Baddi (Package- I)
1
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
NAME OF WORK: Providing Round the Clock Operational Services for
various Equipments & Buildings Services and Repair & Comprehensive
Maintenance of various installations including Equipments/Accessories of
Electrical ,AC/HVAC, Sub-station (Transformers & HT/LT panels), DG sets,
STP, Water Supply pumps, Water treatment Plant, Tube Wells, Street lights
(Electrical & Solar), Hot water Boiler & Solar water heating system, Signages,
nurse call bell system, lifts, ETP, Fuel handling system, refrigerators, Kitchen
& Canteen equipments , Fire Fighting & Fire Alarm & other Misc fittings
installed and Day to day & annual repairs and civil maintenance of 100 Bedded
ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP).
Package-I
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
ESTIMATED COST:- RS. 135.89 Lacs
TECHNICAL BID
ISSUED TO : _________________________________________________________
Ph- (011) 43149800-899, Fax: (011) 26340365 E-mail:- [email protected] Website:www.hindprefab.org
Baddi (Package- I)
2
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
S.No Component No Particulars
Estimated
Cost (Rs In
Lacs)
1 Component – 1
( Main) Providing Round the Clock Operational Services
for various Equipments & Buildings Services and
Repair & Comprehensive Maintenance of various
installations including Equipments/Accessories of
Electrical , Sub-station (Transformers & HT/LT
panels), DG sets, STP, Water Supply pumps, Water
treatment Plant, Tube Wells, Street lights
(Electrical & Solar), Hot water Boiler & Solar water
heating system, Signages, nurse call bell system
,refrigerators, Kitchen & Canteen equipments, fire
fighting & Fire alarm etc.
91.26
2 Component – 2 HVAC/AC works 20.57
3 Component – 3 Lift work 3.15
4 Component – 4 Day to day & annual repairs and civil maintenance 20.91
Total
135.89
Baddi (Package- I)
3
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED
(A Govt. of India Enterprise)
JANGPURA, NEW DELHI: 14
NOTICE INVITING TENDER
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
Sealed tenders are invited by the undersigned on behalf of ESIC from firms/contractors of repute
in Three Bid System (earnest money with Tender cost, Technical Bid & Financial Bid) in
separate envelopes for the following work.
Name of Work Estimated
cost
(Rs. in
Lacs)
Earnest
money
deposit
( Rs. in
Lacs)
Cost of
Tender
document
( In Rs.)
Time
allowed for
completion
Last date
& time of
receipt of
applications
for issue of
tender
Last date &
time for
issue of
tender
documents
Date &
time of
receipt of
Tenders
Date &
time of
opening of
Technical
bids
Providing Round the Clock
Operational Services for
various Equipments &
Buildings Services and
Repair & Comprehensive
Maintenance of various
installations including
Equipments/Accessories of
Electrical ,AC/HVAC, Sub-
station (Transformers &
HT/LT panels), DG sets,
STP, Water Supply
PUMPS, Water treatment
Plant, Tube Wells, Street
lights ( Electrical & Solar),
Hot water Boiler & Solar
water heating system,
Signages, nurse call bell
system, lifts, ETP, Fuel
handling system,
refrigerators, Kitchen &
Canteen equipments , Fire
Fighting & Fire Alarm &
other Misc fittings installed
and Day to day & annual
repairs and civil
maintenance of 100 Bedded
ESIC Hospital, Staff
Quarters & other service
buildings at Baddi (HP).
(PACKAGE – I)
135.89
Lacs
2.72
Lacs
1,500.00
06 Months
15.05.2015
Upto
3:00 PM
16.05.2015
upto
5:00 PM
19.05.2015
upto 3:00
PM
19.05.2015
at 3:30 PM
Baddi (Package- I)
4
Signature of Bidder with Seal H.P.L.
Tender documents can be had from the office of the Dy. General Manager, (Civil)/TC at
Hindustan Prefab Limited, Jangpura, New Delhi : 110 014. upto the date & time indicated above.
Alternatively it can be downloaded from HPL‟ website.
For complete tender documents please log on to HPL‟ website www.hindprefab.org
Dy. General Manager (Civil)/TC
Baddi (Package- I)
5
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI :14
Details of NIT
Name of Work : Providing Round the Clock Operational Services for various Equipments &
Buildings Services and Repair & Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers & HT/LT panels),
DG sets, STP, Water Supply PUMPS, Water treatment Plant, Tube Wells, Street lights ( Electrical
& Solar), Hot water Boiler & Solar water heating system, Signages, nurse call bell system, lifts,
ETP, Fuel handling system, refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire
Alarm & other Misc fittings installed and Day to day & annual repairs and civil maintenance of
100 Bedded ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP).
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
1.1 The work is estimated to cost Rs. 135.89 Lacs with the detail as mentioned below.
Details of Estimated Cost Component wise :
S.No Component No Particulars
Estimated
Cost (Rs In
Lacs)
1 Component – 1
( Main)
Providing Round the Clock Operational Services for various
Equipments & Buildings Services and Repair & Comprehensive
Maintenance of various installations including
Equipments/Accessories of Electrical , Sub-station
(Transformers & HT/LT panels), DG sets, STP, Water Supply
pumps, Water treatment Plant, Tube Wells, Street lights
(Electrical & Solar), Hot water Boiler & Solar water heating
system, Signages, nurse call bell system ,refrigerators, Kitchen
& Canteen equipments, fire fighting & Fire alarm etc.
91.26
2 Component – 2 HVAC/AC works 20.57
3 Component – 3 Lift work 3.15
4 Component – 4 Day to day & annual repairs and civil maintenance 20.91
Total 135.89
S.
No. Name of work
Estimated
cost (Rs. In
Lacs)
1.00
Providing Round the Clock Operational Services for various Equipments &
Buildings Services and Repair & Comprehensive Maintenance of various
installations including Equipments/Accessories of Electrical ,AC/HVAC, Sub-
station (Transformers & HT/LT panels), DG sets, STP, Water Supply PUMPS,
Water treatment Plant, Tube Wells, Street lights ( Electrical & Solar), Hot water
Boiler & Solar water heating system, Signages, nurse call bell system, lifts, ETP,
Fuel handling system, refrigerators, Kitchen & Canteen equipments , Fire
Fighting & Fire Alarm & other Misc fittings installed and Day to day & annual
repairs and civil maintenance of 100 Bedded ESIC Hospital, Staff Quarters &
other service buildings at Baddi (HP). (PACKAGE – I)
135.89
Baddi (Package- I)
6
Signature of Bidder with Seal H.P.L.
The estimate, however, are given merely as a rough guide.
1 Tenders will be issued to all firms and contractors of repute. Issue of tender documents shall
not be construed as qualifying in technical bid. First the technical bids submitted by the
firms/contractors along with the earnest money as prescribed shall be evaluated as per
standard procedure. Bids submitted without the tender cost ( for downloaded tender
documents from web-site) and earnest money as prescribed shall not be opened at all and
shall be summarily rejected. The financial bids of those tenderers shall only be opened who
qualify in the technical bid. The date and time of opening of financial bids shall be intimated
in due course of time.
2. Agreement shall be drawn with the successful tenderer on Special Conditions of Contract
along with prescribed Form No. CPWD-7/8 (Latest edition with up to date corrections and
amendments) which is available as a Govt. of India Publication. and which shall be part of
agreement. Tenderers shall quote their rates as per various terms and conditions of CPWD
form7 & 8 and special conditions of contract which will form part of the agreement.
3. The time allowed for carrying out the work will be 6 Months reckoned from the Ist day after
the date of written orders to commence the work or from the first day of handing over of the
site, whichever is later, in accordance with the phasing, if any, indicated in the tender
documents. The contract period may be further extended for any period with the same terms
& conditions and rates.
4. The site for the work shall be made available in complete
5.a) (i) Receipt of applications for issue of tender documents shall be as per detail given in Press
Notice.
(ii) Tender documents consisting of plans, of the various classes of work to be done and the
set of terms & conditions of contract to be complied with by the contractor whose tender
may be accepted and other necessary documents can be seen in the office of the tender
issuing authority between hours of 11.00 a.m. & 3.00 p.m. from 06.05.2015 to 16.05.2015
everyday except on Sundays and Public Holidays. Tender documents, excluding standard
form, will be issued from his office, during the hours specified above, on payment of Rs.
1,500.00 in cash /demand draft in favour of Hindustan Prefab Limited & payable at New
Delhi as cost of tender.
5b) Alternatively the interested parties can download the complete tender document from HPL
website www.hindprefab.org
Tenders downloaded from website shall have to be accompanied with the Tender cost of
Rs. 1,500.00 in the form of Demand Draft drawn in favour of Hindustan Prefab Limited &
payable at New Delhi.
6) Tenderers shall deposit Earnest Money of Rs. 2.72 lakh in the form of Demand Draft
issued in favour of Hindustan Prefab Limited and payable at New Delhi
Baddi (Package- I)
7
Signature of Bidder with Seal H.P.L.
7. Duly filled up tender documents comprising of Technical bid & Financial bid supported by
prescribed Annexures should be submitted in sealed envelopes duly super-scribed with the
name of work and due date of opening as per instructions given below.
a) Cost of tender forms, if downloaded from website, and Earnest money deposit in the
manner prescribed in a separate cover marked “EARNEST MONEY & TENDER
COST”---- Envelope 1.
b) Technical Bid as prescribed above and placed in an Envelope 2 shall be sealed and
super-scribed with the words “Technical Bid for (Name of the Project with package
no )and name of the firm/contractor”.
c) The duly filled up Bill of quantities and other schedules or conditions, if any as
prescribed above shall be put in a separate sealed envelope marked “Financial bid for
( Name of the Project with package no) and name of the firm/contractor”.----
Envelope 3.
d) All three envelopes shall be properly sealed and put together in a single envelope
and sealed properly and super- scribed as “Technical and Financial bids for (Name
of the Project with package no) with due date of opening and name of the
firm/contractor”.
8. The contractor shall be required to deposit an amount equal to 5% of the contract value of
the work as performance guarantee in the form of an irrevocable bank guarantee bond of
any Nationalised Bank in accordance with the form prescribed within 15 days of the issue
of letter of acceptance. This period can be further extended by the Engineer- in –Charge
up to a maximum period of 7 days on written request of the contractor. The performance
Bank Guarantee should be kept valid for contract period and inclusive of Defect Liability
Period. In case the contract value gets revised, the performance Bank Guarantee for
balance amount / exceeded amount shall be provided by the tenderer..
9.(i) The description of the work is as follows :- Providing Round the Clock Operational
Services for various Equipments & Buildings Services and Repair &
Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers &
HT/LT panels), DG sets, STP, Water Supply PUMPS, Water treatment Plant,
Tube Wells, Street lights ( Electrical & Solar), Hot water Boiler & Solar water
heating system, Signages, nurse call bell system, lifts, ETP, Fuel handling system,
refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm &
other Misc fittings installed and Day to day & annual repairs and civil
maintenance of 100 Bedded ESIC Hospital, Staff Quarters & other service
buildings at Baddi (HP). Package – I.
(ii) Copies of other drawings and documents pertaining to the works will be open for
inspection by the tenderers at the office of the tender issuing authority.
Baddi (Package- I)
8
Signature of Bidder with Seal H.P.L.
(iii) Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground , the form and
nature of the site, the means of access to the site, the accommodation they may require
and in general shall themselves obtain all necessary information as to risks,
contingencies as other circumstances which may influence or affect their tender. A
tenderer shall be deemed to have full knowledge of the site whether he inspects it or
not and no extra charges consequent on any misunderstanding or otherwise shall he
allowed. The tenderer shall be responsible for arranging and maintaining at his own
cost all materials, tools & plants, water, electricity, access, facilities for execution,
worker and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a tender by a
tenderer implies that he has read this notice and all other contract documents and has
made himself aware of the scope and specifications of the work to be done and of
conditions and rates at which stores, tools and plant etc. will be issued to him by the
HPL on behalf of ESIC and local conditions and other factors having a bearing on the
execution of the work.
10. (i) The HPL on behalf of ESIC officer and in the name of the HPL does not bind itself to
accept the lowest or any other tender and reserves to itself the authority to reject any or all
the tenders received without the assignment of any reason. All tenders in which any of
the prescribed conditions is not fulfilled or any condition including that of conditional
rebate is put forth by the tenderer shall be summarily rejected.
11 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.
12 i) The HPL on behalf of ESIC office and in the name of the HPL reserves to himself the
right of acceptance the whole or any part of the tender and the tenderer shall be bound to
perform the same at the rate quoted.
ii) The tender for the works shall remain open for acceptance for a period of 90 days
(Ninety days) from the date of opening of financial Bid. Date of Opening of financial bid
shall be intimated in due course to those tenderers who qualify in Technical Bid. If any
tenderer withdraws his tender before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the tender
which are not acceptable to the department, then HPL shall, without prejudice to any other
right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
13. This notice inviting Tender shall form a part of the contract document. The successful
tenderer/ contractor, on acceptance of his tender by the Accepting Authority, shall with in
15 days from the written orders to commence the work, sign the contract consisting of :-
Baddi (Package- I)
9
Signature of Bidder with Seal H.P.L.
a) The notice inviting tender all the documents including Additional or special
conditions, specifications and drawings, if any, forming the tender as issued at the
time of invitation of tender and acceptance thereof together with any
correspondence leading thereto.
b) Standard CPWD Form 7/8 (Latest edition with up to date corrections and
amendments).
14. 1 The tenderer, if required by him, must associate with himself agencies eligible to tender for
the other components individually.
14.2 It will be obligatory on the part of the tenderer to sign the tender document for all the
components (The schedule of quantities, conditions and special conditions etc.)
15 (a) This NIT is also available on HPL Web-site www. hindprefab.org
(b) No Postal enquiry shall be entertained for issue of tender documents.
16. Joint venture are not allowed.
17. Association for component parts should be on Non – judicial Stamp Paper of Rs. 100.00/-
duly Notarized with address, telephone no and stamp of the firms and signed by
authorized persons of the firms.
Baddi (Package- I)
10
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED
Jangpura New Delhi – 110014
Lump Sum per month basis Tender & Contract for Works
(A) Tender for the work of: - Providing Round the Clock Operational Services for various
Equipments & Buildings Services and Repair & Comprehensive Maintenance of
various installations including Equipments/Accessories of Electrical ,AC/HVAC, Sub-
station (Transformers & HT/LT panels), DG sets, STP, Water Supply PUMPS, Water
treatment Plant, Tube Wells, Street lights ( Electrical & Solar), Hot water Boiler &
Solar water heating system, Signages, nurse call bell system, lifts, ETP, Fuel handling
system, refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm &
other Misc fittings installed and Day to day & annual repairs and civil maintenance of
100 Bedded ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP).
Package – I.
(i) To be submitted by 03:00 PM on 19.05.2015 Dy. General Manager (Civil), Hindustan Prefab
Limited, Jangpura, New Delhi- 110014.
ii) To be opened in presence of tenderers who may wish to be present at 03.30 PM on 19.05.2015
in the office of DGM (Civil) Hindustan Prefab Limited, Jangpura, New Delhi-110014.
Issued to
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
__________________________________________________________________________Signa
ture of officer issuing the documents_____________________
Designation _____________________
Date of Issue ________________________________
TENDER
I/We have read and examined the notice inviting tender, schedule A( Bill of Quantities),B.C,D,E
& F, Specifications applicable, Drawings &Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, schedule of Rates & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.
I/We hereby tender for the execution of the work specified by the DGM(Civil), HPL on behalf of
ESIC office and in the name of the President of India within the time specified in Schedule‟s, viz.,
schedule of quantities and in accordance in all respects with the specifications, designs, drawings
and instructions in writing referred to in Rule- 1 of General Rules and Directions and in Clause 11
of the Conditions of contract and with such materials as per provided for, by, and in respects in
accordance with, such conditions so far as applicable.
Baddi (Package- I)
11
Signature of Bidder with Seal H.P.L.
We agree to keep the tender open for ninety (90) days from the date of opening of financial bid
and not to make any modifications in its terms and conditions.
A sum of Rs 2.72 lacs has been deposited in __________________________________ as earnest
money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period,
I/We agree that the said Dy. General Manager (Civil) HPL or his successors in office shall
without prejudice to any other right or remedy, be at liberty to forfeit said earnest money
absolutely. Further, if I/We fail to commence work as specified, I/We agree that Dy. General
Manager (Civil) HPL or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said earnest money and the performance
guarantee absolutely, otherwise the said earnest money shall be retained by him towards security
deposit to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to therein and to carry out such deviations as may be ordered, up to
maximum of the percentage mentioned in Schedule „F‟ and those in excess of that limit at the
rates to be determined in accordance with the provision contained in Clauses of the tender.
Further, I/We agree that in case of forfeitures of earnest money or both Earnest Money &
Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work.
“I/We undertake and confirm that eligible similar work (s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for tendering in CPWD in future forever. Also,
if such a violation comes to the notice of Department before date of start of work, the Engineer-
in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/ confidential documents and shall not communicate
information derived there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the State.
Date
Witness
Baddi (Package- I)
12
Signature of Bidder with Seal H.P.L.
HINDSUTAN PRREFAB LIMITED
JANGPURA, NEW DELHI: 14
SECTION - I
INTRODUCTION
SCOPE OF WORK
ESIC had retained M/s Hindustan Prefab Limited, a CPSU under the Ministry of Housing
and Urban Poverty Alleviation, as Executing Agency for Providing Round the Clock
Operational Services for various Equipments & Buildings Services and Repair &
Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers &
HT/LT panels), DG sets, STP, Water Supply PUMPS, Water treatment Plant, Tube
Wells, Street lights ( Electrical & Solar), Hot water Boiler & Solar water heating
system, Signages, nurse call bell system, lifts, ETP, Fuel handling system,
refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm & other
Misc fittings installed and Day to day & annual repairs and civil maintenance of 100
Bedded ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP).
Package – I for which this tender is being invited by Hindustan Prefab Limited on behalf
of ESIC.
BRIEF PARTICULARS OF THE WORK
1. Salient details of the work for which tenders are invited are as under :-
S.No. NAME OF WORK APPROX
COST
PERIOD OF
COMPLETION
1. Providing Round the Clock Operational
Services for various Equipments & Buildings
Services and Repair & Comprehensive
Maintenance of various installations including
Equipments/Accessories of Electrical
,AC/HVAC, Sub-station (Transformers &
HT/LT panels), DG sets, STP, Water Supply
PUMPS, Water treatment Plant, Tube Wells,
Street lights ( Electrical & Solar), Hot water
Boiler & Solar water heating system, Signages,
nurse call bell system, lifts, ETP, Fuel handling
system, refrigerators, Kitchen & Canteen
equipments , Fire Fighting & Fire Alarm &
other Misc fittings installed and Day to day &
annual repairs and civil maintenance of 100
Bedded ESIC Hospital, Staff Quarters & other
service buildings at Baddi (HP). Package – I.
NIT No. HPL/DGM(C)/TC/NIT/BADDI/2015-
16/11 DT : 06.05.2015
135.89
Lacs
06 Months
Baddi (Package- I)
13
Signature of Bidder with Seal H.P.L.
The scope of work involves Providing Round the Clock Operational Services for various
Equipments & Buildings Services and Repair & Comprehensive Maintenance of various
installations including Equipments/Accessories of Electrical ,AC/HVAC, Sub-station
(Transformers & HT/LT panels), DG sets, STP, Water Supply PUMPS, Water treatment
Plant, Tube Wells, Street lights ( Electrical & Solar), Hot water Boiler & Solar water
heating system, Signages, nurse call bell system, lifts, ETP, Fuel handling system,
refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm & other Misc
fittings installed and Day to day & annual repairs and civil maintenance of 100 Bedded
ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP). Package – I.
Site Location:-
1. The site is located at Baddi (HP) .
2. Work shall be executed according to General Conditions of Contract for Central PWD
Works (Latest edition with up to date corrections and amendments) available separately at
printer‟s outlets. However, there shall be some special conditions of contract which will
override/supplement General Conditions of contract for Central PWD works ( as the case
may be). The Special Conditions of Contract shall be supplied along with tender and
B.O.Q.
Baddi (Package- I)
14
Signature of Bidder with Seal H.P.L.
SECTION - II
INFORMATION & INSTRUCTIONS FOR APPLICANTS
1.0 General:
1.1. Letter of transmittal and forms for technical bid are given in Section III.
1.2. All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this
fact should be mentioned against the relevant column. Even if no information is to be
provided in a column, a “nil” or no such case” entry should be mentioned made in that
column. If any particulars/query is not applicable in case of the applicant, it should be
stated as “not applicable”. The applicants are cautioned that not giving complete
information called for in the technical document or not giving it in clear terms or making
any change in the prescribed forms or deliberately suppressing the information may
result in the applicant being summarily disqualified. Applications made by telegram or
Fax and those received late will not be entertained.
1.3. The application should be type written. The applicant should sign each page of the
tender document. The unsigned document & without seal shall not be considered for
evaluation of technical bid.
1.4. Over writing should be avoided. Correction, if any, should be made by neatly crossing
out, initialing, dating and rewriting. Pages of the technical bid documents are numbered.
Additional sheets, if any Added by the contractor should also be numbered by him they
should be submitted as a package with signed letter of transmittal.
1.5. References, information and certificates from the respective clients certifying suitability,
technical know-how or capability of the applicant should be signed by an officer not
below the rank of Executive Engineer or equivalent.
1.6. The applicant may furnish any Additional information which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is however,
advised not to furnish superfluous information. No information shall be entertained after
submission of tender documents unless it is called for by the HPL.
1.7. Any information furnished by the applicant found to be incorrect either immediately or at
a later date, would render him liable to be debarred from tendering/ taking up of work in
HPL. If such applicant happens to be enlisted contractor of any class in HPL, his name
shall also be removed from the approved list of contractors.
1.8. The technical bid document and financial bid document in prescribed form duly
completed and signed should be submitted in a sealed cover and as prescribed in NIT.
Baddi (Package- I)
15
Signature of Bidder with Seal H.P.L.
1.9. Prospective applicants may request clarification of the project requirements, technical bid
document and financial bid document. Any clarification given by HPL will be pasted on
HPL website www.hindprefab.org which shall also form part of tender document.
2.0 DEFINITIONS :
2.1 In this document the following words and expressions have the meaning hereby assigned
to them.
2.2 Employer: - Means the Hindustan Prefab Limited, acting on behalf of ESIC office and in
the name of President of India.
2.3 Applicant:- Means the individual, proprietary firm, firm in partnership, limited company,
private or public or corporation.
2.4 “Year” means “Financial Year” unless stated otherwise.
2.5 “Similar Work” means similar work of annual Repair & Comprehensive Maintenance of
similar type of installations/equipments/system
2.6 “Main Tenderer” means the person/ firm specializing in executing the work of
component bearing the highest estimated cost in respect to other components in the
group and who shall sign the single agreement considering all components in the group.
2.7 “Associates” means the person/firm (associated with the main tenderer) who has
specialization in executing the component of work other than the main component and
who is associated with the main tenderer to execute the work of the said component.
2.8 “Component of Work” means the work(s) as stated in detailed NIT.
2.9 “Composite Work” means the work inclusive of component 1,2 & 3 put together.
2.10 “Composite Tenderer” means who are having the required and requisite experience in
composite works.
2.11 “Comprehensive Maintenance” means maintenance of the equipment including all spares
& their cost.
3.0 METHOD OF APPLICATION:
3.1 If the applicant is an individual, the application shall be signed by him above his full
typewritten name and current Address.
3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor
above his full typewritten name and the full name of his firm with its current Address.
Baddi (Package- I)
16
Signature of Bidder with Seal H.P.L.
3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of
the firm above their full type written name and current Addresses or alternatively by a
partner holding power of attorney for the firm. In the latter case a certified copy of the
Power of Attorney should accompany the application. In both cases a certified copy of the
partnership deed and current Address of all the partners of the firm should accompany the
application.
3.4 If the applicant is a limited company or a corporation, the application shall be signed by a
duly authorized person holding power of attorney for signing the application accompanied
by a copy of the power of attorney. The applicant should also furnish a copy of the
Memorandum and Articles of Association duly attested by a Public Notary/Gazetted
Officer.
4.0 FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any application and to annul the tender
process and reject all applications at any time, without assigning any reason or incurring
any liability to the applicants.
5.0 Particular provisions :- The particular‟s of work given in section I are provisional. They
are liable to change and must be considered only as advance information to assist the
bidder.
6.0 SITE VISIT
The applicant is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself collect all information that he consider necessary for proper
assessment of the prospective assignment.
7.0 INITIAL CRITERIA FOR ELIGIBILITY FOR TECHNICAL BID
Initial eligibility for the component 1 only:-
7.1 The applicant should have experience of having successfully completion of works during
the last seven years ending last day of the month previous to the one in which applications
are invited:
(A) (i) Three similar completed works costing each not less than the amount equal to 40% of
estimated cost put to the tender (component - 1 )
OR
Two similar completed works, each of value not less than 60% of the estimated cost
put to tender (component - 1 )
OR
One similar completed work of value not than 80% of the estimated cost put to tender
(component - 1 )
Baddi (Package- I)
17
Signature of Bidder with Seal H.P.L.
AND
(ii) one completed work of any nature (either part of (i) or a separate one) costing not
less than the amount equal to 40% of the estimated cost put to tender with some
Central/State Government Organization /Central Autonomous Body/Central Public
Sector undertaking.
(iii) Similar work shall mean works of Providing Operational Services for various
Electrical, A.C, Lifts Installations and Repair & Comprehensive Maintenance work of
electrical, substation, DG sets, AC/ HVAC, Fire fighting & Fire Alarm etc.
(iv) The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum; calculated from the date of
completion to last date of receipt of applications for tenders.
(B) Initial eligibility for the component 2, 3 & 4 ( HVAC/AC, Lifts & Civil maintenance
only).
The applicant should have experience of having successfully completed works during the
last seven years ending last day of the month previous to the one in which applications are
invited:
(i) Three similar completed works) costing each not less than the amount equal to
40% of estimated cost of component 2/3/ 4 put to tender,
OR
Two similar completed works, each of value not less than 60% of the estimated
cost of component 2/3/4 put to tender
OR
One similar completed work of value not than 80% of the estimated cost of
component 2/3/4 put to tender
AND
(ii) One completed work of any nature (either part of (i) or a separate one) costing not
less than the amount equal to 40% of the estimated cost of component 2/3/4 put to
tender with some Central/State Government Organization /Central Autonomous
Body/Central Public Sector undertaking.
(iii) (a) Similar work shall mean works of Repair & Comprehensive Maintenance
work of lifts, AC/HVAC and day to day & annual repairs and civil
maintenance of buildings ( as the case).
Or
(iv) The party should have executed the works (as the case) – (For Lift) three works of
Rs. 19,20,000.00 each /two works of Rs. 24,00,000.00.00 Each /one work of Rs.
38,40,000.00 Each and ( For HVAC/AC) three works of Rs. 1,25,30,416.00 each
/two works of Rs. 1,56,63,020.00 Each /one work of Rs. 2,50,60,832.00 Each and day
to day & annual repairs and civil maintenance of buildings as mention at „B‟ above.
Baddi (Package- I)
18
Signature of Bidder with Seal H.P.L.
(v) The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to last
date of receipt of applications for tenders.
Note 1:- The composite tenderer should be eligible for the components 2/3/4 separately as
mentioned above.
Note 2:- The main tenderer should be eligible for component 1 as prescribed and he may enter
into an association with other associates for component 2,3 & 4. The other associates
should be eligible as prescribed in Para 7.1(B) for their components respectively. The
main tenderer should have valid Electrical Contractor License in their own firm name for
Electrical installation works.
Note 3:- The initial eligibility of composite tenderer and the main tenderer shall further be
determined as prescribed in Para 7.2 to 7.5 with respect to total estimated cost of the
project put to tender.
7.2 The applicant should have had average annual financial turnover (gross) of 100% of total
estimated cost put to tender during the last three years ending 31st March 2014. This
should be duly audited by a Chartered Accountant. Year in which no turnover is shown
would also be considered for working out the average.
.
7.3 The applicant should not have incurred any loss in more than two years during the last
five years ending 31st March 2014 and it shall be duly certified by the Chartered
Accountant.
7.4 The applicant should have the bank solvency of 40% of total estimated cost put to the
tender. The bank solvency should not be older than one year as on the date of tenders are
invited.
7.5 The applicant should have sufficient number of Technical and Administrative employees
for the proper execution of the contract. The applicant should submit a list of these
employees stating clearly how these would be involved in this work
The agency should have experience for providing Operational Services in reputed
organization in Govt. PSE Preferably a hospital of 100 Beds for atleast three years.
The agency should have and furnish attested copies of following documents.
i) Registration Certificate under :
a) Contract labour (R&A) Ac, 1970.
b) ESI/ EPF /Service tax Registration Certificate.
Baddi (Package- I)
19
Signature of Bidder with Seal H.P.L.
9.0 FINANCIAL INFORMATION
Applicant should furnish the following financial information:
Annual financial statement for the last five year (in Form “A”) and solvency certificate in
(form B)
10.0 EXPERIENCE IN WORKS / COMPOSITE WORKS HIGHLIGHTING
EXPERIENCE IN SIMILAR WORKS
10.1 Applicant should furnish the following:
a) List of all works of similar class successfully completed during the last seven years (in
form “C”)
b) List of the projects under execution or awarded (in Form “D”)
10.2 Particulars of completed works and performance of the applicant duly authenticated/
certified by an officer not below the rank of Executive Engineer or equivalent should be
furnished separately for each work completed or in progress (in Form “E”).
11.0 ORGANISATION INFORMATION
Applicant is required to submit the following information in respect of his organization (in
Form “F” & “G”)
a) Name & Postal Address, i/c Telephone, Fax & E.mail etc.
b) Copies of original documents defining the legal status, place of Registration and
principal places of business.
c) Names & Title of Directors and Officers to be concerned with the work, with
designation of individuals authorized to act for the organization.
d) Information on any litigation in which the applicant was involved during the last five
years, including any current litigation.
e) Authorization for employer to seek detailed references.
f) Number of Technical & Administrative Employees in parent company, subsidiary
company and how these would be involved in this work (in Form “G”)
12.0 EQUIPMENT
Applicant should furnish the list of testing equipmens.
Baddi (Package- I)
20
Signature of Bidder with Seal H.P.L.
13.0 LETTER OF TRANSMITTAL
The applicant should submit the letter of transmittal attached with technical bid
document.
14.0 AWARD CRITERIA
14.1 The employer reserves the right, without being liable for any damages or obligation to
inform the applicant to:
a) Amend the scope and value of contract to the applicant.
b) Reject any or all of the applications without assigning any reasons.
14.2 Any effort on the part of the applicant or his agent to exercise influence or to pressurize the
employer would result in Rejection of his application. Canvassing of any kind is
prohibited.
Baddi (Package- I)
21
Signature of Bidder with Seal H.P.L.
SECTION - III
LETTER OF TRANSMITTAL
From : _________________________
_________________________
____________________
To
The Dy. General Manager (Civil)/TC
Hindustan Prefab Limited,
Jangpura, New Delhi-110014.
SUBJECT : Providing Round the Clock Operational Services for various Equipments &
Buildings Services and Repair & Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers & HT/LT panels),
DG sets, STP, Water Supply PUMPS, Water treatment Plant, Tube Wells, Street lights ( Electrical
& Solar), Hot water Boiler & Solar water heating system, Signages, nurse call bell system, lifts,
ETP, Fuel handling system, refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire
Alarm & other Misc fittings installed and Day to day & annual repairs and civil maintenance of
100 Bedded ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP). (PACKAGE
– I)
NIT :- HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
Sir,
Having examined the details given in NIT, press-Notice and technical bid document for the above
work, I/We hereby submit the technical bid document and other relevant information.
i) I /We hereby certify that all the statements made and information supplied in the enclosed
forms A to F and accompanying statement are true and correct.
ii) I / We have furnished all information and details necessary for technical bid evaluation and
have no further pertinent information to supply.
iii) I /We submit the requisite certified solvency certificate and authorize the Dy. G.M (Civil),
HPL or his authorized representatives to approach the Bank issuing the solvency certificate
to confirm the correctness thereof. I/We also authorize Dy. G.M (Civil), HPL or his
authorized representative to approach individuals, employers, firm and corporation to
verify our competence and general reputation.
Baddi (Package- I)
22
Signature of Bidder with Seal H.P.L.
iv) I /We submit the following certificates in support of our suitability, technical know- how and
capability for having successfully completed the following works.
v) I /We hereby certify that our firm is not black listed by any Central/State Government
Organization /Central Autonomous Body/Central Public Sector undertaking/any govt.
Department.
.
Name of Work Certificate from
Enclosures :
Seal of Applicant Signature of Applicant
(s)
Date of Submission
Baddi (Package- I)
23
Signature of Bidder with Seal H.P.L.
FORM „A‟
FINANCIAL INFORMATION
To be filled by the composite tenderer and main tenderer
Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit &
loss account for the last five years duly certified the Chartered Accountant, (Copies to be
attached)
YEARS
2009-10 2010-11 2011-12 2012-13 2013-14
Turnover
Profit/Loss
I. i) Gross Annual Turnover
on construction works
ii) Profit/ Loss
II. Financial arrangement for carrying out the proposed work
III The following certificates are enclosed:
a) Current Income Tax Clearance Certificate
b) Solvency Certificate from Bankers of Applicant in the prescribed form „B”
Signature of Applicant(s)
Bidder (S)
Signature of Chartered Accountant with Seal
Baddi (Package- I)
24
Signature of Bidder with Seal H.P.L.
FORM „B‟
FROM OF BANKER‟S CERTIFICATE FROM A SCHEDULED BANK (BANK SOLVENCY)
This is to certify that to the best of our knowledge and information that
M/s./Sh………………………………… …….. … having marginally noted Address, a
customer of our bank are/is respectable and can be treated as good for any engagement upto a
limit of Rs.
……………………………….(Rupees…………………………………………………………
………...)
This certificate is issued without any guarantee or responsibility on the bank or any the
officers.
(Signature)
For the Bank
NOTE (1) Bankers certificates should be on letter head of the Bank, sealed in cover
Addressed to tendering authority.
(2) In case of partnership firm , certificate should include names of all partners as
recorded with the Bank
Baddi (Package- I)
25
Signature of Bidder with Seal H.P.L.
FORM -C
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST
SEVEN YEARS ENDING LAST DAY OF THE MONTH ( April 2015).
(Separate proforma to be filled for each component by the composite tenderer and the main
tenderer)
1 2 3 4 5 6 7 8 9 10
S.
No
.
Name of
work/
project
and
location
Owner
or
spons-
oring
organi-
zation
Cost
of
work
in
crores
Date
of
comm
e-
nceme
nt as
per
contra
ct
Stipulate
d date of
completi
on
Actual
Date of
completio
n
Litigation
/Arbitrati
on
pending/
in
progress
with
details*
Name and
Address
/telephone
number]
of officer
to whom
reference
may be
made
Remar
ks
*Indicate gross amount claimed and amount awarded by the Arbitrator.
Signature of Applicant(s)
Baddi (Package- I)
26
Signature of Bidder with Seal H.P.L.
FORM „D‟
PROJECT UNDER EXECUTION OR AWARDED
(Separate proforma to be filled for each component by the composite tenderer and main
tenderer)
S
No:
Name of
work/
project
and
location
Owner or
sponsoring
organization
Cost
of
work
Date of
commen
cement
as per
contract
Stipulate
d date of
completi
on
Up to
date
percent-
age
progress
of work
Slow
progress
if any,
and
reasons
thereof
Name And
Address/
Telephone
Number of
officer to
whom
reference
may be
made
Remarks
1 2 3 4 5 6 7 8 9 10
Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my knowledge and belief
Signature of Applicant(s)
Bidder (S)
Baddi (Package- I)
27
Signature of Bidder with Seal H.P.L.
FORM „E‟
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “C” & “D”
(Separate to be filled for each component by the composite tenderer and the main tenderer)
1. Name of work/
Project & Location
2. Agreement No
3. Estimated Cost
4. Tendered Cost
5. Date of Start
6. Date of Completion
i) Stipulated date of completion
ii) Actual date of completion
7. Amount of compensation levied for delayed completion, if any
8. Amount of reduced rate items, if any
,
9. Performance Report
1) Quality of work Very Good/Good/Fair/Poor
2) Financial Soundness Very Good/Good/Fair/Poor
3) Technical Proficiency Very Good/Good/Fair/Poor
4) Resourcefulness Very Good/Good/Fair/Poor
5) General behavior Very Good/Good/Fair/Poor
Dated : Executive Engineer
or Equivalent
Baddi (Package- I)
28
Signature of Bidder with Seal H.P.L.
FORM “F”
STRUCTURE & ORGANISATION
(Separate proforma to be filled for each component by the main tenderer)
1. Name & Address of the applicant
2. Telephone No./Telex NO./Fax No.
3. Legal status of the applicant
(Attach copies of original document defining the legal status)
a) An individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
4. Particulars of registration with various Government bodies (attach attested) Photocopy)
Organization / Place of registration Registration No.
1.
2.
3.
4. Name and Titles of Directors & Officers with designation to be concerned with this work
6. Designation of individuals authorized to act for the organization.
7. Was the applicant ever required to suspend construction for a period of more than six
months continuously after you commenced the construction? If so, give the name of the
project and reasons of suspension of work.
8. Has the applicant or any constituent partner in case of partnership firm, ever abandoned
the awarded work before its completion? If so give name of the project and reasons for
abandonment.
9. Has the applicant or any constituent partner in case of partnership firm, ever been
debarred / black listed for tendering in any organization at any time? If so, give details.
10. Has the applicant, or any constituent partner in case of partnership firm, ever been
convicted by a court of law? If so, give details.
11. In which field of Civil Engineering construction the applicant has specialization and
interest?
12. Any other information considered necessary but not included above.
Signature of Applicant(s)
Baddi (Package- I)
29
Signature of Bidder with Seal H.P.L.
FORM „G‟
To be filled by the composite tenderer and main tenderer
DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED
FOR THE WORK
S.NO
.
Designatio
n
Total
numbe
r
Number
availabl
e for
this
work
Nam
e
Qualificatio
n
Professiona
l
experience
and details
of work
carried out
How
these
would
be
involve
d in this
work
Remark
s
1 2 3 4 5 6 7 8 9
Signature of Applicant(s)
Bidder (S)
Baddi (Package- I)
30
Signature of Bidder with Seal H.P.L.
CORRIGNEDUM TO GENERAL CONDITIONS OF CONTRACT (CPWD FORM 7/8)
S. No. For Read As
1 Chief Engineer/ DG works/ Chief
Engineer (Zone)
Dy. General Manager (Civil) HPL for
& on behalf of ESIC and in the name
of President of India
2 Superintending Engineer DGM (Civil)
3 Engineer –in –charge Project Incharge
4 Department Hindustan Prefab Limited
5 Administrative Head C.M.D., HPL
6. Owner ESIC
7. C.P.W.D. H.P.L.
Baddi (Package- I)
31
Signature of Bidder with Seal H.P.L.
SCHEDULE „B‟ TO „F‟
SCHEDULE – B :
Schedule of materials to be issued to the contractor.
S.No. Description of
Item
Quantity Rates in figures & words
at which the material will
be charged to the
contractor
Place of Issue
1 2 3 4 5
NOT APPLICABLE
SCHEDULE „C‟
Tools and plants to be hired to the contractor
S.No. Description Hire charged per day Place of Issue
1 2 3 4
NOT APPLICABLE
SCHEDULE „D‟
Extra schedule for specific requirements/ document for the work, if any.
Not applicable.
SCHEDULE „E‟
Reference to General Conditions of contract.
Name of work : Providing Round the Clock Operational Services for various Equipments & Buildings
Services and Repair & Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers & HT/LT panels), DG sets,
STP, Water Supply PUMPS, Water treatment Plant, Tube Wells, Street lights ( Electrical & Solar), Hot
water Boiler & Solar water heating system, Signages, nurse call bell system, lifts, ETP, Fuel handling
system, refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm & other Misc fittings
installed and Day to day & annual repairs and civil maintenance of 100 Bedded ESIC Hospital, Staff
Quarters & other service buildings at Baddi (HP). (PACKAGE – I)
NIT NO:- . HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
Estimated cost of work :
Rs. 135.89 Lacs
i) Earnest money :
Rs. 2.72 Lacs
ii) Performance Guarantee :
5% of tendered value.
iii) Security Deposit :
5% of awarded value less EMD deposited by the Agency, shall be
recovered from the monthly bills of the contractor @ 5% of the
gross amount of the each bill subject to ceiling of 5% of the
awarded contract value.
Baddi (Package- I)
32
Signature of Bidder with Seal H.P.L.
SCHEDULE „F‟
General Rules & Directions : Officer Inviting Tender- Dy. General Manager (Civil), Jangpura,
New Delhi- 110014
Maximum percentage for quantity of items of work to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 & 12.3 See below:-
Definitions :
2(v) Engineer-in-Charge
Project Incharge
2(viii) Accepting Authority
Chairman of Tender Approval Committee.
2(x) Percentage on cost of material
and labour to cover all overheads
and profits
15%
2(xi) Standard Schedule of Rates
DSR 2014
2(xii) Department
Hindustan Prefab Limited
9(ii) Standard CPWD contract Form
Latest Edition with up to date corrections
and amendments.
Clause 1
i) Time allowed for submission
of Performance Guarantee from the
date of issue of letter of acceptance,
in days
: 15 days
ii) Maximum allowable extension
beyond period provided in i)
above in days
: 07 days
Clause 2
Authority for fixing compensation
Under clause 2.
: C.M.D, HPL
Clause 2A
Whether Clause 2A shall be applicable
: No
Baddi (Package- I)
33
Signature of Bidder with Seal H.P.L.
Clause 5
Number of days from the date of issue
of letter of acceptance or from the
first date of handing over of site
( whichever is later) for reckoning
date of start
Clause 6,6A
Clause applicable – (6 or 6A)
: 01 day
6 A
Mile Stone(s) as per table given below:
Sl.
No
Financial Progress Time Allowed (from
date of start)
Amount to be with- held in
case of non- achievement of
milestone
1 1/8th
(of whole work) ¼ th
(of whole work) In the event of not
achieving the necessary
progress as assessed from
the running payments, 1%
of the tendered value of
work will be withheld for
failure of each milestone.
2 3/8th
(of whole work) ½ (of whole work)
3 3/4th
(of whole work) ¾ th
(of whole work)
4 Full Full
Time allowed for execution of work
6 Months
Authority to give fair and reasonable
Extension of time for completion of work
C.M.D., HPL
Clause 7
Gross work to be done together with net payment
/ adjustment of advances for material collected,
if any, since the last such payment for being
eligible to interim payment.
NA
Clause 10A
1. Wire gauge, micro meter & toung tester & other testing
Equipments as required at site
Clause 10B (ii)
Whether Clauses 10 B (ii) shall be applicable
Yes
Baddi (Package- I)
34
Signature of Bidder with Seal H.P.L.
CLAUSE 10 CC
Modified Provision Clause 10CA
Materials covered under this
clause:
N.A
Nearest materials for which all India
price index to be followed:
N.A
Base price of all the materials
covered under clause 10CA:
N.A
Base price of all the materials covered under clause 10CA is to be mentioned at the time of approval of
NIT
Clause 10CC
Clause 10CC to be applicable in contracts with
Stipulated period of completion exceeding the
Period shown in next column.
No price escalation is
allowed for this contract
Schedule of component of other materials, labours, POL etc. for price escalation.
Component of Cement-
Expressed as percent of total value of work.
Deleted
Component of Steel
Expressed as percent of total value to work.
Deleted
Component of civil (except materials cover under clause 10 CA /
Electrical const. materials expressed as percent f total value of
work
N.A
Component of Labour-
Expressed as percent of total of work
N.A
Component of POL-
Expressed as percent of total value of work.
NIL
Clause 11
Specifications to be followed for execution
of work( all works)
CPWD specifications
with all latest
amendments and
corrections up to date
Baddi (Package- I)
35
Signature of Bidder with Seal H.P.L.
Clause 12
12.2 & 12.3 Deviation Limit beyond which
clauses 12.2 & 12.3. shall apply
for building work :
NA
12.5 Deviation Limit beyond which
clauses12.2 & 12.3. shall apply
for foundation work
NA
Clause 16
Competent Authority for
Deciding reduced rates.
C.M.D., HPL
Clause 18
List of mandatory machinery, tools & plaint to be deployed by the
contractor at site lab but not limited to the followings
As required at site for
smooth, efficient & effective
Repair & Comprehensive
Maintenance work.
Baddi (Package- I)
36
Signature of Bidder with Seal H.P.L.
Clause 36 (i)
SI.
No.
Minimum
qualification of
technical
Representative
Discipline
Designation
(principal
Technical/technical
Min
imum
Exper
ience
Num
ber
Rate at which
recovery shall be
made from the
contractor in the
event of not
fulfilling provision
of clause 36(i)
Figures
Words
1 Graduate Engineer
Or
Diploma Electrical
Engineer
1 No
Electrical
Principal technical
05
year
In
general
shift
and as
required
Round
the
clock
on call
20,000/-
Per
month
For each
-Do-
Twenty
thousands
Per month
For each
-Do-
2. Supervisor/Foreman
In general shift and
round the clock on
call
1 No
civil
Principal technical
05
year
In
general
shift
and as
required
Round
the
clock
on call
15,000/-
Per
month
For
each
Fifteen
thousands
Per
month
For each
Assistant Engineer‟s retired from Government service that are holding Diploma will be treated
at par with Graduate Engineers.
Clause 42
i) (a) Schedule /statement for determining
theoretical quantity of cement &
bitumen on the basis of Delhi
Schedule of Rates
NA
ii) Variations permissible on theoretical
quantities.
(a) Cement
NA
( b) Bitumen NA
( c) Steel reinforcement and structural steel
section for each diameter, section and
category
NA
( d) All other Materials Nil
Baddi (Package- I)
37
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI : 14
PROVIDING ROUND THE CLOCK OPERATIONAL SERVICES FOR VARIOUS
EQUIPMENTS AND BUILDING SERVICES.
PART - I
APPROXIMATE MANPOWER REQUIRED
Scope of Work:
S.No. Services No. of
Operators
including
reliever
Qualification Minimum Experience
1 Substation & DG
Set
3 ITI – Electrician 03 years in same field
2 Fire fighting &
fire detection
3 ITI – Electrician 03 years in same field
3 Water pumps &
sump pumps
3 ITI – Electrician 03 years in same field
4 Sewage
treatment plant
3 ITI – Electrician 03 years in same field
5 Lifts – 03 nos. 9 ITI – Electrician 03 years in same field &
authorized by lift
manufacturers
6 Air-conditioning 3 ITI – Electrician 03 years in same field
7 Hot water system 3 ITI – Electrician 03 years in same field &
should have boiler operator
licence.
8 Technical
Supervisor
3 Diploma in
Electrical /
Mechanical
05 years in the field of
building services and should
have class-I supervisor
competency certificate
issued by Electrical
Inspectorate Office.
9. C.C. TV Operator 3 I.T.I. in the
concerned trade
03 years in same field
10 Mali 1
Baddi (Package- I)
38
Signature of Bidder with Seal H.P.L.
ADDITIONAL CONDITIONS OF CONTRACT
1. The agency should be registered under labour act for providing manpower and with Register
of Firms for at least 3 years before the closing date of tender.
2. The agency shall provide the service of trained operators / personals as per details given in
the scope of work. Rates shall be quoted for 08 hours duty for per operator / per person @
per month as per the scope of work.
3. The operator / personals should be more than 18 years of age and have not attained the age
of 45 years with sound health to the satisfaction of the competent authority / Medical
Superintendent.
4. The Agency that will provide the operational services shall at all times and for all purposes
be held responsible for giving necessary service benefits to the engaged workers as per the
statutory provisions . The hospital authorities shall have the right to ask for the removal of
any person of the agency who according to them is not considered orderly in the discharge
of his / her duties.
5. The agency shall not engage any sub- contractor or transfer the contract to any other person.
in the event of the contract contravening this condition , HPL shall be entitled to place the
contract elsewhere on the contracts account at his risk and the contractor shall be liable for
any loss or damage , which the HPL may sustain in consequence or arising out of such
replacing of the contract.
6. The clearance of the local police will be obtained by the agency before deployment of the
personnel and copy of the same should be submitted to HPL.
7. The list of employees appointed by the Agency together with names/address &telephone
numbers of the employee including those as leave reserve shall be made available to the
hospital authorities /HPL with their Bio-data for scrutiny as and when asked for but
necessary by every January 1St
newly posted cases etc.
8.0 The decision of Medical Superintendent /HPL or their authorised officer shall be final in
considering the manpower fit to be employed.
9.0 The contract can be terminated by the first party (Medical Superintendent, ESIC Model
Hospital, Baddi H.P by giving one month‟s notice & by contractor by giving three month‟s
notice.
Baddi (Package- I)
39
Signature of Bidder with Seal H.P.L.
10.0 The terms and conditions contained herein shall form part of and shall be taken as if they
were included in contract agreement to be entered into by the agency.
11.0 The contractor shall take due care to comply with the provision of the contract Labour
(Regulation & Abolition) Act 1970 including all other legal obligations , like policy changes
proposed by the Government or legal amendments from time to time , during the period of
contract.
12.0 The contractor/ Agency shall provide the Operator / Personnel everyday for round the clock
service with proper uniform, badges, whistle and cane etc. Total number of Operator /
Personnel can be increased / decreased.
13.0 The contract shall remain valid for a period of six months. However, if required the contract
can be extended further as required on mutual agreement after the expiry of the tenure on
the same terms & conditions and rates.
14.0 All personnel engaged and their bags and baggage shall be liable for physical checking both
at the time of entry & exit into/ from campus / hospital by person authorised by the
ESIC/HPL.
15.0 The Contractor /Agency will not allow or permit his/ their employees to participate in any
trade union activities or agitation in the premises of the hospital , violation of which may
result in the termination of the contract immediately.
16.0 The ESIC model Hospital, Baddi H.P / HPL will not be responsible for any injury or loss of
life of personnel deputed by contractor which may take place in the course of their
deployment.
17.0 The HPL serves the right of removal from the Hospital premises any persons considered by
them to be incompetent or disorderly. Such person shall not be engaged again without the
permission of the HPL or their authorized officer.
18.0 Any personnel engaged by the Agency if found indulged / indulging in illegal and
intolerable activities to be handed over to the police or any other administrative action
deemed fit against him will be taken besides termination of the contract immediately.
Agency shall be solely responsible for the conduct and behavior of persons deployed by the
agency.
19.0 The agency shall not replace the staff frequently without proper substitute &without prior
permission.
20.0 In normal conditions worker will not be deployed for double duty. However, in case of
emergency /urgency, a worker may be allowed for not more than two continuous duties with
proper written information to the hospital authorities.
Baddi (Package- I)
40
Signature of Bidder with Seal H.P.L.
21.0 The agency shall furnish a photocopy of ESI card (TIC/PIC) immediately on engagement of
Manpower. In case ESI card in not available then agency shall submit a copy of R.D.F
immediately.
22.0 The Operator / Personnel should have photo identity cards having details of Name,
Residential Address, Phone Number, if any, ESI card No. & E.P.F Number.
23.0 The agency shall not depute a particular operator / personnel normally for a period of more
than three months to one year .Rotation of personnel is compulsory.
24.0 The agency/contractor shall deploy the full compliment of the personnel all the time and
shall maintain the list of the reserves to provide the replacement and supplement the
strength.
25.0 The agency shall be prompt in making replacement in case any Guard is not available on
duty or found unsuitable for Duty. Agency shall promptly arrange staff whenever required
by Medical Superintendent/ HPL.
26.0 The agency/contractor shall work under the overall supervision and direction of the officer
authorized by the Medical Superintendent / HPL.
27.0 The Agency / contractor shall provide round the clock manpower on 8 (eight) hours shift
basis and deployment will be done in consultation with the officer authorized by the
Medical Superintendent / HPL. In case of disagreement, the decision of the officer
authorized by the Medical Superintendent /HPL shall be final and binding.
28.0 The staff appointed by the agency for this purpose shall conduct themselves as per orders of
the M.S./ HPL. In case of any sort of misbehavior and misconduct of any person so
appointed, the responsibility of any damage or loss shall rest upon the agency in full.
29.0 The tenderer should have a permanent place of business in Baddi and the complete postal
Address, Telephone /Mobile/Fax/E-mail address, etc. should be provided, while submitting
the completed tender form.
30.0 The supervisor must submit daily report of the compliance and happenings in the hospital
and present thereof to the Estate officer / HPL. He is also required to submit a monthly
report mentioning noticeable incidences.
31.0 The Personnel must have the telephone numbers of the nearest police station, Fire Station
and Ambulance, Estate officer.
Baddi (Package- I)
41
Signature of Bidder with Seal H.P.L.
32.0 Payments in respect of the man power deployed other than those mentioned in the scope of
work will not be allowed until prior approval / permission of the Medical Superintendent /
HPL or an officer/ committee authorized by them is obtained.
33.0 The rates quoted should be lump sum for deploying manpower including wages, leave
salary, weekly off, bonus etc relieving charges &all statutory liabilities and mention agency
charges separately. The all inclusive lump sum amount needs to be accompanied by
statement indicating “A break up of rates claimed “. No other charges in addition will be
payable on any account over and above the rates quoted. Any error/omission in respect of
minimum wages/statutory liabilities or ambiguity such as “ taxes as applicable / extra, taxes
as per govt. rules , etc.” will render the tender liable to be rejected irrespective of grading of
lump-sum wages quoted. No revision of rates shall be entertained during the period of
contract except when there would be any statutory revision of rates duly notified from time
to time by the State Govt. of H.P.
34.0 The agency shall within three weeks of becoming due, submit the proof in their support of
their having deposited the contributions under Provident Fund /ESI Act and other
deductions to the HPL.
35.0 An interest free Security Deposit of 5% of the total contract value shall be deposited by the
successful tenderer in the following manner:
5% of awarded value less EMD deposited by the Agency, shall be recovered from the monthly bills
of the contractor @ 5% of the gross amount of the each bill subject to ceiling of 5% of the awarded
contract value.
“Security Deposit of the work shall not be refunded till the contractor produces a clearance
certificate from the Labour Officer. As soon as the work is virtually complete the contractor
shall apply for the clearance certificate to the Labour Officer under intimation to the
Engineer-in-charge. The Engineer-in-charge, on receipt of the said communication shall
write to the Labour Officer to intimate if any complaint is pending against the contractor in
respect of the work, if no complaint is pending on record till after 03 months after
completion of the work and / or no communication is received from the Labour Officer to
this effect till six months after the date of completion, it will be deemed to have received the
clearance certificate and the security deposit will be released if otherwise due.”.
36. The materials, if required for repair and maintenance in respect of the equipments/
machinery being used for providing the operational services of the Hospital shall be
provided by the contractor himself with the approval of HPL/ Owner. However the
contractor shall be responsible for its proper utilization.
Baddi (Package- I)
42
Signature of Bidder with Seal H.P.L.
37. The contractor shall prepare & submit monthly bills with a cycle of 24th
day of the previous
month to 23rd
day of the current month along with photocopy of challans of ESI, PF, S. Tax.
etc., and wage sheet showing the insurance No., Provident Fund Account No. and the details
of contribution paid in respect of the engaged employees to enable the hospital authorities to
arrange payment, failing which agency will be responsible for delayed payment. However,
monthly payment will be made upon submission of the bill in triplicate and payment shall
be released on receipt of payment from ESICMH. No complaint / claim shall be entertained
in delay of payment on account of delay in monthly payment by ESICMH. Payment of the
bill will be based on computerized print outs in standardized proforma approved by
ESICMH along with computer generated attendance sheet in respect of the persons
deployed.
38. In case the agency fails to execute the job after signing the agreement deed or terminate the
contract before completion of period of contract at their own accord, HPL shall have the
right to forfeit the security money deposited.
39. In case of any loss or theft of hospital properties , equipments, furniture etc attributable to
the negligence of the security personnel as decided by the Medical Superintendent / HPL, it
shall be made good by the agency and in the event of failure on their part to do so within a
period of one month, the same shall be made good by encashment of Security Deposit /
dues of the agency.
40. The agency will obtain licence under the contract Labour (Regulation and Abolition) Act
1970 from the appropriate Local Authority, if applicable, and shall produce the licence
within 3 months after the commencement of the contract .The contractor shall also register
the establishment with the concerned registering office as per the said rules. The contractor
should also maintain all necessary records as required by competent Authority. The
contractor should be registered with E.P.F, E.S.I, and Service Tax authorities.
41. In case, the agency to whom the contract is awarded , fails to accept the offer, HPL shall
have the right to forfeit the earnest money deposited by that agency.
42. The agency/contractor shall be responsible for effecting payment of ESIC,EPF and other
statutory payment viz service Tax etc under rules of central and state Government applicable
from time to time to the concerned department. copies of challans shall have to be submitted
along with his/their bills for payment falling which the delay caused, will be the sole
responsibility of the contractor / Agency.
43. Income Tax deduction at source as per income Tax Act-194-C shall be made.
44. If the attendance falls short of contracted minimum number of persons, penalty @ Rs.500/ -
( Rupees Five Hundred only) per person per day shall be deductible from the bill. The
amount so deducted shall be final and no claim whatsoever will be entertained under any
circumstances.
Baddi (Package- I)
43
Signature of Bidder with Seal H.P.L.
45. The rates once accepted by the authority shall remain unaltered throughout the period of
contract, including any extended period.
46. Surprise visits at fixed intervals shall be done by deputing available officer in the
establishment.
47. Office files/paper /equipment or machinery will be allowed to enter or be taken out of the
building only with proper gate pass under the signature of the competent authority.
48. The agency will be responsible for complying with payment of minimum wages and other
benefits including prescribed number of duty hours/leave /holidays etc. to its employees in
the hospital ,as per Labour Laws in force from time to time. The agency will be responsible
to comply with all labour legislation including social security, service- Tax wherever
applicable and such other statutory orders by Government/ Municipality which may be in
force from time to time.
49. The agency while submitting their tender form shall enclose certified copies of the
experience, Trade License essential for carrying out the activities under reference and any
such other document specified in other papers hitherto. Incomplete tender form in any
respect will be summarily rejected by the HPL.
50. The contractor will be responsible for such contract of the persons engaged by him in the
hospital , which will be conducive for maintaining the harmonious atmosphere in the
hospital and will be responsible for any act of commission &omission of such persons. The
contractor shall provide security staff / supervisor that should be educated, smart, healthy
and having good character, antecedents and conduct. If any employee engaged by the
contractor for the security services is found to be indulging drinking alcohol or narcotics or
found in a state of inebriation in the hospital premises, strict action as deemed fit shall be
taken by the competent authority.
51. The contractor shall grant weekly off leave/ holiday etc as per the statutory provision under
the relevant act/law.
52. The contractor shall comply with provisions of payment of wages Act, 1936, minimum
wages Act, 1948, workmen‟s compensation Act,1923, contract Labour (Regulation and
Abolition) Act , 1970 or the modification thereof and other laws relating thereto and the rule
made there under from time to time.
53. The personnel shall be alert while performing their duties and if found not commensurate
with the desired level of satisfaction , such personnel shall be replaced by the contractor on
the advice of competent authority with in a period of one day and shall be final and that
binding on the contractor.
Baddi (Package- I)
44
Signature of Bidder with Seal H.P.L.
54. The minimum wages to be paid to the personnel are fixed as per the contract awarded. The
agency has to give at least these minimum wages to all personnel under all circumstances.
55. In case of failure to comply with provisions of the terms and conditions mentioned by the
agency that has been awarded the contract, HPL reserves the right to award the contract to
the next higher tender or outside agency and the differences of price will be recovered from
the defaulter agency who has been awarded the initial contract and this will be binding on
the tenderer.
56. Rates quoted shall be inclusive of all taxes, duties, cess, royalty, sales tax/WCT/VAT,
service tax etc. and nothing extra shall be paid on this account. Rates shall be firm and final
during the currency of the contract period and extended period, if any.
57. Responsibility of executing contract: the contractor is to be entirely responsible for the
execution of the contract in all respect in accordance with the terms and conditions as
specified in the acceptance of tender.
58. PENALTY CLAUSE:-
A. A penalty of Rs.200/-(rupees two hundred only) per complaint shall be imposed and
deducted from the contractor‟s/Agency‟s bill, if:
(a) The Personnel is not found in proper uniform and without displaying photo identity card.
(b) The Personnel is found indulging in smoking /drinking at the time of duty hours and such
security Guard shall not be allowed to enter in the hospital premises in future.
(c) The Personnel is found sleeping during duty hours.
(d) The Personnel is found missing from the place of duty, for any reason.
(e) The behaviour of Personnel is found harsh/rude and non- cooperative towards
patients/attendant‟s/staff.
(f) Any Personnel is found performing duty other than those mentioned in the approved list
supplied by the agency to the hospital authorities.
(g) Any Personnel is found performing the duty by submitting fake name & address.
(h) Recovery of sums due: whenever any claim for the payment of the money arise out of or
under this contract against the contractor, the HPL shall be entitled to recover such sum by
appropriating, in part or whole the security/earnest money deposited by the contractor, when
the balance or the total sum to be recoverable, as the case may be, shall be deducted from
any sum then due or which at the time thereafter may become due to be recoverable under
this and any other contract with the HPL. Should the sum not be sufficient to cover the full
amount recoverable, the contractor shall pay to the HPL on demand the remaining balance
due.
Baddi (Package- I)
45
Signature of Bidder with Seal H.P.L.
PART - II
Repair & Comprehensive Maintenance of various installations including
Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers
& HT/LT panels), DG sets, STP, Water Supply PUMPS, Water treatment
Plant, Tube Wells, Street lights (Electrical & Solar), Hot water Boiler &
Solar water heating system, Signages, nurse call bell system, lifts, ETP, Fuel
handling system, refrigerators, Kitchen & Canteen equipments, Fire Fighting
& Fire Alarm & other Misc fittings installed in 100 Bedded ESIC Hospital,
Staff Quarters & other service buildings at Baddi (HP).
(A) Additional Conditions
1.0 General 1.1 This specification covers manufacture, testing as may be necessary before dispatch,
delivery at site, all preparatory work etc. as required for smooth functioning of the
system.
1.2 Location:
Work shall be carried out at ESIC Hospital Baddi (HP).
1.4 The tenderer should in his own interest visit the site and get familiarize with the site
conditions before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of
this.
2.1 Type of contract
The work to be awarded under this tender shall be treated as indivisible works contract.
2.2.4 The tenderers are advised not to deviate from the technical specifications/items,
commercial terms and conditions of NIT like terms of payment, guarantee,
arbitration Clause, escalation etc.
3.0 Terms of payment 3.1 Payments shall be made on Monthly basis.
4.0 Rates 4.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes including all
charges of repairing, maintenance & material cost as per scope of work ,overhead charges,
Baddi (Package- I)
46
Signature of Bidder with Seal H.P.L.
general liabilities/obligations and clearance from Local Bodies. Nothing shall be paid extra
on account of any type of taxes.
4.2 The department will not issue Octroi exemption certificate.
4.3 The contractor has to carry out maintenance as per manufacturer’s standards of various
equipments/accessories for a period of 06 months . Nothing extra shall be paid on this
account.
5.0 Completeness of Tender
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the
work shall be deemed to have been included in the tender irrespective of the case
whether such items are specifically mentioned in the tender documents or not.
6.0 Storage and Custody of Materials
No storage accommodation shall be provided by the department. Watch and ward of the
stores and their safe custody shall be the responsibility of the contractor till the final
taking over of the project by the department.
7.0 Care of the Building
Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. He shall be
responsible for repairing all damages and restoring the same to their original finish at his
cost. He shall also remove at his cost all unwanted and waste materials arising out of the
installation from the site of work.
8.0 Guarantee 8.1 All Parts replaced shall be guaranteed for a period of 06 months, from the date of
replacement.
8.2 The tenderer shall guarantee among other things, the following: -
a) Quality, strength and performance of the materials used as per manufacturers
standards.
b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
9.0 Power Supply
Electric supply (Three Phase/Single Phase) as required Will be Provided by the
department to carry out the work free of cost.
10.0 Water Supply
Water supply in Case required will be provided by the department free of cost.
11.0 Acceptable Makes of Various Equipments
Baddi (Package- I)
47
Signature of Bidder with Seal H.P.L.
The acceptable makes of various equipments/components/accessories have been
indicated in “ List of equipment” & the other consumable materials shall be as per the
approval of incharge. The tenderer shall work out the cost of the offer on this basis.
12.0 The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments regarding
installation, adjustments operation and maintenance including preventive maintenance &
trouble shooting together with all the relevant data sheets, spare parts catalogue etc all in
triplicate.
13.0 Extent of work 13.1 The work shall comprise of entire labour including all materials necessary to
make a complete installation and such tests and adjustments and commissioning,
as may be required by the department. The term complete installation shall not only
mean major items of various systems covered by specifications but all incidental sundry
components necessary for complete execution and satisfactory performance of installation
with all layout charts whether or not those have been mentioned in details in the
tender documents in connection with this contract as this is a turnkey job.
13.2 In addition to supply, installation, testing and commissioning of complete installation,,
following works shall be deemed to be included within the scope of work to be executed by
the tenderer as this is a turnkey job :
a) Minor building works necessary for installation of equipments, foundation, making of
opening in walls or in floors and restoring them to their original condition / finish
and necessary grouting etc as required.
b) All supports for cables and MS channels for erection of panels &etc as are
necessary.
e) Arrangement of electric supply (Single / Three phase) and water supply for
execution and successful commissioning of the system.
f) Small wiring, inter-connection etc inclusive of all materials and accessories,
necessary to comply with the regulations as well as proper and trouble free
operation of the equipments.
g) Closing of the cable entry points in sub-station against seepage of water, rodents
etc.
h) Tools and tackles required for handling & installation, Repair & Comprehensive
Maintenance.
i) Necessary testing equipments for commissioning.
j) Watch and Ward of materials and/or installation and equipments till their handling
over to the department.
k) All minor building works, such as equipments foundation if required cutting and
making good holes, grouting of channels bolts as required. Cutting and making
Baddi (Package- I)
48
Signature of Bidder with Seal H.P.L.
good damages etc.
l) Provision of supports/clamps for equipments, cables etc wherever required. 14.0 Works to be done by the Department
Unless otherwise mentioned in the tender specifications the following works shall be
carried out by the department.
i) To make the site available for the work. The contractor should select such
equipment for installation as can be properly installed in the spaces shown in
specification drawings. While no guarantee can be given minor modification
required by the contractor if mentioned in the tender or intimated immediately
after the receipt of tender shall be carried out if structurally possible.
ii) Provision of storage space at site during the contract period free of cost. 15.0 Exclusion and work to be done by other agencies:
The following shall be excluded from the scope of the work:
a) Major dismantling of any existing building work.
16.0 Inspection and Testing
16.1 All major equipments/Accessories required for replacement of any work shall be offered
for initial inspection at manufacturer’s works. The contractor will intimate the date of
testing of equipments at the manufacturer’s works before dispatch. The successful
tenderer shall give advance notice of minimum two weeks regarding the dates
proposed for such tests to the department’s representative to facilitate his presence
during testing. The Engineer-in- charge may witness such testing. The cost of the
Engineer’s visit to the factory will be borne by the department. Equipments will be
inspected at the manufacturer/authorized dealers premises, before dispatch to the site
by the contractor if so desired by the Engineer-in-charge.
16.2 Copies of all documents of routine and type test certificates of the equipment, / cable
carried out at the manufacturers premises shall be furnished to the Engineer-in-charge
and consignee.
16.3 After completion of the work in all respects the contractor shall offer the installation for
testing and operation.
17.0 Compliance with Regulations and Indian Standards 17.1 All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian standards related to the works covered by this
specification. In particular, the equipment and installation will comply with the following:
i) Factories Act
ii) Indian Electricity Rules
iii) BIS & other standards as applicable
iv) Workmen’s compensation Act
Baddi (Package- I)
49
Signature of Bidder with Seal H.P.L.
v) Statutory norms prescribed by local bodies, Power supply co., etc
17.2 Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable statutory regulations and safety
codes.
17.03 Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour
employed on the work by the tenderer. The department will be at liberty to make
arrangement for the safety requirements at the cost of tenderer and recover the cost thereof
from him.
18.0 Indemnity
The successful tenderer shall at all times indemnify the department, consequent on this
works contract. The successful tenderer shall be liable, in accordance with the Indian
Law and Regulations for any accident occurring due to any cause and the contractor
shall be responsible for any accident or damage incurred or claims arising there from
during the period of erection, construction and putting into operation the equipments and
ancillary equipment under the supervision of the successful tenderer in so far as the
latter is responsible. The successful tenderer shall also provide all insurance including
their party insurance as may be necessary to cover the risk. No extra payment would be
made to the successful tenderer on account of the above.
19.0 Erection Tools
No tools and tackles either for unloading or for shifting the equipments for erection
purposes would be made available by the department. The successful tenderer shall
make his own arrangement for all these facilities.
20.0 Cooperation with other agencies
The successful tenderer shall co-ordinate with other contractors and agencies engaged in
the construction of buildings, if any, and exchange freely all technical information so as
to make the execution of this work/contract smooth. No remuneration should be
claimed from the department for such technical cooperation. If any unreasonable
hindrance is caused to other agencies and any completed portion of the work has to be
dismantled and re-done for want of cooperation and coordination by the tenderer during
the course of work, such expenditure incurred will be recovered from the successful
tenderer if the restoration work to the original condition or specification of the dismantled
portion of the work was not undertaken by the tenderer himself.
21.0 The work will be carried out with least disturbance during shifting & shut down taken in
consultation with the client department.
22.0 Verification of correctness of equipment at Destination
The contractor shall have to produce all the relevant records to certify that the genuine
equipments from the manufacturers has been supplied and erected.
Baddi (Package- I)
50
Signature of Bidder with Seal H.P.L.
23.0 Painting
This shall include cost of painting of the entire installation. The major equipments, LT
panel etc. shall be factory final finish pained. The agency shall be required to do only
touching to the damages caused to the painting during transportation, handling &
installation at site, if there is no major damage to the painting.
24.0 Maintenance 24.1 Sufficient trained and experienced staff shall be made available to meet any exigency of
work during the contract period.
24.2 The maintenance, routine as well as preventive, for 06 months from the date of taking over,
the installation as per manufacturers recommendation shall be carried out on monthly
basis.
25.0 Interpreting specifications
In interpreting the specifications, the following order of decreasing importance shall be
followed in case of contradictions:
a) Schedule of quantities b)
Technical specifications
c) Drawing (if any)
d) General specifications
e) Relevant BIS or other international code in case BIS code is not available.
Baddi (Package- I)
51
Signature of Bidder with Seal H.P.L.
(B) SCOPE OF WORK :
The scope of works, for monthly charges, is providing/Repairing/ replacement
of following parts as and when required :
1. Repair/replacement of bulbs, FL. Tubes, CFLs ,Chokes, Reflectors, Rewinding of motors, Ceiling
Fans, Exhaust Fans, Switches & Sockets, TV/Telephone Sockets, coils, Valves, Insulations,
Linings, Diffusers, Dampers, Grills, Heaters,Humidifires, All types of Pipes, Medias,Seals,Resins,
Refrigerant gases, Charging gases,LEDs,Bearings, Bushings, MCB, MCCB, Re- wiring (All),
Cable Trays, Cables (All types & Armoured / Unarmoured), Panel Accessories like
AM/VM/Protection fuses/SS/Indicators/ Relays/ contactors/other accessories already fixed in
panels, Connectors, connection pipes, Leads and other Misc items required to make functional the
systems.
2. Repair/replacement of parts of nurse call bell system equipments/accessories/machines i.e. CDU,
connectors, stands, wiring, software‟s, Housings, Controllers, devices, PCB‟s, condensers, power
amplifiers, supply transformers, timers, speakers, modules, hooters, sockets, Junction boxes, patch
cords, and other Misc items required to make functional the systems.
3. Repair/replacement of parts of Kitchen & Canteen equipments , fire fighting & fire alarm system
/accessories/machines i.e. Milk Boiler/Tea Boiler, Microwave oven, Pick up counter with over shelf,
Work table for support of two burner range, Two burner cooking range, Exhaust hood for two burner range,
Juicer, Conveyor Toaster, Work table with sink, Four door refrigeration, Work table, Three burner
cooking range, Exhaust hood, Low HT. Table, Burner, Exhaust Hood (Low hight burner), Three burner
cooking range, Exhaust Hood(Three Burner range), Bulk Cooker, Bulk Fryer/boiler tilting type, Exhaust
Hood (Bulk cover & Fryer), Wet Grinder, Dough Kneading Machine, Potato Peeler, Pulverizer, Work table
(size 1500*600*850 mm), Chopping Board, Vegetable cutting machine, Chapatti collection table, Chapatti
rolling Table, Chappati Plate cum Puffer, Exhaust Hood, Food trolley with four round pans, Tray Carrier
Trolley, Tray setup counter with bain-marie, Storage Cabinet, Storage Rack, Ingredient Bin, Dunn- age
Rack, Pot Rack-3 Tier, Soiled Dish landing with garbage chute, Three Sink Unit, Clean Dish Table, Clean
Dish Rack, L.P.G. Pipe Line, Centrifugal exhaust Blower, S.S. Grating, Exhaust Hood Ducting, Cold
Display Counter, Hot Display Counter with snacks, Bain Marie Front side 3 glass granite top, S.S. Exhaust
Hood, M.S. Cylinder Bank, Bulk Cooker, Two Burner range, S.S. sink with table for bulk cookers, Soiled
dish landing table with garbage chute, Pick up Counter with over shelf, Storage Rack, Pick up Counter with
over shelf, Three sink unit & other Misc items required to make functional the systems.
4. Repair/replacement of parts of 03 Nos lifts equipments/accessories/machines.
5. Immediately on award of work & within 15 days, the contractor shall get done servicing of all the
equipments/ Accessories/ Machines/ACs from the respective manufacturers or authorized firms by
manufacturer or as directed by engineer incharge including all the spares/materials required for
servicing and further periodical servicing shall also be got done by the contractor of all
accessories/ Equipments/ Machines/ACBs from the Manufacturer/ authorized firms by
manufacturer & as per the norms of manufacturers including all spares, oil, lubricants & other
items etc. required for servicing and to make functional the Accessories/ Equipments/ Machines/
ACBs /Systems etc. The cost of the same is deemed to be included in the monthly charges.
6. Parts of any Accessories/Equipments/Machines/ACBs.
Baddi (Package- I)
52
Signature of Bidder with Seal H.P.L.
7. Fire Fighting & Fire Alarm system- Installations, equipments, alarm panels, all accessories like
detectors, modules, MCP, speakers, PA system, Hooters & all others accessories as already
installed in the complex.
Payable to the contractor as per actual.
1. Consumable items like UPS batteries, Batteries, theft of any equipment, damage to
equipment by Client, Replacement of accessories/Equipments/Machines/ACBs due to
expiry of life etc. shall be to the department. The Cost of replacing these parts will
be paid extra at actual/ at current market rates by the department. No labour charges
will be paid Extra for replacement of parts.
Baddi (Package- I)
53
Signature of Bidder with Seal H.P.L.
(C) LIST OF MAJOR EQUIPMENTS/ACCESSORIES/MACHINES INSTALLED AT
PROJECT FOR REPAIR & MAINTENANCE.
Sr.No. Specification Make Qty.
Pump Room
1 3 phase induction motor (1.5 Kw) Rotomotive 4
2 3 phase squirrel cage induction motor (4 Kw) Rotomotive 2
3 3 phase induction motor (1.5 Kw) Rotomotive 2
4 3 phase induction motor (1.1 Kw) Rotomotive 2
Water treatment Plant
5 Pressure Filter ( 9000 lph)
1
6 Pressure Filter ( 6000 lph)
1
7 Chlorinator (9000 lph)
1
Hot water Boiler
8 3 phase induction motor (1.1 Kw) Kirloskar 6
9 3 phase induction motor (0.5Kw) Kirloskar 1
10 3 phase induction motor (0.75 Kw) Kirloskar 2
STP
11 3 phase induction motor (4.2 Kw) Kirloskar 2
12 3 phase induction motor (3.7 Kw) Kirloskar 2
13 3 phase induction motor (1.5 HP) Kirloskar 7
14 Submersible Pump (1.5 HP) Kirloskar 10
ETP
15 0.5 HP Kirloskar 3
16 0.3 Kw Rotomotive 2
17 0.37 kw Crompton Greaves 1
Misc.
18 3 phase squirrel cage induction motor (2.0 HP) ABB 2
19 0.37 kw (for solar) Kirloskar 4
20 7.5 HP (for Ventilation) Kirloskar 1
21 7.5 HP (for Chillar Plant) Kirloskar 3
22 2.2 kw 3 phase electric motor Crompton Greaves 2
23 5.5 kw (for AHU Room Third floor) Edgetech Air System
Pvt.Ltd. 2
24 1.5 kw ( Third floor) Edgetech Air System
Pvt.Ltd. 2
25 3.7 kw ( 2nd floor) Edgetech Air System 3
Baddi (Package- I)
54
Signature of Bidder with Seal H.P.L.
Pvt.Ltd.
26 1.5 kw ( 1st floor) Edgetech Air System
Pvt.Ltd. 2
27 3.7 kw ( 1st floor) Edgetech Air System
Pvt.Ltd. 3
Solar
28 Solar panel (TBP 24M1)Working Pressure 245 Kpa Tata BP Solar India
ltd 17
29 Solar panel (TBP 24M1)Working Pressure 490 Kpa Tata BP Solar India
ltd 8
30 DVM (Digital variable Multi) (Model-RD200HXGA) Samsung 6
31 DG Set (750 KVA ) Cummins 1
32 DG Set (500 KVA ) Cummins 1
33 Transformer (1000 KVA) With AVR RECON 1
34 Transformer (750KVA) With AVR RECON 1
35 ACB(1600A) GE 3
36 ACB (1250A) GE 2
37 ACB (800A) GE 1
38 HT VCB (630A) Crompton 4
Solar Light 55
39 MH Street Light (70 W) Havells 46
40 HVAC VRV Unit indoor with wired remote 0.5 Tr to 3.00 Tr Samsung 56
41 High Wall Split 1.5 tr to 2.0 tr Samsung 3
42 Chiller Plant Air Cooled 70 TR Blue Star 3
43 Chillers 20 HP/10 HP Samsung 110 TR
44 Air washers 30000 cfm CB 2
45 Axial Flow Fans CB 4
46 Inline Fans 300 cfm – 2100 cfm Ostberg 19
47 Starter Panel with MCB 63A and CT (Star- Delta) 4
48 Starter Panel with MCB 63A and CT ( Dual Starter) 13
49 TPN (12-WAY) Schneider 10
50 TPN (8-WAY) Schneider 44
51 TPN (4-WAY) Schneider 37
52 SPN (12-WAY) Schneider 32
53 SPN (8-WAY) Schneider 5
Baddi (Package- I)
55
Signature of Bidder with Seal H.P.L.
54 MCCB (400A) Schneider 4
55 MCCB (300A) Schneider 5
56 MCCB (150A) Schneider 24
57 MCCB (100A) Schneider 14
58 MCCB (63A) Schneider 61
59 MCCB (40A) Schneider 58
60 MCCB (125A) Schneider 4
61 DP MCB (40A) Schneider 51
62 DP RCCB (40A) Schneider 238
63 DP RCCB (63A) Schneider 72
64 TPN Isolators (63A) Schneider 55
65 TPN Isolators (40A) Schneider 57
66 MCB (16A)/6A Schneider 1850
67 MCCB (32) Schneider 10
68 STARTER (500 A) Schneider 1
69 25 KVAR 6
70 12.5 KVAR 4
71 STARTER (500 A) Schneider 1
72 25 KVAR 6
73 12.5 KVAR 4
74 TPN MCCB (600A) Schneider 4
75 TPN MCCB (500A) Schneider 3
76 TPN MCCB (200A) Schneider 2
77 TPN MCCB (100A) Schneider 1
78 TPNMCCB (63A) Schneider 1
79 TPN MCCB (1250A) Schneider 1
80 TPN MCCB (600A) Schneider 1
81 TPN MCCB (200A) Schneider 1
82 TPN MCCB (150A) Schneider 1
83 TPN MCCB (100A) Schneider 2
84 TPN MCCB (1250A) Schneider 1
85 Metering FDR 1
86 PLC Siemens 1
Baddi (Package- I)
56
Signature of Bidder with Seal H.P.L.
87 TPN MCCB (600A) Spectronic 1
88 TPN MCCB (300A) L&T 2
89 TPN MCCB (250A) L&T 2
90 TPN MCCB (150A) L&T 2
91 TPN MCCB (125A) L&T 2
92 TPN MCCB (100A) L&T 1
93 TPN MCCB (160A) L&T 1
94 TPN MCCB (600A) L&T 1
95 Metering FDR 1
96 Voltage Relay L&T 3
97 TPN MCCB (800A) L&T 1
98 Voltage Relay L&T 2
99 Power Relay and Supervision Relay L&T 1
100 TPN MCCB (500A) L&T 1
101 TPN MCCB (400A) L&T 2
102 TPN MCCB (300A) L&T 2
103 TPN MCCB (63A) L&T 1
Fittings/Fixtures/Fans
104 1x36 Watt FL Mirror optic/Box Type Fitting Bajaj/Havells 1323
105 2x36 Watt FL Mirror optic fitting Bajaj/Havells 308
106 2x18 Watt CFL fitting Bajaj/Havells 513
107 2x36 Watt CFL fitting Bajaj/Havells 7
108 2x11 Watt CFL fitting Bajaj/Havells 44
109 1x13/9 Watt CFL fitting Bajaj/Havells 99
110 Hospital bed Light Bajaj 149
111 Bulk Head Bajaj 43
112 Pendent Light Decon 19
113 1x13 watt wall bracket Decon 289
114 Ceiling Fan 1200/1400 mm Usha 496
115 Exhaust fan 300/450 mm Usha/GEC 70
116 Wall mounted fan Usha/Havells 76
117 Aviation Light Bajaj 02
118 Fuel handling system
01
119 Submersible pump (Tube well) 7.5 HP KSB 02
120 Hand Push Switch & control unit Fastrack/Medisystem 116 beds
121 Tracks & trees with system Fastrack 136 beds
Baddi (Package- I)
57
Signature of Bidder with Seal H.P.L.
Kitchen & canteen Equipment
1 Milk Boiler/Tea Boiler (50 Ltr.)
1 No
2 Microwave oven (Cap.20-30 ltr.) 1 No
3 Pick up counter with over shelf 2 No
4 Work table for support of two buner range 1 No
5 Two burner cooking range 1 No
6 Exhaust hood for two burner range 1 No
7 Juicer(1/2h.p. motors) 1 No
8 Conveyour Toster (Cap. 100-125 toster/hr) 1 No
9 Work table with sink 1 No
10 Four door refrigeration 3 No
11 Work table 1 No
12 Three burner cooking range 1 No
13 Exhaust hood 1 No
14 Low HT. Lable 2 No
15 Low HT. Burner 2 No
16 Exhaust Hood (Low hight burner) 2 No
17 Three burner cooking range 1 No
18 Exhaust Hood(Three Burner range) 1 No
19 Bulk Cooker (Cap. 60 Ltr.) 1 No
20 Bulk Fryer/boiler tilting type (Cap. 100 ltr.) 1 No
21 Exhaust Hood (Bulk cover & Fryer) 2 No
22 Wet Grinder (Cap. 15 ltr.) 1 No
23 Dough Kneading Machine 1 No
24 Potato Peeler (Cap. 15 Kg) 1 No
25 Pulveriser 1 No
26 Work table (size 1500*600*850 mm) 1 No
27 Chopping Board 1 No
28 Vegetable cutting machine 1 No
29 Chappati collection table( 1500*600*850) 1 No
30 Chappati rolling Table(2100*650*50mm) 1 No
31 Chappati Plate cum Puffer(1800*650*850mm) 1 No
32 Exhaust Hood (size 1950*750*600mm) 1 No
33 Food trolley with four round pans 4 No
34 Tray Carrier Trolley (1200*600*1200mm) 1 No
35 Tray setup counter with bainmarie 2 No
36 Storage Cabinet 2 No
37 Storage Rack 6 No
38 Ingredient Bin 4 No
Baddi (Package- I)
58
Signature of Bidder with Seal H.P.L.
Lifts
1 Lifts 15 passengers (B+G+3) M/S ThyssenKrupp
Elevators (India) Pvt.
Ltd
03 No
39 Dunnage Rack 2 No
40 Pot Rack-3 Tier 2 No
41 Soiled Dish landing with garbage chute 2 No
42 Three Sink Unit 1 No
43 Clean Dish Table 1 No
44 Clean Dish Rack 5 No
45 L.P.G. Pipe Line 1 No
46 Centrifugal exhaust Blower 1 No
46 S.S. Grating 1 No
48 Exhaust Hood Ducting 1 No
49 Cold Display Counter 1 No
50 Hot Display Counter with snacks 1 No
51 Bain Marie Front side 3 glass granite top 1 No
52 S.S. Exhaust Hood 2 No
53 M.S. Cylinder Bank 1 No
54 Bulk Cooker 1 No
55 Two Burner range 2 No
56 S.S. sink with table for bulk cooketrs 2 No
57 Soiled dish landing table with garbage chute 1 No
58 Storage Rack 1 No
59 Pick up Counter with over shelf 1 No
60 Three sink unit 1 No
Baddi (Package- I)
59
Signature of Bidder with Seal H.P.L.
LIST OF MAJOR EQUIPMENTS/ACCESSORIES/MACHINES INSTALLED AT
PROJECT FOR REPAIR & MAINTENANCE.
Sr.No. Specification Make Qty.
Pump Room
1 Electric Pump 37 HP, 415 V Kirloskar 02
2 Electric Pump 7.5 HP Kirloskar 01
3 Electric Pump 50 HP Kirloskar 01
4 Hydrant Minimax 30
5 Alarm Panel 10 loop Morley 02
6 Detectors Morley/System Sensor 597
7 MCP
20
8 Hooter
20
9 24 V Adaptor
20
10 Control Module Morley/System Sensor 29
11 RI
141
12 Weather Proof hooter Ahuja 4
13 Speaker
56
14 PA System Agni 01
15 Sprinklers Globe 1106
16 Fire Extinguishers 5 Kg ABC Type Minimax 40
17 Fire Extinguishers 4.5 Kg CO2 Type Minimax 8
18 Fire Extinguishers 50 Ltr M. Foam Type Minimax 1
19 Fire Extinguishers 22.5 Kg CO 2 Type Minimax 1
20 RRL Hose Minimax 52
21 Short Branch pipe Minimax 26
22 Two way/4 way connection/Draw out
08
23 Gong Bell
01
24 Air vessel
05
25 Flow Switch
05
26 Piezo Panel
01
27 Butterfly Valve/Sluice Valve 200/150/80 mm Kirloskar 19
28 NRV 150/80 mm Kirloskar 08
30 Hose Reel Minimax 20
Baddi (Package- I)
60
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
Day to day & Annual repairs and Civil Maintenance of 100 bedded ESIC Hospital ,
Staff Quarters & other service buildings at Baddi (H.P ).
PART – III
ADDITIONAL CONDITIONS
1) The cleaning and disposal of the rubbish shall be on the part of the Contractor.
2. Execution :- Day to day repairs shall be carried out in 100 Bedded ESIC Hospital & Staff Quarters at
Baddi (HP ) under its maintenance. The work which are to be attended to on day to day
basis such as removing chokage of drainage pipes , man holes , restoration of water supply as
per scope of work.
The purpose of the facility is to ensure satisfactory & continuous functioning of various
services. These services are provided after receipt of complaint from the users at the
respective service centre / as noticed by the supervisory staff of the agency appointed (
contractor ) or as noticed & informed by HPL / MS ESIC.
3. Annual Repairs :-
The works of periodical nature like white washing , colour washing , distempering , painting
etc. are called Annual repairs work and these are required to be attended against this contract.
The periodicity of applying white washing and colour washing for a building has been laid
down by the Government. The periodicity is two years for white washing and colour washing
and three years for painting. The periodicity of various items of annual repairs is indicated in
scope of work.
4. Raw Materials & Labour :-
All materials and Labour required for the execution of repairs and maintenance work shall be
arranged by the Contractor at his own cost. However, if any item/material is required to be
replaced, that shall be paid extra as per tender conditions.
5. The Contractor shall employ only such workers for the execution of work who are skilled and
experienced in their respective trades. The Engineer – in – charge shall be at liberty to object
and to ask , to remove from works any person employed by him who in the openion of
Engineer – in – charge , is not competent or is negligent of his duties. Such a person shall not
be reemployed again by the Contractor without the permission of the Engineer – in – Charge.
6. The Contractor shall follow all safety regulations for the safety of workers / work.
Baddi (Package- I)
61
Signature of Bidder with Seal H.P.L.
7. a) The Contractor shall have to obtain necessary Labour license under the Contract Labour
Regulation and Abolition Act 1970 and P.F. Code No. and ESIC Registration no. within one
month of award of work. Contractor shall also have to maintain records and registers under
the Act.
b) The work shall be executed by the Contractor as per the complaint received in the Complaint
Register from ESIC / Engineer – in – charge of the work , also as noticed by the supervisory
staff of the agency appointed and as per the periodicity of the annual maintenance works.
c) The Contractor on receipt of Complaints in writing in the complaint register by occupants /
officers of ESIC shall have to attend within 24 hours of the complaints at the location and on
completion of the complaints / defects shall be responsible to take certificate from the
respective occupant / officers of having attended & rectified the defects / work .
8. At any stage during the execution of work if it is felt by HPL that any part or whole of the
work is not required to the executed , an intimation to this effect shall be given to the
Contractor and he shall not carry out the said work. The contractor shall not claim any
compensation on this account.
9. All tools and plants etc. required for the execution of work will be arranged by the Contractor
at his own cost.
10. The Contractor shall not sublet any portion of the work without prior written permission of the
Engineer – in – charge.
11. Functioning of Hospital should not be affected at any time due to repairs & maintenance work.
Repairs and maintenance work shall be attended in such a way that smooth functioning of
Hospital is not affected at any point of time.
12. The work shall be excuted as per Indian Standard Specifications Code ( s ) Practice of Bureau
of Indian Standards ( Formerly ISI ) / General Specifications in force in the CPWD , or an
such other specifications as may be decided mutually by the M/s Hindustan Prefab Limited
and the ESIC.
13. The Contract shall remain in force for a period of six months from the date of start. However ,
one month before expiry of the period of agreement , the Contractor may make a request to
HPL for renewal of the agreement for a further period as may be desirable and HPL if finds
the work done by the Contractor satisfactory , may renew the agreement on the existing terms
and conditions and rates for a further period or as may be mutually agreed to by both the
parties & M.S. (ESIC Hospital)
14. The Contractor will be responsible for proper maintenance of 100 Bedded ESIC Hospital &
Staff Quarters complex at Baddi ( HP ) as per scope of work.
15. Salvaged / replaced / unserviceable material retrieved would be returned by the contractor to
HPL / ESIC at Baddi Service Centre.
16. The contractor shall have to attend the complaint and rectify the defects within 24 hours. In
the event of his failure to attend the complaint and rectify the defect pointed out by HPL /
ESIC within reasonable time , then Engineer – in – charge of HPL shall have the right to
cancel his contract and / or engage a parallel agency for rectification of defects / Completion
of work at risk & cost of the contractor as deemed fit.
Baddi (Package- I)
62
Signature of Bidder with Seal H.P.L.
17. Procedure to be followed for monitoring the complaints:-
(i) Essential & urgent complaints like blockage of sewer lines, leakage from water pipelines
etc. should be attended within 24 hours of receipt of complaint/noticing.
(ii) Routine complaints of routine nature like repair to plaster, flooring, wood work etc. within
48 hours.
(iii) In exceptional circumstances where specific attention and extra T&P may be required shall
be attended within 72 hrs.
18. The contractor shall be responsible for any damage caused to the Hospital
property/equipment etc. while executing the work, if any damage occurred, the same shall
be made good by the contractor.
19 The rates quoted are for all heights/floors.The contractor shall provide one laptop & one laser
jet printer for the use of HPL officials. This facilities will be provided by the contractor
during contract period, extended period and defect liability period of the project.
20. The contractor shall depute an experienced supervisor with mobile telephone who shall be
responsible for arranging all the material/labour required and also to report to the Engineer-
in-charge or his authorized representative and taking day-to-day instructions and shall be
available on the works on all working days. Emergency workmen like sewer men, plumber,
etc. should be available for attending the emergency work.
21. The rates quoted shall remain firm throughout the contract period and no escalation shall be
paid.
22. The contractor shall engage sufficient number of manpower. If required, manpower shall be
increased from time to time depending upon the requirement of work and also as instructed
by the Engineer-in-charge.
23. The contractor shall ensure correct discipline and integrity of all the workmen/supervisors
engaged for the work. If any disobedience and indiscipline by any employee of the
contractor is observed, the said employee shall be removed from the work/complex by the
contractor.
24. The work is to be carried out in the Hospital complex which is very sensitive area. The
contractor should take all precautions so that no disturbance is caused to the patients and
visitors.
25. The contractor should take all precautions to avoid accidents during the work.
26. Any malba resulted due to repairing /maintenance work, shall have to be removed
immediately.
27. Initially, the contract period shall be of 06 months. However, the same can be extended, if
required, for a mutually agreed period on the same terms & conditions and rates.
Baddi (Package- I)
63
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
Day to day & Annual repairs and Maintenance of 100 bedded ESIC Hospital , Staff Quarters &
other service buildings at Baddi ( H.P ).
Scope of Work :-
The Plinth area rates for day to day and annual repairs and maintenance includes the following
works :-
( i ) Day to day repairs like :-
Removing chokage of drainage pipes , manholes.
Patch repairs to plaster.
Minor repairs to various items of work.
Replacement of broken glass panes. (Labour charges only)
Restoration of Water supply.
( ii ) Annual Repairs like :-
The annual repairs / maintenance works of periodical nature like ( The maintenance norms
, frequency of application of finishing items as per CPWD maintenance manual 2014 ).
S.No. Item
Periodicity
Res. Bldg. Hospital
1 White Washing / Colour Washing 2 Years 2 Years
2 Painting with plaster paint , Synthetic
enamel paint , Oil bound distemper,
acrylic paint, acrylic distemper /
Plastic emulsion paint.
3 Years 1 Years
Corridor , O.T.
Rooms
2 Years -
other areas
3 Painting external surface with water
proofing cement paint
3 Years 3 Years
4 Cleaning and disinfecting of water
storage / distribution tanks , water
mains.
6 months 3 months
Baddi (Package- I)
64
Signature of Bidder with Seal H.P.L.
5 Cleaning of Manholes/Gully
chambers/ inspection chambers and
flushing of building sewers.
1 Years 6 months
6 Cleaning of storm water drains 1 Years 1 Years
7 Polishing wooden doors / windows &
cupboard with sprit polish/ Polish /
Synthetic acrylic polish
5 Years 5 Years
8 External walls surfaces painting with
textured paint.
5 Years 5 Years
9 Cleaning Electrical Installations , fans
etc.
1 Years 1 Years
10 Collection of Water samples for
physical, chemical and bacteriological
analysis of water
6 months 3 months
All the above works are inclusive of cost of all the materials and labour charges etc.
complete.
NOTE :-
1. Any item beyond scope of work required to be done shall be got carried out at market rate
taking in to consideration the market rate of materials involved and labour charges as
finally decided by Engineer – in – charges HPL / M.S ( ESIC ).
2. All the above maintenance works of painting and polishing shall be carried out on
proportionate basis of volume of work & periodicity and not at one go. If required any
painting / polishing work to be done at one go , quantities beyond proportionate quantities
shall be paid extra taking into consideration the basic rates of materials of DSR 2014
( Plus / Minus quoted percentage by the Contractor above or below DSR 2014 basic rates )
& labour charges as finally decided by HPL / M.S ESIC.
3. If rate of any material is not covered in the basic rates list of DSR‟2014 , the same shall be
paid considering market rate of the material plus applicable Sales Tax / VAT , carriage and
15% for Contractor‟s profit & overhead charges.
Baddi (Package- I)
65
Signature of Bidder with Seal H.P.L.
Scope of work
1. The scope of work shall be restricted to the civil repairs & maintenance as pertaining
to items of plumbing, water supply, sanitary, sewerage, drainage, aluminum work,
carpentry, M.S. steel work, stainless steel work, false ceiling, ACP cladding, structural
glazing, plaster work, flooring work, road work, painting & polishing works and any
other items conventionally covered in the ambit of civil works repairs & maintenance
as per CPWD maintenance manual/work codes etc.
2. Repairing/welding in routine wear & tear of any stainless steel railing/M.S.
framework, railing work, grill work etc.
3. Oiling/greasing of rolling shutters for smooth functioning.
4. Repairing & maintenance of all M.S./ Aluminum/brass hardware items of doors &
windows like tower belts, handles, locks, aldrops, hinges, door closures, floor springs,
friction stays etc.
5. Repairing & maintenance of all wooden doors & windows frames & shutters,
cupboards, aluminum doors & windows, frames & shutters etc.
6. All repairing work of brick masonry, RCC, plaster, stonework, tiles work, RCC roads,
false ceiling and other building civil works.
7. Repairing & maintenance of all fixtures & fittings of plumbing, water supply, sanitary,
sewerage and drainage works like all chinaware items, C.P. brass fittings, C.I. &
precast RCC manhole covers, all type of G.I./PVC/SCI pipes & fittings etc. complete.
8. Painting & polishing as per specified periodicity including cost of all the materials &
labour charges etc complete.
9. All the repairing & maintenance works are inclusive of all labour charges and cost of
all petty items. However, if any item is required to be replaced during day to day or
periodic repairs/annual repairs, the material cost shall be paid extra as per quoted/
awarded rates of the contractor % age above/below DSR 2014 basic rates or at market
rates of Non-DSR items.
10. The contractor shall provide the following which are inclusive in the rates quoted:-
- All tools & plants, trolley, scaffolding, ladders, access means
- Electric drill machines
- All washers as may be required for taps/sanitary fixtures/gate valves etc.
- All soot golla/Teflon tape, white lead etc. required for plumbing work
repairing/maintenance
Baddi (Package- I)
66
Signature of Bidder with Seal H.P.L.
- All brushes, cleaning cloth, dusters
- All nails, screws, rawl plugs, dash fasteners, nuts & bolts, washers, adhesive etc.
- Safety helmets, safety belts, apron etc. for workers
- All painting & polishing materials
- Cement, stone aggregate, fine sand, coarse sand, bricks, etc. required fro repairing
& maintenance works.
- Cleaning of UG RCC water tanks, RCC over head water tanks, PVC water storage
water tanks.
- Cleaning of Gulley Chambers, manholes, storm water drains, sewer lines, etc.
- Patch repairs to plaster etc.
11. Any new work (major or minor) is not included in the scope of work.
12. All type of leakages/seepages checking/rectification work is included in scope of
work.
13. Cleaning of RCC/PVC overhead water tanks/U.G. R.C.C water tank as per following
procedure:-
Scale removal with rotary water jet, removal of slurry, organic waste by vaccum
pump, spraying of anti bacterial agent on walls & floors, dis-infection of tanks by
special UV radiation and other items like chlorine etc.
14. Development of 3 Nos. Rainwater harvesting re-charge borewells is not included in
scope of work and shall be paid extra, if required. However, cleaning of well &
chamber shall be in the scope of work.
15. Any type of alteration work is not included in the scope of work.
16. Filling silicon sealant in the joints of ACP cladding & structural glazing wherever
required due to wear & tear i/c cost of required silicon sealant, backer rod, masking
tapes and scaffolding /Jhulla etc. complete is included in the scope of work.
Baddi (Package- I)
67
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
Day to day & Annual repairs and maintenance of 100 bedded ESIC
Hospital, Staff Quarters & other service buildings at Baddi ( H.P ).
Details of the Buildings under scope of work ( For Repairs & Maintenance )
1. 100 Bedded ESIC Hospital – Comprising of mainly Basement + Ground floor + 3
upper floors, terrace ( 4nos. Mumty , 2 nos. machine rooms , One Shelter , One
electric room, one dumb lift machine room ) , 4 nos. staircases basement to terrace
, one ramp to basement , Central Ramp ground floor to 3rd
floor with central open
courtyard. Hospital Building houses medicine stores, O.P.D. Rooms, Kitchen,
Canteen, 6 Nos. O.T.‟s, Physiotherapy Deptt., Lab, Radiology Deptt., ICU, Wards,
Admn. Section & all other Medical Services Deptt. etc. complete.
2. Residential Quarters – Comprising of mainly
( a ) „X‟ Block – 16 Qtrs. ( GF , 1st , 2
nd , 3
rd floors ) with terrace , 2 nos. Mumty
and 2 nos. Staircases.
( b ) „Y‟ Block – 8 Qtrs. ( GF , 1st , 2
nd , 3
rd floors ) with terrace , 1 nos. Mumty
and 1nos. Staircase.
3. Residential Quarters & Hostel Block
( a ) „Z‟ Block – Comprising of Mainly
3nos. Quarters at G.f , 1st & 2
nd floors.
Kitchen , Dining Hall & T.V Lounge at G.f ( Hostel ).
17 nos. double bed rooms at 1st , 2
nd & 3
rd floor ( Hostel Block ) & Toilet
blocks at each floor.
Terrace with 2nos. Mumty.
2nos. Staricases ground floor to terrace.
4. Other Service Buildings
( a ) Substation building ( Single storey )
( b ) Mortuary Block ( Single storey )
Baddi (Package- I)
68
Signature of Bidder with Seal H.P.L.
( c ) Meter Room – 1 no. ( Single storey )
( d ) 2nos. Guard rooms ( Single storey )
( e ) S.T.P Building – 1 nos. ( Single storey )
( f ) One under ground RCC Water tank
( g ) 3nos. Rain water harvesting chambers & 3nos. Recharging wells.
5. Alround boundary wall of Hospital Complex. ( Appx. Length 410 m length ).
6. R.C.C roads , Chequered tiles plinth protections & walkways.
7. Storm water drains covered with openable precast RCC covers and storm
water drain of NP2 class RCC pipes.
8. Sewerage line from buildings to upto STP inside of the complex.
9. Laundry waster water line upto STP
10. 4 Nos. sumps in basement
Note : -
1. Hospital Building :-
Basement :- Ceiling – White Washing
Walls – Painted with Water proofing Cement paint.
G.f to 3rd
Floor & Ramp Ground Floor to 3rd
floor
Ceiling & Walls – Painted with Plastic emulsion paint.
Terrace :- Painted with textured paint
External Surface of Hospital Building – Cladding with A.C.P cladding &
Structural
glazing.
All doors and windows are of aluminum powder coated sections.
Flooring of Granite stone , vitrified tiles , Kota Stone , PVC sheet & Wooden
flooring.
Dado of Ceramic tiles.
False ceiling of Gypsum board.
Courtyard external walls painting with texture paint.
2. Housing & Hostel Block
Inside ceiling & walls painting with oil bound distemper.
External walls surface painting with textured paint.
Polished wood work of doors , windows & Cupboards.
Baddi (Package- I)
69
Signature of Bidder with Seal H.P.L.
3. Substation – White wash on ceiling & walls.
4. Mortuary block – Ceiling & walls painted with plastic emulsion paint.
5. Meter room – Ceiling & Walls white Washing.
6. 2nos. Guard Rooms – Ceiling & walls Plastic emulsion painting.
7. STP Building – Ceiling White Washing.
– Walls painted with Water proofing cement paint.
8. Synthetic Enamel painting on M.S Grills of windows and balcony railings of
Housing & Hostel.
9. Boundary Wall
Cladded with red colour face brick tiles.
Coping painted with textured paint.
M.S Grills painted with Synthetic enamel paint.
10. Details of appx. Plinth areas & total covered / built up areas
Total Plot Area – 10,000 Sqm.
Total Plinth Area – 4,150 Sqm.
Open Area – 5,850 Sqm.
Total built up area i/c basement (Hospital, housing, hostel & others) =
14100+2600+600=17300.00 Sq.m.
( i ) Hospital Building
Plinth Area – 2,810.00 Sqm.
Covered / Built up Area – Basement , G.f , 1st floor , 2
nd floor, 3
rd floor &
Terrace –
14100.00 Sqm.
( ii ) Hostel Block Portion
Plinth Area – 135.00 Sqm.
Covered / Built up area – 600.00 Sqm.( G.f to 3rd
floor i/c Staircases & Mumty )
Baddi (Package- I)
70
Signature of Bidder with Seal H.P.L.
( iii ) Residential Qtrs. and Other Service Buildings
Plinth Area – 1205.00 Sqm.
Covered / Built up Area – 2600.00 Sqm. ( G.f to 3rd
floor i/c Staircases &
Mumty )
11. App. Quantities of finishing items like :-
a ) White Washing 19870.79 m2
b ) Oil bound distemper 8020.32 m2
c ) Plastic emulsion painting 19788.85 m2
d ) Textured painting 7155.80 m2
e ) Synthetic enamel painting 1508.43 m2
f ) Water proofing cement painting 4396.39 m2
g ) Wood Work polishing 958.40 m2
12.a) Flush door shutters 312.22 m2
b) Glazed & wire gauged windows
shutters(wooden) of housing & hostel 295.12 m2
c) Godrej make door locks (Housing) 236 Nos.
d) Cement conc. 1:2:4 flooring - 761.31 m2
Green marble stone flooring & skirting - 428.00 m
2
Granite stone flooring & skirting - 3508.00 m
2
Kota stone flooring & skirting
- 6102.00 m
2
Ceramic glazed tiles work - 9531.36 m
2
Polished vitrified tiles work - 6521.28 m2
Wooden flooring work - 162.57 m2
PVC sheet flooring work - 737.51 m2
Precast terrazzo tiles work - 1532.81 m2
e) False ceiling work - 8102.73 m2
f) Brick coba water proofing treatment work - 3517.47 m2
g) Granite stone cladding work - 616.29 m2
h) Terracota tiles cladding work - 1607.86 m2
i) Handmade ceramic tiles work - 323.96 m2
Baddi (Package- I)
71
Signature of Bidder with Seal H.P.L.
j) RCC road work - 3190.00 m2
k) Double action hydraulic floor springs - 116 Nos.
l) Door & windows aluminum work - 31030.54 Kg.
m) ACP cladding work - 5716.06 m2
n) S.S. 304 friction window stays „scuristyle‟ make- 3306 Nos.
o) Aluminum door locks - 326 Nos.
p) Structural glazing work - 615.80 m2
q) 2 Nos. borewells
13. Water supply, sanitary, drainage works
- Sewer line - 491.14 m
- S.W. Gulley traps - 52 Nos.
- Manholes - 88 Nos.
- SCI soil & waste water pipes
100 mm - 566.90 m
75 mm - 259.04 m
- G.I. pipes (internal & external) water supply network
in hospital & housing complete
- Orissa W.C. Pan - 41 Nos.
- European style – wall hung WC pan - 91 nos.
- Senso urinals - 19 Nos.
- Wash basins - 228 Nos. (with Jaquar C.P.
brass pillar cocks & basin
mixtures)
- CP brass long body & short body bib cocks (Jaquar) – 320 Nos.
- CP brass angle valves (Jaquar) - 579 nos.
- CP brass consealed stop cocks (Jaquar) – 167 nos.
- CP brass hinged gratings - 320 nos.
Baddi (Package- I)
72
Signature of Bidder with Seal H.P.L.
- PVC Rainwater pipes
50 mm dia - 92.58 m
110mm dia - 318.72 m
160mm dia - 428.20 m
„ - PVC storage water tanks 500 lit. cap - 32 Nos.
14. - Rolling shutters - 5 Nos. (with
mechanical device)
15. - Door closures - 92 Nos.
Note:- The above quantities are of some of the items. However, the
firm/contractor must visit the site of ESIC Hospital complex at Baddi
(HP) and inspect the various fixtures, fittings, amenities, scale of
buildings & / or relevant w.r.t. the buildings mentioned herein above
and should quote the rates accordingly. No claim whatsoever shall be
entertained on account of ignorance by the contractor/firm later on.
Baddi (Package- I)
73
Signature of Bidder with Seal H.P.L.
LIST OF DOCUMENTS TO BE ATTACHED ALONG WITH THE FORM
1. List of the Institutions with period to whom similar services are / were being provided along
with performance report from respective authorities.
2. Organization set up which clearly indicate the total staff strength and its break-up category
wise.
3. Performance report or commendation certificate obtained from the police authorities, if any.
4. An attested photocopy of the contract already with Government or well reputed
organization.
5. Copy of Registration Certificate of the firm related to the ESIC, EPF, S. Tax and I. Tax
Permanent Account Number, Labour Department etc.
6. Any other relevant information may also be appended.
Baddi (Package- I)
74
Signature of Bidder with Seal H.P.L.
TENDER APPLICATION FORM
01. NAME OF FIRMS
02. a. Full Postal Address
b. Cell Phone No.
c. Telephone No.
d. Fax No.
03. Date of Establishment of Firms.
04. If your Firm Registered under
(details):-
a. The Indian Factories Acts.
b. Any other Act, if not who are the
Owners (please give full address)
05. Name and address of your Bankers
stating the same in which the Account
stands.
06. Whether insured against fire, theft,
Burglary etc. If so please state
the amount and name of company with
Policy no
07. Total number of Employees:
08. Are you in the list of approved
Contractors of any other organizations/
Institutions, if any, give details
(Append extra page if necessary):
09. Give details of Government contracts executed
During the last twelve months
(Append extra page if necessary):
Any others information which you consider necessary to furnish:
Baddi (Package- I)
75
Signature of Bidder with Seal H.P.L.
UNDERTAKING
b. I, the undersigned certify that I have gone through the terms and conditions mentioned in the
tender document and undertake to comply with them.
b. The rates quoted by me are valid and binding upon me for the entire period of contract and it
is certified that the rates quoted are the lowest quoted for any other institutions / Hospital in
India.
c. The earnest money of Rs._________ to be deposited by me has been enclosed vide Demand
Draft no.__________________Dt. _____________ drawn on bank _______________
Branch____________________.
d. I/we give the rights to HPL to forfeit the earnest money deposited by me/us if any delay
occur on my / agent part or failed to provide the manpower/ services within the appointed
time or the desired quality of service or for breach of any conditions.
e. There is no vigilance / CBI case or court case pending against the firm.
f. I hereby undertake to supply operator / personnel and lift operators as per directions given in
the tender document/supply order within stipulated period.
g. I shall be vacating any space that may be provided to me by the hospital authority to carry
out the job or otherwise, before I put up the last bill of the contract period for payment.
Signature of owner of the company
with seal
Baddi (Package- I)
76
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED JANGPURA, NEW DELHI - 110 014
SPECIAL CONDITIONS OF CONTRACT
These special conditions shall super cede/ supplement the relevant conditions given in CPWD
Form 7/8(Edition with up to date corrections and amendments) in the tender document.
1. EMD of tenderers, who do not qualify in technical bid after evaluation of technical bid, shall
be returned with in 7 days of receipt of request of refund from them & the tenderers can
collect the un-opened financial bid, if they desire, from the office of the concerned Engineer-
in-charge.
EMD given by all the tenderers except lowest tenderer shall be refunded within 07 days after
receipt of request from them after opening of financial bid.
2. RAW MATERIAL : All materials and labor required for the execution of work shall be
arranged by the contractor including cement & reinforcement steel.
3. (a) All material used in the work shall be confirming to IS Specification and as per
approved make/brands list and shall be ISI marked unless otherwise specified. In
the event for items for which either brands not specified and ISI marked items not
available, the sample of the item before use shall be got approved from Engineer –
in-charge. However in either cases the samples of materials / fixtures shall be got
approved from by Engineer –in-charge before use in the work.
(b) Contractor shall be required to produce samples of all materials and fittings
sufficiently in advance for approval. The Contractor when called upon shall
provide "make" of samples as per approved list for approval before execution free
of cost and also will make arrangements for transportation of samples to the
designated test house as per the direction of Engineer-in-charge of the work at his
own cost. Cost of testing will also be borne by the contractor.
4. Any notice to be given under this contract shall be sent by registered post, Speed post at
the last known registered or head office Address of the contractor and shall be deemed to
have been effected at the time at which the letter would be delivered in the ordinary
course of post.
5. The contractor shall be supplied drawings required for execution of work. If any particular
drawing is required for execution of work, contractor shall inform the Engineer-in-Charge in
writing at least 15 days in advance.
6. The contractor shall be responsible for deployment of technical staff to assist the local
bodies/Fire authority/Pollution control board and Electrical inspector for the sub station &
DG set. Necessary liasoning with other working agency & local bodies shall be his
responsibility. Any statutory fees to be paid on account of said renewal/ clearances shall be
paid by HPL/ESIC.
Baddi (Package- I)
77
Signature of Bidder with Seal H.P.L.
7. The payment to the contractor shall be made from the registered office of HPL at Jangpura,
New Delhi and cheques will be issued and payable at Delhi / New Delhi. The contractor
shall not claim anything extra on this account.
8. The Contractor should be registered under VAT ACT for works in the State of Himachal
Pradesh and submit a copy of registration along with tender. The said VAT shall be
deducted as per laws at source as applicable. The contractor shall submit the bills as
required under VAT.
9. The contractor should have valid PF Code No and ESIC Code & should provide a copy of
Registrations. The contractor shall provide the copies of challans as a proof of remittance of
amount. The contractor may also be asked to provide the PF & ESIC records, copies of wage
sheets, attendance sheets, monthly returns, annual returns and any other record in this regard
for inspection, as and when required by the Engineer-in-charge. The contractor has to obtain
the labour license from the concerned labour department within one month of award of work
& has to keep/maintain all the records as required as per the labour wages.
10. Defect Liability Period : After completion period of maintenance including extended period
if any, the contractor shall be fully responsible for the quality & workmanship . The
contractor shall be fully responsible for liability of defects in the R & M work executed by
him for a period of one month from the date of successful completion of R&M period of the
work & shall hand over the work to ESIC on rectifying the list of defects/ deficiencies
observed by HPL/ESIC . The defect liability period shall start from the date of successful
completion of R&M period of the project. All defects observed during the defect liability
period shall be rectified by the contractor at his own cost and expenses. In the event of failure
on the part of the contractor to rectify the defects, the same may, without prejudice to any
other right available to it in law, be rectified by HPL for and on behalf of contractor.
HPL shall have the right to deduct or set off the expenses incurred by it in rectifying the
defects as aforesaid from/against any amount due and payable or becoming due and
payable by HPL to the contractor under this agreement or any other contract what-so-ever.
During the Defect- liability period contractor has to employ an engineer to look after the
defects for which nothing extra would be payable to the contractor.
11. The agency shall obtain the labour license from the concerned department, if required ,
within one month of award of work.
12. The decision of the Chairman & Managing Director, HPL, regarding the quantum of
reduction as well as justification thereof in respect of rates for substandard work
will be final and would not be open to arbitration and adjudication.
13. The contractor has to control noise and air pollution at site as per norms of Pollution Control
Board.
14. The contractor shall also make sufficient arrangement for photography / videography so that
photographs video can be taken of any specific activity at any point of time. The contractor
shall also provide software like MS Project etc. for the purpose of preparing progress report
etc.
Baddi (Package- I)
78
Signature of Bidder with Seal H.P.L.
15. HPL shall not supply or procure any material for use on works and the contractor has to
make his own arrangements for supplying, procuring transportation and storage of all such
materials required for the work, at his own cost.
16. No advance shall be paid to the contractor against any Tools & Plants, equipment &
machinery etc. brought at site by the contractor.
17. No extra payment shall be made to the contractor for any work not certified by engineer in
charge.
18. The contractor will be responsible to get registered himself under labour cess in Himachal
Pradesh.
19. The work may be inspected by Central Vigilance Commission and any
deductions/compensation proposed by CVC or HPL or ESIC in regard to defective work or
work not confirming to specification, loss of time, amount shall be deducted from his dues.
20. Settlement of Disputes and Arbitration :
Except where otherwise provided in the contract, all questions and disputes relating to the
meaning of the specifications, design, drawings, and instructions here-in before mentioned
and as to the quality of workmanship or materials used on the work or as to any other
question, claim, right, matter or thing whatsoever in any way arising out of or relating to the
contract, designs, drawings, specifications, estimates, instructions, orders or these conditions
or otherwise concerning the works or the execution or failure to execute the same whether
arising during the progress of the work or after the cancellation, termination, completion or
abandonment thereof shall be dealt with as mentioned hereinafter.
i) If the contractor considers any work demanded of him to be outside the requirements of the
contract, or disputes any drawings, record or decision given in writing by the Engineer-in-
Charge on any matter in connection with or arising out of the contract or carrying out of the
work, to be unacceptable, he shall promptly within 15 days request the DGM (Civil), HPL in
writing for written instructions or decisions. Thereupon, the DGM (Civil), HPL shall give
his written instructions or decisions within a period of one month from the receipt of the
contractor‟s letter.
ii) If the DGM (Civil), HPL fails to give his instructions or decision in writing within the
aforesaid period or if the contractors is dissatisfied with the instructions or decision or the
DGM (Civil), HPL, the contractor may, within 15 days of the receipt of DGM(Civil),HPL‟s
decision, appeal to the CMD, HPL who shall afford an opportunity to the contractor to be
heard, if the latter so desires, and to offer evidence in support of his appeal. The CMD, HPL
shall give his decision within 30 days of receipt of contractor‟s appeal. If the contractor is
dissatisfied with this decision, the contractor shall within a period of 30 days from receipt of
the decision, give notice to the CMD, HPL for appointment of arbitrator failing which the
said decision shall be final binding and conclusive and not referable to adjudication by the
arbitrator.
Baddi (Package- I)
79
Signature of Bidder with Seal H.P.L.
iii) Except where the decision has become final, binding and conclusive in terms of Sub
Para(i) above disputes or difference shall be referred for adjudication through arbitration
by a sole arbitrator appointed by the CMD,HPL on behalf of ESIC and with the consent of
ESIC If the arbitrator so appointed is unable or unwilling to act or resigns his appointment
or vacates his office due to any reason whatsoever, another sole arbitrator shall be
appointed in the manner aforesaid. Such person shall be entitled to proceed with the
reference from the stage at which it was left by his predecessor.
It is a term of this contract that the party invoking arbitration shall give a list of disputes
with amounts claimed in respect of each such dispute along with the notice for
appointment of arbitrator and giving reference to the rejection by the CMD, HPL of the
appeal.
It is also a term of this contract that no person other than a person appointed by such
CMD, HPL on behalf of ESIC office & with the consent of ESIC office, as aforesaid
should act as arbitrator and if for any reason that is not possible, the matter shall not be
referred to arbitration at all.
The arbitration shall be conducted in accordance with the provisions of the Arbitration and
Conciliation Act. 1996 (26 of 1966) or any statutory modifications or re-enactment thereof
and the rules made there under and for the time being in force shall apply to the arbitration
proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as
are referred to him by the appointing authority and give separate award against each
dispute and claim referred to him and in all cases where the total amount of the claim by
any party exceeds Rs. 1,00,000/- the arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be
paid equally by both the parties. i.e. contractor & ESIC Officer.
It is also a term of the contract the arbitrator shall be deemed to have entered on the
reference on the date he issues notice to both the parties calling them to submit their
statement of claims and counter statement of claims. The venue of the arbitration shall be
such place as may be fixed by the arbitrator in his sole discretion. The fees, if any , of the
arbitrator shall, if required to be paid before the award is made and published, be paid half
and half by each of the parties. The cost of the reference and of the award (including the
fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to
any by whom and in what manner, such costs or any part thereof shall be paid and fix or
settle the amount of costs to be so paid.
21. The payment of running bills/ and or secured advance for work done etc. shall be released
on receipt of required funds from client.
22. The refund of security deposit shall be considered for release on receipt of “No Defect / No
Dues” certificate from the client.
Baddi (Package- I)
80
Signature of Bidder with Seal H.P.L.
23. The payment of final dues shall be release on settlement of final bill of HPL by client and
on compliance of contractual obligations.
24. The contractor shall arrange to get material tested (IF REQUIRED) from the laboratories as
directed by Engineer –in –Charge as per the mandatory test required/ prescribed as per
CPWD specifications and norms. The testing charges shall be borne by contractor including
the transportation/ conveyance.
25. The agency has to attend the complaint immediately on call/ encountered & shall rectify/
repair the same within 02 hours & restore functioning of all the equipments / installations /
systems/ services in such a way that functioning of the hospital round the clock 24x7 is not
affected at all, failing which the same shall be got attended/repaired/maintained by
engaging some other agency on the risk & cost of contractor.
26. Initially, the contract period shall be of 06 months. However, the same can be Extended
further, if required, for a mutually agreed period on the same terms & conditions and rates.
27. The contractor has to make the payment to the workers engaged (if any) for the work as per
the minimum wages specified by the State Govt. / Central Govt. for the Category of the
worker. The wages payment shall be made by the contractor to the workers through account
payee cheques / RTGS.
28 Before quoting the rates, the bidders must visit the ESIC Hospital at Baddi (H.P) and must
inspect all the installations & services. The contractor has to take up the work / installations
/ fittings, fixtures/ services on “As is where as basis” and has to provide the services /
maintain all the services & the installations fully functional all the times.
29. The work of Part –I, Part-II & Part –III shall be executed by the contractor as per the
Special Conditions of Contract, Additional Conditions of Contract, General Conditions of
Contract and Scope of Work specified in the tender document.
Baddi (Package- I)
81
Signature of Bidder with Seal H.P.L.
HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
NAME OF WORK: Providing Round the Clock Operational Services for various
Equipments & Buildings Services and Repair & Comprehensive Maintenance of various
installations including Equipments/Accessories of Electrical ,AC/HVAC, Sub-station
(Transformers & HT/LT panels), DG sets, STP, Water Supply PUMPS, Water treatment
Plant, Tube Wells, Street lights (Electrical & Solar), Hot water Boiler & Solar water
heating system, Signages, nurse call bell system, lifts, ETP, Fuel handling system,
refrigerators, Kitchen & Canteen equipments , Fire Fighting & Fire Alarm & other Misc
fittings installed and Day to day & annual repairs and civil maintenance of 100 Bedded
ESIC Hospital, Staff Quarters & other service buildings at Baddi (HP).
Package-I
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
ESTIMATED COST:- RS. 135.89 Lacs
FINANCIAL BID
Issued by : _________________________
Ph- (011) 43149800-899, Fax: (011) 26340365 E-mail:- [email protected] Website:www.hindprefab.org
Baddi (Package- I)
82
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
PART - I
NAME OF WORK: Providing Round the Clock Operational Services for various
Equipments & Buildings Services in 100 Bedded ESIC Hospital, Staff Quarters & other service
buildings at Baddi (HP).
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
BILL OF QUANTITY
Note :- 1) The rates quoted by the bidders are inclusive of all the taxes including service tax as
applicable. Nothing extra shall be paid to the contractor on account of taxes extra.
S.
No.
Description No. of
persons
Rate offered per
head in `
(In words &
figures)
Amount Reference to
rates
1. Operator For Sub-Station,
DG Set, Fire Fighting &
Fire Detection, Water
Pump & Sump Pump, Air-
Conditioning , Sewerage
Treatment Plant and CC
TV.
18
As per
Annexure A
2. Operator For Lift 09
As per
Annexure B
3. Operator For Hot Water
System
03
As per
Annexure C
4. Technical Supervisor 03 As per
Annexure D
5 Mali 01 As per
Annexure E
Total for one month
Grand Total for Six Months ( PART – I)
Baddi (Package- I)
83
Signature of Bidder with Seal H.P.L.
Annexure-A
OPERATOR FOR SUB-STATION, DG SET, FIRE FIGHTING & FIRE DETECTION, WATER
PUMP & SUMP PUMP, AIR-CONDITIONING AND SEWARAGE TREATEMETN PLANT,
CC TV - ITI WITH MINIMUM THREE YEARS EXPERIENCE
S.No. HEADS
(Statutory charges)/ As applicable
Monthly charges (in
Rs.) for one operator
1. Basic including V.D.A
2. ESI @4.75% will be also applicable on HRA
3. EPF(12)+EDLI(0.5)+Admn.
Charges(1.11)=13.61%
4 Bonus @ 8.33%
5 Gratuity /Terminal Benefit 4.81%
6 HRA (15%basic & VDA)
7. Uniform and Washing allowance 10%
8. Total =
9. Weekly off/National Holiday/Other Holidays
28.98%
10. Cost per head
11. Service charge on S.No.10
12. Grand Total
13. Service Tax on S.No. 12
TOTAL =
List of Documents enclosed
1.
2.
3.
4.
Date :-
Place:-
Baddi (Package- I)
84
Signature of Bidder with Seal H.P.L.
Annexure-B
OPERATOR FOR LIFT - ITI WITH MINIMUM THREE YEARS EXPERIENCE &
AUTHORISED BY LIFT MANUFACTURERS
S.no
HEADS
(Statutory charges)/ As applicable
Monthly charges (in Rs.) for one operator
1 Basic including V.D.A
2 ESI @ 4.75 will be also
applicable on HRA
3 EPF (12)+ EDLI (0.5)+ADMN
charges (1.11)=13.61%
4 Bonus @ 8.33%
5 Gratuity / Terminal Benefit
4.81%
6 HRA (15% Basic & VDA)
7 Uniform and Washing allowance
10%
8 Total
9 Weekly off /National Holiday
/other Holidays 28.98%
10 Cost per head
11 Service charges on SI.No.10
12 Grand Total
13 Service Tax on SI.No. 12
TOTAL
List of Documents enclosed
1.
2.
3.
4.
Date:-
Place:-
Baddi (Package- I)
85
Signature of Bidder with Seal H.P.L.
Annexure-C
OPERATOR FOR HOT WATER SYSTEM - ITI WITH MINIMUM THREE YEARS
EXPERIENCE & SHOULD HAVE BOILER OPERATOR LICENCE
S.no
HEADS
(Statutory charges)/ As applicable
Monthly charges (in Rs.) for one
operator
1 Basic including V.D.A
2 ESI @ 4.75 will be also
applicable on HRA
3 EPF (12)+ EDLI (0.5)+ADMN
charges (1.11)=13.61%
4 Bonus @ 8.33%
5 Gratuity / Terminal Benefit
4.81%
6 HRA (15% Basic & VDA)
7 Uniform and Washing allowance
10%
8 Total
9 Weekly off /National Holiday
/other Holidays 28.98%
10 Cost per head
11 Service charges on SI.No.10
12 Grand Total
13 Service Tax on SI.No. 12
TOTAL
List of Documents enclosed
1.
2.
3.
4.
Date:-
Place:-
Baddi (Package- I)
86
Signature of Bidder with Seal H.P.L.
Annexure-D
TECHNICAL SUPERVISOR - DIPLOMA IN ELECTRICAL / MECHANICAL WITH
MINIMUM FIVE YEARS EXPERIENCE & SHOULD HAVE CLASS-I SUPERVISOR
COMPETENCY CERTIFICATE ISSUED BY ELECTRICAL INSPECTORATE
OFFICE.
S.no
HEADS
(Statutory charges)/ As applicable
Monthly charges (in Rs.) for one technical
supervisor
1 Basic including V.D.A
2 ESI @ 4.75 will be also
applicable on HRA
3 EPF (12)+ EDLI (0.5)+ADMN
charges (1.11)=13.61%
4 Bonus @ 8.33%
5 Gratuity / Terminal Benefit
4.81%
6 HRA (15% Basic & VDA)
7 Uniform and Washing allowance
10%
8 Total
9 Weekly off /National Holiday
/other Holidays 28.98%
10 Cost per head
11 Service charges on SI.No.10
12 Grand Total
13 Service Tax on SI.No. 12
TOTAL
List of Documents enclosed
1.
2.
3.
4.
Date:-
Place:-
Baddi (Package- I)
87
Signature of Bidder with Seal H.P.L.
Annexure-E
MALI :
S.no
HEADS
(Statutory charges)/ As applicable
Monthly charges (in Rs.) for one technical
supervisor
1 Basic including V.D.A
2 ESI @ 4.75 will be also
applicable on HRA
3 EPF (12)+ EDLI (0.5)+ADMN
charges (1.11)=13.61%
4 Bonus @ 8.33%
5 Gratuity / Terminal Benefit
4.81%
6 HRA (15% Basic & VDA)
7 Uniform and Washing allowance
10%
8 Total
9 Weekly off /National Holiday
/other Holidays 28.98%
10 Cost per head
11 Service charges on SI.No.10
12 Grand Total
13 Service Tax on SI.No. 12
TOTAL
List of Documents enclosed
1.
2.
3.
4.
Date:-
Place:-
Baddi (Package- I)
88
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
PART - II
NAME OF WORK: Repair & Comprehensive Maintenance of various installations
including Equipments/Accessories of Electrical ,AC/HVAC, Sub-station (Transformers &
HT/LT panels), DG sets, STP, Water Supply Pumps, Water treatment Plant, Tube Wells, Street
lights (Electrical & Solar), Hot water Boiler & Solar water heating system, Signages, nurse
call bell system, lifts, ETP, Fuel handling system, refrigerators, Kitchen & Canteen equipments,
Fire Fighting & Fire Alarm & other Misc fittings installed in 100 Bedded ESIC Hospital, Staff
Quarters & other service buildings at Baddi (HP).
NIT No. : HPL/DGM(C)/TC/NIT/BADDI/2015-16/11 DT : 06.05.2015
BILL OF QUANTITY
S.
No
Description of Item Qty Rate(Rs.) Unit Amount
(Rs.) 1 Repair & Comprehensive Maintenance of various
installations including Equipments/Accessories of
Electrical ,AC/HVAC, Sub-station (Transformers
& HT/LT panels), DG sets, STP, Water Supply
system, Water treatment Plant, Tube Wells, Street
lights( Electrical & Solar), Hot water Boiler &
Solar water heating system, Signages, nurse call
bell system, lifts, ETP, Fuel handling system,
refrigarators, Kitchen & Canteen equipments , fire
fighting & fire alarm system & other Misc
fittings installed in 100 Bedded ESIC Hospital &
staff quarters at Baddi (HP).
06
Months
Per
Month
2 Repair & Comprehensive Maintenance of
AC/HVAC system/ equipments/accessories
installed in 100 Bedded ESIC Hospital & staff
quarters at Baddi (HP).
06
Months
Per
Month
3 Repair & Comprehensive Maintenance of Lifts ( 3
Nos) installed in 100 Bedded ESIC Hospital &
staff quarters at Baddi (HP).
06
Months
Per
Month
TOTAL (PART – II) Total
Note :- 1) The rates quoted by the bidders are inclusive of all the taxes including service tax as
applicable. Nothing extra shall be paid to the contractor on account of taxes extra.
Baddi (Package- I)
89
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
Name of Work :- Day to day & Annual repairs and Civil Maintenance of 100 bedded
ESIC Hospital , Staff Quarters & other service buildings at Baddi
(H.P ).
PART – III
BILL OF QUANTITY
S.No. Description of Items / Works Unit Rate Amount
1 Day to day & Annual repairs and
maintenance of 100 bedded ESIC
Hospital , Staff Quarters & other
service buildings at Baddi ( H.P )work
including cost of all the materials and T
& P as required for carrying out all the
works as per scope of work
Lump sum per
month
Total for One
Month
Total = PART - III Total for Six
Months
2 Cost of Materials If required, for
replacement during day to day or
annual/periodic repairs/maintenance
which is not covered under the scope of
work. Rate to be quoted as percentage
above / below on the basic rates of
material of DSR 2014. Percentage
quoted above / below basic rates of DSR
2014 shall be inclusive of Sales Tax
/Service tax, VAT , Octroi , Carriage and
Contractor's profit & overhead charges
etc. complete.
No labour charges shall be paid extra as
all labour charges are deemed to be
included under the head of day to day &
annual repairs and maintenance work.
Unit as per DSR
2014
Baddi (Package- I)
90
Signature of Bidder with Seal H.P.L.
3. Bidders are required to quote the rates only for the below
mentioned items of work.
Code No. Description of items Unit Qunatity Rate Amount
a. 14.42 White washing with lime
to give an even shade
14.42.1 Old work ( two or more
coats )
Sqm. R.O
b 14.43 Removing white or colour
wash by scrapping and
sand papering and
preparing the surface
smooth including
necessary repairs to
scratches etc. complete.
Sqm. R.O
c 14.45 Distempering with oil
bound washable
distemper of approved
brand and manufacture to
give an even shade :
14.45.1 Old work ( One or more
coats )
Sqm. R.O
d 14.46 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.
Sqm. R.O
e 14.49 Painting (one or more
coats) on rain
water,soil,waste and vent
pipes and fittings with
black anticorrosive
bitumastic paint of
approved brand and
manufacture on old work:
14.49.1 75 mm diameter pipes Metre R.O
14.49.2 100 mm diameter pipes Metre R.O
Baddi (Package- I)
91
Signature of Bidder with Seal H.P.L.
f 14.53 Wall painting with plastic
emulsion paint of
approved brand and
manufacture to give an
even shade :
14.53.1 One or more coats on old
work
Sqm. R.O
g 14.54 Painting with synthetic
enamel paint of approved
brand and manufacture of
required colour to give an
even shade:
14.54.1 One or more coats on old
work
Sqm. R.O
h 14.58 French Spirit Polishing:
14.58.1 One or more coats on old
work
Sqm. R.O
i 14.64 Finishing walls with
water proofing cement
paint of required shade:
14.64.1 Old work (one or more
coats applied @ 2.20
Kg/10 sqm) over priming
coat of primer applied @
0.80 litrs/10 sqm complete
including cost of Priming
coat.
Sqm. R.O
j 14.65 Finishing walls with
textured exterior paint of
required shade:
14.65.1 Old work (Two or more
coats on existing cement
paint surface applied @
3.28 ltr/10 sqm.
Sqm. R.O
Note :- 1) The rates quoted by the bidders are inclusive of all the taxes including service tax as
applicable. Nothing extra shall be paid to the contractor on account of taxes extra.
Baddi (Package- I)
92
Signature of Bidder with Seal H.P.L.
Hindustan Prefab Limited Jangpura , New Delhi.
SUMMARY OF COST
(PART –I, II & III)
SR. NO. AMOUNT (IN RS.)
PART - I
PART – II
PART - III
GRAND TOTAL =
Top Related