TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA...

44
TENDER FOR ANNUAL REPAIRS AND MAINTENANCE (CIVIL & ELECTRICAL) OF ESIC HEADQUARTERS OFFICE BUILDING, PANCHDEEP BHAVAN, G.I.G. MARG, NEW DELHI AND HQRS. EXTN. OFFICE, EXPRESS BUILDING, BAHADUR SHAH ZAFAR MARG, NEW DELHI Tender No. D-36/15/1/HK&ARM/2016-Genl Date: 18/1/2018 DIRECTOR (General Branch) Employees’ State Insurance Corporation Headquarters office Panchdeep Bhavan, C.I.G. Marg New Delhi-110002 Ph. 011-23215487 Email : [email protected]

Transcript of TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA...

Page 1: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

TENDER

FOR ANNUAL REPAIRS AND MAINTENANCE (CIVIL & ELECTRICAL) OF ESIC HEADQUARTERS OFFICE BUILDING, PANCHDEEP BHAVAN, G.I.G. MARG, NEW DELHI AND HQRS. EXTN. OFFICE, EXPRESS BUILDING, BAHADUR SHAH ZAFAR MARG, NEW DELHI Tender No. D-36/15/1/HK&ARM/2016-Genl Date: 18/1/2018

DIRECTOR (General Branch) Employees’ State Insurance Corporation

Headquarters office Panchdeep Bhavan, C.I.G. Marg

New Delhi-110002 Ph. 011-23215487

Email : [email protected]

Page 2: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

HEADQUARTER'S OFFICE EMPLOYEES' STATE INSURANCE CORPORATION

PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

Email – [email protected]

NOTICE INVITING TENDER FOR THE WORK OF ANNUAL REPAIRS AND MAINTENANCE (CIVIL & ELECTRICAL) OF ESIC HEADQUARTERS BUILDING, PANCHDEEP BHAVAN, G.I.G. MARG, NEW DELHI AND HQRS. EXTN. OFFICE, EXPRESS BUILDING, BAHADUR SHAH ZAFAR MARG, NEW DELHI

INDEX

Sl.No. Subject Page No.

1 Tender Notice 1

Instructions to the Bidders for e-tendering 2

2 Terms and Conditions of the tender

Eligibility Condition 3-4

Documents to be uploaded 4-5

3 Scope of work 6-16

4 Instructions For the Bidders 17-18

5 Particular condition of contract 19-20

6 General condition of contract 21-23

7 Technical Bid Format 24-25

8 Financial Bid Format 26-41

9 Declaration 42

Page 3: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

HEADQUARTER'S OFFICE EMPLOYEES' STATE INSURANCE CORPORATION

PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

Email – [email protected]

D-36/15/1/HK&ARM/2016-Genl Date: 18/1/2018

NOTICE INVITING E-TENDERS FOR WORK OF ANNUAL REPAIRS AND MAINTENANCE (CIVIL & ELECTRICAL) OF ESIC HEADQUARTERS OFFICE BUILDING AT PANCHDEEP BHAVAN, G.I.G. MARG, NEW DELHI-110002 & HQRS. EXTN. OFFICE, EXPRESS BUILDING

e-tenders in two bid system through e-procurement solution are invited from the leading experienced firms/agencies/contractors for the work of “Annual Repairs & Maintenance (Civil & Electrical) of ESIC headquarters office building, Panchdeep Bhavan, C.I.G. Marg, New Delhi-110002 and Headquarters Extn. Office, Gr. & IV floor, Express Building, Bahadur Shah Zafar Marg, New Delhi”. Tender documents are available at https://esictenders.eproc.in. Bidders have to deposit the Earnest Money Deposit (EMD) Rs. 1.80 lakh in the form of Demand Draft/Bankers cheque drawn in

favour of “ESI Fund A/c No. 1” payable at New Delhi. The interested bidders should upload their bids along with scanned duly signed copies of all the relevant certificates, documents etc. in support of their technical and financial bids as adviced in the tender document online at https://esictenders.eproc.in. Sl.No. Description Schedule

01 E-Tender document available at ESIC website / e-

procurement portal https://esictenders.eproc.in From 05/2/2018

02 Estimated Tender Cost Rs. 90.20 lakh 03 Last date and time for submission of technical &

financial bid on-line at https://esictenders.eproc.in Upto 5.00 PM on dt. 26/02/2018

04 Date of pre-bid meeting/conference 3.00 PM on 15/2/2018 at Conference room of ESIC Hqrs. Office

05 Date & time of opening of Technical Bids At 11.00 AM on dt. 27/02/2018 06 EMD (DD/Bankers cheque) of Rs. 1.80 lakh to be

submitted at General Branch, ESIC Hqrs. office Upto 5.00 PM on dt. 26/02/2018

Tender documents are also available for viewing/downloading on the website of Employees’

State Insurance Corporation ie. www.esic.nic.in from 05/02/2018.

(PRANAY SINHA)

DIRECTOR

Page 4: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

IMPORTANT INSTUCTIONS FOR BIDDERS

All bidders 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.ipg-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 Banking for participating in the Tender.

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

assistance.

Page 5: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

2. TERMS & CONDITIONS OF TENDER

A. Name of Work : Annual Repairs & Maintenance (Civil & Electrical) of ESIC Headquarters office

Building, Panchdeep Bhavan, C.I.G. Marg, New Delhi and Hqrs. Extn. Office, Express Building,

Gr. & 4th Floor, Bahadur Shah Zafar Marg, New Delhi.

B. Estimated tender Value : Rs. 90.20 lakh(Rs. Eighty nine lakh fifteen thousand only) for one

year.

C. Period of Contract : The contract shall initially be for a period of one year and may be extended

for further period subject to satisfactory performance, on the same terms and conditions. The

rates approved shall remain unchanged during the period of contract. ESIC reserves the right to

terminate the contract by serving one month’s notice, in writing. The contract can be terminated

by giving one month notice by either party.

D. Earnest Money Deposit : Rs. 1.80 lakh (Rs. One lakh eighty thousand only) to be deposited in

form of DD/Bankers cheque favouring “ESI Fund A/c No.1” payable at New Delhi. The EMD has

to be deposited in physical form at General Branch, ESIC Headquarters office, Panchdeep

Bhavan, C.I.G. Marg, New Delhi-110002 before the closing time and date of tender.

E. Last date of submission of bid : The bids are to be submitted online in electronic format on

website https://esictenders.eproc.in. Bids can be submitted till 5.00 PM on 26/02/2018.

F. Date of opening of Tenders : Technical bids will be opened on 27/02/2018 at 11.00 AM. The tender shall be opened in presence of the bidders who choose to be present during opening of bids. If the date of opening of bid is declared a holiday, bid will be opened on next working day at 11.00 AM.

G. Pre Bid Meeting : A pre bid meeting shall be held on 15/2/2018 at 3.00 AM at ESIC

headquarters office to clarify issues connected with the tender. Prospective bidders are invited to

attend & also to see the work site and installations.

H. Eligibility Conditions of bidders :

1. The bidder should be a company / firm (Proprietorship/Partnership/Pvt. Limited/Limited/

Joint Venture) engaged in Annual Repair & Maintenance of building in India for at least

three years as on the date of publishing of this tender.

2. The bidder should have successfully completed at least following works in last 5 years :

a. One similar* work of value not less than Rs. 60 lakh or

b. Two similar* work of value not less than Rs. 45 lakh or

Page 6: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

c. Three similar* work of value not less than Rs. 30 lakh

Note : * Similar work stands for Annual Repair & Maintenance works of office

buildings/Residential Colonies which include civil & electrical works.

3. The bidder must be registered under GST and must have ESIC & EPFO registration.

4. The bidder must have a PAN number.

5. The firm/agency/contractor should possess experience of at least 3 years of executing

contract/work of Annual Repair & Maintenance of office buildings/residential colonies on

the date of publication of tender notice during the preceding 5 years.

6. Bidders should have clientele base of atleast 2 PSUs/Govt./Semi Govt. Departments /

Autonomous Bodies.

7. Bidder must have valid license to carry out electrical works.

8. Average Annual turn-over of the Agency in Repair & Maintenance work during each of last

three financial year 2014-15, 2015-16 & 2016-17 should be minimum Rs. 30 lakh.

9. The tendering firm/agency/contractor will have to provide & upload a certificate that they

have not been indicted for any criminal, fraudulent or anti-competition activity.

10. Firm has not been blacklisted by any Govt. departments or otherwise.

I. Documents to be uploaded :

Bidder firm/agency/contractor that fulfill the above eligibility conditions may upload the technical bid

and financial bid along with the scanned copy of following documents failing which their bids will be

rejected.

a) Audited Financial report (Balance Sheet) along with corresponding ITR for the financial

year 2014-15, 2015-16 & 2016-17. b) Scanned copy of EMD. If bidder firm/agency is exempted from submission of EMD, the

relevant documents may be uploaded.

c) Copies of work order from 2 PSUs/Govt./Semi Govt. Department/Autonomous Bodies as per

eligibility condition no. 6.

d) Acceptance certificate of terms & conditions of tender.

e) Copy of valid license to carry out electrical work/civil work.

f) Copy of valid certificate of Central Labour Act 1970 & Contract Labour Central Rule 1971, if

applicable.

Page 7: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

g) Copy of PAN No.

h) Self certificate that the firm has not been indicted for any criminal, fraudulent or anti-

competition activity and not black listed by any Govt. department or otherwise.

i) Declaration as per proforma given in the tender document at page no. 42.

j) Work order/Satisfactory Completion certificate as proof of qualifying eligibility condition No. 2.

Note : Bidder should ensure proper uploading of documents failing which their bid will be liable for

rejection.

Page 8: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

3. SCOPE OF WORK A) CIVIL WORK :-

1. Storm drainage & sewage disposal works. 2. Water supply, sanitary and plumbing works. 3. Water should be tested from GOVT. Lab or any Govt. approved Lab on the

Quarterly Basis. The cost of the same will be borne by ESIC on submission of actual expenditure bill.

4. U/G tank is required to be cleaned on quarterly basis or as directed by ESIC. 5. Operation and maintenance of the existing Water submersible pump for

uninterrupted water supply. 6. All other works as directed by ESIC.

B) HORTICULTURE WORK :- 1. Maintenance of existing garden/plants, watering and trimming work.

2. Providing and Planting of new plants/grass, cost of plants would be reimbursable as per DSR / Market rates approved by ESIC.

C) ELECTRICAL WORK :- 1. The existing electrical system consists of the following:

RMU (GIS Merlin Gerin make), HT Panel – 11 KV, 630 A, VCB, CROMPTON GREAVES Make (one incomer & three outgoings)

Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make.

Main LT panel with bus coupler. 2 nos. 500 KVA DG set – Cummins make with Sudhir Canopy & 1 no. 125 KVA

DG set - Ashok Leyland make (C&S Himionsa Canopy) with AMF Panel DG set Control panel along with changeover. Numerous Auxiliary LT panels installed at various Floors in the Building &

Campus. Distribution boards installed at common areas in the building & campus for

common area like staircase, lift, toilet, reception and garden etc. Electrical Connections to various rooms for Lighting, Fans, Power Points, Lifts etc. External Electrification & signage. Hydrant Pump, Jockey pump, Fire Diesel Pump, Water supply

Pumps/Motors, Pump Station panels/starters/Water line & storage Tank.

2. Day to day operation & operational maintenance of the entire electrical network for ESIC Headquarters Building including cleaning/dusting of Transformers, HT switchgear room, DG set, LT panel control room, Automatic Power Factor correction Panel, HT & LT cable network, bus bars, LT distribution panels & DB’s at various blocks & other equipment including the accessories such as motors & control panels of the water supply system.

Page 9: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

The job also includes Operation & Maintenance of lighting system of entire common areas of Staff Quarters & Campus covering including external lighting in the open area. 3. Operating the system as per the requirements of the ESIC Headquarters Building. 4. Replacement of defective three phase ACB’s/MCCB’s/MCB’s/SFU’s, Single phase MCB’s, isolators, bulbs, Tube lights, CFLs, AC Boxes, AC Tops, Piano/modular switches, fan regulators, rewinding of ceiling fans, exhaust fans and all other electrical equipments, gadgets, installations, cables/components etc. including substation. 5. Total preventive maintenance including oiling & greasing of electrical equipment. 6. Maintaining the operation record in Log book for the entire electrical installation / equipment. Taking reading & recording of electric meter readings installed in building on 1st of every month. Recording & maintaining of log book for capacitor & transformer (For oil temp., electric load, voltage KW meter etc.). 7. The contractor is bound to do all jobs required for maintaining the uninterrupted power supply to the entire Campus buildings for smooth functioning and shall keep the entire electrical infrastructure (Equipment/instruments) in healthy state & working conditions. 8. The contractor shall keep the record of power consumption in all the meters. 9. Maintenance of safety & Hygiene in electrical substation shall be the sole responsibility of the contractor. 10. Minor repairs at ESIC Hqrs. Ext. office at Express Building (I & IV floor) including replacement of defective bulbs, tubelights, CFLs, switches, fan, regulators and related electrical equipments etc. 11. Operation & maintenance of 2 nos. 500 KVA & 1 no 400 KVA 11/433 KV Dry Type Transformers :

o Regular cleaning/ dusting of transformer rooms. o Windings should be inspected regularly for contaminants, especially on

insulating surfaces or where they could restrict air flow. o Regular Checking for loose connections, condition of tap changers,

terminal boards and for the general condition of the transformer should be done.

o Regular Checking for signs of overheating and tracking or carbonization mark o Regular cleaning of windings may be done with a vacuum cleaner, a

blower, or with compressed air.

Page 10: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

o Lead supports, tap changers and terminal boards, bushings, and other major insulating surfaces should be brushed or wiped with a dry lint-free cloth.

o Regular checking of the insulation resistance of the HT & LT windings. o Checking of earth resistance value & insulation resistance of cables once

in two months. o Regular checking of earth connections of the transformer for continuity.

Servicing of Transformers as & when required but at least once in each calendar year by the Original Equipment Manufacturer.

12. Operation & Maintenance of HT switchgears

Regular cleaning / dusting of HT switch Gears & its room. Checking of earth resistance value & insulation resistance of cables once in two

months. Regular checking of earth connections continuity. Servicing of HT Switch Gears as & when required but at least once in each

calendar year by the Original Equipment Manufacturer. Inspection, Operation & maintenance of HT switch gears with their accessories

as per recommendations of the manufacturers.

13. Operation & Maintenance of Main LT panel in Substation & other Auxiliary LT panels, Feeder Panels, Sub panels etc. in entire building including external lighting in the open area.

Regular cleaning/dusting of all panels. Regular checking of earth connections continuity. Regular checking of & tightening of all terminal connections of the three phase

Incoming MCB’s/MCCB’s/ACB’s, three phase Outgoing MCCB’s/ACB’s/SFU’s, Contactors, Isolators, Relays etc. on monthly basis in winters & on fortnightly basis in summers.

Regular checking & tightening of all terminal connections of cables on monthly basis in winters & on fortnightly basis in summer. The neutral connections are vital & need constant tightening on monthly basis in winters & on fortnightly basis in summers.

Ensuring proper size of cable glands & cable lugs for all connections. Prepare a list of all existing connections without proper cable glands/cable lugs if any.

Replacing the defective material if required immediately under notice to ESIC. Maintaining a record of tightening in the register & put up the same to the

ESIC for verification. Inspection, Operation & maintenance of Main LT Panel, auxiliary panels &

Feeder panels, with their accessories, as per recommendations of the manufacturers.

Page 11: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

14. Operation of 2 nos. 500 KVA DG set & 1 no. 125 KVA DG set

Regular cleaning / dusting of DG set from inside & outside. Keeping the DG set area properly clean. The contractor is not allowed to handle the engine for maintenance purposes, but shall clean & brush the canopy & other parts externally only.

It will be the duty of the staff of the contractor to operate DG set immediately after the electric supply is disrupted.

Ensuring that all the changeovers are immediately put to DG set/UPPCL mode as per the need/requirements.

Regular checking of DG set batteries, water coolant level, oil level etc. Regular checking of earth connections continuity. The neutral connections are vital & need constant tightening on monthly basis

in winters & on fortnightly basis in summers. Maintaining Log book of the DG set with all the required data on daily basis &

put up the same before ESIC. If any of the desired parameters for smooth running are needed, the same

shall be brought to the notice of the ESIC in writing for immediate action. If any failure/defect in the DG set occurred due to Non-compliance of the precautionary measures / not bringing the same into notice of ESIC, the contractor’s lapse shall attract financial penalties as deemed fit by ESIC.

Providing necessary assistance in case of regular servicing if needed. Regular checking & tightening of all terminal connections of the cables in the

DG set changeover panel & changeovers on monthly basis in winters & on fortnightly basis in summers.

Replacing the defective material in DG set Panel & changeovers of Original Equipment Manufacturer (OEM) if required immediately under intimation to ESIC.

Maintaining a record of tightening in the register & put up the same to the E S I C for verification.

Note : The AMC of the DG sets must be done through OEM/Authorised Dealer.

15. Operation & maintenance of Various Distribution boards (Inclusive of all TPN Three Phase Neutral & SPN Single Phase Neutral) installed in Staff Quarters & Campus

Regular cleaning/dusting of distribution boards. Regular checking of earth connections continuity. Regular checking of & tightening of all terminal connections of the three phase

Incoming MCB’s/MCCB’s & single phase Outgoing MCB’s, Contactors, Isolators, and Relays etc. on monthly basis in winters & on fortnightly basis in summers.

The neutral connections are vital & need constant tightening on monthly basis in winters & on fortnightly basis in summers.

Regular checking of & tightening of all terminal connections of cables on monthly basis in winters & on fortnightly basis in summers.

Replacing the defective material if required immediately under notice to ESIC.

Page 12: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Maintaining a record of tightening in the register & put up the same to the ESIC.

16. Fire Fighting System / Alarm / Public Address System / water supply system / Pump Station

A brief list of firefighting equipments installed at Hqrs. Building is given below :

ITEM NOS.

BRIEF DESCRIPTION

UNIT

QUANTITY

FIRE ALARM SYSTEM

1 Photo electric type smoke detector complete with counting base Apollo/System Sensor make.

Each

635.00 2 Rate of rise cum fixed temp. heat detectors photo electric type

smoke detector complete with mounting base Apollo / System Sensor make.

Each

16.00 3 Response indicator make out of 16G MS sheet with dual LED

indication etc. complete as required of Agni / Electroquip / Safeway make.

Each

330.00 4 Manual call box made out of 16G MS sheet painted in PO Red

shade with 2 mm thick breakable glass in front complete with hammer & chain etc. as required of Agni / Electroquip / Safeway make.

Each

40.00 5 Dual tone electronic hooter with built-in speaker mounted in a

moulded polycarbonate body in red colour with screws in front to remove cover plate suitable for fire alarm as required of Agni / Electroquip / Safeway make.

Each

50.00 6 25 Zones fire alarm main control panel with heavy duty

power supply, suitable size SMF Batteries capable of working for minimum 12 Hrs, battery charger, Isolation / Test / Open / Short indication for each zone housed in 16SWG cabinet

Each

1.00 7 Wiring for fire alarm system with following sizes of FRLS PVC

insulated copper conductor wires ISI marked in existing surface / recessed conduit etc. as required:

Each

8 a) 2 x 1.5 sq mm

Mtrs. 11150.00 9 20 mm dia ISI marked MS conduit along with accessories on

surface / recess including painting in case of surface conduit or cutting the wall and making good the same in case of recessed conduit as required.

Mtrs.

4300.00

P.A. SYSTEM

1 20 mm Φ ISI marked MS conduit along with accessories on

surface/recess including painting in case of surface conduit or cutting the wall and making good the same in case of recessed conduit as required.

Mtrs.

2100.00

Page 13: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

2 Wiring for public address system with twin core twisted 40/76 flexible wire in existing surface / recessed conduit etc. as required:

Mtrs.

2100.00 3 12 Zones Public address console with 12 Way PA Selector and

All Call facility, 1000 Watt Amplifier, microphone all housed in the cabinet of fire alarm panel as required.

Each

2.00 4 Philips make recessed ceiling mounted 6 watt speaker with

LMT suitable for public address as required. Each

165.00 5 10 Zone fire alarm control panel for C Block. Each 1.00

6 12 V 15AH capacity SMF battery for above fire alarm panel

Each 2.00

7 3 pair telephone cable in 20 mm dia GI flexible pipe i/c cost

of flexible pipe

Mtrs.

100.00

FIRE SUPPRESSION SYSTEM (ESIC HQRS Building)

ITEM NOS.

BRIEF DESCRIPTION

UNIT

QUANTITY

FIRE SUPPRESSION SYSTEM

1 MS heavy class pipe a) 25 mm dia Mtrs. 1490.00 b) 32 mm dia Mtrs. 210.00 c) 40 mm dia Mtrs. 170.00 d) 50 mm dia Mtrs. 335.00 e) 65 mm dia Mtrs. 175.00 f) 80 mm dia Mtrs. 192.00 g) 100 mm dia Mtrs. 306.00 h) 150 mm dia Mtrs. 537.00

2 MS heavy class pipe a) 200 mm dia Mtrs. 330.00 b) 250 mm dia Mtrs. 20.00 c) 300 mm dia Mtrs. 6.00

3 First Aid Hose Reel Each 19.00 4 RRL fire fighting Hose Each 56.00 5 Branch pipe Each 30.00 5 Fireman Axe Each 18.00 6 GM Collecting head

a) 2 Way Each 2.00 b) 4 Way Each 2.00

7 Air Release valve Each 5.00 8 Fire hydrant valve Each 30.00 9 Hose cabinets

a) 2100 x 1200 x 600 Each 19.00

Page 14: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

b) 900 x 600 x 300 Each 10.00 10 Painting of MS Pipes

a) 25 mm dia Mtrs. 1490.00 b) 32 mm dia Mtrs. 210.00 c) 40 mm dia Mtrs. 170.00 e) 50 mm dia Mtrs. 335.00 f) 65 mm dia Mtrs. 175.00 g) 80 mm dia Mtrs. 140.00 h) 100 mm dia Mtrs. 231.00 i) 150 mm dia Mtrs. 157.00 j) 200 mm dia Mtrs. 25.00 k) 250 mm dia Mtrs. 12.00 l) 300 mm dia Mtrs. 15.00

11 Corrosion protection for UG pipes a) 80 mm dia Mtrs. 98.00 b) 100 mm dia Mtrs. 159.00 c) 150 mm dia Mtrs. 480.00 d) 200 mm dia Mtrs. 320.00

12 Butterfly valves class PN-16 a) 65 mm dia Each 1.00 b) 80 mm dia Each 3.00 c) 100 mm dia Each 17.00 d) 150 mm dia Each 15.00 e) 200 mm dia Each 4.00 f) 250 mm dia Each 1.00

13 Wafer type non return valve a) 80 mm dia Each 1.00 b) 100 mm dia Each 4.00 c) 150 mm dia Each 5.00

14 15 mm sprinklers a) Pendent type Each 635.00 b) Side wall type (Extended Throw) Each 265.00

15 Pressure gauges Each 25.00 16 Flow indicating switch Each 13.00 17 Installation control valve 150 mm dia Each 1.00 18 Control cable 3 x 4 sq mm Mtrs. 325.00 19 Power cable 3.5 x 185 sq mm Mtrs. 300.00 20 Power cable 3 x 70 sq mm Mtrs. 36.00 21 Power cable 3x 10 sq mm Mtrs. 70.00 22 Power cable 3 x 4 sq mm Mtrs. 30.00 20 Fire extinguishers

a) 4.5 kg capacity (CO2) Each 20.00 b) 2 kg capacity (CO2) Each 21.00

21 Fire extinguisher water type 9 Itrs Each 21.00

Page 15: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

22 Fire extinguisher ABC powder 5 kg Each 21.00

23 MS Structural work Kg 4140.00 23 MS Structural work Kg 50.00 24 Strainer 250 mm dia Each 3.00 25 Vibration eliminators

a) 80 mm dia Each 2.00 b) 100 mm dia Each 3.00 c) 150 mm dia Each 4.00 d) 200 mm dia Each 4.00

26 GI Earth wire 8 SWG Mtrs. 250.00 27 Excavating tranches Mtrs. 922.00 28 Valve chambers Each 6.00 29 Main Electrical Fire Pump ( Sprinkler System) - 2900 RPM Each 1

Capacity: 2850 LPM (100 HP) Head : 75 m

30 Jockey Pump - 1 (2900 RPM) Each 1 Capacity: 180 LPM (15 HP) Head : 75 m

31 Main Electrical Fire Pump - 2900 RPM Each 1 Capacity: 2280 LPM (75 HP) Head : 75 m

32 Jockey Pump - 1 (2900 RPM) Each 1 Capacity: 180 LPM (15 HP) Head : 55 m

33 Centrifugal mono bloc water supply pump 7.5 HP capacity complete with base frame

Each

3 34 Centrifugal mono bloc dewatering pump 1 HP capacity

complete with base frame

Each

1

35 Diesel Pump: Centrifugal horizontal pumping set with mechanical seal CI body and bronze impellar connected by means of a flexible love joy coupling with coupling guard to a diesel engine mounted on a common structural base

Each

1

Engine : Kirloskar modal 4 R 1040 T BHP : 72 Pump Capacity ; 2280 LMP Head : 75m

36 P&F Auto-Mains-Failure (AMF) panel for diesel engine with battery charger

Each

1.00 37 Air vessel Each 2.00 38 Elect panel Each 2.00 39 Elect panel Each 1.00 40 Cable tray

a) 600 mm wide Mtrs. 10.00

Page 16: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

b) 150 mm wide Mtrs. 24.00 41 Master control panel Each 1.00

Note : In addition to above, some part of fire detection system is also at Express Building (Ground & Forth floor). Operation & Maintenance of Fire Fighting Works/Water Supply System/Pump Station:-

Daily check should be done for indicator panel for normal operation. Weekly test and monthly test should be done for operation of a trigger device

as well as sounder in any zone. Visual inspection of battery & its connection should be made to ensure that

they are in good condition. The battery connection should be examined and tested as per

manufacturer schedule. The detectors should be checked for correct operation with a test fire at least

once in a year. Routine maintenance, inspection and testing of all extinguishers should be

carried at least once in a month to make sure that these are in working condition.

Weekly checking of some detectors and manual call boxes from a circuit to be checked by inducing smoke.

All routine preventive maintenance for firefighting system should be done as per manufacturer schedule.

Maintenance of Fire Extinguishers / fire fighting equipments as per the manufacturer schedule refilling of extinguishers should be done as per the requirement.

Regular cleaning/ dusting of water supply pump station Regular checking of water supply pumps, motors, Pump station panel, Water

line etc. Regular checking of & tightening of all terminal connections of equipment /

cables on monthly basis in winters & on fortnightly basis in summers. The neutral connections are vital & need constant tightening monthly basis in

winters & on fortnightly basis in summers. The contractor shall ensure smooth & uninterrupted water supply day to day

basis in the entire Office Building & Campus. Regular checking & tightening of all terminal connections of starters. Replacing the defective material if required immediately under notice to ESIC.

17. Operation & maintenance of External Electrification system :

a. Regular cleaning of Street lights, gate lights and painting thereof as per requirement (at least once in each calendar year).

b. Switching ON / OFF the external (Pathway & boundary) lights in the entire Campus on daily basis and also as and when required.

c. Regular checking of & tightening of all terminal connections on monthly basis in winters & on fortnightly basis in summers.

Page 17: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

d. Replacing all the defective materials including glass covers, diffusers etc if required immediately under intimation to ESIC.

18. Operation & maintenance of existing earthing system :

a. The contractor shall maintain a record of all existing earthing detailing numbers of existing earthing at different locations in the Building & Campus.

b. Regular checking of earth connections continuity. c. Regular checking & tightening of all earthing connections. d. Filling up of water in all the earthing pits once in a fortnight in summers &

once in two months in winter. e. Replacing the defective material if required immediately under notice to ESIC. f. Maintaining a record of tightening in the register & put up the same to the

E S I C for verification. In addition to above, the contractor shall also be responsible for the following in the entire Staff Quarters & Campus covering including external lighting in the open area.

g. Round the clock smooth operation of all the Lighting Fixtures, ventilation exhaust fans & other electrical fittings & accessories installed in the Staff Quarters &ESIC Headquarters Building Campus.

h. Regular checking for overheating/abnormalities of all connections, cables, terminals & connectors.

i. Regular checking for overheating/abnormalities of various circuit breakers, Relays, Starters, Panels, Resistance type starters & Speed regulators used in Motors/fan etc. Carbon brushes in commuting motors.

j. Regular cleaning & upkeep of lights in Building & Campus such as cleaning of tube light fittings, fans, switches, Electrical cable racks/ducts/shafts, Db’s etc.

k. Check regularly condition of wiring, earthling & connections for tightness. l. Checking & cleaning the contacts / connections on individual light/power point

switches etc. m. Tightening neutral & phase connection in the AC metal-clad box all Split /

window / Tower AC’s installed in the Building & Campus. n. Repairing of the faulty circuits. o. Switching ON/OFF all the internal & external (Pathway & boundary) lights in the

entire Building & Campus, AC’s and other services i.e. LT panels, capacitors and changeovers etc. on daily basis & as & when required.

19. Operation & Maintenance of Reverse Osmosis (RO) Plant : 500 LPH Capacity with all accessories. Operation, maintenance and servicing of the Reverse Osmosis (RO) Plant should be done as per standard schedule & shall consist of following:

1 Periodical cleaning of RO membrane by forward flush, backward flush, air flush & chemical cleaning may be done as per maintenance schedule.

2 Micron Filter should be replaced during every servicing. 3 Cleaning of Sand filter. 4 Cleaning of Activated Carbon Filter 5 Anti-scaling dosing chemical (As per requirement)

Page 18: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

6 Raw water pump (Checking/servicing, if required) 7 R.O. Membrane (Checking/ Replacement, if required) 8 High pressure pump (Checking/servicing, if required) 9 Checking of flow rate of membrane & TDS on site regularly.

Following items / parts may require replacement during the service period of Reverse Osmosis (RO) Plant: Description of item with Frequency of replacement

1. Membrane per candle 1 Year (normally) 2. Micron Filter per candle During every servicing i.e. 6 times annually 3. Anti-scalant Chemical 1 Year (normally)

Note: The AMC of the RO plant should be done from ISO certified registered manufacturer of RO plant of reputed make with a trained RO Operator.

Kindly note although every effort has been made to cover the entire electrical related infrastructure, omission/addition, if any, shall be deemed to be in the scope of work of the contractor. The contractor should visit the site and assess the scope of work. The contractor for his own benefit shall bring these omissions to the notice of ESIC. 20. Tools to be provided by the Contractor for smooth handling of the contract for Electrical work are as under :-

a) Cable fault locator (HT/LT) (This equipment may not be the property of the contractor, but it would be the duty of the contractor to ensure that the equipment is made available within 24/48 hours of breakdown.)

b) Crimping tools for connecting cable, Meggar (1000 Volts), Multi-meter, Tongue tester, Tongue tester(s) should be adequate to handle currents of upto 1000 amperes & should be able to grip wires/cables of upto 300 Sq. mm. dia.

c) Chain pulling block with tripod stand, wire rope, jute rope, wrench set, pliers and screw driver sets.

d) Two Torches (heavy duty type) for operating during the night.

Page 19: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

4. INSTRUCTIONS FOR BIDDERS

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

2. Each and every page of the uploaded tender documents should bear the stamp and signature of the authorized representative of quoting firm/agency/contractor.

3. The site for the work can be seen on any working day during office hours by contacting Caretaker, General Branch, Room No. 9, ESIC Hqrs. Office, CIG Marg, New Delhi.

4. The Competent Authority of ESIC reserves the right to accept or reject (fully or partially) any tender or all tenders without assigning any reason.

5. Conditional tenders are liable to be rejected.

6. The E.M.D. of unsuccessful bidder shall be refunded within one month after the award of work to the successful bidder. No interest shall be payable on refund of EMD.

7. The bidder would be required to establish its office within the site of the work in the space provided by the ESIC.

8. The successful bidder shall have to deposit Performance Security Deposit (PSD) within two weeks after award of contract, by way of a draft payable at Delhi in favour of “ESI Fund A/c No. 1”. Performance Security Deposit as per rules ie. 5% of the contract value with validity of 6 months beyond the completion of all contractual liabilities, which shall be refundable without interest. Any amount which is payable by the contractor to the employer (ESIC) on any account of a cause arising out of contract may be adjusted against PSD.

9. Evaluation of Technical Bids : Bids received and found valid will be evaluated by the ESIC to ascertain the best-evaluated bid for the complete work/services under the specifications and requirements. The bidder should take care to submit all the information/documents sought by ESIC in prescribed formats.

10. Incomplete, conditional, telephonic bids or tender uploaded after due date and time will not be considered and summarily rejected.

11. Financial Bid : The financial bid of the bidders, whose technical bid is found to be suitable, will be opened in the presence of the bidders or their representatives, who choose to attend the opening of financial bid. The lowest bid will be evaluated based on weightage assigned to each of 3 categories of items as per financial bid format. Weightage of each category for each bidder will be calculated as under :

Lowest quoted price Weightage = ------------------------------------- x % weightage Price quoted by bidder

Page 20: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Bidder getting highest weightage points in total of all the categories will be awarded the tender. The weightage assigned to categories is as under : 1. Manpower supply/deployment = 60%

2. Material = 35% 3. AMCs = 5%

Compliance of all statute/Act will have to be made by the contractor without fail and if the contractor fails to comply with any statutory requirement, the contract shall be liable to be terminated.

12. Payment of wages of workers has to be made by contractor by 7th day of the next month through ECS/RTGS. The payment to workers would not be linked with the payment of bill by ESIC.

13. Suggestion/Condition in tender shall not be acceptable.

14. The bidder will not be permitted to change the quoted rates or putting any conditional rate after opening of financial bid. In such situation, the EMD of bidder will be forfeited.

15. The number of manpower may increase or decrease as per requirement of work under

the direction of ESIC. AWARD OF WORK :

a. 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.

b. The contract for Annual Repairs and Maintenance shall be awarded to the best qualified responsive tender.

c. Upon evaluation of offers, the decision on the award of contract will be intimated to the successful bidder.

Page 21: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

5. PARTICULAR CONDITIONS OF CONTRACT

For the services to be operated and maintained by the Contractor : Horticulture :- The garden, lawns, potted plant etc. shall be taken over after listing out the same. The same shall be maintained for the contract period. During this period, all inputs like manure, replacement of plant, watering, clearing weeds, trimming, housekeeping etc. including all material, labour and tools, replacement plants etc. shall be provided so that the garden is maintained in a neat and healthy condition. The same shall be handed back to ESIC in such condition at the end of the contract period. Operation and Maintenance of Sub-stations, Pumping systems and DG sets etc. :- All these plant and equipments etc. shall be taken over after recording the complete details of make, date of manufacture etc. including their running conditions. During the contract period, the same shall be operated and maintained by the Contractor including supply of all spares, materials, labour, T&P etc. and including consumables like Engine oil, transformer oil etc. complete. The maintenance and operation shall meet all the requirements of the concerned statutory authorities. At the end of the Contract Period, the equipment/system shall be handed over back to ESIC, in the condition in which they were taken over, normal wear and tear accepted. The AMC of Plants & Equipments, as specified in tender document is to be done with OEM/Authorised Service Agency & the documents is to be submitted with ESIC for record and payment purposes. Note :

All breakdowns/faults shall be attended to immediately and rectified promptly. Only genuine / original spare parts shall be used while carrying out the maintenance

work after approval from ESIC. Any major repair involving overhaul of engine, rewinding of motors, replacement of

major components like compressor etc. is excluded from the scope of work and shall be paid for on actual. However, if the repairs/replacement arises out of negligence of the Contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior approval of the ESIC is to be obtained for any such major repair/replacement.

The Contractor shall depute qualified and experienced staff for running and maintenance of the Systems/Equipments.

The Contractor shall follow all instructions conveyed to him by ESIC regarding maintenance of the above.

CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by the ESIC shall be followed.

Complaints shall be recorded in the format as per CPWD manual. A complaint register shall be maintained as per CPWD Manual in the Repair and

Maintenance office of the contractor in which all complaints received shall be documented.

The Sewer-man shall ensure that all lines are maintained in a clean condition by carrying out preventive cleaning of all lines at least once each month.

Page 22: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

As the work will have to be carried out in building and area in use, the contractor shall ensure:-

1. That the normal functioning of ESIC activity is not effected as far as possible. 2. That the work is carried out in an orderly manner without noise and obstruction to flow

of traffic. 3. 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. 4. The Contractor shall ensure that his Repair and Maintenance staff is trained & 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 will be held responsible for any loss or damage to ESIC property.

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

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

7. Water & 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 drawing temporarily lines etc. The responsibility for following relevant rules, regulations and loss in this regard shall be entirely that of the contractor.

Page 23: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

6. GENERAL CONDITION OF CONTRACT

1. The bidder would be wholly responsible for the acts and omissions of the manpower engaged for this job.

2. The person deployed by the contractor should be properly trained, have requisite experience and skills for carrying out the work assigned to him.

3. The bidder should ensure the Health and safety measures of its employees. ESIC may also conduct health checkup of the staff deployed at regular intervals.

4. The bidder must employ adult labour only. Employment of child labour is strictly prohibited & will lead to the termination of the contract. The contractor shall engage only such workers, whose antecedents have been thoroughly verified, including character and police verification and other formalities and same will be produced before ESIC on demand. The Contractor/Agency shall be fully responsible for the conduct of its staff.

5. Bidder has to ensure compliance of all labour Laws including ESI Act and EPF Act in respect of workers employed at ESIC buildings. The bidder at all times should indemnify ESIC against all claims, damages or compensation under the provisions of Payment of Wages Act, 1936, Minimum Wages Act, 1948, Employer’s Liability Act, 1938, the Workmen Compensation Act, 1923, Industrial Dispute Act, 1947, Maternity Benefit Act, 1961, Delhi Shops and Establishment Act or any modification thereof or any other law relating thereto and rules made hereunder from time to time. ESIC will not own any responsibility in this regard.

6. In case of breach of any terms and conditions of the contract, the Performance Security Deposit of the Contractor will be liable to be forfeited by ESIC besides annulment of the contract.

7. The staff shall be in proper uniform as approved by ESIC and with their identity properly displayed.

8. ESIC will provide space for a store room to the Contractor in the premises. The store keeper / supervisor deployed by the contractor will store all their materials and equipments in the store room and maintain a computerized record of store items which shall be opened to inspection by authorized official of ESIC during working hours.

9. Director /Jt. Director (General Branch), ESIC Hqrs. Office is the Estate Officer of ESIC

building & therefore representative of ESIC for the purposes of this work/contract. Variations : The Joint Director/Director (General Branch) may order variation in the scope or quantum of work through a written variation order. The payment for the variation shall be worked out on the basis of contract rates for manpower and prorate for additional areas.

Page 24: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Payment Procedure : The contractor shall submit bill in triplicate by the 7th Day of each month for the work executed up to end of the previous month in a prescribed format as approved by ESIC. Bill must be raised based on the rate quoted in tender. The bill must be supported with the following documents :-

a. Attendance sheets certified by ESIC along with salary certificates, wages sheets of all the workers and staffs deployed with copy of bank transfer of wages, certified copy of ESI, PF challan along with details of deduction of each employees and GST challan.

b. Certified bills of materials purchased for non DSR items. c. Details of defects / complaints attended and rectified within time. d. Details of complaints attended late for calculation of penalty.

After submission of monthly bill complete in all respect by the contractor, the officer deployed by ESIC shall check the bill with the help of contractor & certify the same for payment. Payment of bill will normally be made within 15 days of submission of bill. Liquidated Damages : Whenever and wherever it is found that the service provided by contractor/agency is not up to the mark, it will be brought to the notice of the supervisory staff of the Contractor/Agency by ESIC and if no action is taken within one hour on urgent matters, liquidated damages @ Rs. 500/- per complaint shall be imposed. The decision of Joint Director/Director (Genl.) shall be final in this regard. Manpower :

A. The firm/agency/contractor will obtain required Labour license as applicable under Central Labour Act 1970 & Contract Labour Central Rule 1970 in r/o workers engaged on site prior to deployment of workers and before the signing of agreement.

B. Any misconduct / misbehaviour on the part of the manpower deployed by the contractor will not be tolerated and such person will have to be replaced by the contractor at his own cost, risks and responsibilities immediately, within written intimation to ESIC.

C. The contractor should ensure to maintain adequate no. of manpower and also arrange a pool of stand by worker / supervisor. In case any worker / supervisor absences from the duty, the reliever of equal status shall be provided by the Contractor from an existing pool of staff.

D. The manpower deployed by contractor would have Aadhar No., police verification & their attendance would be marked through Aadhar Enabled Biometric Attendance system apart from manual.

Risk Clause : The contractor shall at all times have standby arrangements for carrying out the work under the contract in case of any failure of the existing arrangement. ESIC reserve the right for termination of the contract at any time by giving 15 days written notice, if the services are found unsatisfactory and also has the right to award the contract to

Page 25: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

any other selected bidders at the cost, risk and responsibilities of Contractor and excess expenditure incurred on account of this will be recovered by ESIC from the Contractor’s Security Deposit or pending bill or by raising a separate claim.

All necessary reports and other information will be supplied on a mutually agreed basis and regular meetings will be held with the ESIC.

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

In the event of loss / damage of equipments etc. at the premises of the ESIC due to negligence / carelessness of Contractor staff, then the Contractor shall compensate the loss to ESIC.

The Contractor will also maintain a suggestion book for comments on the services rendered by it.

The Contractor shall, in performing its part of this Agreement, ensure the safety of the building and the persons working in or visiting the ESIC’s premises and shall indemnify ESIC for any loss or damage causes by any act of the Contractor or its employees or staff etc.

The Contractor shall not assign or sublet this Agreement or any part thereof to any third party without the approval of the ESIC. However, he may use the services of associates for providing the services in which case the Contractor shall be responsible for the performance and all acts of the associates as though they were his own.

In every case the Contractor shall make alternative arrangements for meeting his contractual responsibilities in case of failure of the Associates.

Measure of success will be based on the feedback from External Customers and staff which will be recorded and action report needs to be submitted every month by the Contractor.

Licenses if any required for repair and maintenance services at the site will be procured by the Contractor.

Dispute Settlement : It is mutually agreed that all differences and disputes arising out of or in connection with this contract/Agreement shall be settled by mutual discussions and negotiations. If such disputes and differences can not be settled and resolved by discussions and negotiations, then the same shall be referred to the Sole Arbitrator appointed by the Director General, ESIC whose decision shall be final and binding on both the parties. Termination Clause :- During the period of agreement if it is found that the agency is not providing proper services or charging by fraudulent manner or otherwise or submitting false documents/records, the security deposit of 5% contract value deposited with ESIC or part thereof shall be forfeited in favour of ESIC and agreement will be terminated after giving 15 days notice. In such situations, tender may be allotted to other lowest bidder.

Page 26: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

FORMAT-I TECHNICAL BID( to be submitted online)

Name of Work : Annual Repair & Maintenance Work of ESIC headquarters building

1. Name of the bidder/agency/contractor : .............................................................................. 2. Year of registration : .............................................................................................. 3. Type of firm (Individual/Proprietary/Partnership/Limited Company or any other) :.............. 4. Full Particulars of office:

a) Address :………………………………………………………………………

b) Telephone No.:……………………………………………………………

c) E- Mail ID : ………………………………………………………………

Registration Details:

a) PAN / GIR No.:………………………………………………………………….. b) GST No.:……………………………………………………………… c) E.S.I. & P.F. Registration No*.:………………………………………………….

FORMAT-II

Experience Details as per eligibility condition (three years)

1. Project Title & Location

2. Name of Client and Address

3. Describe area of participation (Specific work done/Services renders by the Applicant)

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

5. Total cost of work/AMC cost

6. Date of Start of Work & Present Status

7. Any other Details

Note:- Supporting Documents like certificates from the client in support of each of the above projects to be furnished.

Signature ..........

Name and Address............................................…...............................................................

Page 27: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Details of Existing Manpower with the Firm:

Sl. No.

Fields Manpower with more than 10 years’ experience

Manpower with 5 To 10 years’ experience

Manpower with lesser than 5 years’ experience

1 Civil Work 2 Electrical Work 3 AC Maintenance 4 Horticulture Work

Signature ….................................. Name & Address …...................................…..............................................................

Page 28: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Financial Bid (Part- I)( to be submitted online)

Manpower Deployment Details for Operation & Maintenance of Civil, Electrical & RO plant works at ESIC Hqrs. Main building & Express Building (Ground & Fourth Floor) :

I. MANPOWER CHARGES FOR DELHI AREA.

Type of man power Rate per Month* (Rs.)

Total Nos.

Amount per Month (Rs.)

A Supervisor (Highly-Skilled) (in Rs.) a. Wages (to be paid to staff deployed)

b. ESI @4.75% of (a) (to be deposited to ESIC)

c. EPF @13.61% of (a) (Subject to maximum of Rs. 15000/-) (To be deposited to EPFO)

d. Statutory Bonus as per rule to be

paid to workers deployed.

e. Uniform, Safety Shoes, Badges & tools and plants @ 5% of (a)

TOTAL MANPOWER COST PER HEAD =

……………..

……………

…………………

………………….

………………….

……………….

02 Nos.

Page 29: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

B Electrician/D.G Set Operator / Fire

Technician/RO operator/Lift Operator (Skilled) (in Rs.) a. Wages (to be paid to staff deployed) (Not below minimum wages for skilled labour)

b. ESI @4.75% of (a) (to be deposited to ESIC)

c. EPF @13.61% of (a) (Subjected to maximum of Rs. 15000/-) (To be deposited to EPFO)

d. Statutory Bonus as per rule to be paid to workers deployed.

e. Uniform, Safety Shoes, Badges & tools and plants @ 5% of (a) TOTAL MANPOWER COST PER HEAD =

……………

………………

………………

………………

………………

………………

14 Nos.

C Carpenter/Mason/Plumber/Mali (Semi Skilled) (in Rs.) a. Wages (to be paid to staff deployed) (Not below minimum wages for semi skilled labour)

b. ESI @4.75% of (a) (to be deposited to ESIC)

c. EPF @13.61% of (a) (Subjected to maximum of Rs. 15000/-) (To be deposited to EPFO)

d. Statutory Bonus as per rule to be paid to workers deployed.

e. Uniform, Safety Shoes, Badges & tools and plants @ 5% of (a) TOTAL MANPOWER COST PER HEAD =

…………………

…………………

………………

…………………

………………

………………

3 Nos.

Page 30: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

D

Helper (Unskilled) (in Rs.)

a. Wages (to be paid to staff deployed) (Not below minimum wages for unskilled labour)

b. ESI @4.75% of (a) (to be deposited to ESIC)

c. EPF @13.61% of (a) (To be deposited to EPFO)

d. Statutory Bonus as per rule to be paid to workers deployed.

e. Uniform, Safety Shoes, Badges & tools and plants @ 5% of (a)

TOTAL MANPOWER COST PER HEAD =

………………

………………

………………

………………

……………… --------------------

4 Nos.

II. MANAGEMENT/ SERVICE CHARGES (Amount per month) E Service charges / Management fee which should include :

All expenditure on providing managerial / supervisory / administrative services by all means to get the work done through deployment.

Total of A+B+C+D+E (Rs. / Month)

Total Amount for 12 Months

Note:

1. Payment shall be made for the actual days of employment i.e. for

working days, weekly off & national holidays. Attendance will be

verified by Caretaker. The contractor shall submit the cash memo of

the material purchase a/w monthly bills for tender and non-tender items.

Stock register of materials consumed will be maintained by contractor &

Page 31: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

will be produced for verification as & when asked by ESIC.

2. In case of absence of any of the above mentioned workers without

providing suitable replacement, an amount of Rs. 300/- per day shall

be recovered as liquidated damages per person per day of absence. 3. All the above workers must be qualified & experienced in their relevant

field & capable to perform their duties. 4. Wages should not be less than the prescribed minimum wages by the State

Govt.

5. Above workers will be responsible for operation & maintenance of

Civil & Electrical works.

6. Only licensed/certified electricians/operators shall be deployed.

Preferably the other skilled workers deployed shall also be licensed

/ certified. It must be ensured that the service in above respect

should be available round the clock and sufficient numbers of

manpower / supervisors are deployed.

7. Uniform, Identity Cards, Name Plates have to be provided to each and every Staff. Bio- Data of each staff should be maintained and whenever

asked for will have to be shown/provided immediately. Details such as

copy of Aadhar card, photographs shall be submitted to ESIC for their

registration of biometric attendance.

Note : Increase in minimum wages of workers will be paid a s ap pl ic ab le

f ro m ti me t o t im e as per Minimum wages Act & corresponding ESI/PF contribution will be paid.

Page 32: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

FINANCIAL BID (PART-II) (to be filled online)

BILL OF QUANTITIES - Measurable items of works and supply only of anticipated materials for work.

CIVIL ITEMS S.No. Description of items

Qty. Unit Rate Amount

1 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. meters and under, including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the dumping ground within 50 meters lead : With cement mortar 1:4 (1cement: 4 coarse Sand)

200

sqm

2 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand) 100 sqm 3 Providing and fixing ISI marked flush door shutters

conforming to IS:2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters: 9.21.3 25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano hinges with necessary screws

20

sqm

4 Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

500

sqm

5 Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete.

100

sqm

6 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade 1 or more coats on old work

500

sqm

7 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade : One or more coats on old work

100

sqm

8 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS:15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by ESIC, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement:3 coarse sand) and jointing with grey cement slurry @ 3.3 kg per sqm, including pointing in white cement mixed with pigment of matching shade complete.

20

sqm

9 Providing and laying Vitrified tiles in different sizes (thickness to be specified by manufacturer), with water

Page 33: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

absorption less than 0.08 % and conforming to I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand), jointing with grey cement slurry 3.3 kg per sqm including grouting the joint with white cement & matching pigments etc. complete. 11.46.2 Size of Tile 600x600 mm

20

Sqm

10 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. 17.28.2 Flexible pipe 32 mm dia

20

each

11 Providing and fixing white vitreous china extended wall mounting water closet of size 780x370x690 mm of approved shape including provding & fixing white viterous china cistern with dual flush fitting, of flushing capacity 3 ltr /6 ltr. (adjustable to 4 ltr/8 ltr) including seat cover and cistern fittings nut bolts and gasket etc. complete.

5

each

12 Providing and fixing white vitreous china battery based infrared sensor operated urinal of approx. size 610 x 390 x 370 mm having pre & post flushing with water (250 ml & 500 ml consumption), having water inlet from back side, including fixing to wall with suitable brackets all as per manufacturers specification and direction of ESIC

5

each

13 Providing and fixing white vitreous china water closet squatting pan (Indian type) :17.13.2 Orissa pattern W.C. pan of size 580x440 mm

5

each

14 Providing and fixing solid seat with lid for pedestal type w.c. pan complete : 17.20.1 white solid plastic seat with lid

31

each

MATERIALS 15 C.P. Brass long nose bibcock 15 mm 40 Each 16 Mirror of superior make glass 60x45 cm 20 Each 17 Health Faucet Set 50 Each 18 H.P. or L.P. ball valve with polythene floats: 25 mm dia 35 Each 19 Flexible (coil shaped) PVC waste pipe for sink and

washbasin 32mm dia with length not less than 700 mm i/c PVC waste fittings

50

each

20 C.P. Brass angle valve 15 mm 20 Each 21 PTMT Liquid Soap Container of 400 ml capacity 12 Each 22 PTMT Ball Cock 15mm complete with Epoxy Coated

Aluminium Rod & H.D. Ball 15

Each

23 C.P. brass bibcock 15mm 30 Each 24 C.P.Brass long body bobcock 15mm 30 Each 25 C.P.Brass stop cock (concealed) 15 mm 30 Each 26 SS grating 100 mm dia each 30 Each

Page 34: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

27 Stainless steel butt hinges (heavyweight) 100x60x2.5 mm IS :12817 marked

50

Each

28 Brass mortice latch and lock 100x65 mm with 6 levers and a pair of brass lever handles

50

Each

29 Brass tower bolt (barrel type) 150x10 mm 20 Each 30 Brass tower bolt (barrel type) 200x10mm 20 Each

ELECTRICAL ITEMS :

S. No. Item Description Unit Qty Rate Total Amount

1 2 x 36 W FTL Fixture recessed type fitting Bajaj Cat. No BCPA 236 CFLTD White or equivalent

Each 22

2 Ballast for 2 x 36 W FTL Fixture recessed type fitting Bajaj Cat. No BCPA 236 CFLTD White or equivalent

Each 221

3 CFL for 2 x 36 W FTL Fixture recessed type fitting Bajaj Cat. No BCPA 236 CFLTD White or equivalent

Each 221

4 2 x 18 W recessed type light fitting Bajaj Cat. No BJDR 218 FR FGL or equivalent

Each 14

5 Ballast for 2 x 18 W recessed type light fitting Bajaj Cat. No BJDR 218 FR FGL or equivalent

Each 147

6 CFL for 2 x 18 W recessed type light fitting Bajaj Cat. No BJDR 218 FR FGL or equivalent

Each 147

7 2 x 11 W CFL Fixture recessed type light fitting Bajaj Cat. No BJSM 211 or equivalent

Each 1

8 Ballast for 2 x 11 W CFL Fixture recessed type light fitting Bajaj Cat. No BJSM 211 or equivalent

Each 6

9 CFL for 2 x 11 W CFL Fixture recessed type light fitting Bajaj Cat. No BJSM 211 or equivalent

Each 6

10 Mirror Light Bajaj cat no BJC 11 CFL or equivalent Each 2

11 Ballast for Mirror Light Bajaj cat no BJC 11 CFL or equivalent

Each 17

12 CFL for Mirror Light Bajaj cat no BJC 11 CFL or equivalent Each 17

13 T5, 1 x 28 W Light Fixture Bajaj cat no BTIP-128 LH8 or equivalent

Each 7

14 Tube for T5, 1 x 28 W Light Fixture Bajaj cat no BTIP-128 LH8 or equivalent

Each 75

Page 35: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

15 1x 18 W CFL recessed type light fitting Philips cat. No.FBH 145/118 or equivalent

Each 1

16 Ballast for 1x 18 W CFL recessed type light fitting Philips cat. No.FBH 145/118 or equivalent

Each 6

17 CFL for 1x 18 W CFL recessed type light fitting Philips cat. No.FBH 145/118 or equivalent

Each 6

18 Ballast for 2 X 36 W FRP Housing with gasket and acrylic cover stove ebamelled white CRCA gear tray cum reflector and accessories. Make Bajaj cat. No BJCR 240 or equivalent

Each 1

19 CFL for 2 X 36 W FRP Housing with gasket and acrylic cover stove ebamelled white CRCA gear tray cum reflector and accessories. Make Bajaj cat. No BJCR 240 or equivalent

Each 1

20 1 x 50 W Halogen Light Fitting, Bajaj Cat No. BJHF 50 DHTR or equivalent

Each 2

21 Ballast for 1 x 50 W Halogen Light, Bajaj Cat No. BJHF 50 DHTR or equivalent

Each 15

22 LAMP for 1 x 50 W Halogen Light, Bajaj Cat No. BJHF 50 DHTR or equivalent

Each 15

23 2 X 36 W FTL Fixture Bajaj cat. No BJCM 236/240 or equivalent

Each 1

24 Ballast for 2 X 36 W FTL Fixture Bajaj cat. No BJCM 236/240 or equivalent

Each 3

25 CFL for 2 X 36 W FTL Fixture Bajaj cat. No BJCM 236/240 or equivalent

Each 3

26 2 X 28 W T5 lamp Fixture Bajaj cat. No BTMRA 2X28 W or equivalent

Each 1

27 Ballast for 2 X 28 W T5 lamp Fixture Bajaj cat. No BTMRA 2X28 W or equivalent

Each 3

28 TUBE for 2 X 28 W T5 lamp Fixture Bajaj cat. No BTMRA 2X28 W or equivalent

Each 3

29 Mirror Light Fixture Wipro make Dua Light or equivalent Each 1

30 Ballast for Mirror Light Fixture Wipro make Dua Light or equivalent

Each 9

31 CFL for Mirror Light Fixture Wipro make Dua Light or equivalent

Each 9

32 70 W HPSV Make Bajaj 70 SV or equivalent make or equivalent

Each 1

Page 36: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

33 Ballast for 70 W HPSV Make Bajaj 70 SV or equivalent make

Each 4

34 Lamp for 70 W HPSV Make Bajaj 70 SV or equivalent make

Each 4

35 1 X9 W Bollard Light Fixture Make bajaj BJBOL 02/03213 CFL or equivalent

Each 1

36 Ballast for 1 X9 W Bollard Light Fixture Make bajaj BJBOL 02/03213 CFL or equivalent

Each 3

37 Choke for 1 X9 W Bollard Light Fixture Make bajaj BJBOL 02/03213 CFL or equivalent

Each 3

38 Ballast for 26 W CFL Post Top Lantern Each 6

39 CFL for 26 W CFL Post Top Lantern Each 6

40 Ballast for Pole light fixture Wipro make cat ref. No. UPH -20582 or equivalent

Each 4

41 Tree Uplighter Wipro make cat. Ref. no. FFQ-5105 Each 1

42 CFL for Tree Uplighter Wipro make cat. Ref. no. FFQ-5105 Each 1

43 Mini Bollard Light fixture Wipro make cat. Ref. no. FBP-32118

Each 1

44 Ballast for Mini Bollard Light fixture Wipro make cat. Ref. no. FBP-32118

Each 6

45 LAMP for Mini Bollard Light fixture Wipro make cat. Ref. no. FBP-32118

Each 6

46 Fans/Exhaust Fans

47 1200 mm dia Ceiling Fan Each 7

48 Capacitor for 1200 mm dia Ceiling Fan Each 7 49 motor for 1200 mm dia Ceiling Fan Each 7 50 ball bearing for 1200 mm dia Ceiling Fan Each 7 51 Fan regulator for 1200 mm dia Ceiling Fan Each 7

52 450 mm dia,900 rpm single phase Exhaust fan with louvre shutters

Each 10

53 Capacitor for 450 mm dia,900 rpm single phase Exhaust fan with louvre shutters

each 10

54 Motor for 450 mm dia,900 rpm single phase Exhaust fan each 10

55 Ball bearing 450 mm dia,900 rpm single phase Exhaust fan with louvre shutters

each 10

Page 37: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

56 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 steel 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.

(a) Group C Point 10

57 Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit alongwith 1 No 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

Metre 10

58 Wiring for circuit / submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface / recessed steel conduit as required

(a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth Wire Metre 20

(b) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth Wire Metre 20

(c) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire Metre 10 (d) 4 X 10 sq. mm + 2 X 10 sq. mm earth wire Metre 10

(e) 4 X 16 sq. mm + 2 X 16 sq. mm earth Wire Metre 10

59 Wiring for circuit / submain wiring alongwith 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 X 1.5 sq. mm + 1 X 1.5 sq. mm earth Wire Metre 10

(b) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth Wire Metre 10 (c) 2 X 4 sq. mm + 1 X 4 sq. mm earth wire Metre 10 60 Rewiring for light point/ fan point/ exhaust fan point/ call

bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable and 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable as earth wire in existing surface/ recessed steel conduit including dismantling as required.

(a) Group A Point 10 (b) Group B Point 20

(c) Group C Point 50

Page 38: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

61 Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

(a) 1 x 1.5 sq. mm Metre 10 (b) 2 x 1.5 sq. mm Metre 10

(c) 3 x 1.5 sq. mm Metre 10 (d) 4 x 1.5 sq. mm Metre 10 (e) 2 x 2.5 sq. mm Metre 10 ( f) 3 x 2.5 sq. mm Metre 10 (g) 4 x 2.5 sq. mm Metre 10 (h) 2 x 4 sq. mm Metre 10 62 Supplying and fixing of following sizes of medium class

steel conduit along with accessories in surface/recess including cutting the wall and making good the same in case of recessed conduit as required.

(a) 20 mm Metre 50 (b) 25 mm Metre 40

63 Supplying & drawing of UTP 4 pair CAT 6 LAN cable in the existing surface/recessed steel /PVC conduit as required.

Metre 150

64 MCCB 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) 40 A, 4P MCCB Each 1 (b) 100 A, 30kA, FPMCCB Each 1 (c) 125 A, 36kA, FPMCCB Each 1 (d) 160 A, 4P MCCB Each 1 (e) 250 A, 50kA, FPMCCB Each 1 (f) 400 A, 50kA, FPMCCB Each 1 (g) 630 A, 50kA, FPMCCB Each 1 (h) 800 A, 4P MCCB Each 1 65 1.5 sq. mm ISI marked, FR PVC insulated, single core

copper conductor cable metre 175

66 2.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable

metre 50

67 4.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable

metre 20

68 6.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable

metre 20

Page 39: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

69 1 pair, 0.5 sq. mm annealed copper conductor, FR PVC insulated, unarmoured, telephone cable

metre 10

70 2 pair, 0.5 sq. mm annealed copper conductor, FR PVC insulated, unarmoured, telephone cable

metre 10

71

4 pair, 0.5 sq. mm annealed copper conductor, FR PVC insulated, unarmoured, telephone cable

metre 10

72 Co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE insulated, shielded with fine tinned copper braid protected with PVC sheath

metre 70

73 20 mm dia. ISI marked, steel conduit metre 50

74 25 mm dia. ISI marked, steel conduit metre 40

75 20 mm inspection/ solid bends each 20 76 25 mm inspection/ solid bends each 20 77 20 mm sockets each 20 78 25 mm sockets each 20 79 20 mm dia. ISI marked, PVC conduit metre 50 80 25 mm dia. ISI marked, PVC conduit metre 40 81 20 mm PVC bends each 20 82 25 mm PVC bends each 20 83 3 mm thick phenolic laminated sheet sqcm 100 84 S.P. 5/6 amps, one way modular switch, ISI marked each 300

85 S.P. 5/6 amps, two way modular switch, ISI marked each 150

86 S.P. 15/16 amps, one way modular switch, ISI marked each 250

87 3 pin 5/6 amps modular socket outlet, ISI marked each 300

88 6 pin 15/16 amps modular socket outlet, ISI marked each 250

89 Modular bell push, ISI marked each 30 90 Stepped type Modular Fan regulator (2 module) each 10

91 Telephone Socket outlet modular type each 50 92 T.V. Socket outlet modular type each 5

93 Modular blanking plate each 10 94 Modular base & cover plate for 1 module each 10

95 Modular base & cover plate for 2 module each 10

96 Modular base & cover plate for 3 module each 20

97 Modular base & cover plate for 4 module each 10

Page 40: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

98 Modular base & cover plate for 6 Module each 10

99 Modular base & cover plate for 8 Module each 10

100 Modular base & cover plate for 12 Module each 10

101 Brass pendant holder each 10 102 Brass batten/ angle holder each 10 103 Brass bracket holder 16 mm each 10 104 Call bell/ buzzer, single phase each 50 105 6 amps. to 32 amps. ratings , SP MCB, "C" curve, 10 KA

breaking capacity each 250

106 6 amps. to 32 amps. ratings , SPN MCB, "C" curve, 10 KA breaking capacity

each 100

107 6 amps. to 32 amps. ratings , DP MCB, "C" curve, 10 KA breaking capacity

each 50

108 40 A DP MCB Each 10.00

109 40 A SP MCB Each 10.00

110 40 A TPN MCB Each 5.00 111 63 A 4P MCB Each 30.00 112 63 A TPN MCB Each 30.00 113 6 amps. to 32 amps. ratings , TP MCB, "C" curve, 10 KA

breaking capacity each 20

114 6 amps. to 32 amps. ratings , TPN MCB, "C" curve, 10 KA breaking Capacity

each 250

115 Single pole, blanking plate each 20

116 40 amps., 2 pole isolator each 20

117 63 amps., 2 pole isolator each 20 118 40 amps., 4 pole isolator each 10 119 63 amps., 4 pole isolator each 10 120 100 amps., 4 pole isolator each 10 121 25 amps. rating, 2 pole RCCB, 30mA each 1

122 40 amps. rating, 2 pole RCCB, 30mA each 10

123 63 amps. rating, 2 pole RCCB, 30mA each 40

124 25 amps. rating, 4 pole RCCB, 30mA each 1

125 40 amps. rating, 4 pole RCCB, 30mA each 1

126 63 amps. rating, 4 pole RCCB, 30mA each 1

127 20 amps. SPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure

each 1

128 Drilling holes each 50 129 Drilling of 46 Nos. 12mm dia holes on GI Pipe LS 50

Page 41: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

130 Solder jointing each 50

131 Welding charges mm 500 132 Refilling of Fire extinguishers ( a) 4.5 kg capacity (CO2) Each 20.00 ( b) 2 kg capacity (CO2) Each 21.00 133 Refilling of Fire extinguisher water type 9 Itrs. Each 21.00

134 Refilling of Fire extinguisher ABC powder 5 kg Each 21.00

Fire Alarm System/PA System

135 Photo electric type smoke detector complete with counting base Apollo/System Sensor make

Each 10

136 Rate of rise cum fixed temp. heat detector photo electric type smoke detector complete with mounting base Appolo/System sensor make

Each 10

137 Response indicator make out of 16G MS sheet with dual LED indication etc. complete as required of Agni / Electroquip/safeway make

each 10

138 Dual tone electronic hooter with built in speaker mounted in a moulded polycarbonate body in red colour with screw in front to removed colour plate suitable for fire alarm as required of Agni / Electroquip/safeway make

each 2

139 Wiring for pulic address system with twin core twisted 40/76 flexible wire in existing surface/recessed conduit etc. as required

mtr 50

140 12 Zones public address console with 12 A PA selector and all call facility, 1000 watt amplifier, microphone all housed in the cabinet of fire alarm panel as required

each 1

141 Philips make recessed ceiling mounted 6 watt speaker with LMT suitable for public address as required

each 1

142 12 volte 15 AH capacity capital SMF battery for above fire alarm panel

each 1

143 Air Release valve each 1

144 Fire Hydrant valve each 1

145 Butterfly valves class PN-16 a. 65 mm dia each 1 b. 80 mm dia each 1 c. 100 mm dia each 1 d. 150 mm dia each 1 e. 200 mm dia each 1 f. 250 mm dia each 1

146 Non return valve a. 80 mm dia each 1 b. 100 mm dia each 1

Page 42: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

c. 150 mm dia each 1 147 15 mm sprinklers a. Pendant type each 1 b. Side wall type (extended throw) each 1

148 Pressure Guage each 1 149 Flow indicating switch each 1 150 Installation control valve 150 mm dia each 1 151 Control cable 3x4 sqm each 20

TOTAL

Note : Quantities of above mentioned items are tentative. The payment shall be made for

actual quantities executed during the contract period at the contract rate. The rates quoted should be exclusive of GST. The employer (ESIC) may at its sole discretion extend the time for completion of some

particular work on submission of full justification by the contractor. If the contractor fails to complete the work in time, liquidated damages @1.25% of the total

value of work under measurable items of work above shall be recovered subject to maximum of 5% of the above total value.

The rates of material quoted in financial bid Format-II will be valid for one year. No increase in the rates of material shall be entertained during the period of contract.

The Electrical Items/Consumables such as CFL/Tubelight/Halozen & related fittings is to be replaced with LED lighting in due course of time. Hence, the maintenance of existing items may be discontinued any time during the course of work contract period.

Note : Any Item of work/supply not covered above shall be paid based on DSR rates/norms. For Non – DSR items, payments will be made on basis of prevalent market rate on production of original bill / cash memo with contractor profit & overhead expenses @10%.

Page 43: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Financial Bid (Part-III)

Annual Maintenance Contracts

Description Qty. Total Amount of AMC (including service charge) (Excluding Tax)

1. Comprehensive Annual Maintenance Contract of RO Plant RO Plant of 500 LPH capacity with all consumable and electrical parts

1

2. Comprehensive AMC proposal for Electrical Sub Station

Annual Maintenance of Sub-station & Allied Equipments (a) 2 Nos. 500 KVA transformers & 1 Nos. 400 KVA transformer - Kirloskar make (b) AMC of Electrical Panels including Gas insulated switchgear-ring main unit – Merlin Gerin make, HT Panel-4 Panel HT Board of 11 KV, 630 Amp Crompton Greaves, Main LT Panel, All other panels and service including preventive maintenance and service.

1

3. Comprehensive Annual Maintenance Contract of DG System

AMC of 500 KVA DG Set. (Cummins make) with Sudhir Canopy with AMF Panel

2

AMC of 125 KVA DG Set. (Ashok Leyland make) with Canopy of C&S Himionska with AMF Panel

1

4. Annual Maintenance contract of Water Pump

AMC of Diesel Fire Pump (BHP-72) Kirloskar Model 4R 1040 T with AMF Panel

1

AMC of Electrical Fire Pump of different make and capacity as described in tender document Fire Suppression System

8

TOTAL

Note:-

1. AMC of equipment at S. No. 2&3 must be got executed with OEM (Original Equipment Manufacturer or its Authorized Agency).

2. AMC of RO Plant must be got executed with ISO Certified reputed RO Plant Manufacturer agency & Item No. 4 through OEM/Authorized agency.

3. Contractor shall submit the documents of AMC to ESIC for release of payment.

Page 44: TENDER - Employees' State Insurance€¦ · Transformers - 2 nos. 500 KVA Capacity & 1 no. 400 KVA Dry Type, Kirloskar Make. Main LT panel with bus coupler. 2 nos. 500 KVA DG set

Declaration

I, ___________________________, Son/Daughter of Shri _______________________,

Proprietor/Partner/Director/Authorized Signatory of M/s __________________________

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

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

hereby convey my acceptance of the same.

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

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

fact that furnishing of any false information / fabricated document would lead to rejection

of my tender at any stage besides liabilities towards prosecution under appropriate law

and forfeiture of EMD/PSD.

I have apprised myself fully about the job to be done during the currency of the

period of agreement and also acknowledge to bear consequences of non-

performance or deficiencies in the services on my part.

Signature of authorized person

Date: Full Name:

Place: Company’s Seal :

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