E-mail- ID - esic.nic.in 12 General Instruction All the documents submitted self attested photocopy...

44
1 F.No:-799/21/AMC/7/2017/CONST/FPS&FDA Date: 29-01-2018 E-Tender Notice Dean, ESIC Medical College & Hospital, Sanathnagar, Hyderabad Invites sealed Tender from reputed agencies under two bid systems for Non-Comprehensive Annual Maintenance Contract of Fire Fighting, Fire Alarm Works & Refilling of Fire Extinguisher at ESIC Medical College & Hospital, Sanathnagar, Hyderabad for a period of one year. Sl. Name of Work Estimated Cost Cost of Earnest Money Deposit(4%) Cost of Performance Security Money Period of Contract/ Tender No. in Rupees 1 Non Comprehensive Annual Maintenance Contract of Fire Fighting ,Fire Alarm Works & Refilling of Fire Extinguishers At ESIC Medical College & Hospital, Sanathnagar, Hyderabad. 5% of contract value Rs. Rs. Twelve 12,50,000 50,000 Months (12) The site of above said work will be, ESIC Medical College & Hospital, Sanathnagar, Hyderabad. Sd/- Dean ESIC Medical College & Hospital, Sanathnagar, Hyderabad. (Telangana) Employees’ State Insurance Corporation Medical College and Hospital Sanathnagar, Hyderabad-38. (Ministry of Labour and Employment, Govt. of India) Telangana-500038. Tel/Fax: 040-23701096, 23814852 E-mail- ID:[email protected];[email protected]

Transcript of E-mail- ID - esic.nic.in 12 General Instruction All the documents submitted self attested photocopy...

1

F.No:-799/21/AMC/7/2017/CONST/FPS&FDA Date: 29-01-2018

E-Tender Notice

Dean, ESIC Medical College & Hospital, Sanathnagar, Hyderabad Invites sealed Tender

from reputed agencies under two bid systems for Non-Comprehensive Annual Maintenance

Contract of Fire Fighting, Fire Alarm Works & Refilling of Fire Extinguisher at ESIC Medical

College & Hospital, Sanathnagar, Hyderabad for a period of one year.

Sl. Name of Work

Estimated Cost

Cost of Earnest Money

Deposit(4%)

Cost of Performance

Security Money

Period of Contract/

Tender No. in Rupees

1 Non Comprehensive Annual Maintenance Contract of Fire Fighting ,Fire Alarm Works & Refilling of Fire Extinguishers At ESIC Medical College & Hospital, Sanathnagar, Hyderabad.

5% of contract value

Rs. Rs. Twelve 12,50,000 50,000 Months

(12)

The site of above said work will be, ESIC Medical College & Hospital, Sanathnagar, Hyderabad.

Sd/-

Dean

ESIC Medical College & Hospital,

Sanathnagar, Hyderabad.

(Telangana)

Employees’ State Insurance Corporation Medical College and Hospital Sanathnagar, Hyderabad-38.

(Ministry of Labour and Employment, Govt. of India) Telangana-500038.

Tel/Fax: 040-23701096, 23814852

E-mail- ID:[email protected];[email protected]

2

F.No:-799/21/AMC/7/2017/CONST/FPS&FDA Date: 29-01-2018

Important Instructions for Bidders regarding Online Payment

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E- Tenders.

Bidders should get registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer Tools Internet Options Security Trusted Sites Sites of Internet Explorer:

https://esictenders.eproc.in

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer Tools Internet Options Advanced Tab Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or

Net Banking for participating in the Tender.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Employees’ State Insurance Corporation Medical College and Hospital Sanathnagar, Hyderabad-38.

(Ministry of Labour and Employment, Govt. of India) Telangana-500038.

Tel/Fax: 040-23701096, 23814852

E-mail- ID:[email protected];[email protected]

3

F.No:-799/21/AMC/7/2017/CONST/FPS&FDA 29-01-2018

ANNEXTURE-A

NOTICE INVITING TENDER

Sealed tenders under two bid systems are invited from the eligible contractors for providing services listed under scope of work in the bid document. The details of which are as follows:-

Sl. Description Details No

1 Name of work:- Non-Comprehensive Annual Maintenance Contract of Fire Fighting , Fire Alarm Works & Refilling of Fire Extinguisher. 2 Estimated Cost: - Rs. 12,50,000/- and GST Extra. 3 Period of Contract: - Twelve Months (12) and it may be extended for one year after satisfactory service On same terms and conditions. 4 Earnest Money Rs.50,000/- (Rupees Twenty Thousand only) to be deposited along with tender, Deposit: - through Demand Draft favoring ESI Fund A/C No. 1, payable at, Hyderabad. Bids Received without EMD will not be considered and will be summarily rejected. 5 Cost of Tender: - Not Applicable.

6 Date of submission of Tender: -

Up to 4:00 pm on 21/02/2018 in the tender box kept in the Office of Medical Superintendent ESIC Medical College & Hospital, Sanathnagar (Telangana). 7 Date of opening of Tender: The tenders shall be opened in the presence of the tenderers who chose to be present on 22/02/2018 at 11:00 AM in the conference room ESIC Medical College &

Hospital, Sanathnagar. In case, 22/02/2018 is declared a public holiday, tenders shall be received & opened as per above schedule on next working day. 8 Tender Document:- Tender documents containing terms & conditions can be obtained from online

portal https://esictenders.eproc.in during round of clock w.e.f. 31/01/2018 to 21/02/2018.The tender document can also be seen from the website www.esic.nic.in

and https://esictenders.eproc.in

11 Documents to be submitted in proof of Minimum Eligibility Criteria:-

(a) EMD in the form of Bank Draft for Rs.50,000 /- (b) Bid document has been download from the website, Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid document.

(c) Copy of PAN Certificate, (d) Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc. as the case may be,

Employees’ State Insurance Corporation Medical College and Hospital Sanathnagar, Hyderabad-38.

(Ministry of Labour and Employment, Govt. of India) Telangana-500038.

Tel/Fax: 040-23701096, 23814852

E-mail- ID:[email protected];[email protected]

4

(e) Copy of Income Tax Return for last 3- Financial Years, (f) Copy of Income Balance Sheet and P & L Account for last 3-Financial Years (g) Copy of Goods Service Tax (GST) Certificate, (h) Sealed, Signed & Separate Technical Bid Form, (Hard Copy too) (i) Sealed, Signed & Separate Price/Financial Bid Form, (Hard Copy too)

(j) Filled Format I to VIII by agency, (k) Experience certificate of similar work / Agreement / Work Order, (l) Satisfactory Certificate of similar nature of work, (m) ESI Certificate (n) EPF Certificate (o)License under the CPWD/State PWD/PSUs./Fire Dept./Others for AMC/CAMC/Construction works of Fire detection/suppressing/prevention works/

related electrical works (p) Undertaking on Rs. 100/- stamp paper for the Agency / Firm is never debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India. (q) Annual Turnover of company which is stamped by Charted Accountant

10 Technical Eligibility Criteria (i) Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following.

(a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost.

Or (b) Two similar completed works costing not less than the amount equal to 60% of the estimated cost.

Or (c) One similar completed works costing not less than the amount

equal to 80% of the estimated cost.

(ii) The tenderer should have a minimum of three years experience in CAMC/AMC

works of Fire Fighting & Fire Alarm works services in a reputed Firm or Company

or Establishment or government departments.

(iii) Preference will be given to registered license agencies having experience

in the field of CAMC/AMC works/ Construction of Fire fighting & fire suppression

works/Related work nature at CPWD/ State Govt. PWD/ Semi Govt./ Autonomous

Bodies/ PSUs/ MES/ Fire Dept.)

(iv) Experience of having satisfactory successfully completed similar works such as

AMC Works, Documentary proof for above shall be produced along with

the technical bid.

Documentary proof for above shall be produced along with the offer, failure of

which the offer may be disqualified.

5

12 General Instruction All the documents submitted self attested photocopy not any cutting along with the bid must be legible and signed and stamped by authorized signatory, otherwise the bid is likely to be rejected. Agency / Firm already debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India need not apply & will be summarily rejected during the black listed / debarred period.

9

Scope of Work

The scope of work mainly consists of job of safety, fire prevention & protection, fire fighting and schedule & general maintenance of safety equipment & fire fighting facilities installed at ESIC Medical College & Hospital, Sanathnagar.

The Contractor is required to perform the Non-Comprehensive maintenance contract of Fire Fighting & Fire Alarm Works along with Refilling of

Fire Extinguisher works with complete finishing as per guideline of manufacturer

norms & maintenance jobs shall be carried out as per instruction of Engineer – in

charge given to the contractor supervisor/ personnel.

13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 90 days.

14 Performance Security The bidder shall furnish performance security to the purchaser for an amount Money equal to 5% of contract value by Demand Draft/Bank of Guarantee in favour of “ESI

Fund A/C. No – 1”, Payable at Hyderabad.

The performance security can be encashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.

15 Annual Turnover The average Annual turnover of the agency must be more than than Rs. 20.00 Lakh (Rupees Twenty Lakh only) during previaous financial years viz. 2014-15, 2015-16 and 2016-17.

16 Pre Bid Meeting Pre bid meeting will be held on 07/02/2018 at 11:00am. Tenderers are advised to send their queries to [email protected] before pre bid meeting.

Sd/-

Dean

ESIC Medical College & Hospital, Sanathnagar (Telangana).

6

ANNEXTURE-B-I

SCOPE OF WORK

1. The bidder/agency which is selected after tender process will have to undertake Repair/Maintenance

(Planned Preventive Maintenance) of the Fire Alarm System & Fire Fighting System on regularly monthly

basis.

2.Break downs, if any, shall be attended by the agency within 24 hours of lodging of complaints.

3.The agency shall always keep the Fire System/Pump Room site neat and clean.

4. All materials provided by the agency should be either BIS certified or should be certified by the agency

Designated for the purpose by appropriate Government.

5.Whenever the agency sends any person (Technician/Engineer) to attend the complaint/rectification,

such person shall sign in a log book maintained for office records.

6.Electrical Engineers/Fire Officer should be available at site whenever required.

7. Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff

by the contractor

8.All Tools, Plants, and equipments to carry out the Fire work at site are to be provided by the

Contractor free of cost.

9. The agency shall depute their supervisor in working site to meet Medical

Superintendent/Deputy Medical Superintendent/ Deputy Director/Assistant Director/OS/ESIC Engineer

– in charge/Care Taker for any official purpose.

10. All materials or any part(s) of Fire system which are required to remove any deficiency or defect in the

Functioning of Fire system shall be provided by the agency, for which payment will be made by the ESIC

against valid bills along with proof of supply of such material. The requirement of material if any should be

approved by ENGINEER IN-CHARGE of ESIC.

11. All materials or any part(s) of Fire system which is required to be replaced shall be from the same

Manufacturer/ supplier who has provided the original equipments/parts.

12. The agency shall undertake the maintenance of Pump Room Diesel Generators Set at

least once in a quarter.

13. The agency shall do the Fire Mock Drill of Fire System at least once in a Quarter.

14. The agency shall also train the housekeeping & maintenance staff deployed for firefighting job, in

addition to this the agency shall provide training to Staff & Officers of ESIC Medical College & Hospital,

Sanathnagar, and Hyderabad..

15. The agency shall ensure that Fire Department provides the NOC/Renewal of Fire system to the

Medical College & Hospital.

16. Monthly inspection of the entire extinguisher including checking their tubes, discharge, hose pipes,

nozzle, clamp etc. checking of weight for loss of mass in gas type extinguisher and to keep a record of the

same.

7

17. To ensure proper operation & maintenance of safety and firefighting equipment installed and carry

out the fire fighting/ rescue operation in case of fire or accident inside the complex area.

18. Service report and register must be got signed after every service by the engineer in charge

designated by the ESIC for such purpose.

19. To perform any additional special tests as required by the local fire codes.

20. Report any incidence of breakout of fire in the form of fire record to PCRA (Petroleum Conservation

Research Association).

21. To organize and impart training to the occupants of building in First Aid, Fire fighting, using Fire

Extinguisher and building evacuation during emergency situation.

22. Call fire brigade in case of break out of Fire and provide assistance to fire service/Fire Fighters in case

of breakout of Fire.

23. Fire Extinguisher (Co2 Type, ABC Type, and Foam Type):-

AMC also covers refilling of Extinguishers (annually or if used before of expiring/empty).

Pressure is at recommended level or not.

Nozzle, Pipe or other discharging paths are not hindered in any way.

The pin & tamper seal are intact.

Check full weight (Quarterly basis).

Shaking of dry powder type to prevent powder from setting /packing.

Certification of all types of fire extinguisher following its inspection, maintenance/refilling etc.

To arrange for proper placement of extinguisher after inspection/ maintenance/ refilling and/ or

subsequent to its use during fire drills/demonstration etc.

To maintain record/history card of inspection and maintenance done on each extinguisher.

24. Fire Hydrant:

Fire water network including hydrants and water monitors.

Monthly discharges test from at least one external hydrant and one internal hydrant (Preferably

from top floor or terrace) by attaching single length of fire hose, with nozzle to check automatic

starting of pump with hydrant operation.

25. Hydrant Wet Riser System:

Visual /Physical Check:- weekly to check washers, couplings, valve logo wheel check nuts etc.

monthly visual check of Hose/Hose Box for any damage rot/rust etc. Monthly hose reel by actual

actuation.

Pump / Jockey Pump:- Weekly physical check/ greasing of nipples.

8

Automatic start: - Monthly check to test automatic start of Jockey Pump at present pressure and

auto stop of Jockey Pump at present pressure.

26. Pumps and Control:

Starter contacts cleaning twice a month.

Insulation resistance test of pump, motor circuit etc.

Any other inspection as contained in manufacturers’ literature for pumps & controls.

27. Fire detector and alarm:

Monthly visual check of each detector.

Quarterly cleaning of smoke /heat detector (removal of dirt, if any)

Quarterly actuation of smoke detector by turn – at least one detector in each floor to be

subjected to test.

Circuit test/panel test for fault and fire condition every month, for fault test and every quarter

for fire condition.

Manual test of public address system.

28. Fire Detection, Suppression & Protection System

Fire Detection, Suppression & Protection System comprise of fire alarm system, smoke

detectors, fire extinguishers, sprinklers, wet riser system with fire hydrants (at each floor &

around the building on the ground floor), fire doors, fire evacuation plan with signage, fire

escape etc. and these are provided in the buildings as per extant provisions of National Building

Code (NBC) & Local Bye Laws so that the building is free from any fire hazard.

Proper maintenance of all electro - mechanical installations in the building is an essential part of

fire safety precautions as such these should be checked, inspected and tested periodically in

accordance with relevant extant provisions of BIS / NBC / CPWD specifications to ensure their

full functionality and operational readiness at all times.

Prominent display of the following relevant information at strategic locations is indispensible

from fire safety considerations :

External board (preferably illuminated) to indicate fire pump room.

Painted boards in fire pump room and control room, indicating telephone numbers and

names of engineers, nearest Fire brigade station, nearest Medical College & Hospital etc.

Marking of fire lift at each landing and also the floor numbers and of locations of main

switchgear / substation for ready identification.

Locations of internal hydrants by illuminated sign boards, if the same are not readily

identifiable from the main lobby areas.

9

Painted board at each floor lobby indicating important instructions and fire escape

to the occupants as part of full proof evacuation plan in the event of fire in the building.

Proper upkeep of maintenance records is very important. Log books are to be maintained to

record the log readings such as pressure, current, voltage, operating (testing) periods etc.

Maintenance register should indicate actual compliance to the maintenance schedule item

wise. Major repairs or replacements should be recorded in the history book for future

referencing.

Note the belt size, lubricant oil brand name and grade and similar particulars of other such

consumables in the front page of maintenance register for engine and pumps so as to ensure

that only the materials of proper quality is used in maintenance.

Batteries have certain limited life (3 or 4 years) and it also depends on the usage and rates of

charging / discharging etc. The voltage readings give a fair indication in this regard. Check with

manufacturer concerned before deciding on replacement.

Certain periodicities have to be finalized for various maintenance activities on components like

fire detectors, control panels, hydrants etc. In order to achieve compliance to these prescribed

periodicities, each of these components may be divided into convenient numbers to carry out

the respective activities. For example, if all control panels are to be cleaned weekly and there

are 10 such panels, 2 panels may be cleaned every day in sequential order so that all the 10

panels are cleaned once a week. This should be programmed in advance to avoid inconvenience.

Every maintenance operation involving operation of sounders in the building should be done

after displaying notice in advance to the occupants so as to avoid panic during testing.

Daily routine checks

Keep the pump room dry as wet flooring may turn slippery, invite growth of mosquitoes and

cause an unhealthy environment.

Clean the pump room. Wipe out dirt from external surface of equipment & ensure that the

approach to pump room and ventilation openings in pump room are free.

Where a priming tank is provided, it should be ensured that it is full.

Check to ensure that the selector in control panel is in AUTO mode.

Record the readings of voltage of supply, battery voltage at engine and at control panel and

pressure of water in the system at pump room and at the top most floor. Record also the

current if any electric motor is run.

Observe whether there is any external sign of leakage in internal piping network and damage to

yard hydrants and attend to the same immediately so as to pressure drop in the system.

10

Weekly checks of fire pump room

The starting and stopping of pressurization pump should be checked through operation of the

test valve (so that water flows back to the pump). Record the pressure reading of both the

operations to ensure that generated pressure in the system is in order.

While conducting the above said test check, the pumps should be run one by one for 5 minutes

each and any abnormality such as excessive noise & vibration, burning smell from cable end,

warming of bearing surface etc. should be observed for taking remedial actions .

Check the alarm systems in the pump room.

Check the level of electrolyte in the battery of the engine and top up with distilled water as

necessary. Check also its specific gravity. If the battery needs charging (as can be judged by the

cell voltage) arrange for its charging early and also examine whether trickle charger is defective.

Weekly checks of Wet Riser components:

Clean the Internal hydrant points at all floors. See that these spaces are not misused for

dumping rubbish or for storage.

Look for damages to or pilferages of components including the front glass cover of door and

attend as required.

Look for leakages in the piping system within the building. Attend as required for example bolts

at joints may need tightening, gasket at joints may need replacement etc.

Visually inspect the roof tank and pump for down comer (if provided) for any defects to take

timely actions.

Monthly checks on engine and pumps:

Check engine radiator for air restriction if any and clean the same if required. Check the

condition of drive belts, hose and radiator cap.

Clean the battery terminals and apply grease to prevent corrosion. Check specific gravity of the

Electrolyte.

Check the exhaust system for leakage, corrosion and vibration. See whether the exhaust smoke

is not very dark.

Check that there are no restrictions to air flow in air cleaner. Check that oil heater is functional.

Check also the water level in the static tank. Check coupling with pumps for any sign of fatigue.

Lubricate bearings of motors and pumps as required. Check the gland seal in pumps for

11

Leakages and tighten as necessary.

Auto operation of wet riser

All hydrants, internal and external, should be operated to check the operational readiness of the

system. For this purpose, open the hydrant valve of one hydrant at a time and stop the pump

after 1 or 2 minutes of operation. Take due precaution to see that there is no flooding of areas

within the building during testing. Water should be directed towards drains.

While checking the internal hydrants, verify the free turning of fire hose reel. Lubricate if

necessary.

Six monthly checks on system components

Roll out the hose pipes in an open space and test for leakage by filling with water. After the test,

wash the hose and suspend free from an upper floor vertically in shade (not sunshine) so as to

drain and dry evenly. When fully dry inside and outside, brush the external surface and roll up

evenly with the female coupling end at the centre so that roll out for fire fighting operation is

quick without twisting. Alternatively the hose may be folded at mid length and rolled up evenly

from the fold so that both the male and female couplings will be on the periphery.

Check the integrity of all gate valves, in the pump room, internal and external hydrants and

elsewhere in the wet riser/ sprinkler system. Lubricate if required.

Clean the sprinkler heads externally and also the sprinkler bulbs carefully to make them free

from dirt. See that the sprinkler heads are correctly repositioned after cleaning.

Look for corrosion of metallic surfaces including GI components used for earthing system. Clean

up and treat the corroded surfaces with appropriate anti-corrosive paint.

Inspect the electrical control panel and starters to see that all power/control contacts are clean,

all terminations are sound and all fuses are intact.

Inspect all cable end terminations in the fire protection system, including control cables and

tighten as required.

Check and change filters of diesel oil, engine oil, coolant and air cleaner element of the engine

after checking total hours of operation vis–a-vis manufacturer’s recommendation.

Annual checks

Drain out static tank, clean and fill up with fresh water. If there is no sedimentation, algae etc.

12

found, this can be done once in 2 years also.

Flush out the entire piping network in sprinkler system and check that the pipes are clear.

Charge the system again.

Check condition of strainer, foot valve (where provided), suction line hardware etc.

Check pump shaft alignment, and condition of anti-vibration mountings for all the pump sets

(i.e. with their drives).

Paint all external MS surfaces, machine base plates, hydrants (not the couplers), pipes, supports

etc. Take care to see that the sprinkler bulbs and spray outlets are not painted up, check also

display boards installed for fire safety at strategic locations.

Inspect the fuel tank for any sedimentation. Clean up if required.

Conduct Megger test on all cabling, mains and control wiring motors and earth test. (Earth test

is to be done in summer and Megger test during monsoon).

Replace the engine oil as per hours of operation and recommendation of the manufacturer.

Weekly inspection of Fire Alarm System (FAS)

Clean all the control panels, sounders and call boxes.

While cleaning each panel, verify whether any fault indication lamp is on. If it is on with or

without an alarm, investigate and rectify the fault.

Check whether all panel lamps are regulated by the “panel lamp test button” in each panel.

Check that the system operates under mains failure condition by switching of the mains supply

to the C & I panel and testing any zone for fault / fire condition from the zonal panel. Confirm

also that the audio visual alarm comes up in the C & I panel. Restore mains supply after the

test.

Log all the panel instruments in C & I panel.

Maintenance free Battery should be used preferably.

Check on control panel operation

All Zonal (sector) panels and C & I panel should be checked once a month.

Repeater panels if any should also be checked once a month.

To check to confirm and ensure that the operation of the system in each zone through the test

button in zonal (sector) panel is happening. The check should confirm initiation of audio visual

indication in the zonal (sector) panel concerned and in the C & I panel and also in relevant

13

sounders.

Check the talk back system from both ends and also PA system of C & I panel.

Check that the Air-conditioning / ventilation blowers are automatically switched off when fire

condition is simulated by the Test button in the zonal (sector) panel. It is likely the A/C system is

not interconnected with the fire alarm system in many installations. Get the interconnection done for all such (sector) panel at the earliest to avoid hazard. Page

Check the battery condition from the log book readings of voltage. Check the charger, if there is

any problem. Check battery terminal and replace old grease with fresh grease to prevent

corrosion. Consult manufacturer for replacement after 3 to 4 years of battery life.

Six monthly checks on Fire Alarm System (FAS)

All fire detectors should be cleaned. Do not blow in heavily into the detector. Use a proper

suction device. Never leave a detector base without replacement of the detector. Restore the

zonal panel, if it was switched off for this cleaning operation.

Check the satisfactory operation of the system by an artificial fire in a bucket; keep required

extinguishers before this test as precaution.

Do Megger test for the wiring of FAS.

Check on associated items

Check all fire exit lights for satisfactory operation. Clean / replace lamps as may be necessary.

Check whether the fire lift is operational and the Fireman’s switch is intact.

Inspect the building to ensure that the following are complied with :

There is no temporary wiring in the building.

There are no joints in the supply cord for window type AC units or office equipment.

There is no bare wiring (without metallic conduit or channel cover) over the flooring.

Heaters are not used in record rooms.

The space in front of SDBs and other distribution switch boards is kept free.

See if the system of switching of supply to the building in the evenings (off) and mornings (on) is

being followed strictly as fixed in consultation with user departments.

In single occupancy buildings, have a joint inspection of the installation with the authorized

officer of the client department.

Dean

ESIC Medical College & Hospital,

Sanathnagar,

Hyderabad. (Telangana)

14

PLANTS/EQUIPMENT DETAILS

ANNEXTURE-B-II

S.No Description of Item Unit Quantity

1 2 3 4 FIRE SUPRESSION SYSTEM 1 first aid fire hose reel wall mounting swinging type fitted with 36.5 M

x 20 mm dia high pressure RUBBER hose to IS: with 5 mm outlet gunmetal nozzle with shut off valve (IS:884-1969). Each 216.00

2 63 mm dia 15 M long rubberized fabric lined hose including gunmetal male and female instantaneous type coupling approved by fire authority, machine wound with G.I. wire complete in all respects hose to IS:636 type II and coupling to IS:903-1975 with ISI certification.

Each 476.00

3 standard short size gunmetal branch pipe with gunmetal nozzle 16 mm NB outlet with standard instantaneous type 63 mm dia coupling.

Each 238.00

4 gunmetal collecting head with 63 mm dia instantaneous type inlet and 150/100 mm dia flangfed outlet with built in check valve for fire brigade connection to fire tank and fire risers (IS:904-1965) including 16 guage thick M.S. sheet enclosure stocve enamelled with 8 mm thick glass

Two way Each 19.00

Four way Each 1.00

5 single acting air valve with screwed inlet 25 mm dia. Each 49.00

6 Providing gunmetal fire hydrant valve 80 mm inlet, single outlet with

control and fitted with 63 mm dia instantaneous female coupling complete with blank cap and chain (Inlet flanged to IS: 5290) Each 238.00

15

7 fire hose cabinet fabricated from 16 gauge M.S. Sheet with single or double glazed front door (with 4 mm thick glass) and locking arrangement, painted fire red with stove enamelled paint "FIRE HOSE" written on front including necessary supports approximate size.

b) 900 x 600 x 300 mm deep Each 22.00

8 C.I. butterfly valves to IS:13095 with operating lever, bolts, nuts, washers and companion flanges complete.

a) 65 mm dia Each 1.00

b) 80 mm dia Each 8.00

c) 100 mm dia Each 103.00

d) 150 mm dia Each 150.00

e) 200 mm dia Gear operate Each 6.00

f) 250 mm dia Gear operate Each 2.00

9 C.I. Wafer type flanged non-return valves with bolts, nuts, washers & companion flanges complete.

a) 80 mm dia Each 1.00

b) 100 mm dia Each 32.00

c) 150 mm dia Each 63.00

10 dial type pressure gauge with isolation cock and pipe at hydrant station & sprinkler line.

a) Dia diameter 100 mm calibration 0-8 Kg. Each 45.00

11 CO2 type fire extinguishers with steel cylinder with a discharge valve and conforming to IS:2878-1976. Extinguishers shall be painted with red enamel paint and fixed to wall with brackets capacity 4.5 Kg. Each 216.00

12 water CO2 gas fire extinguishers with steel cylinder with a discharge valve and conforming to IS:940. Extinguishers shall be painted with red enamel paint and fixed to wall with brackets capacity 9 litre. Each 216.00

16

13 ABC powder type fire extinguisher suitable for inverted operation and fabricated from 1.6 mm M.S. sheet internally protected with anticorrosive treatment and hydraulically tested to a pressure of 25 Kg/Sqcm. Extinguishers externally painted with red enamel and fixed to wall with brackets complete with internal charge and spanner (Conforming to IS:13849 capacity 5 Kg.). Each 216.00

14 gunmetal or brass suction strainer of approved design.

a)250mm dia Each 2.00

15 resilient rubber neoprene lined style arch vibration eliminators suitable for raw water up to 45 deg. C. temperature working pressure up to 8 Kg/Sqcm

a)80mm dia Each 1.00

b)100mm dia Each 41.00

c)150mm dia Each 5.00

d)200mm dia Each 5.00

16 Main pumps (Fire & Sprinkler) 1450 RPM

Capacity 2850 lpm

Head 80m

HP 90

(Kirloskar model DSM 125-40 or approved equivalent) Each 4.00

17 Fire jockey pump (1450 RPM)

Capacity 180 lpm

Head 80m

HP 20

(Kirloskar model CF 55-3 or approved equivalent) Each 1.00

18 centrifugal horizontal pumping set with mechanical seal CI body and

bronze impeller connected by means of a flexible love joy coupling with coupling guards to a diesel engine mounted on a common structural base plate with anti-vibration pads complete with electric panel, battery (including one spare battery), automatic starting arrangements, exhaust pipe of 6m length to discharge outside the building with muffler, 200 litres capacity day oil tank mounted on suitable structural supports complete in all respects as per specifications ready for use including 1:2:4 PCC foundation.

17

Engine : Kirloskar model 6 R 1080 T or approved equivalent.

BHP : 127

Pump capacity : 2850 lpm at 80 m head

(Kirloskar model DSM 125-40 (1450 RPM)or approved equivalent) Each 1.00

19 double flanged vertical air vessel fabricated from 10mm thick MS plate with dished ends 450mm dia and 2m high common for fire and jockey pump complete with three pressure switches to operate jockey, main and diesel engine driven pumps at drop of pressure as given in the specifications.

(Test pressure 10 Kg/Sqcm.) Each 1.00

20 INCOMING

a) 1 No. 200 amps TPN switch fuse unit with HRC fuses complete.

b) 1 No. Tape wound 250/5 class 1.0 15 VA Burden CT for ammeter.

c) 1 No. square flush mounting 0-250/5A amps scaled ammeter with three way and OFF selector switch.

d) 1 No. square flush mounting 0-500 volts scaled voltmeter with three

way and OFF selector switch.

e) Three phase indicating lights with 2A SP Control MCS's.

21 BUSBAR

Electrolytic high conductivity three phase and neutral bus bar rated at 250 amps having a current density of 1 amp per Sqmm suitable to with stand symmetrical fault level of 25 MVA at 415 volts.

22 OUTGOING UNITS

a) 1 No. 200 amps TPN switch fuse unit with HRC fuses for main fire pump motor of 75 HP.

b) 1 No. 100 amps TPN switch fuse unit with 50 amps HRC fuses for jockey fire pump of 15 HP each.

c) 1 No 25 amps TPN switch fuse unit with HRC fuses for supply to annunciation panel for diesel engine driven pump.

d) 1 No. fully automatic Star-delta starters (Type - II Co-ordination) with push buttons and ON/OFF indicating lights.

e) 1 No. fully automatic DOL starter (Type - II Co-ordination) with push buttons and ON/OFF indicating lights.

18

f) 1 Nos. square flush mounting 0-150 amps scaled ammeter with three way and OFF selector switch & tape wound 150/5 class 1.0, 5 VA Burden CT.

g) 1 No. square flush mounting 0-50 amps scaled ammeter with three way and OFF selector switch 50/5 Class 1.0, 5VA Buren Tape wound CT's.

h) 2 Nos. rotary selector switches for auto/manual/off operation.

i) 2 Nos. single phasing preventing relays of appropriate rating type VSPD2 (Minilec)

23 The motor control panel with colour coded wires with identification labels complete in all respects as required.

Each 4.00

24 15 mm gunmetal quartzoid bulb, sprinkler heads suitable for 68 deg. C.

a) Pendent & Upright Sprinklers Each 11875.00

b) Side wall type (Extended throw) Each 60.00

25 flow indicating switch excluding wiring on sprinkler pipes. Set 80.00

26 installation valve with turbine type automatic alarm to be connected with control valve drain and test valve as per specification complete.

a) 150 mm dia Each 2.00

27

gun metal gate valve with CI wheel of approved quality (screwed end).

25mm nominal bore Each 385.00

28 Providing & fixing modular construction Master Control Panel with provision for 78 working zones and 10 spare zones. The panel shall have but not limited to the following arrangement:

a) Indicate Of zone fire

b) Indication of zone fault

c) Fire/Fault hooter

d) Alarm cancel for fire/fault

e) Battery for emergency

f) Facility for connecting to Master

Control Panel Each 1.00

19

29 horizontal/vertical monobloc centrifugal pumping set with mechanical seal, C.I. volute and bronze impeller connected to a TEFC induction motor suitable for 400/44 volts, 3 phase, 50 cycles A.C. supply with 150 mm dia pressure gauge with gunmetal isolation cock, vibration eliminating pads for fire pump at terrace level including motor control panel at terrace level and remote push button for OFF/ON operation in Fire Control Room. (Fire pump on terrace)

Capacity 900 lpm

Head 32 m

HP 10 Each 20.00

FIRE DETECTION & ALARM SYSTEM 1. FAPT/851: FLASHSCAN ACCLIMATE PLUS LOW PROFILE MULTI

SENSOR DETECTOR Each 1846

2. B/501UL : PLUG IN DETECTOR BOX Each 2988

3. FST/851R : LOW PROFILE INTELLIGENT PHOTOELECTRIC SENSOR, REMOTE LIST CAPABLE.

Each 1142

4. FCM/1 :FLASH SCAN NAC CONTROL MODULE Each 110

5. FMM/1 : FLASH SCAN MONITOR MODULE Each 159

6. ISO/X : ISOLATOR MODULE Each 146

7. FRM/1 : FLASH SCAN RELAY MODULE Each 110

8. FZM/1 : FLASH SCAN TWO WIRE DETECTOR MONITOR MODULE Each 15

9. AMPS-24E: POWER SUPPLY Each 9

10. BMP-1 : BLANK MODULE FOR UNUSED MODULE POSITIONS Each 18

11. BP2-4 : BATTERY PLATE Each 9

12. CHS-4L : LOW PROFILE FOUR-POSITION CHASIS, MOUNTS TWO AA-30 AMPLIFIERS

Each 2

13. CHS-M3 : MOUNTING CHASIS FOR CPU2-3030. Each 9

14. CPU2-3030D : PROCESSOR Each 9

15. DP-1B : BLANK DRESS PANEL, PROVIDES DEAD-FRONT PANEL FOR UNUSED TIERS

Each 2

16. DP-DISP: DRESS PANEL FOR TOP ROW IN CABINET WITH CPU-2 3030D INSTALLED

Each 9

17. LCM-320: LOOP CONTROL MODULE Each 24

18. LEM-320 : LOOP EXPANDER MODULE.EXPANDS EACH LCM USED ON THE 3030

:Each 24

19. NCM-W : STANDARD NETWORK COMMUNICATIONS MODULE Each 9

20

20. SBB-A4 Each 7

21. SBB-B4 Each 2

22. M500-K+ Each 186

Dean,

ESIC Medical College & Hospital, Sanathnagar,

Hyderabad (Telangana)

21

INSTRUCTION TO THE TENDERERS ANNEXTURE-C

1. Tender form shall be completed in all respect. Incomplete tender or tenders without E.M.D shall be

treated as invalid.

2. Last date of submission of tenders is……………..

3. Date and time of opening of tender is………………

4. Each and every page of the tender documents should bear the stamp and signature of the authorized

representative/quoting firm. Format I to IX enclosed shall be filled without exception.

5. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in

rates, the rates written in words shall prevail.

6. The envelope containing tender document shall be sealed and bear the name of work and the name

and address of the tenderer.

7. The work site that is Medical College & Hospital can be visited on any working day during office hours

by contacting

Administrative Officer/Engineers / Care Taker/ PMD Branch in order to have Idea of Work.

8. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders

without assigning any reason whatsoever.

9. Conditional tenders are liable to be rejected.

10. The tender for the work shall remain open for acceptance for a period of sixty days (60) from the

date of opening of tender.

11. These instructions shall form a part of the contract document.

12. The EMD of unsuccessful tenderers shall be refunded within one week after the award of work to

the successful tenderer.

13. Financial Bid: The financial bid of the tenderers, who qualified in the technical bid, will be opened

in the presence of only those successful tenderers, who choose to attend the opening of financial bid.

Minimum six day notice will be given to tenderers for this purpose.

14. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who

reserves its right to accept or reject any or all the proposals without assigning any reason whatsoever.

(ii) Upon evaluation of offers the notification on award of contract will be intimated to the successful

tenderer.

15. Duly filled Tender Document shall be deposited by hand delivery in the Tender Box kept in Admin

Block on or before ……………………….. at following address:

O/O Medical Superintendent, ESIC Medical College & Hospital Sanathnagar, Hyderabad., (Telangana)

16. The contract with the agency which does not provide proof of payment of statutory dues will be

terminated right away by giving one month’s written notice.

17. Delayed /late tenders for whatever is the reason will summarily be rejected.

22

ANNEXTURE-C-I

OTHER INSTRUCTIONS

1. DEFINITIONS:

(a) "The Purchaser" means the Employees’ State Insurance Corporation, Medical College & Hospital, Sanathnagar, Hyderabad. (ESIC).

(b) "The Bidder” or “Tenderer" means the individual or firm who participates in this tender and submits its bid.

(c) "The Supplier" means the individual or firm supplying the goods under the contract.

(d) "The Goods" means all the stores and/or materials, which the Supplier may require to supply to the Purchaser under the contract if necessary.

(e) "The Advance Purchase Order" means the intention of Purchaser to place the Purchase Order on the bidder.

(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the

Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as “Contract" appearing in the document.

(g) "The Contract Price" means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations.

2. COST OF BIDDING:

The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser,

will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the

bidding process.

3. BID FORM:

The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied if required, a brief description of the goods and quantity.

4. BID DOCUMENTS:

The goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include:

(a) Notice Inviting Tender (as per Annexure A)

(b) Scope of Work (as per Annexure B - I)

(c) Equipments Details (as per Annexure B - II)

(d) Instructions to Bidders (as per Annexure C)

(e) General (Commercial) Conditions of the Contract (as per Annexure D)

(f) Special Conditions of Contracts (as per Annexure E)

(g) Details of Tenderers (Format- I)

23

(h) Experience of Companies (Format- II)

(i) Declaration Form (Format- III)

(j) Undertaking (Format- IV)

(k) Check list and order in which the documents are to be submitted for Bid (Format- V)

(k) Details of Existing Contract (Format- VI)

(m) Letter of Authorization for attending bid opening (Format- VII) (n) Certificate of Non-Participation of near Relatives in the tender (Format- VIII)

(o) Form of Performance Security Bank Guarantee Bond (Format- IX)

(p) Financial Bids (Part- B)

The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents.

Failure to furnish all information required as per the Bid Documents or submission of bids not

substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result

in rejection of the bid.

5. CLARIFICATION OF BID DOCUMENTS:

A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in

writing or by Fax at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser

shall respond in writing to any request for clarification of the Bid Documents, which it receives not later

than 2 days prior to the date for the submission of bids. Copies of the query (without identifying the

source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received

the bid documents.

Any clarification issued by ESIC Medical College & Hospital, Sanathnagar, Hyderabad. in response to

query raised by prospective bidders shall form an integral part of bid document and it may amount to an

amendment of relevant clauses of bid document. A copy of such clarification may be enclosed along

with bid document for ready reference.

6. AMENDMENT OF BID DOCUMENTS:

At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective Bidder, modify the bid

documents by amendments.

The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on the

address intimated at the time of purchase of bid document from the purchaser and these amendments

will be binding on them.

In order to afford prospective bidders reasonable time in which to take the amendments into account in

preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids

suitably.

7. BID PRICES:

7.1 The bidder shall give the total composite price inclusive of all levies and taxes (inclusive of GST ). The offer shall be firm and in Indian Rupees. No foreign exchange will be made available by the purchaser.

24

7.2 Prices indicated on the Price Schedule shall be entered in the following manner:

(i) The bidder shall quote only one price for AMC Work.

Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are inclusive of taxes and taxes shall not be paid separately.

The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 90 days.

“DISCOUNT”, if any, offered by the bidders shall not be considered unless they are specifically indicated

in the price schedule. Bidders desiring to offer discount shall therefore modify their offers, suitably while

quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into

account.

The price approved by the ESIC Medical College & Hospital, Sanathnagar, Hyderabad. for procurement

will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in para 7.1

above. Break up in various heads like Custom duty, Excise duty, Goods & Sales Tax, Insurance freight and

other taxes paid/payable as per clause 7.2 is for the information of the purchaser and any changes in the

taxes shall have no effect on the price during the scheduled delivery period.

8. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS:

The documentary evidence in conformity with the Bid Documents may be in the form of literature and

data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical specifications

and commercial conditions demonstrating substantial responsiveness to the Technical Specification and

commercial conditions in the form of signing & stamping all the pages of the original bid document by

the authorized person/persons. In Case of deviations a statement of deviations and exceptions to the

provision of the Technical Specifications and commercial conditions shall be given by the bidder. A bid

without clause-by- clause compliance shall not be considered. The goods offered must have ability to

meet the technical specifications. Necessary document to substantiate this shall have to be submitted

along with the offer by the supplier.

9. FORMATS AND SIGNING OF BID

The copy of the Bid shall be typed or printed and all the pages numbered consecutively and shall be

signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to the

contract. The letter of authorization shall be accompanied with written power-of-attorney. All pages of

the original bid shall be signed and stamped by the person or persons authorized for signing the bid. The

bids submitted shall be sealed properly.

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors

25

made by the bidder in which case such corrections shall be signed by the person or persons authorized

for signing the bid.

10. SUBMISSION OF BIDS

SEALING AND MARKING OF BIDS: The bidder shall submit sealed bid in bigger envelop and bear the

name “Tender for- (1) AMC works for Fire Fighting , Fire Alarm System & Refilling of Fire

Extinguisher at ESIC Medical College & Hospital Sanathnagar, Hyderabad.

(a) the sealed envelope shall be addressed to the Purchaser at the following address:

To

The Dean,

ESIC Medical College & Hospital,

Sanathnagar, Hyderabad-500038

(Telangana State)

(b) All the envelope shall bear the Tender name, the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).

(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared ‘late’ or rejected.

(d) Tender may be sent by Registered Post/ Speed Post/ Courier or delivered in person. The responsibility for ensuring that the tenders are delivered in time would rest with the bidder.

11. LATE BIDS:

Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser pursuant to, shall be rejected and returned unopened to the bidder.

12. MODIFICATION AND WITHDRAWAL OF BIDS:

The bidder may modify or withdraw his bid after submission provided that the written notice of the

modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission

of bids.

The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched as required in the case of bid submission in accordance with the provision of clause 12.

A withdrawal notice may also be sent by telex/Fax but followed by a signed confirmation copy by post not later than the deadline for submission of bids.

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

26

13. OPENING OF BIDS:

The purchaser shall open bids in the presence of bidders or their authorized representatives who chose

to attend on opening date and time. The bidder’s representatives, who are present, shall sign in an

attendance register. Authority letter to this effect shall be submitted by the representative before they

are allowed to participate in bid opening.

A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening.

The Bidder's names, documents submitted, modifications, bid withdrawals and such other details as the Purchaser, at its discretion, may consider appropriate; will be announced at the opening.

The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised date

of schedule will be notified. However, in absence of such notification, the bids will be opened in the next

working day, time and venue remaining unaltered.

14. CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion ask

the bidder for the clarification of its bid. The request for clarification and the response shall be in

writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

15. TECHNICAL EVALUATION:

Purchaser shall evaluate the bids to determine whether they are complete, whether any computational

errors have been made, whether required sureties have been furnished, whether the documents have

been properly signed and whether the bids are generally in order.

Prior to the detailed evaluation, pursuant, the Purchaser will determine the substantial responsiveness

of each bid to the Bid document. For purposes of these clauses, a substantially responsive bid is one,

which conforms, to all the terms and conditions of the Bid Documents without material deviations. The

Purchaser's determination of bid's responsiveness is to be based on the contents of the bid itself

without recourse to extrinsic evidence.

A bid determined as substantially non-responsive will be rejected by the Purchaser and shall, not

subsequent to the bid opening, be made responsive by the bidder by correction of the nonconformity,

or by submitting additional documents.

16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS:

The purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive bids.

Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the

unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between words

27

and figures, the amount in words shall prevail. If the Supplier does not accept the correction of the

errors, his bid shall be rejected.

The evaluation and comparison of responsive bids shall be done on the price offered inclusive of Levies

& Taxes i.e., GST etc. as indicated in the Price Schedule given in Annexure-(III) of the Bid Document.

The evaluation shall be done on L-1(lowest bid) vendor of total Cost including. The Purchaser may waive

any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material

deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

17. PLACEMENT OF ORDER

The Purchaser shall consider placement of orders for commercial supplies for those bidders whose

offers have been found technically, commercially and financially acceptable and whose goods have been

approved/validated by the purchaser. The Purchaser reserves the right to counter offer price(s) against

price(s) quoted by any bidder.

18. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at

any time prior to award of contract without assigning any reason whatsoever and without thereby

incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.

19. SIGNING OF CONTRACT:

The issue of firm purchase Order and Signing of agreement with Competent Authority of ESIC, and Signing of Contract Form shall constitute the award of contract to the bidder.

Consequent upon the successful bidder furnishing of performance security, the Purchaser shall discharge its Bid security submitted along with tender document.

20. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement shall constitute sufficient ground for the

annulment of the award and forfeiture of the bid security in which event the tender shall be cancelled

and ESIC may call for new bids.

21. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to

supply the goods in time. Further, the suppliers whose goods do not perform satisfactory in the field in

accordance with the specifications may also be disqualified for a suitable period as decided by the

purchaser.

22. Purchaser reserves the right to blacklist a bidder for a suitable period in case of fails to honor their bid without sufficient grounds. 23. The bidder should give a certificate to the effect that none of his/her near relative is working in the ESIC in Format- VIII prescribed in the tender document. The Bidder or its authorized signatory should furnish certificate saying that none of the near relative of proprietor OR all partners of partnership, firm OR all the Directors of the company excluding Government of India/ Financial institution nominees and

28

independent non-Official part time Directors appointed by Govt. of India or the Governor of the state is working in the unit where the tender is being applied. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC MEDICAL COLLEGE & HOSPITAL, SANATHNAGAR, HYDERABAD. will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. The near relatives for this purpose are defined as:- (a) Members of a Hindu undivided family (HUF).

(b) Husband and Wife.(c) If one is related to the other in the manner as Father, Mother, Son(s) & Son’s

wife (daughter- in-law), Daughter(s) and Daughter’s husband (son-in-law), Brother(s) and Brother’s wife,

Sister(s) and Sister’s husband (brother-in-law).

29

ANNEXTURE-D

GENERAL (COMMERCIAL) CONDITIONS OF CONTRAC

1. General Conditions: The General Conditions shall apply in contracts made by the Purchaser for the procurement of Goods.

2. PERFORMANCE SECURITY:

The supplier shall furnish performance security to the purchaser for an amount equal to Rs. 50, 000/-

(Fifty Thousand only) within 15 days from the date of issue of Work Order by the Purchaser.

The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the supplier’s failure to complete its obligations under the Contract.

The Performance Security Bond shall be in the form of Bank Guarantee only issued by a Scheduled Bank

and in the form provided in ‘FORMAT-IX’ of this Bid Document. The duration should be at least 14

months.

The Performance Security Bond will be discharged by the Purchaser after a period of sixty days beyond

completion of the supplier’s performance obligations including any warranty obligations under the

contract.

3. PRICES for AMC Work OF Fire Fighting & Fire Alarm System

(i) Prices charged by the supplier/bidder for services performed under the contract shall not be higher than the prices quoted by the Supplier in his Bid.

(ii) Prices once fixed will remain valid during the schedule delivery period. Increase and decrease of Taxes and other statutory duties will not affect the price during this period.

(iii) During the period of agreement, any increase in taxes and other statutory duties/levies shall be to

the supplier’s account. However benefit of any decrease in these taxes/duties shall be passed on to the

Purchaser by the supplier.

4 LIQUIDATED DAMAGES

4.1 The date of delivery of the stores stipulated in the acceptance of the tender should be deemed to be

the essence of the contract and delivery must be completed no later than the dates specified therein.

Extension will not be given except in exceptional circumstances. Should, however, deliveries be made

after expiry of the contracted delivery period, without prior concurrence of the purchaser and be

accepted by the consignee, such delivery will not deprive the purchaser of his right to recover liquidated

damage under clause 4.2 below.

4.2 Should the supplier fails to deliver the store or any consignment thereof within the period prescribed

for delivery, the purchaser shall be entitled to recover 0.5 % of the value of the delayed supply for each

30

week of delay or part thereof. L/D charges shall be levied as above on the total value of the concerned package of the Purchase Order. Quantum of liquidated damages assessed and levied by the purchaser

shall be final and not challengeable by the supplier.

5. FORCE MAJEURE

If, at any time, during the continuance of this contract, the performance in whole or in part by either

party of any obligation under this contract is prevented or delayed by reasons of any war or hostility,

acts of the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine

restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of

happenings of any such eventuality is given by either party to the other within 21 days from the date of

occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor

shall either party have any claim for damages against other in respect of such non-performance or delay

in performance, and deliveries under the contract shall be resumed as soon as practicable after such an

event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries

have been so resumed or not shall be final and conclusive. Further if the performance in whole or part

of any obligation under this contract is prevented or delayed by reasons of any such event for a period

exceeding 60 days, either party may, at its option, terminate the contract.

Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to

take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused,

undamaged and acceptable materials, bought out components and stores in course of manufacture

which may be in possession of the Supplier at the time of such termination or such portion thereof as

the purchaser may deem fit, except such materials, bought out components and stores as the Supplier

may with the concurrence of the purchaser elect to retain.

6 TERMINATIONS FOR DEFAULT

The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part

a) If the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract, or any extension thereof granted by the purchaser;

b) If the supplier fails to perform any other obligation(s) under the Contract; and

c) If the supplier, in either of the above circumstances, does not remedy his failure within a period of 24

hours (or such longer period as the purchaser may authorize in writing) after receipt of the default

notice from the purchaser.

In the event the purchaser terminate the contract in whole or in part pursuant.

The purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar

to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar

goods. However the supplier shall continue the performance of the contract to the extent not

terminated.

31

7. TERMINATION FOR INSOLVENCY

The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without

compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by

the competent court provided that such termination will not prejudice or affect any right of action or

remedy which has accrued or will accrue thereafter to the purchaser.

8. ARBITRATION

In the event of any question, dispute or difference arising under this Agreement, or in connection

thereof, except as to matter, the decision of which is specifically provided elsewhere under the

Agreement, the same shall be referred to the Arbitration of the Medical Superintendent, ESIC MCH,

Sanathnagar, Hyderabad. who shall proceed as per the Arbitration Act.

The work under the contract shall continue, during the Arbitration proceedings.

8.3. The award of the Arbitrator shall be final, conclusive and binding on both the parties

9. SET OFF

Any sum of money due and payable to the supplier (including security deposit refundable to him) under

this contract may be appropriated by the purchaser or any other person(s) contracting through the ESIC

and set off the same against any claim of the Purchaser or ESIC or such other person or person(s) for

payment of a sum of money arising out of this contract or under any other contract made by the

supplier with the Purchaser or ESIC or such other person(s) contracting through the ESIC.

Dean,

ESIC Medical College & Hospital,

Sanathnagar,

Hyderabad. (Telangana)

32

ANNEXTURE-E

SPECIAL CONDITIONS OF CONTRACT

1. The material shall be supplied in original packing from the manufacturer clearly indicating manufacturing date, expiry date & price etc.

2. The quality of print should not be faint and should be legible and clear.

3. Any goods found defective after purchase should be replaced free of cost to the satisfaction of ESIC

Medical College & Hospital, Sanathnagar, Hyderabad. Authorities failing which the cost will be deducted

from Performance Guarantee furnished by the selected vendor.

4. Award of contract will be issued after the bidder selected is found to be technically and financially acceptable to ESIC Medical College & Hospital, Sanathnagar, Hyderabad.

5. The agreement shall be in force for a period of twelve months on the same price/ terms and

conditions by giving one week’s notice in writing to the vendor, if decided upon to do so by ESIC Medical

College & Hospital, Sanathnagar, Hyderabad..

8. The bid security/Performance security deposit of the bidder would be forfeited, in case he refuses to

honor the letter of intent/Work Order issued by the ESIC Medical College & Hospital, Sanathnagar,

Hyderabad. for AMC work of the Fire system.

9. Selected bidder has to execute an agreement in the prescribed Performa (Performance Security

Bond Form)- Format-IX and Agreement in a non-judicial bond paper of value not less than

Rs.100/-(Hundred rupees Only) for AMC work of Fire System, as per the intent of the

ESIC Medical College & Hospital, Sanathnagar, Hyderabad..

10. Penalty:

(a) All Complaints during the contract period of AMC services shall be attended to by the agency within 24.00 Hrs. and shall be rectified within 48 hrs.

(b) In case the firm fails to rectify within the time limit as stipulated above then penalty of Rs.5,000/- (Rupees Five thousand only) will be imposed per working day till the complaint is rectified.

Dean

ESIC Medical College & Hospital,

Sanathnagar, Hyderabad. (Telangana)

33

Format I DETAILS OF TENDERER

Name of Work: AMC works for Fire Fighting , Fire Alarm System & Refilling of Fire extinguishers at ESIC Medical College & Hospital Sanathnagar, Hyderabad. for the period of one year.

1 NAME OF TENDERING COMPANY / FIRM / TENDERER:

2 NAME OF OWNER / DIRECTORS / PROPRIETOR:

3 FULL PARTICULARS OF OFFICE:

(a) Address:

(b) Telephone No.:

(c) Fax No.:

(d) E-Mail Address

4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.

(a) Name of the Bank:

(b) Address of the Bank:

(c) Telephone No.

(d) Fax No.:

34

(e) E-Mail Address:

5

REGISTRATION DETAILS:

(a) PAN / TAN No:

(b) Goods and Service Tax Registration No. (GST):-

(c) E.P.F. Registration No.

(d) E.S.I. Registration No.:

(e) TIN No. /VAT No. /Goods & Sales Tax No:

6 DETAILS OF EARNEST MONEY DEPOSIT:

(a) Amount (Rs.):

(b) D.D. No. (c) Drawn on Bank:

(d) Valid up to:

Date:

The above format may be used to provide requisite details

Date:

Place:

Name: Seal: Signature of Tenderer

35

EXPERIENCE OF COMPANY

Format II

(Experience of AMC works of Fire Fighting , Fire Alarm System & Refilling of Fire Extinguisher

works completed during last three years proceeding March- 2017 and ongoing works) Use separate

sheet for each work.

1. Project title and Location

2. Name of the Client and Address

3. Describe area of Participation (Specific Work done/Services rendered by the applicant)

4. Period of Work Done/Services rendered for the project

5. Total cost of work

6. Date of start of the work and the present status

7. Any other details

NOTE:

Supporting documents like certificates from the clients in support of each of the above projects to be furnished.

Signature of Contractor

36

DECLARATION

FORMAT -III

1. I, …………………………………….……………………………. Son / Daughter of Shri …………………………………………...

.............................................Proprietor / Partner / Director / Authorized Signatory of ...…………………....

.......................................am competent to sign this declaration and execute this tender document.

2. I have carefully read and understood all the terms and conditions of the tender and hereby

convey my acceptance of the same.

3. The information / documents furnished along with the above application are true and

authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that

furnishing of any false information / fabricated document would lead to rejection of my tender at

any stage besides liabilities towards prosecution under appropriate law.

Signature of Authorized Person

Date: Full Name:

Place: Company’s Seal:

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

37

(TO BE TYPED ON A LETTER HEAD) FORMAT-IV

UNDERTAKING

To,

The Dean,

ESIC Medical College &

Hospital, Sanathnagar,

Hyderabad.

Telangana – 500038

Subject: Tender for AMC works of Fire Fighting , Fire Alarm System & Refilling of Fire

Extinguisher at ESIC Medical College & Hospital Sanathnagar, Hyderabad. for a period of one

year.

Madam,

1. I/We hereby agree to abide by all terms and conditions laid down in tender document.

2. This is to certify that I/We before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myself/ourselves to abide by the said

terms and conditions.

3. I/We shall abide by the provisions of Income Tax return/and other statutory provisions like Goods Service tax, from time to time.

4. I/We do hereby undertake that of AMC works of Fire System at ESIC Medical College & Hospital,

Sanathnagar, Hyderabad. shall be ensured by our Agency, as well as any other assignment considered

by the Medical Superintendent, ESIC Medical College & Hospital, Sanathnagar, Hyderabad..

5. I/We do hereby undertake that our Agency / Firm is never debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India.

6. I/We do hereby undertake that in case agency is unable to prove by documentary evidence

compliance regarding ESI Act, EPF Act, Minimum Wage Act, Goods Service Tax Act any other Act as

applicable, the ESIC shall be at liberty to terminate the contract at any time.

(Signature of the Bidder)

Name and Address of the Bidder.

Telephone No.

38

FORMAT - V

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer shall not be eligible to participate in the tender process.

S. Items Confirm along with the No page number

1 EMD in the form of Bank Draft for Rs. 50,000 /-

2 Tender form with complete technical bid, with all

pages serially numbered , signed and stamped on each page

3 Copy of PAN Card

4 Registration certificate of shop/company Act

5 Copy of Income Tax return for the last three financial years

6 Copy of Balance Sheet & Copy of P&L Account for the last three years

7 Copy of Goods and Service Tax (GST) registration certificate.

8 Filled Format- I to VIII

9 Documents in support of Completed work experience during last

seven years,

10 Certificate of Satisfactory work completion from previous

organizations during last seven years,,

11 ESI Registration Certificate

12 EPF Registration Certificate

13 Valid Electrical/Fire License for the Fire fighting works issued

By Statutory/Concerned Authority

14 Undertake on Rs. 100/- stamp paper for the Agency / Firm is never

debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India.

Signature of Authorized Person

Date: Full Name:

39

DETAILS OF THE EXISTING CONTRACTS:

Enclosure – VI

Sr. Duration of Contract No.

Name and Address of the Details of Value of From

To Organization, Name, Designation and regarding Contract

Contact Telephone / Fax No. of the the Contract (Rs.)

DD/MM/YYYY

DD/MM/YYYY Officer concerned

A

B

C

Additional information, If any

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

40

FORMAT - VII

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING (To reach on or before time of bid opening)

To

The Dean, ESIC Medical College & Hospital Sanathnagar, Hyderabad. Telangana- 500038

Subject: Authorization for attending bid opening on (date) in the

Tender of .

Following persons are hereby authorized to attend the bid opening for the tender

mentioned above on behalf (Bidder) in

order of preference given below.

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signature of Bidder Or Officer authorized to sign the bid Documents on behalf of the Bidder

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In case

where entry is restricted to one, first preference will be allowed. Alternate

representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case

authorization as prescribed above is not received.

41

FORMAT - VIII

(TO BE TYPED ON A LETTER HEAD OF THE AGENCY) UNDERTAKING

CERTFICATE

Certificate of Non-Participation of near Relatives in the tender

I , S/O , R/O

hereby certify that none of my relative(s)

is/are employed in ESIC as per details given in tender document. In case at any stage, it is

found that the information given by me is false/incorrect, ESIC Medical College & Hospital,

Sanathnagar, Hyderabad. shall have the absolute right to take any action as deemed

fit/without any prior intimation to me.

Signed

For and on behalf of the Tenderer

Name (caps)

Position

Date

To,

The Dean,

ESIC Medical College & Hospital,

Sanathnagar,

Hyderabad.

Telangana – 500038

42

FORMAT - IX

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1. In consideration of the ESIC having agreed under the term and conditions of the Agreement No.- ……………………… dated ……………………….made between ESIC and Second Party (hereinafter the said Construction Agency ………………………………………………………………….. for the work

…………………...here in after called the said agreement ) to production of irrevocable bank guarantee for Rs………………………………………. (Rupees…………………………………………………………………………………………………………………………………………

) as a security/Guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement,

We………………………………………………………………………… (Hereinafter referred as to “the Bank” hereby) (Indicate the name of the bank)Undertake to pay to the ESIC an amount not exceeding Rs…………………………………….. (Rupees ……………………………………………………… ………………………………………………………… only) on demand by the ESIC.

2. We ………………………………………………………………………. do hereby undertake to pay the amounts due

and payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………………………… (Rupees………………………………………………………………………………………….only).

3. We, the said bank further undertake to pay to the ESIC any money that is demanded

notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment.

4. We ………………………………………………………………………………….. further agree that the guarantee

herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this guarantee.

5. We………………………………………………………………………………(indicate the name of Bank) further agree with the ESIC that. The ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to very any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved form our liability by reason of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said contractors or by any

43

such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor.

7. We ……………………………………………………………………………lastly undertake not to revoke this

guarantee except with the previous consent of the ESIC in writing.

8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by

ESIC. Notwithstanding anything mentioned above, our liability against this guarantee is

restricted to Rs…………………………….. (Rupees

……………………………………………………………………………………………………………………….only) and unless a

claim in writing is lodged with us within six months of the date of expiry of the extended date of

expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Date the …………………………………………… Day of ………………………………For

…………………………………………………….……………………………………………………… (Indicate the name of bank).

Signature of Contractor

FINANCIAL BID (PART B)

Name of work: Tender for providing of Non-Comprehensive Annual

Maintenance Contract works of Fire Fighting , Fire Alarm System &

Refilling of Fire Extinguisher at ESIC Medical College & Hospital,

Sanathnagar, Hyderabad. for the period of one year.

BILL OF QUANTITY

Estimated Cost: - Rs. 12,50,000/- Earnest Money: - Rs.50,000/-

Time Period: - Twelve months (12) Cost of B.O.Q. – NA

Sl. Description Unit Qtys. Amount per Amount per No. month in Rs. Year in Rs.

1 Non-Comprehensive Annual Maintenance Contract of Fire Fighting , Fire Alarm System & Refilling of Fire Extinguisher at ESIC Medical College & Hospital, Sanathnagar, Hyderabad. for the period of one year.

L.S 01 complete

Job

And Goods and Service Tax (GST) extra as per applicable

Amount :(Rupees ………………………………………………………………………………………………………………………………….……………………………………………………………………………………………………………………………………)

Note: - Before applying for tender all the bidders are advised to inspect the Fire System.

Signature of Tenderer

Date: Name: Place: Seal: