITNESSTH AS FOLLOWS: A. MOU PERIOD (One year starting from the date of execution of MOU) During this period if at any stage of time, the 1 st party finds non compliance of the assigned work, the 2 nd party will be served with a notice period of one months and if still non compliance is there, the said contract will be canceled and new party will be assigned with the task. B. TERMS OF PAYMENT The 1 st party shall pay Rs. per bed/day including cost of polybags to the 2 nd party. C. GENERAL TERMS AND CONDITIONS i. All the workers engaged by the 2nd party shall have uniform. ii. All staffs of the 2nd party shall bear photo identity card during the period of work, which shall be duly signed by the 1st party & 2nd party. iii. The out sourcing agent (2nd party) shall furnish the list of staff (above 18 years of age only) with proof identify and address to the 1st party after allotment of service. 9

iv. All the personnel to be engaged by the 2 nd party shall be covered under the statutory government regulation framed from time to time. v. 1 st party may request the 2 nd party to withdraw any of his workers from the Hospital without assigning any reasons, with 24 hours of prior intimation. vi. The contractor (2 nd party) will abide by all the rules and regulation relating to labour laws, accident workmen compensation act, workmen insurance, ESI, PF, etc. this will be the sole responsibility of the 2 nd party. 1 st party will not be a part at any stage to any kind of dispute relating to the above. In case any liability arises due to non performance by the 2 nd party, under no circumstances, the 1 st party shall be liable for the same. vii. Any damage/ pilferage to the hospital property due to mishandling, carelessness of the 2 nd party or his workmen will be recoverable form the contractor s (2 nd party) bill and all materials issued to the 2 nd party shall be his sole responsibility during the period of contract. viii. The contractor (2 nd party) should depute a qualified and dedicated staff (trained in the field of BMW) to manage the waste management activity in the hospital and will co ordinate in executing the same with the waste management committee of the hospital and be responsible for supervision of the work. The Service Provider should preferably engage a Bio Medical Engineer for supervision of equipment. ix. All the employees of 2 nd party shall be covered under insurance against any personal accidents and the 1 st party will not be liable for payment of any compensation on that account. x. During execution of work, the 2 nd party shall follow all standard norms of safety measures. Precautions to avoid accidents/ damages to men, machines and buildings etc. On non performance to this clause suitable fines as decided by the 1 st party will be imposed. D. SEGREGATION. COLLECTION. TRANSPORTATION AND TREATMENT OF WASTE i. Generator of the bio medical waste (1 st party) is responsible for providing segregated waste to the 2 nd party. The doctors/pharmacists/ staff nurses as well as sweepers at designated place will be directly held responsible for segregation of bio medical wastes. The wastes shall be segregated as per the provisions of the BMW (H&W) rules 1998. The 2 nd party shall report about the non segregated waste to the prescribed authority (1 st party) Temporary storage at health care shall be designated colored containers with cover. Each bag shall be labeled as per the schedule III & IV of the BMW (H&W) Rules1998. The coloured containers shall be strong enough to with stand any possible damage during loading transportation or unloading of such containers. Theses containers shall also be labeled as per schedule III of the rules. Sharps shall be collected in PPC. The person responsible for collection of Bio medical waste (2 nd party) shall also carry a register with him to maintain the records such as name of the generation point, type and quantity of waste received, signature of the authorized person (I/C sister of the ward) day and time of collection etc. ii. The collection and transportation of Bio medical waste shall be carried out in a manner so as to avoid any possible hazard to human health and environment. The timing of collection of the waste will be preferable before 8.00 A.M. daily. iii. The Bio Medical Waste collected in poly bags shall be transported to the Common Bio medical Waste Treatment Facility (CBWTF) in a fully covered vehicle. Such vehicle shall be dedicated for transportation of Bio Medical waste only. 10

iv. The 2 nd party shall collect the bio medical waste from the outside hospitals in a specified container and the respective hospitals shall pay the requisite fee (i.e. Rs. 3.80 per k.m traveled) for the service besides the rate provided for management of Bio medical waste. E. RECORD MANAGEMENT AND MAINTENANCE OF LOG BOOK. i. The 2 nd party shall maintain all the records related to bio medical waste management of all the units. Daily records shall be maintained for the waste accepted and treated waste removed from the site. This record shall include the following minimum details. ii. Waste accepted : Waste collection date, name of the health care unit, waste category as per rules, quantity of the waste category as per rules, quantity of waste, vehicle number and receiving date (at site). Treated waste removed : Date, treated waste type, quantity, vehicle No. and location of disposal. iii. Log Book : A log book shall be maintained for each treatment equipment installed at the site and shall include the following : The weight of each batch. The categories of waste as per rules. The time date and duration of each treatment cycle and total hours of operation. The complete details of all operational parameters during each cycle. Site records: site records shall include the following : Details of construction of engineering work. Maintenance schedule, breakdowns/ trouble shootings and remedial actions. Emergencies. Incidents of unacceptable waste received and the action taken. Details of site inspection by the officials of the regulatory agency and necessary action on the observations. Daily. Monthly and annual summary records of all the above shall be maintained and made available at the site for the inspection whenever required by authorized officer of regulatory agency. F. ELECTRICITY AND WATER SUPPLY 1 st party shall provided water and electricity free of cost for operation of plant during treatment of waste. However 2 nd party will use these judiciously and will ensure that there is no wastage. G. EXECUTION OF WORK After allotment of the order, the outsourcing agent shall execute the service within 15 days of issue of letter. H. SUBMISSION OF STATUS REPORT i. The 2nd party shall submit a physical status report for the hospital within one month of issue of order to DMET (O). ii. Besides the 2nd party shall submit the monthly progress report/status report duly signed by the Superintendent/ Hospital Manger with remarks to the DMET(O) without fall. Three consecutive adverse remarks may be treated as cancellation of the contract and the same work may be allotted to another agency. 11

I. ADMINISTRATIVE CONTROL The 2 nd party shall be under the administrative control of the 1 st party (Dean & Principal). The work will be supervised by the Hospital Manager of the Hospital. J. ENGAGEMENT OF STAFFS The number of workers to be engaged by the 2 nd party is... /.. Beds. To be mentioned by the Tenderer K. IN WITNESSES WHEREOF The parties here to have caused this MOU to be executed in accordance with Indian law the day and the year first above written. L. Any matter not covered by this agreement will be mutually settled by the parties to this agreement. In case of disputes between the parties the decision of the Secretary to Govt. Health and Family Welfare Deptt. Odisha, Bhubaneswar will be final and binding or the disputes may be settled by a remittal Arbitrator chosen by the parties. M. In case of any dispute arising between the parties cases have to be filed only within the jurisdiction of Berhampur within the State of Odisha. N. After signing of Agreement the 2 nd party who has applied for clearance from State Pollution Control Board will have to submit the same on due course. Signed, sealed and delivered by the service provider (Name & Address), M/S Signed, sealed and delivered Delivered by the purchaser, (1 st Party) Dean & Principal, M.K.C.G. MCH, Berhampur Authorized signatory Witness: (Name & Address) 1. Hospital Manager: 2. Project Officer (BMW) : 12