E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai,...

47
Page 1 of 47 EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD-24 (Ministry of Labour& Employment, Govt. of India) E-TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE (ARM) OF ELECTRICAL WORKS

Transcript of E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai,...

Page 1: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 1 of 47

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD-24

(Ministry of Labour& Employment, Govt. of India)

E-TENDER DOCUMENT

FOR

ANNUAL REPAIR & MAINTENANCE (ARM)

OF ELECTRICAL WORKS

Page 2: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 2 of 47

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Electrical Date:

E-TENDER NOTICE

Medical Superintendent invites duly sealed E-Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance Services of Electrical Works for a period of one year at following sites:- ESIC MODEL HOSPITAL Bapunagar , ESIC Staff Quarters, Opp. Model Hospital Bapunagar, D-16, Dispensary near Anil Starch Mill, Bapunagar, D-17, Dispensary near Manchhai Masjid, Saraspur, D-18, Dispensary, Opp. Indian hume pipe, Saraspur, D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar

The summary of the Tender is as under:-

Name of Work

Estimated Annual

Cost

Cost of Earnest Money Deposit

Cost of Performance

Security Money

Period of availability of E-tender document on website

Last date of tender

submission

Tender Opening date and

time

Annual Repair and

Maintenance Services of Electrical

works

Rs.72.20 Lakhs Only.

Rs. 1,44,400/-

Only

Rs.3,61,000/- “or” 5% of

final contract value

whichever is more

28.02.2018 to

21.03.2018 Up to

01:00PM

21.03.2018 up to 1.00

PM

21.03.2018 at 2.30 PM

Tender document can be downloaded from the ESIC Headquarters website www.esic.nic.in “OR” through e-procurement Portal http://esictenders.eproc.in. The interested bidders should submit the tender online and hard copies. Hard copies of tender documents duly filled and sealed tenders are to be dropped in the tender box available in the chamber of the Dy. Medical Superintendent, 2nd Floor ESIC Model Hospital Bapunagar. The interested parties may remain present during opening of the tenders. Interested parties may meet Asst. Director (General Branch) at the ESIC Model Hospital Bapunagar to clarify queries, if any, on any working day between 11.00 AM to 03.00 PM

Medical Superintendent ESIC Model Hospital Bapunagar

Page 3: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 3 of 47

No.: 37-ESIC-MHB-CONSTN.NB.R&M-2012-Electrical

All tenderers are requested to read this tender document carefully including all terms and conditions.

THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING:-

I. Notice Inviting Tender II. Eligibility Criteria III. General Scope of Services IV. General Instructions to Tenderers V. General Instruction to Bidders VI. General (Commercial) Conditions of Contract VII. Special Conditions of Contract VIII. Technical Bid ( with prescribed format ) IX. Undertaking X. Checklist (The documents to be submitted with the tender) XI. Financial Bid (to be submitted in separate envelope)

Medical Superintendent

ESIC Model Hospital Bapunagar

Page 4: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 4 of 47

PART-I

NOTICE INVITING TENDER 1. Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad invites sealed Tenders

from reputed agencies under two-bid systems for Annual Repair and Maintenance Services as per following details: -

Sl. No

Description Details

1 Name of Work Annual Repair and Maintenance Services of Electrical works 2 Sites of Work: ESIC MODEL HOSPITAL Bapunagar

ESIC Staff Quarters, Opp. Model Hospital Bapunagar D-16, Dispensary near Anil Starch Mill, Bapunagar D-17, Dispensary near Manchhai Masjid, Saraspur D-18, Dispensary, Opp. Indian hume pipe, Saraspur D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur D-25 Dispensary near Hathikhai, Gomatipur D-34 Dispensary, Khokhra, Maninagar, Ahmedabad

3 Estimated Cost:

Rs. 72.20/- Lakhs (Rupees Seventy two lakhs twenty Thousands only)

4 Period of Contract:

Twelve (12) Months

5 Earnest Money Deposit:

Rs.1,44,400 (Rupees One lakh forty Four Thousands Four hundredonly) to be deposited along with bid, through Demand Draft/Banker‟s Cheque favoring ESIC Fund A/c No. 1, payable at Ahmedabad. Please note that Bids received without the EMD will not be considered and will be summarily rejected.

6 Date of submission of Tender:

Technical bid and financial bid must be submitted online at website http://esictender.eproc.induring period from 28.02.2018 to 21.03.2018 till 01:00 PM. However, Bidders are also required to submit Technical bid and financial bid along with all supporting document upto 01:00 PM on 21.03.2018 in the tender box kept in the chamber of Dy. Medical Superintendent, at 2nd Floor, ESIC Model Hospital Bapunagar, Ahmedabad (Gujarat).

7 Date of opening of Tender:

The tenders shall be opened in the presence of the tenderers who choose to be present on 21.03.2018 at 02:30PM. In case 21.03.2018 is declared a public holiday, tenders shall be received & opened as per above schedule on next working day.

8 Tender Document:

The tender document containing terms & conditions can be downloaded from the website www.esic.nic.inorhttp://eprocure.gov.in

9 Minimum Eligibility Criteria:

The Tenderers should have and submit: (a) EMD in the form of Demand Draft/Banker‟s Cheque for Rs.1.44lakhs as detailed above. (b) Tender Document has been downloaded from the website. (c) Copy of PAN/TAN/TIN/GST ( Whichever applicable ) (d)Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid

Page 5: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 5 of 47

document. (e) Labour License under the Contractor Labour (R&A) Act 1970, (f) Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc in support of legal entity of the Tenderer, as the case may be, (g) Copy of Income Tax Return for last three Financial Years i.e. ,2014-15, 2015-16 and 2016-17. (h) Copy of Service Tax Certificate, (i) Copy of Sales Tax/ VAT/GST Certificate. (j) Sealed, Signed & Separate Technical Bid/Tender Form, (k) Sealed, Signed & Separate Price/Financial Bid Form, (l) Letter of Authorization to attend bid opening for representative, who may be interested to attend the same. (m) All the Formats forming part of this tender document duly filled & signed. (n) Experience certificate of similar work / Agreement / Work Order and detail of running contracts as per the eligibility criteria laid down in tender document, (o) Satisfactory Certificate of similar nature of work, (p) Undertaking should be typed on agency letterhead as per Tender. (q) Annual Turnover of company during last three financial years i.e.2014-15, 2015-16 and 2016-17.certified by Chartered Accountant. (r) ESI Registration Certificate, as applicable. (s) EPF Registration Certificate, as applicable. (t)Registered as Electrical Contractor under the CPWD/State PWD/MES/Railways or any other Government Body and a documentary certificate to that effect. (u) Affidavit certifying that the Agency has not been blacklisted by CPWD / State PWD / MES / Railway and any other Government Body. (v) Copy of Solvency certificate from Bank. (w) Details of Manpower in the prescribed format.

10 Technical Eligibility criteria

Experience of having successfully completed similar works during last 7 years

as on 31/12/2017 should be either of the following:- i. Three similar completed works costing not less than 28.88 Lakhs the

amount equal to 40% of the estimated cost i.e. Rs. Or

ii. Two similar completed works costing not less than the amount equal to

50% of the estimated cost i.e. Rs36.10 Lakhs. Or

iii. One similar completed work costing not less than the amount equal to

80% of the estimated cost i.e. Rs. 57.76 Lakhs.

11 General Instruction

All the documents and photocopies submitted by Tenderer / bidder should be attested, legible, signed and stamped by authorized signatory; otherwise the bid is likely to be rejected.

12 Details of work of Scope

The Contractor is required to carry out Electrical works as per approved estimate and guideline of Engineer-in-charge/ESIC. Detailed scope of work has been placed in Part-III of this tender document.

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 180 days from the date of opening of the Bid.

14 Performance Security Deposit

The bidder shall furnish a Performance Security for an amount equal to Rs. 3.61lakh or 5 % of final contract value whichever is more through a Demand Draft/Banker‟s Cheque in favour of “ESIC Fund A/C. No–1”, Payable at Ahmedabad. The performance security can be forfeited to recover any amount,

Page 6: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 6 of 47

which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid on this performance security deposit.

15 Annual Turnover

Average Annual Financial Turnover during the last 3 years, ending 31st March

of the previous financial year, should be at least Rs. 21.66 lakhs, 30% of the

estimated cost .

2. Details of all work, terms and conditions requisite qualification and all other information related with Tender submission and contract are mentioned in the tender documents.

3. The interested bidders should submit the tender online only at e-procurement portal https://esictenders.eproc.in from 28.02.2018 to 21.03.2018 upto 01:00PM. In addition to e-tender which has to be filed online, the bidders are also required to submit hard copies of Tender documents duly completed along with Earnest Money Deposit(EMD) and supported by requisite documents and the forms, as mentioned in the tender documents. For all practical purpose, the e-tender shall be considered for evaluation and the physical documents would also be scrutinized. Any corrigendum and notification to this tender will be notified through the websites https://esictenders.eproc.in & www.esic.nic.in (Link-TENDERS).

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

https://www.tpsl-india.in

https://www4.jpg-online.com

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 Bankking for participating in the Tender.

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

Page 7: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 7 of 47

PART-II

ELIGIBILITY CRITERIA

1. The bidder must be registered with CPWD/State PWD/MES/Railways or any other Government Body as Electrical Contractor.

2. Experience of having successfully completed similar works during last 7 years as on 31/12/2017

should be either of the following:-

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

cost i.e. Rs. 28.88lakhs.

or

b) Two similar completed works costing not less than the amount equal to 50% of the estimated

cost i.e.Rs.36.10Lakhs.

or

c) One similar completed work costing not less than the amount equal to 80% of the estimated cost

i.e. Rs.57.76Lakhs.

3. The similar nature of works means that the applicant should have completed the Electrical Works including the Repair and Maintenance works and operation of such plants, equipments etc.

4. The tenderer would be required to establish his office within the site of the work in the space provided by the ESIC MODEL HOSPITAL Bapunagar Ahmedabad.

5. Average Annual Financial Turnover during the last 3 years, ending 31st March of the previous

financial year, should be at least Rs.21.66Lakhs, 30% of the estimated cost.

6. The tenderer must be registered with the following statutory authorities and must also furnish attested copies of supporting documents:-

a. ESIC(As apoplicable), EPF as applicable), Income Tax and Service Tax/GST

b. Labour License under Contract Labour (R & A) Act 1970

c. Any other registration, which is mandatory for such agencies stipulated by concerned authorities from time to time.

7. The following documents must be submitted along with tender:- a. Audited Balance Sheets of last three years i.e.2014-15, 2015-16 and 2016-17 along with

Income and Expenditure statement / Profit &Loss Account & Audit reports. b. Income tax returns of last three years i.e.2014-15, 2015-16 and 2016-17 with Income Tax

Clearance certificate. c. ESIC (as applicable), EPF (as applicable) & Service Tax upto date payment details for the last

three years. 8. The Tenderer should have sufficient employees on its rolls specifically trained for the stipulated work.

A Full list of the employees, viz., name, age, employee code, designation and experience in the field of Electrical works, PF, ESI details etc. should be attached with the Technical Bid. Document in support of GST, Service Tax, ESI, EPF deductions and details of the health and safety measures, the tenderer takes for his workers should also be attached with the technical bid.

9. The tenderer should have at least 14 Nos. of manpower on his payroll on the day of filing the tender. The tenders having manpower less than 14 will be rejected. Details of manpower should be submitted in the prescribed format along with Technical Bid.

Page 8: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 8 of 47

10. Medical Superintendent reserves the right to withdraw/relax this eligibility criteria and in such a situation the tenderer will be given sufficient time to take the changes into account. However, no relaxation will be given as far as statutory requirements are concerned, explicitly or implicitly.

Signature & stamp of the Bidder

Page 9: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 9 of 47

Part-III

GENERAL SCOPE OF SERVICES Round the clock Operation and Repair & Maintenance of Electrical works of buildings and equipments of hospital, staff quarters & dispensaries will include but will not be limited to:

1. Replacement of fuses (all types), repair/replacement of faulty switches, holders, screws etc. 2. Maintenance of all stairs case wiring and Street light & high mast lights. 3. Oiling, greasing of fans (ceiling and exhaust) as and when required. 4. Repair and replacement of wiring, tube lights, bulbs, chokes, starters etc. 5. Rewiring of circuit wiring / point wiring on need basis. 6. Checking of Earthing system and making it functional and effective. 7. Electrical maintenance of Water pumps, bore-wells, motors, submersible pumps and general

electric equipments

8. Electrical maintenance works including HT/LT Panels, relays, internal wiring, signage, staircase lights etc.

9. Operation for Electric substations HT/LT Sub Station, HT/LT Transformers & HT/LT Panels, Capacitors UPS, Relays, CCTV, PA System, Fire Alarm & Fighting System, Pump Room, HVAC system, Gas Manifold Room, Lifts Services, & other electro-mechanical equipments.

10. The agency shall maintain all the log book of electromechanical equipments like as DG sets, HVAC system, HT meter, LT reading etc.

11. Maintenance of Manpower Muster Roll & Wage Register. 12. Whenever, services of a Senior Electrical Engineer are required at site, the agency shall provide

the same. 13. All Tools & Tackles, Plants, equipments and materials required to carry out the Electrical work at

site are to be provided by the Contractor free of cost. 14. The Agency shall have to display on sign board, the name of work, office name and also

maintaining agency along with Facility Manager/Engineer/Supervisor‟s name to be contacted with Telephone Nos.

15. Only Class- I, reputed brand, ISI marked materials would be used in repair work of electrical maintenance works.

16. The work will be executed on Bill of Quantity basis. 17. The agency should maintain all possible safety precaution for its labourers. 18. Lift operator & Fire Fighting Operator shall always be prepared for emergency services and they

must be trained for such situation. 19. Repairing, Maintenance and operation of all Split AC & Water Cooler. 20. Routine service (One no. is wet service and three nos. of dry service) of all AC‟s & water Coolers

in a year. 21. Agency will provide Uniform, Identity Cards, Name bearing Plates etc. to each and every

deployed Staff. 22. Any other work as and when directed by the authorized person from ESIC other than mentioned

above falling under the domain of Electrical Works, directly or indirectly.

Signature & stamp of the Bidder

Page 10: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 10 of 47

PART-IV

GENERAL INSTRUCTIONS TO TENDERERS

1. All the interested parties are advised to go through this tender document carefully as it may contain some terms and conditions, which may be different from other similar tenders.

2. Eligible and willing agencies may visit the sites to get assess the work on any working day between 11:00 AM to 03:00 PM and on Saturday from 11:00 AM to 12:00 PM by taking due permission from the Deputy Director or Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

3. Tender form will available to download through websites from 28.02.2018 from 10:00AM onwards.

4. Last date of submission of tenders is 21.03.2018up to 01:00PM. 5. The Tender will be opened at 02:30PM on 21.03.2018 at ESIC Model Hospital, Bapunagar,

Ahmedabad in the presence of the authorized representatives of the tenderers, who wish to be present at that time.

6. Interested parties may meet Assistant. Director (General branch) at ESIC Model Hospital Bapunagar to clarify queries, if any, on any working day between 11:00 AM to 03:00 PM.

7. The Tenders are to be submitted as per two-bid system i.e. Technical bid and Financial Bid. 8. TECHNICAL BID should contain the supporting documents in support of the eligibility criteria,

experience, satisfactory performance, undertaking as per instructions, work plan and list of the equipments, tools and tackles required for the job.

9. FINANCIAL BID should contain the rates quoted for the items / services to be provided as per instructions given in the tender document. The tenderer shall quote for all the items of Financial Bid, failing which the bid shall be considered non-responsive, incomplete and will be summarily rejected.

10. Rates for all the items shall be quoted in the FINANCIAL BID of this tender form and the amount for each item should be worked out and requisite totals be given. Special care should be taken to write the rates in figures in such a way that interpolation is not possible. The total/final amount should be written both in figures and in words.

11. Both the bids should be submitted in two separate sealed envelopes superscribed as “TECHNICAL BID FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL WORK” and “FINANCIAL BID FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL WORK”.

12. Earnest Money Deposit to the tune of Rs.1,44,400/- in the form of Demand Draft or Bankers‟ Cheque only of any scheduled bank bearing a date after the date of advertisement shall accompany the TECHNICAL BID. All sealed envelopes should be put in a third sealed envelope and should be superscribed“TENDER FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL WORK”. Sealed tenders should be addressed to the Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

13. The completely filled Tender should be dropped in the Tender Box kept in the office of the Dy, Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad by the stipulated date and time.

Page 11: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 11 of 47

14. TECHNICAL BID AND FINANCIAL BID must be submitted online at www.esictenders.eproc.in during period mentioned in E-tender Notice. If the tenderer bid submitted only online “or” only hard copies tender will be rejected.

15. Tender submitted or received after the closing date & time will not be considered. Also, in the absence of EMD, the tender will be summarily rejected. No other mode or adjustment against any Old Security Deposit or EMD will be allowed in lieu of EMD of this tender.

16. Tender form be completed in all respect. Incomplete tender or conditional tenders shall be treated as invalid and will be summarily rejected.

17. Each page of the Tender document and papers submitted alongside, should be numbered, signed and stamped by the authorized signatory as a token of acceptance of the terms & conditions laid down by the ESIC Model Hospital.

18. All entries in the Tender form should be legible and filled clearly. Any overwriting or correction which is unavoidable has to be signed by the authorized signatory.

19. The Technical Bid will be scrutinized by the Technical Evaluation Committee (TEC) as constituted by the Medical Superintendent to check all requisite and relevant documents and their authenticity. The Tenderers, whose Technical Bids are accepted will be informed about the date and time of opening the Financial Bids.

20. The financial bids of the tenderers, who qualify in the technical bid, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid.

21. The Earnest Money Deposit will be refunded to the unsuccessful tenderer only after finalization of the contract. In case of the successful tenderer, EMD will be refunded after receipt of the performance security deposit. No interest will be paid on the EMD.

22. 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 180 days from the date of opening of the Bid.

23. No Tenderer will be allowed to withdraw his tender after submission during the bid validity period (180 days). In case the tenderer does not honour his bid, the EMD submitted by the tendering firm would stand forfeited.

24. Medical Superintendent reserves the right to accept or reject any tender or all tenders or part of

tender without assigning any reason whatsoever. 25. 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.

26. The contract with the agency, which does not provide proof of payment of statutory dues / levies, will be terminated right away by giving one month‟s written notice.

27. Rates quoted shall be deemed to be inclusive of cost of manpower, material, machinery, tools and plants, all taxes, duties and levies, insurance etc. No escalation of whatsoever nature, shall be payable in future due to any revision/amendment in any act/statute governing this contract.

28. Sales tax, Purchase tax, Service tax GST or any other tax, labour-cess, in respect of the contract, shall be payable by the contractor and ESIC, will not entertain any claim whatsoever in respect of the same.

29. In case the successful Tenderer declines the offer of Contract, for whatsoever reason(s), his EMD will be forfeited.

30. A formal contract shall be entered into with the successful tenderer. In this contract, the successful tenderer shall be defined as Contractor.

31. The successful tenderer will have to deposit the Performance Security Deposit of Rs. -3.61 Lakhs or 5 % of final contract value whichever is more in the form of Demand Draft/Banker‟s Cheque, of any scheduled Commercial bank, drawn in favour of “ESI Fund A/c No. 1” payable at

Page 12: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 12 of 47

Ahmedabad and commence the work within 15 days of acceptance of tender otherwise the contract may be cancelled and EMD will be forfeited. The Performance Security can be forfeited to recover any amount, which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid on Performance Security Deposit.

32. An agreement between Successful Bidder & Medical Superintendent will be entered into on Rs. 100/- Non-Judicial Stamp Paper. Stamp value will be borne by the successful bidder.

33. Canvassing, whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

34. Medical Superintendent reserves the right to withdraw/relax/modify any of the terms and conditions mentioned in this tender document if it is felt necessary in the benefit of the hospital.

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

Signature & stamp of the Bidder

Page 13: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 13 of 47

PART-V

GENERAL INSTRUCTIONS TO BIDDERS

1. DEFINITIONS a. "The Purchaser" means the ESIC Model Hospital Bapunagar, Ahmedabad. b. "The Bidder" means the individual or firm who participates in this tender and submits its bid. c. "The Supplier" means the individual or firm providing/supplying the services/goods under the

contract. d. "The Services/Goods" means all the services/stores/materials, which the Supplier is required

to supply to the Purchaser under the contract. e. "The Advance Work Order" means the intention of Purchaser to place the Work Order on the

bidder. f. "The Work 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 Work Order shall be deemed as “Contract" appearing in the document.

g. "The Contract Price" means the price payable to the Supplier under the Work 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 Tender/Bid Form and the appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied, a brief description of the goods and quantity.

4. BID DOCUMENTS a. The goods required, bidding procedures and contract terms are prescribed in the Bid Documents.

The Bid Documents include: I. Notice Inviting Tender

II. Eligibility Criteria III. General Scope of Services IV. General Instructions to Tenderers V. General Instruction to Bidders

VI. General (Commercial) Conditions of Contract VII. Special Conditions of Contract

VIII. Technical Bid with prescribed formats IX. Undertaking X. Checklist (The documents to be submitted with the tender)

XI. Financial Bid (To be submitted in separate envelope)

The Bidder is expected to examine all the instructions, forms, terms and specifications in this Tender Document. 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.

Page 14: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 14 of 47

5. CLARIFICATION ON BID DOCUMENTS a. A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser

in writing or by e-mail/Fax at the Purchaser's mailing address indicated in the Invitation for Bids at least 7 days prior to pre-bid meeting. The Purchaser shall clarify the same during pre-bid meeting.

b. Any clarification issued by ESIC Model Hospital Bapunagar, Ahmedabad 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 a. 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.

b. The amendments shall be notified in writing or and by Fax or and by E-mail to and 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.

c. 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 a. The bidder shall give the total composite price inclusive of all statuary levies and taxes. The offer

shall be firm and in Indian Rupees. b. Prices indicated in the Financial Bid on the Price Schedule shall be entered in the following

manner: I. The price of the goods / work shall be quoted as total unit price for each individual work/item.

II. The bidder shall quote only one price for each work/item. III. The total price for each individual work/item shall be entered after multiplying the quantity

with total unit price. c. Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are

inclusive of taxes shall not be paid seperately. d. 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 180 days from the date of opening of the Bid.

e. “DISCOUNT”, if any, offered by the bidders shall not be considered. 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.

f. The price approved by the ESIC Model Hospital Bapunagar, Ahmedabad for Contract will be inclusive of levies and taxes, packing, forwarding, freight, insurance etc as mentioned in Para 7.1 above.

8. DOCUMENTS ESTABLISHING 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 conformity shall not be considered.

Page 15: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 15 of 47

9. FORMATS AND SIGNING OF BIDS a. The copy of the Bid shall be typed or printed and all the pages be 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.

b. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors 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: a. SEALING AND MARKING OF BIDS: The bidder shall submit both TECHNICAL

BIDandFINANCIAL BID in two separate envelopes and put them in third bigger envelop, which should bear the name “TENDER FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL WORK”.

b. The sealed envelope shall be addressed to the Purchaser at the following address: To, The Medical Superintendent ESIC Model Hospital Bapunagar, Ahmedabad

c. All the envelope shall bear the Tender name, the tender number and the words „DO NOT OPEN

BEFORE 21.03.2018 (due date & time). d. 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. e. 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, shall be rejected and returned unopened to the bidder.

12. MODIFICATION AND WITHDRAWAL OF BIDS No Modification/withdrawal shall be allowed after submission of bids.

13. OPENING OF BIDS a. 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.

b. The Bidder's names, documents submitted and such other details will be announced at the time of opening of bids, if the purchaser considers it appropriate.

c. 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/documents have been furnished/submitted, whether the documents have been properly signed and whether the bids are in order.

Page 16: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 16 of 47

16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS: a. The purchaser shall evaluate in detail and compare the bids previously determined to be

substantially responsive bids. b. 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 and figures, the amount in words shall prevail. If the Supplier does not accept the correction of the errors, his bid shall be rejected.

c. The evaluation and comparison of responsive bids shall be done on the price of the works / items offered inclusive of Levies & Taxes i.e., Sales Tax, VAT, GST & Excise Duty, packing, forwarding, freight and insurance etc. as indicated in the Financial Bid Document.

d. The evaluation shall be done to find out L-1(lowest bidder) of total Cost. e. 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 work order to the bidder whose offer has been found technically, commercially and financially acceptable. The Purchaser reserves the right to accept 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 Work Order and Signing of agreement with Competent Authority of ESIC, and Signing of Contract Form shall constitute the award of contract to the bidder.

20. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of the tender 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/blacklist a supplier for a suitable period who habitually failed to perform as per the agreement/contract in time and satisfactorily.

22. The bidder should give a certificate to the effect that none of his/her near relative is working in the

ESIC in the undertaking. The Bidder or its authorized signatory should furnish certificate stating that none of the near relative of proprietor OR all partners of partnership firm excluding Government of India/ Financial institution nominees and independent non-Official part time 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 bid will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD 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 from 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).

Page 17: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 17 of 47

23. FRAUD AND CORRUPTION a. It is expected that the interested parties, bidders, Suppliers, Contractors and consultants, observe

the highest standard of ethics during the participation, procurement and execution of the contract. ESIC will reject a proposal for award or bid or the contract if it determines or becomes aware that the bidder / tenderer, recommended / participating, has directly or through an agency, engaged in corrupt, fraudulent, coercive or collusive practice in competing for the contract in question.

For the purpose of this provision, these terms are defined as follows but not limited to: - I. “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly of

anything of value to influence the action of a public official in the procurement process or bidding process or in contract execution;

II. “Fraudulent Practice” means a misrepresentation or omission of facts in order to influence a procurement process or execution of contract.

III. “Collusive Practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, no competitive levels.

IV. “Coercive practice” means harming or threatening to harm directly or indirectly person or their property to influence their participation in the procurement process or affecting execution of contract.

Signature & stamp of the Bidder

Page 18: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 18 of 47

PART-VI

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

DEFINITIONS AND INTERPRETATION

1. Definitions: In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires: a. “Employer” means the ESIC Model Hospital Bapunagar and the legal successors to ESIC; b. “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the

Contract; c. “Contractor” means an individual or firms (proprietary or partnership) that has entered into

contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract;

d. “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter of acceptance, the Contract Agreement (if completed) and such further documents as may be expressly incorporation in the letter of Acceptance or Contract /Agreement (if completed);

e. “Specification” means the specification of the Works included in the Contract and any modification thereof;

f. “Drawings” means all the completion drawings, calculations and technical information of a like nature provided by the Engineer to be Contractor under the Contract and all drawings, calculations, samples, patterns, models, Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer;

g. “Bill of Quantities” means the priced and completed bill of quantities forming part of the tender. h. “Tender” means the Contractor‟s priced offer to the Employer for the execution and completion

of the works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid“ and the words “Tender Documents” with “Bidding Documents”

i. “Letter of Acceptance” means the formal acceptance of the tender by ESIC; j. “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause; k. “Appendix to Tender” means the appendix comprised in the form of Tender annexed to these

Conditions; l. “Commencement Date” means the date upon which the Contractor receives the notice to

commence the works; m. “Time for completion” means the time period for which the contract of Repair and operation and

Maintenance has been awarded by the employer to the contractor. n. “Retention Money” means the aggregate of all monies retained by the Employer; o. “Works” means the Permanent Works and the Temporary Works or either of them to be executed

in accordance with the contract; p. “Site/Sites” means the places provided by the Employer for Repair and Maintenance of ESI

Hospital/Dispensaries / Staff Quarters, Ahmedabad; q. “Cost“ means all expenditure properly incurred or to be incurred, whether on or off the site,

including over head and other charges but does not include any allowance for profit. 2. ENGINEER

The Engineer shall carry out the duties specified in the Contract.

Page 19: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 19 of 47

3. Custody and Supply of Documents: The documents related with this contract shall remain in the sole custody of the Employer/Engineer, but copies as required thereof as per availability in the record shall be provided to the Contractor free solely for the purpose of this contract.

4. Sufficiency of Tender: The Contractor shall be deemed to have based his Tender on the data made available by the employer and on his own inspection and examination of this site conditions.

5. Contractor’s Employees: The Contractor shall provide on the site qualified and experienced technical staff only for the Repair and Maintenance Works and the remedying of any defects therein. The contractor should submit documents in support of qualification and experience of the employees. These may be called for inspection at any time by the Employer to ensure actual deployment as per the Bid Document. The minimum staff shall be as per description mentioned in Financial Bid.

6. Employer / Engineer at Liberty to object: The Employer / Engineer shall be at liberty to object to and require the contractor to remove forthwith from the Works, any person, provided by the contractor who, in the opinion of the Employer / Engineer, misconducts himself, or is in incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Employer / Engineer to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Employer / Engineer. Any person, so removed from the works shall be replaced immediately by a qualified person approved by the Employer / Engineer.

7. Safety, Security and Protection for the Environment: The Contractor shall, throughout the execution and completion of the Works, make remedy of any defects therein : a. Have full regard for the safety of all persons entitled to be upon the Site and keep the Site (so far

as the same is under his control) and the Works (so far as the same are not completed or occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons, and

b. Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required, by the Engineer or by any duly constituted authority for the protection of the Works or for the safety and convenience of the public or others, and

c. Take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods or Repair.

8. Insurance of work by the Contractor for his liability: The Contractor shall get the work and his workers insured and indemnify the Employer towards any loss/liability arising out of this contract. a. During the Repair and Maintenance period for loss or damage to property and life arising from a

cause for which contractor is responsible. b. For loss or damage occasioned by the Contractor in the course of any Repairs carried out by him

for the purpose of complying with his obligations. It shall be responsibility of contractor to notify the Insurance Company of any change in the nature and extent of the works and to ensure the adequacy of the Insurance cover at all times during the period of contract.

9. Damage to Persons and Property: The Contractor shall, except in and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of: a. Death of or injury to any person, or b. Loss or damage to any property (other than the Works): Which may arise out of or in consequence

of the Repair and Maintenance of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof.

10. Accident or injury to Workmen: The Employer shall not be liable for or in respect of any damages or compensation payable to any workman for death or injury resulting from any act or default of the contractor. The Contractor shall indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto.

11. Evidence and Terms of Insurance

Page 20: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 20 of 47

The Contractor shall take appropriate insurance to cover his work, workers and staff employed by him, fully. The contractor shall provide evidence to the Employer after the respective insurance have been taken prior to the start of work at the Site that insurance required under the Contract have been effected.

12. Compliance with Statutes, Regulations etc.: The Contractor shall conform in all respects, including by replying to all notices and the paying of all fees, with the provision of: a. Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or

other duly constituted authority in relation to the execution and completion of the works and the remedying of any defects therein, and

b. The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the works, and the Contactor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision.

c. Any changes required for approval due to revision of the local laws. 13. Time for completion:

The Repair and Maintenance work shall be for a period of One year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement and shall stands terminated after the expiry of One Year.

14. Extension of Time for Completion: The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of upto one year. However, employer reserve it‟s right to terminate the Repair and Maintenance contract by giving 30 days notice at any time during the currency of the contract if the services of the agency are not found satisfactory as per the opinion of employer or its representative.

15. 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, Electrical 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 services 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 Employer as to whether the services 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 30 days, either party may, at its option, terminate the contract.

16. Defect identification and its rectifications: Agency shall immediately attend the defects and complaints noticed / reported at site. The agency shall provide and develop a system for regular Repair and Maintenance of all the services which includes defect identification and its immediate rectification so, that services are not affected. It shall be the sole responsibility of the Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract. Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works. The contractor shall rectify at his own expenses any defect in the work carried out by him during this period. On failure of the contractor to do so, the same shall be completed by the employer at the risk and cost of the contractor.

Page 21: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 21 of 47

17. Liquidated damages for delay: If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as detailed in the particular conditions.

18. Contractor’s failure to carry out Instructions: In case of default on the part of the Contractor in carrying out defect / rectification / repair / maintenance works, the Employer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the Contract, then all costs including penalty for delay in attending to the complaint consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor.

19. Instructions for Variations: a. Quantities given in the BOQ / Bid are estimated quantities. The quantity of any particular item

may vary to any extent. Variation in quantity in particular items or total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle contractor to claim any extra cost.

b. Notice to be given by the contractor for execution of Planned Electrical works:- It shall be duty of the contractor to give notice of at least three working days for execution of planned Electrical Works which is other than day to day maintenance jobs so that prior sanction may be obtained to start the work and also to check the quality of materials to be used. If no notice is given, the work executed will not be considered for payment.

20. MEASUREMENT (Works to be measured for BOQ items):

The Engineer shall determine the measurement of the value of actual work done in accordance with the Contract and the Contractor shall be paid accordingly. No part payment / rate shall be made for any part of BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item.

21. Method of Measurement The works shall be measured net, notwithstanding any general or local custom, except where otherwise provided in the Contract.

22. CERTIFICATES AND PAYMENTS (Monthly Statements/Bills): The contractor shall submit a bill in three(03) copies to the Engineer by 7th day of each month for the work executed up-to the end of previous month in tabulated form approved by the Engineer, showing the amounts to which the Contractor Considers himself to be entitled. The bill must be supported with the documents. While submitting the bill for the next month, the Contractor must file a certificate certifying the following along with ESI contribution sheet downloaded from ESIC Insurance Portal:- a. Attendance sheets duly verified by ESIC’s Maintenance In charge/Engineer. b. Certified bills of miscellaneous materials purchased under different head. Details of

defect/complaints attended and rectified within time. c. Monthly Certificates from ESIC’s in charges of Hospital regarding satisfactory attending of

complaints on the format. d. Wages of workers were credited to their bank accounts on _________ (Acknowledgment by

bank enclosed). e. ESI Contribution relating to workers amounting to Rs.______________ was deposited on

_________ (Copy of Challan enclosed with contribution sheet). f. EPF Contribution relating to workers amounting to Rs.______________ was deposited on

______ (copy of the Challan enclosed with contribution sheet). g. We are complying with all statutory Labour Laws including Minimum Wage Act.

Page 22: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 22 of 47

h. The agency shall make payment to its employee only through Cheque/NEFT/ECS . Payment shall be made in the presence of representative of ESIC Hospital as nominated by the Medical Superintendent. The payment would be made on monthly basis on verification of attendance sheets, wage register, monthly ESIC/EPF/Service Tax challan, and documents in support of salary disbursement through ECS. Workers of contractors should get the wages on or before the seventh day of each month. The payment of wages shall not be linked to the payment of bill by ESIC. If the contractor fails to provide proof of payment of statutory dues, his contract shall be terminated after serving one month’s notice. Hospital can demand any document, like Bank statement of contractor’s employees to ensure payment of wages as per extant Rules. It may also be noted that cash payment made to the workers will be considered as no payment at

all and such disbursement will be disallowed from the Monthly Bill of the Contractor. 23. Deduction of Income Tax:

The amount to be deducted towards the advance income tax shall be at the rate applicable. 24. Monthly Payments:

After submission of monthly bill complete in all respects by the contractor, Engineer shall check the bill with the help of contractor and certify for payment within 10 days and then Employer will process the Bill.

25. Performance Guarantee: The Contractor shall submit Performance Security Deposit amounting Rs. 3.61 Lakhs or 5% of final contract value whichever is morein the shape of Demand Draft / Banker‟s o Cheque for proper performance of the contract in favour of ESI Fund Account No.1 payable at Ahmedabad. The performance security can be forfeited to recover any amount, which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid on Performance Security Deposit.

26. Correction of certificates: The Engineer may make any correction or modification in any previous payment Certificate, which has been issued by him, and shall have authority, if any work is not being carried out to his satisfaction, to omit or reduce the value of such work in any Payment Certificate.

27. Final Certificates: Within 28 days after receipt of the Final Statement, and the written discharge, the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating: a). The amount which, in the opinion of the Engineer, is finally due under the contract, and b). After giving credit to the Employer for all amounts previously paid by the Employer and for all sums to which the Employer is entitled under the Contract. Based on the certificates, the Employer will process the bills as per the conditions laid down in this contract.

28. Default of Contractor a. If the performance of the contractor is not found satisfactory or if the contractor fails to

meet/fulfill any of the terms/conditions/obligations laid down in this tender document as wells as the agreement, Contractor shall be served a notice to take corrective action within 7 days. If the contractor fails to rectify or conform (to be decided by the employer), the employer shall be at liberty to terminate the contract without any further notice.

b. If the Contractor leaves this Contract during its currency, it will be treated as „Default‟ by the Contractor and will be terminated immediately. In such event, Performance Security Deposit shall be forfeited in full and Contractor shall be blacklisted by the Employer.

Page 23: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 23 of 47

29. Risk Clause a. In the event of termination due to default of Contractor, the employer shall be at liberty to get the

work executed through other means at the cost, risk and responsibilities of Contractor and excess expenditure incurred on account of this will be recovered by the Employer from the Contractor‟s Performance Security Deposit or pending bills or by raising a separate recovery claim.

b. Contractor and its staff shall take proper and reasonable precautions to preserve from loss, destructions, waste or misuse the areas of responsibility given to them by the Hospital, and shall not knowingly lend to any person or company any of the effects or assets of the Hospital, under its control.

c. In the event of loss/damage of building, equipments / machines etc. of the Employer due to negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to Employer.

d. In the event of termination of the contract, employer shall be at liberty to get balance work done at the risk and cost of the contractor and due payment of the contractor, if any, shall be released after the completion of whole of the works.

30. Termination For Insolvency: The Employer may at any time terminate the Contract by giving written notice to the Contractor, 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.

Signature & stamp of the Bidder

Page 24: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 24 of 47

PART-VII

SPECIAL CONDITIONS OF CONTRACT

1. CPWD norms and specifications shall be followed. Wherever, the same are not available, BIS / Engineering practice as directed by the Engineer / ESIC shall be followed.

2. The materials / items shall be got approved prior to its use for ARM from the Engineer In-charge of the ESIC. The material shall be in original packing from the manufacturer clearly indicating manufacturing date, expiry date & price etc. Any item found defective should be replaced free of cost to the satisfaction of ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD authorities. Decision of Engineer regarding quality and specifications of goods or material shall be final.

3. Complaints shall be made in the format prescribed be the hospital administration. 4. A complaint register in the format prescribed by the hospital administration shall be maintained in the

Office of the contractor where all complaints received shall be documented. 5. All Repair and Maintenance related complaints shall be attended within two hour failing which a

recovery of Rs. 500 per event per hour shall be made from the subsequent payment of the contractor. 6. As the work will have to be carried out in building and area in use the contractor shall ensure:-

a. That the normal functioning of Employer is not affected as far as possible. b. That the work is carried out in an orderly manner without noise and obstruction to flow of traffic. c. That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end

of each day‟s work. d. The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for

their part of work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to Employees' State Insurance Corporation property.

e. The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any consequence arising out of execution of the Repair and Maintenance work.

f. When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material.

7. Water and electricity shall be made available free of cost at nearby source of work. The contractor has to make his own arrangement for use of the same including extending temporarily lines etc.

8. The responsibility to follow relevant rules, regulations and loss with regard to the execution of this work shall be entirely that of the contractor. Any shortcomings, loss or damages due to this regard shall be borne entirely by contractor.

9. Award of contract will be issued after the bidder selected is found to be technically and financially acceptable to ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD.

10. The agreement shall be in force for a period of twelve months. However, it may be extended for further period but not beyond 12 months on the same price/ terms and conditions, if decided upon to do so by ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD.

11. 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 MODEL HOSPITAL, BAPUNAGAR for supply of the materials or work.

12. Selected bidder has to execute an agreement in a non-judicial bond paper of value of not less than Rs.100/-(Hundred rupees only) for ARM services, as per the intent of the ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD. Cost on this account shall be borne by the bidder.

Page 25: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 25 of 47

13. The service clerk & the skilled worker should be facilitated with mobile phone to contact on urgent basis & their numbers should be displayed at various places and forwarded to Hospital Administration.

14. The worker should be issued identity cards after getting due verification. Uniform should be worn by the worker having monogram of the firm.

15. The contractor shall have to attend the local bodies like AMC, Gujarat Police, SPWD, Labour officer and all other government authorities to fulfill all the requirements of the Contract.

16. The workers on duty after 4.00 PM will have to be available at the service center created by the contractor & should have mobile phone. ESIC may, at any point of time, verify physical presence of workers and in case of absence of any of the workers, Rs. 500/- will be levied as penalty for each instance.

17. Contractor will ensure that the payment to the worker is being made in accordance with the minimum wages circulated by the Central Government from time to time and conditions made in this tender document.

18. The rate of any item not available in the attached BOQ shall be derived from the latest Delhi Schedule of Rates circulated by CPWD by applying the prevailing cost index of the period of execution of the item. However, any item not available in the DSR may be derived from market rate of the period of execution which should be lowest market rate.

19. The contractor, to whom the work is awarded, will execute the work himself. He will not be allowed to sublet the work to any other agency or sub-contract it.

20. Contractor‟s Supervisor (Electrical Engineer) should be available at the site to supervise the works and co-ordinate with the Engineer/ESIC officials.

21. All tools & tackles, plants, machineries, equipments and materials to carry out the ARM work at site shall have to be provided by the contractor at his/her own cost.

22. The agency shall have to display on notice board in Hospital, its name along with the Supervisor‟s name to be contacted with telephone nos. for lodging the complaints.

Signature & stamp of the Bidder

Page 26: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 26 of 47

PART-VIII

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 24

(Ministry of Labour& Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM) OF ELECTRICAL WORKS FOR 2016-17

TECHNICAL BID

Page 27: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 27 of 47

TECHNICAL BID

DETAILS OF TENDERER

NAME OF WORK: Annual Repair and Maintenance Services of (Electrical) works at ESIC MODEL HOSAPITAL BAPUNAGAR, its various Dispensaries and Staff Quarters for the period of one year.

1 NAME OF TENDERING COMPANY / FIRM / TENDERER: ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2 NATURE OF FIRM:

____________________________________________________________________________________________________________________________________________________________________

3 NAME OF OWNER / DIRECTORS: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

4 FULL PARTICULARS OF OFFICE: (a) Address: _________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (b) Telephone No.:____________________________________________________________________

(c) Fax No.:_________________________________________________________________________

(d) E-Mail Address._______________________________________________________________

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

(a) Name of the Bank: __________________________________________________________________________________________________________________________________________________________________________

(b) Address of the Bank: _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

(c) Telephone No. ___________________________________________________________________

6 REGISTRATION DETAILS:

(a) PAN / GIR No. _______________________________________________________________

(b) Service Tax Registration No. ___________________________________________________

(c) GST No. _____________________________________________________________________

Page 28: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 28 of 47

(d) E.P.F. Registration No. (As applicable) ____________________________________________

(e) E.S.I. Registration No. (As applicable) _____________________________________________

(f) Labour License No.______________________________________________________________

(g) Details of Registration as Electrical Contractor with CPWD/State PWD/MES/Railways or any other Government Body_________________________________________________________ _________________________________________________________________________________

(h) Any other registrations/licenses which are mandatory for such agencies stipulated by Concerned Authorities

__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

7 DETAILS OF EARNEST MONEY DEPOSIT:

(a) Amount (Rs.):__________________________________________________________________

(b) D.D. / B.C. No. and Date: ________________________________________________________

(c) Drawn on Bank: _______________________________________________________________

(d) Valid up to:____________________________________________________________________

8 Total Turn Over of three preceding years

2014-15______________ 2015-16_________________ 2016-17___________________

9 Total Nos. of Manpower as on the day of filing the tender______________________

The above format is to be used to provide requisite details

Date:

Place:

Name:

Signature & stamp of the Bidder

Page 29: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 29 of 47

FORMAT-I (To be used with Technical Bid)

WORK EXPERIENCE

(Use separate sheet for each work)

(Experience of Annual Repair and Maintenance Services of Electrical works as per the Eligibility Criteria)

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 work order, satisfactory certificate etc. from the clients in support of each of the above projects to be furnished.

Signature & stamp of the Bidder

Page 30: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 30 of 47

FORMAT-II (To be submitted with Technical bid)

DETAILS OF THE EXISTING CONTRACTS

Sr. No.

Name and Address of the

Organization, Name, Designation

and Contact Telephone / Fax

No. of the Officer concerned

Details of regarding

the Contract

Value of Contract

(Rs.)

Duration of Contract

From To

DD/MM/YYYY DD/MM/YYYY

A

B

C

Additional information, If any

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Page 31: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 31 of 47

FORMAT-III (To be submitted with Technical bid)

DETAILS OF MANPOWER

Sr. No.

Name Employee Code, if any

Qualification ESI No. (As applicable)

E.P.F. No (As applicable)

Experience of Electrical Works

in years

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Page 32: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 32 of 47

PART-IX

(TO BE TYPED ON BIDDER’S LETTER HEAD)

UNDERTAKING

To,

The Medical Superintendent ESIC Model Hospital Bapunagar, Ahmedabad

Subject: Tender for providing of Annual Repair and Maintenance Services of (Electrical) works at ESIC Model Hospital Bapunagar& its various Dispensaries, D-34 Khokhara, Building and Staff quarters under ESIC Model Hospital Bapunagar, Ahmedabad for the period of one year. Sir,

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 abide by the said terms and conditions.

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

4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance Services of (Electrical) works at ESIC Model Hospital Bapunagar& its various Dispensaries, D-34 Khokhara, Building and Staff quarters under ESIC Model Hospital Bapunagar, Ahmedabad shall be ensured by our Agency, as well as any other assignment considered by the Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

5. I/We do 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 Model Hospital Bapunagar, Ahmedabad shall have the absolute right to take any action as deemed fit without any prior intimation to me.

(Signature & stamp of the Bidder)

Name and Address of the Bidder:

Telephone No:

Page 33: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 33 of 47

PART-X

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to participate in the tender. Sr. No. Items Confirm (Yes/No)

1. Earnest Money Deposit (EMD)

2. Tender form with completely filled Technical bid and Financial bid, with all pages serially numbered, signed and stamped along with supporting documents

3. Audited Balance sheet of last three years with details of annual turnover and profit & loss account etc. (2014-15 , 2015-16 & 2016-17)

4 Income tax returns of last three years. (2014-15, 2015-16 & 2016-17)

5. Attested Photo copy of PAN Card

6. ESI Registration certificate copy with last three year payment details (As applicable).

7. EPF Registration certificate copy with last three year payment details (As applicable).

8. Service Tax registration certificate with details of the last payment.

9. Registration certificate under central labour law authorities. Copy of Valid labour license.

11. Documents in support of completed and ongoing contracts along with their values in support of the experience and financial credibility as per the eligibility criteria.

14. Undertaking as per part-IX

15. Document in support of Registration with the CPWD/State PWD/MES/Railways or any other Government Body as Electrical Contractor

16. Manpower details in format III of Technical Bid.

Signature

Date: Full Name:

Place: Company’s Seal:

Page 34: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 34 of 47

PART-XI

EMPLOYEES‟ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 24

(Ministry of Labour& Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM) OF ELECTRICAL WORKS FOR 2017-18

FINANCIAL BID

Page 35: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 35 of 47

“PART –A’’ ABSTRACT

Name Of Work : Annual Repair and Maintenanance of Electrical (A.R.M) works for ESIC Model Hospital Bapunagar& Its various Dispensaries, Buildings and Staff Quarters under ESIC Model Hospital at Bapunagar and Dispensary - 34 Khokhara, Ahmedabad for the year of 2017-18. Sr. No

Post Category

Qualification Expected Deployment

Man days

Rate / Day

Amount per

month

Amount per Year

1 Supervisor high-Skilled

Minimum Diploma in Electrical engineering with min. 2 year professional experience

1 for 30 days 30

2 Lift Operator semi-skilled

Min. two years experience in relevant field

3 Op. For 30 days

90

a) Lift Operator semi-skilled

min. 2 Years experience in relevant field

3 Op. For 26 days (Monday to Saturday)

78

3 Electrician (Wireman - cum - DG & Pump Operator)

Skilled ITI in relevant field with min. 2 years experience

4 Op. For 30 days

120

a) Electrician(Wireman - cum - DG & Pump Operator)

Skilled ITI in relevant field with min. 2 years experience

1 Op. For 26 days (Mondays to Saturday)

26

4 AC and Refrigeration Technician-cum-AHU Operator

Skilled ITI in relevant field with min. 2years experience

1 Technician For 30 days

30

5 Helper Unskilled

Nil 1 Helper For 26 days ( Mondays to Saturday )

26

Total

NOTE: 1. The Contractor shall maintain an inventory and use common miscellaneous sundry materials (screws,

nails, washers, internal fitting of tapes & valves, plumbing thread, safeda, clamps, hooks etc) which are required for the work the cost of which is included in above items.

2. Payment shall be made for the actual days of employment. 3. The worker engaged for the month will be allowed weekly off on continuous engagement for a week. 4. Above quoted rates should be inclusive of all allowances, statutory levies like ESI, EPF & Bonus and

relieving charges etc. Contractor must ensure that the deployed manpower shall be paid wages not below the Minimum Wages set by the Central Govt. In case of absence of any of the above mentioned manpower without providing suitable replacement an amount of Rs. 500 per day shall be recovered as liquidated damage per person per day from the bills.

5. Requirement of Man power may increase or decrease, similarly deployment on any day is subject to change as per requirement for the sake of calculation 30 days have been taken in a month and Four Sundays have been taken in a month, however payment shall be made on basis of man days in a month.

Signature & stamp of the Bidder

Page 36: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 36 of 47

“PART-B’’

ABSTRACT

Name Of Work : Annual and Maintenanance of Electrical (A.R.M) works for ESIC Model Hospital Bapunagar& Its various Dispensaries, Buildings and Staff Quarters under ESIC Model Hospital at Bapunagar and Dispensary - 34 Khokhara, Ahmedabad for the year of 2017-18. Sr. No. Description of items Unit Qty Rate Amount

1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - C

Point 25

2 Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, 2 way piano type switch, phenolic laminated sheet, suitable size MS box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.

Point 5

3 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - C

Point 50

4 Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, 2 way modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.

Point 5

5 Wiring for circuit/ submain wiring along with earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required.

a) 2 X1.5 sq.mm + 1.5 sq.mm earth wire Mtr. 200 b) 2 X 2.5 sq.mm + 1 X 2.5 sq.mm earth wire Mtr. 200 c) 2 X 4 sq.mm + 1 X 4 sq.mm earth wire Mtr. 50 d) 2 X 6 sq.mm + 1 X 6 sq.mm earth wire Mtr. 25 e) 2 X 10 sq.mm + 1 X 6 sq.mm earth wire Mtr. 10 f) 2 X 16 sq.mm + 1 X 6 sq.mm earth wire Mtr. 10 6 Supplying and fixing metal box of 150 mm X 75 mm X 60 mm deep

(nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 5/6 A socket outlet and 5/6 A piano type switch, connections, painting etc. as required.

Each 10

Page 37: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 37 of 47

7 Supplying and fixing metal box of 180 mm X 100 mm X 60 mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 5/6 A & 15/16 A socket outlet and 15/16 A piano type switch, connections, painting etc. as required.

Each 10

8 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess , including providing and fixing 3 pin 5/6 A modular socket outlet and 5/6 A modular switch, connections etc. as required.

Each 25

9 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 A & 15/16 A modular socket outlet and 15/16 A modular switch, connections etc. as required.

Each 20

10 Supplying and fixing following way, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

a) 6 Way, Double door Each 2 b) 8 Way, Double door Each 2 c) 12 Way, Double door Each 1 d) 16 Way, Double door Each 1 11 Supplying and fixing following way, horizontal type three pole and

neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/ Isolator)

a) 4 Way (4 + 12), Double door Each 2 b) 6 Way (4 + 18), Double door Each 1 c) 8 Way (4 + 24), Double door Each 1 12 Supplying and fixing of following ways surface/ recess mounting,

vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A, tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer) as required. (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

a) 4 way (4 + 12), Double door Each 1 b) 8 way (4 + 24), Double door Each 1 c) 12 way (4 + 36), Double door 1 13 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, “C” curve,

miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a) Single Pole Each 25 b) Double pole Each 25 c) Triple pole Each 10 d) Triple pole and Neutral Each 10 14 Supplying and fixing following rating, double pole, 240 V, isolator in

the existing MCB DB complete with connections, testing and commissioning etc. as required.

a) 40 Amps Each 5

Page 38: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 38 of 47

b) 63 Amps Each 5 15 Supplying fixing following rating four pole 415 volt, isolator in the

existing MCB DB complete with connection, testing and commissioning etc. as required.

a) 40 Amps Each 5 b) 63 Amps Each 5 c) 100 Amps Each 5 16 Supplying and fixing following rating, double pole, (single phase and

neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a) 25 A Each 10 b) 40 A Each 10 c) 63 A Each 5 17 Supplying fixing following rating and pole 230/415 volt MCB in the

existing MCB DB complete with connection, testing and commissioning etc. as required.

a) Double pole 40 Amp. 10Ka Each 5 b) Double pole 63 Amp. 10Ka Each 5 c) Three pole 40 Amp. 10Ka Each 3 d) Three pole 63 Amp. 10Ka Each 3 e) Four pole 40 Amp. 10Ka Each 3 f) Fouepole 63 Amp. 10Ka Each 3 18 Supplying and fixing 20 A, 240 V, SPN Industrial type socket outlet,

with 2 pole and earth, metal enclosed plug top along with 20 A, “C” curve, SP, MCB, in sheet steel enclosure, on surface or in recess, with chained metal cover for the socket out let and complete with connections, testing and commissioning etc. as required.

Each 10

19 Earthing with G.I. earth pipe 4.5 meter long, 40 mm dia including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal/ coke and salt as required.

Each 5

20 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 meter long etc. with charcoal/ coke and salt as required.

Each 3

21 Supplying and laying 25 mm X 5 mm GI strip at 0.50 meter below ground as strip earth electrode , including connection/terminating with GI nut, bolt spring, washer etc. as required (Jointing shall be done by overlapping and with 2 sets of GI nut bolt & spring washer etc. as required.

Mtr. 50

22 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in recess for connections etc. as required.

Mtr. 25

23 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing as required.

Mtr. 100

24 Supplying and Fixing 1 X 25 Watt LED Roadway outdoor street light fitting LED streetlight made up of pressure die cast housing with prismatic polycarbonate diffuser and individual LEDs with IP65 protection. (Crompton, Bajaj, Philips, Anchor)

Each 15

Page 39: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 39 of 47

25 Supplying and fixing of 1×28 watt T5 type tub fitting with all accessories like choke with tube of following make as required. (Crompton, Bajaj, Philips)

Each 25

26 Supplying and fixing of 2×36 watt CFL type tube fitting with all accessories like choke with CFL tube of following make as required. (Crompton, bajaj, philips)

Each 5

27 Supplying and fixing of 2×18watt CFL type down lighter fitting with all accessories like choke with CFL tube of following make as required. (Crompton, bajaj, philips)

Each 5

28 Providing and erecting P.V.C insulated ISI marked armoured cable Aluminium conductor 1000 volt grade as below.

a) 2 core 6 sq.m.m. in existing trench Mtr. 30 b) 2 core 6 sq.m.m. on wall with clamps etc. or in existing pipe Mtr. 30

c) 4 core 6 sq.m.m. in existing trench Mtr. 25 d) 4 core 6 sq.m.m.on wall with clamps etc. or in existing pipe Mtr. 25 29 Making trench in soft soil at suitable width and 70 cms deep for lying

L.T. cable and refilling the same with earth and 9 Nos bricks per meter placed on top of cable as required.

Mtr. 15

30 Conveyance charge for ceiling fan, Table fan, Exhaust Fan, Pedestal fan, etc. (From ESIC Model Hospital site to work shop and back for repairing . only fan taken out at ESIC Model Hospital site or brought back shall be with proper gate pass or receipt.

Each 35

31 Servicing the un installed ceiling fan with washing & cleaning, checking all nut bolts, replacing quarter pin and oiling /greasing & testing complete

Each 35

32 Painting of ceiling fan in installed position with one or more coats of spray painting with synthetic enamel paint of approved brand and manufacture to give an even shade, including cleaning of surface with detergent etc. as required.

Each 35

33 Rewinding of any Ceiling fan by using super enamelled copper wire and overhauling and putting in working order condition.

Each 35

34 Rewinding of any Exhaust fan upto 450mm by using super enamelled copper wire and overhauling and putting in working order condition.

Each 10

35 Replacing the bearing /bushing of ceiling fan and putting the fan in working order (Scrape materials to be retained by agency)

a) Bearing Each 70 b) Bushing Each 25 36 Supply and fixing electric ceiling fans at 1200 m.m. sweep capacitor

type with double ball bearing complete with 300 m.m. down rod, canapies , sockets, blades but without speed regulator suitable for operation on 230 volts 50 HZ single phase A.C. Supply etc. as complete reqd. ( Make - Usha, Crompton, Bajaj ).

Each 25

37 Supplying & fixing of SINTEX make control box for compound light complete with 20 Amp, 4 waybackelite based flat connector & 1 no 6 amp 10 KA single pole MCB i/c connections with lugs, testing etc as required.

Each 35

38 Providing and fixing following rating and breaking capacity MCCB in existing cubicle panel board including drilling holes in cubicle panel making connections etc. as required.

a) 100 Amps, 16KA TP MCCB Each 1 b) 125 Amps, 16KA TP MCCB Each 1 c) 150 Amps, 16KA TP MCCB Each 1

Page 40: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 40 of 47

d) 250 A, 25 KA,TPMCCB Each 1 e) 400 A, 35 KA,TPMCCB Each 1 39 Supplying, Installation, Testing& Commissioning of the following

size of Aluminium PVC insulated and PVC sheathed / XLPE armoured power cable confirming to IS. Etc. as required. (Make- Polycab / Havells )

a) 3.5 C X 185 sq. mm Mtr. 200 b) 3.5 C X 150 sq. mm Mtr. 200 c) 3.5 C X 120 sq. mm Mtr. 100 d) 3.5 C X 70 sq. mm Mtr. 100 e) 4.0 C X 16 sq. mm Mtr. 50 f) 4.0 C X 10 sq.mm Mtr. 50 g) 4.0 C X 06 sq.mm Mtr. 50 h) 4.0 C X 04 sq.mm Mtr. 50 40 Supplying, Installation, Testing & Commissioning of the following size

of Copper PVC insulated and PVC sheathed/XLPE armoured power cable confirming to IS. Etc. as required.

a) 4.0 C X 10 sq.mm Mtr. 25 b) 4.0 C X 06 sq.mm Mtr. 25 c) 4.0 C X 04 sq.mm Mtr. 25 41 Laying of one number PVC insulated and PVC sheathed / XLPE power

cable of 1.1 KV grade of following size direct in ground in the same trench in one tire horizontal formation including excavation, sand cushioning , protective covering and refilling the trench etc. as required.

a) Upto 35.00 sq.mm Mtr. 50 b) Above 35 sq. mm and upto 95 sq. mm Mtr. 50 c) Above 95 sq. mm and upto 185 sq. mm Mtr. 50 42 Servicing & overhauling of Existing HT panel with HT VCB (1

incomer + 2 outgoing) feeder and interior spares etc. Complete and put into the smooth and proper working condition as per the instructed by the engineer in charge. (The HT breaker should be servicing with the experts technician of this type of servicing work.

Job 1

43 Filtration of 630 KVA transformer oil for removal of moisture, carbon slurry etc by means of circulating oil through vacuum pump from the heating element & filters to with stand the breaking strength of the oil above 50 KV beyond one minute tested in kit at site.

Job 2

44 Supply & filing of new transformer oil having good resistance to high electrical stress, high di-electric strength (50kV low viscosity, low pour point, high flash point and excellent thermal properties for efficient heat transfer cooling as per IS 335-1972.

Litre 100

45 Measurement of earthing of resistance of all the earthing pits by loop test after isolating & clearing of joints. (one time in a year)

Job 15

46 Carry out routine servicing & maintenance of 800/1000/1200 Amp. rating Air circuit breaker (Schneider make) by cleaning of Fix contacts, moving contacts & Archdukes & putting the ACB in perfect working order after setting of all the protection relays and ON / OFF mechanism. The ACB should be servicing with the experts technician of this type of servicing work.

Job 10

47 Supply and Fixing Heavy duty Power Capacitor 440V for existing APFC panel.

Kvar 50

Page 41: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 41 of 47

48 Repairing & rewinding of following capacity under ground sump base submersible pump set / Centrifugal Mono block pump set and motor with proper gauge of copper Conductor and suitable Insulation and typing strip. The cost includes Removing and Re-fixing at same place including loading unloading and transportation complete testing commissioning etc. required.

a) 3.0 HP Job 1 b) 7.5 HP Job 2 49 Repairing & rewinding of following capacity bore well base

Submersible pump set with proper gauge of copper Conductor and proper servicing of pump change new bearing bushing & thrust plate i/c suitable Insulation and typing strip. i/c loading unloading and transportation complete testing commissioning etc. required.

a) 7.5 HP Job 2 50 Repairing and servicing of borewell submersible pump upto 12 stage.

Including loading, unloading and transportation complete testing commissioning etc, required.

job 2

51 Labour charges for Taking out the faulty submersible pump from bore well and lowering the same after repairing. Up to the bore well depth 150 meter max.

Each 1

52 Procurement of normal use water tanker having 5000 litres capacity on site in case of urgency during breakdown of water supply system.

Each 10

53 Supply, Service and Replacement of following items suitable for 1.0/1.5/2.0 TR Split Acs i/c taking out faulty unit and installation of new item i/c connection, testing & Commissioning etc. complete as reqd.

a Running Capacitor Each 50 b Contactor Each 50 c Pressure Testing and Rectification of leakage Each 25 d Gas charging Each 25 e Rewinding of Condenser/Indoor blower motor. Each 25 f Indoor/Outdoor motor capacitor Each 20 g Replacement of New Condenser motor. Each 5 h Replacement of New Indoor Blower motor. Each 5 i Condenser Fan Blade Each 15 j Indoor Blower Each 5 k Repairing of PCB of Split Acs Each 5 l New PCB for Split Acs Each 5 m Replacement of 1.5 TR Rotary Compressor Each 2 n Replacement of 2.0 TR Rotary Compressor Each 5 o Copper Condenser Each 5 p Filter Each 15 q Outdoor Unit Stand Each 10 r Supplying and fixing of copper pipe of size 3/8" and 5/8" and

2.5 sqmm PVC insulated PVC sheathed four (4) core copper conductor cable including cutting brazing insulating and other accessories etc as reqd.

Mtr. 50

s Chemical (Cleaning material )for wet service of AC/ Water cooler Ltr. 15

Page 42: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 42 of 47

54 Supply and Replacement of following items suitable for 40-80/150 LTR capacity water cooler i/c taking out faulty unit and installation of new item i/c connection, testing & Commissioning etc. complete as reqd.

a Starting Capacitor Each 10 b Running Capacitor Each 10 c Starting Relay Each 10 d Condenser Motor Rewinding Each 5 e Replacement of Condenser fan motor Each 5 f Condenser Fan Capacitor Each 5 g Condenser Fan Blade Each 5 h Lifting and Shifting at workshop for Body work and Painting. Each 5 i Ball valve Each 10 j Replacement of new condenser Each 2 k Thermostat Each 10 l Pressure Testing and Gas charging of water cooler Each 5 m Replacement of water Tap. Each 10 n Capillary or Filter Each 10 o Replacement of 40-80 LTR Compressor Each 5 p Replacement of 150 LTR Compressor Each 2 55 100mm dia Hole making by core cutting machine in RCC structure Each 10 56 Supplying and fixing DP sheet steel enclosure on surface/ recess along

with 25/32 A, 240 V “C” curve DP MCB complete with connections, testing and commissioning etc. as required.

Each 15

Total Rs.

NOTE:

1. Quantity mentioned here are only tentative. 2. Actual quantity shall be increase or decrease as per requirement only. 3. The contractor shall keep some items readily available at site. 4. Payment shall be made for actual quantities supplied at the contract rate. 5. Any item of work/ supply not cover above shall be treated as a variation. The rates shall be

worked out mutually based. On CPWD norms on failure to reach an agreement the engineer decision shall be final and binding on both sides.

6. The materials should be ISI mark shall be as per CPWD specification and also got approved from the engineer of ESIC prior to its use.

Signature & stamp of the Bidder

Page 43: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 43 of 47

“PART-C’’

ABSTRACT

Name Of Work: Annual Repair and Maintenanance of Electrical (A.R.M) works for ESIC Model Hospital Bapunagar& Its various Dispensaries, Buildings and Staff Quarters under ESIC Model Hospital at Bapunagar and Dispensary - 34 Khokhara, Ahmedabad for the year of 2017-18. Sr. No. Description of items Unit Qty Rate Amount

1 Supplying and fixing following piano type switch/ socket on the existing switch box/ cover including connections etc. as required.

a) 5/6 A switch Each 100 b) 2 way 5/6 A switch Each 10 c) 15/16 A switch Each 50 d) 3 pin 5/6 A socket outlet Each 75 e) 6 pin 15/16 A socket outlet Each 35 f) Bell push Each 25 2 15 Amp switch sockets combined Each 25 3 15 Amp Three pin top Each 35 4 5 Amp Three pin top Each 50 5 Supplying and fixing following modular switch /

socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

a) 5 /6 amps switch Each 100 b) 2 way 5/6 A switch Each 25 c) 15 / 16 amps switch Each 75 d) 3 pin 5 /6 amp socket outlet Each 75 e) 6 pin 15 /16 amp socket outlet Each 65 f) Bell Push Each 25 6 Supplying and fixing two module stepped type

electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.

Each 50

7 Supplying and fixing modular blanking plate on the existing modular plate & switch box excluding modular plate as required.

Each 25

8 Supplying and fixing following size / modules , GI/PVC box along with modular base & cover plate for modular switches in recess etc. as required.

a) 1 or 2 Module (75 mm X 75 mm) Each 25 b) 3 Module (100 mm X 75 mm) Each 15 c) 4 Module ( 125 mm X 75 mm) Each 15 d) 6 Module (200 mm X 75 mm) Each 25

Page 44: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 44 of 47

e) 8 Module (125mm X 125 mm) Each 15 f) 12 Module (200mm X 150 mm) Each 15 g) 16 Module (220mm X 180 mm) Each 10 h) 18 Module (240mm X 240 mm) Each 5 9 Supplying and fixing following size modular base

& Cover Plate on existing modular metal box etc. as required.

a) 1 or 2 Module (75 mm X 75 mm) Each 25 b) 3 Module (100 mm X 75 mm) Each 15 c) 4 Module ( 125 mm X 75 mm) Each 15 d) 6 Module (200 mm X 75 mm) Each 15 e) 8 Module (125mm X 125 mm) Each 15 f) 12 Module (200mm X 150 mm) Each 15 g) 16 Module (220mm X 180 mm) Each 10 h) 18 Module (240mm X 240 mm) Each 10 10 Supplying and fixing call bell/ buzzer suitable for

single phase, 230 V, complete as required. Each 25

11 Providing and fixing resistance type fan regulator make-Crompton,/Usha/Orient/Bajaj/Khaitan, ISI make

Each 15

12 Ceiling fan regulator electronic step type, piano type

Each 25

13 2.5 /3.15 MFD fan capacitor Each 250 14 Tube light Starter Each 500 15 40 watts tube copper heavy duty polyester choke

(Crompton, Bajaj, Anchor) Each 350

16 40 watts tube Electronic ballast (Crompton, Bajaj, Anchor)

Each 100

17 28 watts t 5 tube light choke (Crompton, Bajaj, Anchor)

Each 50

18 9/11/13 watts CFL light choke (Crompton, Bajaj, Anchor)

Each 100

19 18 watts CFL light choke (Crompton, Bajaj, Anchor)

Each 50

20 Rotary holder of tube light Each 250 21 Angle / Baton holder Each 50 22 P.V.C insulation tape roll Each 25 23 PVC pipe 20 mm 1.2 mm thick Mtr 250 24 PVC Elbow / Tee 20 mm Each 150 25 PVC Elbow / Tee 25 mm Each 150 26 PVC pipe 25 mm / 1.2 mm thick Each 250 27 PVC one way to 4 way junction 20mm Each 150 28 PVC one way to 4 way junction 25mm Each 150 29 Saddle 20 /25 mm width screw roll plug Each 500 30 Wooden Board with laminated sheet for the

following but without switch / plug

a) 1 switch + 1 plug Each 25 b) 2 switch + 1 plug Each 25

Page 45: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 45 of 47

c) 2 switch + 2 plug Each 25 d) 3 switch + 3 plug Each 25 e) 4 switch + 1 plug Each 25 f) 5 switch + 1 plug Each 102 g) 3 mm thick phenolic laminated sheet sqcm 10000 31 Flexible wire 3 core X 0.50/0.75 sq.mm copper

PVC insulated wire 100 mtscoil (Make : ISI) Each 2

32 Flexible wire 4 core X 1.5 sq.mm copper PVC insulated wire 100 mtscoil (Make : ISI)

Each 1

33 Flexible wire 4 core X 2.5 sq.mm copper PVC insulated wire 100 mtscoil (Make : ISI)

Each 1

34 Bakelite DP switch 30 Amp Each 50 35 Buzzer 230 volt Each 25 36 Ding dong Bell 230 volt Each 25 37 Patti type Tube fitting 1 X 40 volt with copper

chock starter holder etc. but without tube(Crompton, Bajaj , Philips, Anchor make

Each 75

38 Ceiling rose Each 50 39 Earth wire 8 SWG GI Mtr 150 40 PVC insulated FRLS copper conductor wire ISI

mark 90 mts coil Multi strand

a) 1.0 sq.mm Each 10 b) 1.5 sq.mm Each 5 c) 2.5 sq.mm Each 5 d) 4.0 sq. mm Each 5 41 20 Amp. Industrial Switch& socket. Each 25 42 11 Watt CFL 2 pin Each 100 43 18 Watt CFL 2 pin Each 100 44 18 Watt CFL 4 pin Each 100 45 20 Watt CFL Spiral Each 50 46 36 Watt CFL 4 pin Each 250 47 T.L. rode (stick) 36 volt Each 500 48 T.L. rode (stick) 28 watt T5 Type Each 100 49 Highbay 250 Watt with lamp and control gear

box Each 15

50 70Watt HPSV Ballast Each 10 51 70Watt HPSV Ignitors Each 10 52 70Watt HPSV Lamp Each 10 53 150Watt HPSV Ballast Each 10 54 150Watt HPSV Ignitors Each 10 55 150Watt HPSV Lamp Each 10 56 250Watt HPSV Ballast Each 5 57 250Watt HPSV Ignitors Each 5 58 250Watt HPSV Lamp Each 5 59 Single pole, MCB blanking plate Each 15 60 500 Watt Halogen lamp Each 2

Page 46: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 46 of 47

61 250 Watt Flood light lamp with control gear box . Each 2

62 150 Watt Flood light lamp with control gear box. Each 2

63 70 Watt Flood light lamp with control gear box. Each 2

64 Shakti plus Bajaj Heating Element 1000/2000W Each 10

65 Cotton waste, cleaning cloth etc. Kg. 20 Total Rs. NOTE:

1. Quantity mentioned here are only tentative. 2. Actual quantity shall be increase or decrease as per requirement only. 3. The contractor shall keep some items readily available at site. 4. Payment shall be made for actual quantities supplied at the contract rate. 5. Any item of work/ supply not cover above shall be treated as a variation. The rates shall be

worked out mutually based. On CPWD norms on failure to reach an agreement the engineer decision shall be final and binding on both sides.

6. The materials should be ISI mark shall be as per CPWD specification and also got approved from the engineer of ESIC prior to its use.

Signature & stamp of the Bidder

Page 47: E-TENDER DOCUMENT FOR ANNUAL REPAIR ......Toda Kabrastan, Gomatipur, D-25 Dispensary near Hathikhai, Gomatipur& D-34 Dispensary Khokhara, Maninagar The summary of the Tender is as

Page 47 of 47

TOTAL ABSTRACT AMOUNT Part Description Amount

A Abstract of Maintenance Staff engagement

B Abstract of Tendered Quantity Amount

C Abstract of items rate of materials to be supplied to the maintenance staff engaged as per PART-A

Total

Total in words: Rupees_________________________________________________________________________

___________________________________ only

Signature & stamp of the Bidder

Place:

Date: