employees’ state insurance corporation hospital, · maintenance of lift/elevator, ... labour...
TRANSCRIPT
P
age1
Tender Documents
Medical Superintendent ESIC Hospital, Manesar invites sealed Tender from reputed
agencies under two bid system for Annual Maintenance , Operation & Housekeeping Work at
ESIC Hospital, Manesar for the period of one year . The site of above said work will be,
(A) 100 Bedded ESIC Hospital, Manesar.
(B) 14 Numbers Staff Quarters situated at Hospital Campus.
Phone No. 0124-2290191/2290192,
(Dr. ANJU AGNIHOTRI)
Medical Superintendent
ESIC Hospital, Manesar (Haryana)
Employees’ State Insurance Corporation Hospital, (Ministry of Labour and Employment, Govt. of India)
IMT Sector-03, Plot No- 41Manesar
Haryana- 122050.
Tel:0124-2290191/2
E-mail- ID- [email protected]
P
age2
ANNEXTURE- A
NOTICE INVITING TENDER
Invitation of bids for Annual Maintenance , Operation & Housekeeping work at ESIC HOSPITAL,
MANESAR and Staff Quarters.
Sealed tenders under two bid system are invited from the eligible contractors for providing
Annual Maintenance services listed under scope of work in the bid document. The details of which are
as follows:-
1. Details of Plinth Area 3120 sqm. Staff qtrs. 14 Nos.
2. Name & Scope of work Maintenance of civil & electrical work including operation & maintenance
of two Nos. 11 KV/440 volts electric sub-station, operation & maintenance of D.G. Sets, operation &
Maintenance of Lift/elevator, maintenance & operation of fire protection system, maintenance &
operation of HVAC system at ESIC Hospital Manesar and Adjacent Staff Quarters. Housekeeping
services for ESIC Hospital.
3. Estimated Cost: - Rs. 105 Lakh Approximately.
4. Period of Contract: - Twelve Months
5. Eligibility criteria.
(i) The tenderers should have minimum two years experience as on 28.05.12 in works of similar nature.
(ii) Preference will be given to agencies having experience in the field of maintenance &
operation work of Govt. Department, Hospitals/Hospital Govt. offices/Staff Qtrs. In Delhi/NCR areas.
(iii) They should have undertaken/completed the following work in the last 7 years.
(a) One similar work of value not less than Rs. 80.00 Lakhs per annum (Equal 75% of the value
of the work to be executed), or
(b) Two similar works, each of value not less Rs. 50.00 lakhs per annum (Equal 50% of the value
of work to be executed), or
( c ) Three similar works of value not less than Rs. 35.00 Lakhs per annum (Equal of 35% of the
value of work to be executed),
(iv) The total turn over of the agency must not be less than Rs. 15.00 Crore (Rupees Fifteen crores
only)
Employees’ State Insurance Corporation Hospital, (Ministry of Labour and Employment, Govt. of India)
IMT Sector-03, Plot No- 41Manesar
Haryana- 122050.
Tel:0124-2290191/2
E-mail- ID- [email protected]
P
age3
(iv) (a) Audited Balance Sheet of last three years i.e. 2008-09 ,2009-10 and 2010-2011. With Income
and Expenditure statement and Profit and Loss Account & Audit report of last three years. (b) Income
tax statement of last three years with income tax clearance certificate. (c) Service Tax Registration
certificate, (d) PAN No. (e) ESIC and EPF registration numbers /certificates (f) Registration certificates
under contract labour (R & A) Act 1970 with Central Labour Law authorities as applicable to ESIC (g)
Labour licence for applicability of Minimum Wages Act 1948. Minimum wages certificate from
Labour Commissioner should be submitted.
All payments pertaining to, service tax, ESIC , EPF should have been paid up to date. Last two
years details may be enclosed.
6. Earnest Money: - Rs. 3,50,000/- (Rupees Three lakh Fifty thousand only) to be deposited along
with tender, through DD/Bankers Cheques favoring ESI Fund A/C No. 1, payable at Manesar. Bids
received without EMD will not be considered and summarily rejected.
7. Cost of Tender: - Rs. 2000/- (Non refundable) by DD/Banker's cheque/Pay order in favors of 'ESI
Fund A/c No. 1'. Payable at Manesar.
8. Tender Document:- Tender documents containing terms & conditions can be obtained in person
from Medical Superintendent, ESIC Hospital Manesar, IMT Sec-03, Plot No.-41 Haryana. on submission
of a demand draft/Banker's cheque/pay order of Rs. 2000/- (non-refundable) in favour of “ESI Fund
A/c No. 1” on all working days (except Sunday closed/Public Holidays) between 9 AM to 4 PM w.e.f.
10.05.2012 to 27.05.2012 and up to 1 PM on 28.05.2012 & saturdays.
The tender document can also be downloaded from the website www. esic.nic.in And the cost
of tender document can be deposited through a separate demand draft/Banker's cheque/pay order of
Rs. 2000/- payable at Manesar in favour of the “ESI Fund Account No.1” towards cost of tender while
submitting the tender.
9. Date of submission of Tender: - Up to 1:00 pm on 28.05.2012 in the tender box kept in Medical
Superintendent Office ESIC Hospital, Manesar (Haryana).
10. Date of opening of Tender: - The tenders shall be opened in the presence of the tenderers who
choose to be present on 28.05.2012 at 2:30 PM in the conference room ESIC Hospital, Manesar. In case,
28.05.2012 is declared a public holiday, tenders shall be received & opened as per above schedule on
next working day.
11. Incomplete conditional or delayed bids will not be considered & summarily rejected.
12. The competent authority reserves the right to accept or reject any or all tenders without assigning
any reason.
(Dr. ANJU AGNIHOTRI)
Medical Superintendent
ESIC Hospital, Manesar (Haryana)
P
age4
TECHNICAL – BID (PART- A)
MAINTENANCE OF CIVIL & ELECTRIC WORKS INCLUDING LABOUR AND MATERIALS.
OPERATION SCOPE OF SERVICES TO BE PROVIDED BY THE AGENCY.
1. Internal Electrical works.
2. Water supply, sanitary and plumbing works.
3. Storm water drainage, rain water harvesting & sewage disposal works including sewer pumps.
4. Building repair and maintenance of civil works in ESIC Hospital, Manesar & 14 Numbers Staff
Quarters situated at ESIC Hospital Manesar campus.
5. Land scaping and horticulture work in above premises.
6. Operation & maintenance of Electric substations HT/LT Sub Station (11 KV/440 V), HT/LT
Transformers & HT/LT Panels, Capacitors UPS, Relays, CC TV, PA System, Fire Alarm & Fighting System,
Pump Room, RO Plant, HVAC system, Epabx system, Laundry Services, Solar Boiler Manifold Room, Lifts
Services, & other equipments & servo stabilizer at ESIC Hospital Manesar.
7. White Wash and Painting of Hospitals, offices and Residential Colonies as per CPWD norms.
8. Maintenance of External Wiring Stairs case wiring and Street light & high mast lights of the Hospital
and Staff Quarters.
9. Cleaning of Sewer lines of the Hospital and Staff Quarters.
10. Cleaning of Storm water drains and rain water harvesting pipe and structures.
11. Uninterrupted water/electric services in the Hospital and Staff Quarters.
12. Water supply to be arranged through tankers in case of shortage of water supply which may be due
to any reason. The supply of tankers to be made from MCG, Jal Board or other sources.
13. Water should be tested from Shree Ram Lab or any Govt. approved Lab on the Quarterly basis.
14. U/G tanks O/H tanks are required to be cleaned periodically.
15. Man power Attendance Register is to be maintained.
16. Civil or Electric Engineers should be available at site.
17. Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff
by the contractor. Bio- data of each staff should be maintained and whenever asked will have to be
shown immediately.
18. All Tools, Plants and materials to carry out the ARM work at site are to be provided by the
Contractor.
Signature of Contractor
P
age5
19. Operation and Maintenance of the existing Water Tube -well for uninterrupted water supply.
20. Operation and Maintenance of the existing sewage disposal pump in the Hospital Complex.
21. The Agency shall have to display on notice board, the name of maintaining agency along with
Supervisor’s name to be contacted with Telephone Nos. for lodging the complaints.
22. The agency shall be responsible to depute their supervisor in Hospital to meet MS/DD/Drs/
IMO/Engineers or Maintenance In charge’s and note complaint on weekly basis.
23. Operation and Maintenance of Diesel Generator Sets & Regular update log book when power cut
and should be checked & verified by ESIC authorized person.
24. Lift operations & maintenance and Fire Fighting Operation always be updated at 24 hours.
Signature of Contractor
P
age6
INSTRUCTION TO THE TENDERERS
1. Sealed offers under two bids systems in the prescribed forms are
invited from eligible tenderers for providing Annual Repair and Maintenance services listed under scope
of services in the bid documents.
2. The amount of earnest money deposit (EMD) shall be Rs. 3,50,000/- (Rupees Three lakh Fifty
thousand only) in the form of DD/Bankers cheque /Pay Order, drawn in favour of ESI Funds A/C No. 1
payable at Manesar.
3. Tender form shall be completed in all respect. Incomplete tender or tenders without E.M.D shall be
treated as invalid.
4. Last date of submission of tenders is 28.05.2012 up to 1:00 P.M.
5. Date and time of opening of tender is 28.05.2012 at 2.30 P.M.
6. (i) Each and every page of the tender documents should bear the stamp and signature of the
authorized representative/quoting firm. Format I, II & III enclosed shall be filled without exception.
(ii) Self attested copies of valid ESIC Registration/ Employer Number and valid Employees
Provident Fund Registration number should also be enclosed with Technical Bid.
7. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in
rates, the rates written in words shall prevail.
8. The envelope containing tender document shall be sealed and bear the name of work and the name
and address of the tenderer.
9. The work site that is Hospital & staff quarters can be visited on any working day during office hours
by contacting Engineers /Estate Branch in order to have Idea of Work.
10. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders
without assigning any reason thereof.
11. Conditional tenders are liable to be rejected.
12. The tender for the work shall remain open for acceptance for a period of sixty days (60) from the
date of opening of tender.
13. These instructions shall form a part of the contract document.
14. The EMD of unsuccessful tenderers shall be refunded within one month after the award of work to
the successful tenderer.
15. Rates quoted shall be firm and fixed and are inclusive of cost of manpower, material,
machinery, tools and plant etc., all taxes (including service tax), duties and levies, insurance etc. no
escalation of whatsoever nature shall be payable.
P
age7
16. Fraud and Corruption
The Bidders, Suppliers, Contractors and Consultants, shall observe the highest standard of ethics during
the procurement and execution of such Contracts. In pursuit of this;
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
(i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of a public official in the procurement process or in contract
execution.;
(ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to
influence a procurement process or the execution of a contract;
(iii) “Collusive practice” means a scheme of arrangement between two or more Bidders, with
or without the knowledge of the borrower, designed to establish bid prices at artificial, no competitive
levels
(iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, person
or their property to influence their participation in the procurement process or affect to execution of a
contract.
(b) Will reject a proposal for award if it determines that the Bidder recommended for aware has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practice in competing
for the Contract in question.
17. Eligibility criteria: (i) The tenderer should have minimum two years experience in works of similar
nature.
(ii) The tenderers should have undertaken/completed the following work in the last 7 years.
a) One similar work of value not less than Rs. 80.00 Lakhs per annum (Equal 75% of the value of
the work to be executed) , or
(b) Two similar works, each of value not less Rs. 50.00 lakhs per annum (Equal 50% of the value
of work to be executed), or
( c ) Three similar works of value not less than Rs. 35.00 Lakhs per annum (Equal of 35% of the
value of work to be executed),or
18. The contractor on his own may divide sub groups for deployment of different categories of
manpower for ARM work for such sub-group.
Signature of Contractor
P
age8
19. (i) Minimum Nos. of workers to be deployed for AR&M work for attending day to day complaints for
maintenance purpose has been shown category wise in format III A. Workman requires on 24 hours
notice have been shown in format III A. Workers with technical Qualification and experience required
for operation maintenance and repairs of electric sub-station, have been shown in format III A.
(ii) The tenderer should have minimum man power to cover the requirement of format III A & B.
(iii) Average annual financial turnover during the last 3 financial years should be at least 30% of the
value of the work to be executed. (Copy of balance sheet signed by Chartered Accountant to be
submitted).
(iv) The tenderer would be required to establish its office with telephones within the site of the work in
the space provided by the ESIC.
20. Submission of bids: Proposals should be submitted in two separate envelopes namely, Technical
Bids and Financial Bids. The technical and financial bids duly sealed in separate envelopes must be kept
inside a single third envelope and clearly super scribed as Annual Maintenance & Operation work of 100
Bedded Hospital & 14 Nos. Staff qtrs. and works contingent there to at Manesar Envelop should be
clearly marked as Technical Bid (Envelope -I) and Financial Bid (Envelope -II). This third envelope shall
also contain the EMD.
21. Evaluation of Technical Bids: Bids received and found valid will be evaluated by the ESIC to ascertain
the best-evaluated bid for the complete work/ services under the specifications and documents. The
tenderer should take care to submit all the information sought by the ESIC in prescribed formats I & II.
a. Firm’s relevant experience and strength – Profile of agency, registration details,
experience of similar works, annual turnover, total manpower employed.
b. Qualification/ Related experience.
c. In case photo state copies of certain documents are submitted in respect of profile of the firm
in the format I & II original documents will have to be produced by the biding firm /contractor for
verification & evaluation of Technical Bid.
22. Financial Bid: The financial bid of the tenderers, whose technical bid is found to be suitable, will be
opened in the presence of only those successful tenderers, who choose to attend the opening of
financial bid. Minimum two-day notice will be given to tenderers for this purpose.
23. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who
reserves its right to accept or reject any or all the proposals without assigning any reason thereof.
(ii) The contract for the Annual Repairs and Maintenance shall be awarded to the best qualified
responsive tenderer.
P
age9
Signature of Contractor
(iii) Upon evaluation of offers the notification on award of contract will be intimated to the successful
tenderer.
24. Duly filled Tender Document shall be deposited by hand delivery in the Tender Box kept in Admin
Block on or before 28.01.2012, 1.00 PM at following address:
Medical Superintendent, ESIC Hospital Manesar, IMT Sec-03, Plot No.-41 Manesar, (Haryana)
25. OBLIGATIONS OF THE CONTRACTOR:
25.1. The contractor shall ensure full compliance with tax laws and labour laws of India with regard to
this contract and shall be solely responsible for the same. The contractor shall submit copies of
acknowledgements evidencing filing of returns every year and shall keep the Employer fully indemnified
against liability of levies/ taxes, interest, penalty etc. of the contractor in respect thereof, which may
arise.
25.2 The contractor will be under obligation to submit a certificate that he has cleared/paid all the
monthly dues of its/his employees within first fortnight of every month to their Bank A/c through ECS.
(Certificate as per annexure). Bank account of every employee of contractor deployed at ESIC Hospital
shall be furnished by the contractor. Payment of wages/salary in cash will not be allowed under any
circumstances
25.3 Medical Superintendent, ESIC Hospital Manesar shall depute officers from time to time for physical
verification of employees deployed by contractor at ESIC Hospital Premises and during verification if it is
found out that less numbers of persons are deployed at Hospital then salary of such persons shall be
deducted from date of last physical verification.
25.4 The contract with the agency which do not provide proof of payment of statutory dues will be
terminated right away by giving one months written notice.
25.5 The Managers, Supervisors & working staff to be professionally qualified and must be trained. This
work force should be on the pay roll of the Agency. The number of manpower must be atleast four times
the number of estimated work force required.
26. Delayed /late tenders for whatever is the reason will summarily be rejected.
Tender form issued to:-
---------------------------------------
(Dr. ANJU AGNIHOTRI)
Medical Superintendent
ESIC Hospital, Manesar (Haryana)
IMT SEC-03, PLOT NO.-41, HARYANA-122050
Signature of Contractor
P
age1
0
ANNEXURE – B
SCOPE OF HOUSEKEEPING WORK
Area of work: All open and covered area within the boundary of the ESIC Hospital, Manesar including
the basement and roof will be in the scope of housekeeping services to be provided by the contractor.
Cleaning Services: The aim and objective is to provide a high level of a clean, hygienic and presentable
look to the entire area. The contractor and his management team will supervise the awarded work. The
Contractor has to ensure that the staff deployed is dressed in neat and clean uniform approved by the
ESIC Hospital, Manesar. Officials of ESIC will also monitor the entire work and staff.
General Instructions:
1. All collection, storage, transportation and disposal of hospital waste shall be in accordance with Bio-
Medical Waste (management and Handling Rules of India, 1998 amended in 2000 and any other
amendments or other regulations, in this regard).
2. A detailed Hospital Waste Management Plan shall be prepared and get approval from ESIC before
start of work.
3. All infected, chemical, Radiation, Cytotoxic Health care Waste shall be segregated, collected, stored,
transported and disposed in accordance with set guidelines in safety, ensuring that it at no stage gets
mixed with general waste. Unscientific burning shall not be permitted. Different coloured
bags/containers namely green, red, yellow and puncture proof or stainless steel, lead containers shall be
used depending on the category of waste.
4. The waste shall be carefully secured or pre-treated for transportation to a common facility for
disposal.
5. Waste shall not be transferred from one bag to another. Bags should be tied when three fourths full
and then placed in a bigger bag/container for transporting.
6. Covered Trolleys should be used for transportation. Before final disposal/treatment waste should be
kept in specified location and in specific liners and containers.
7. The scope includes segregation, collection, and storage, transportation within and outside the
hospital until final disposal. All statutory rules and regulations and legal requirements are to be followed
at each stage.
General Requirements and Documentation
• Organisational structure and line of authority
• Housekeeping manual and all SOP (Standard Operating Procedures)
• List of equipments used
• Colour coding
• On job training and documentation
P
age1
1
• Description for each category of housekeeping
• Hospitable and polite with patients and hospital staff.
• PPE wherever necessary
• HBV vaccination of all the staff
• Maintaining records of
(a) Needle sticks injuries
(b) Amount of waste going out to outsourced agency
(c) Memorandum of understanding
(d) Complaint book
• Maintaining logs and checklists
• Both male and female staff should be posted in areas like wards, ICUs, casualty and OPD
• Female patients should be attended by female staff only.
• Immediate replacement of on leave staff.
• Rotation of staff if required.
(A) Daily Services:
Housekeeping/ cleaning services should be provided round the clock on all days including
holidays, so that all areas are spic and span all the time. Working hours should be adjusted in such a
manner that cleaning work in the morning should be completed well before 8.30 A.M in rooms where
work will start at 9 am. Contractor will arrange manpower for special VIP visits at no extra cost and
provide full support and cooperation during Hospital accreditation process.
Housekeeping staff has to do following activities for all of the hospital rooms of all
the departments, stores, canteen, kitchen, consultants chambers, wards, ICUs, operation theatres
,CSSD, laundry, labs, blood bank, all corridors and all covered and open areas.
(1) Cleaning, scrubbing and disinfecting bathrooms, toilets, wash basins, sanitary fittings, floors etc. of
all the areas including wards, ICUs, OT and all other departments at regular intervals on daily basis.
(2) Cleaning, sweeping, mopping with disinfectant stair cases, cabins, lobbies, reception, pantries,
kitchen, canteen, CSSD, Laundry, corridors, ceilings, office rooms, training rooms at regular intervals on
daily basis.
(3) Vacuum cleaning of all carpets and upholstered furniture
(4) Cleaning and disinfecting kidney trays, urinals, bed pans, sputum mugs, humidifiers, suction bottles
and emptying urine and drain bags whenever required.
(5) Cleaning blood spills and others such as human excrement, urine vomitus, and sterile body fluids
when required.
(6) Cleaning, dusting electrical switch boards, light fixtures, fans, air conditioner vents, name plates,
door mats, fire fighting equipments, computer systems, phones, doors, windows, furniture, window
glasses, grills, curtains etc.
(7) Cleaning of dust bins, waste paper baskets, cobwebs etc. and disposing off all collected refuse on
daily basis at regular intervals i.e. 3 times.
P
age1
2
(8) The dust bins shall be washed and garbage bags need to be placed in all garbage bins to avoid stains
and clear them when it is full.
(9) Collect garbage in specified colour coded bags from all dust bins and garbage bins existing inside the
premises and shall dispose at the designated area within the hospital.
(10) Refilling, replacing and emptying of sharp containers at all stations.
(11) Offering and assisting the patient with kidney tray, urinals, bed pans, sputum cups when required
and disposing the contents in the sluice room, clean, disinfect and keep it ready for next use.
(12) Cleaning the patients who have soiled themselves with stool, urine, vomitus with assistance
of Patient attendant / Nursing orderly / Staff nurse / Nursing sister.
(13) Washing linen which are soiled by urine, vomitus, faeces and others with 1% hypochlorite
solution and send to laundry.
(14) Spraying room fresheners in all rooms on daily basis at regular intervals.
(15) Assist in transporting dead bodies to mortuary and dispose off dead fetus and amputated limbs or
other parts to BMW collection point.
(16) Assist in fumigation of ICUs as per schedule.
(17) Cleaning, mopping, disinfecting OT floors, walls, ceilings/OT lights morning before starting case, in
between cases and terminal cleaning at the end of the day.
(18) Clean the patient’s bed, lockers, trolleys, wheel chairs and surrounding areas twice a day or when
client is discharged or when soiling occurs.
(19) Cleaning and carbonization of ICU beds, OT beds between cases.
(20) Washing of slippers in ICU’s, OT, dialysis etc.
(21) Scrubbing / cleaning of toilets, wash basins, sanitary fittings, glasses, toilets, floors, etc.
(22) Cleaning and disinfecting all vitreous fixtures including toilet bowls, urinals, sinks, toilet seats,
containers etc. Brush thoroughly to include below water level and under rims including areas at hinges
and cistern handles. Re-stock toiletries, which include liquid hand soap, toilet rolls, air fresheners,
sanitary cubes, naphthalene balls in toilets, etc. after daily check-ups in the morning, afternoons and on
call basis during daytime.
(23) Cleaning of all open areas between the building and boundary including sweeping of roads, lawns,
paths, cleaning open drains etc. as directed by the ESIC official In charge.
(24) Any additional work assigned by the sister I/C of the area where the house keeping staff has been
placed on duty. Once assigned an area the house keeping staff will be under the control and supervision
of the sister I/C on duty of that area.
P
age1
3
(B) Waste Disposal Management (Including Bio Medical Waste):
1) The contractor will prepare a flowchart indicating the method of collection / disposal, etc.
2) The contractor will teach and train his staff for the collection / disposal work. The garbage will have
to be disposed of at least thrice a day.
3) The contractor will make arrangement to collect garbage in specified colour coded bags from all
dustbins and garbage bins existing inside the premises and shall dispose the garbage at the designated
area within the hospital.
4) Supervision of collection of BMW by the outsourced agency and documenting the same.
5) Ensure that the GHMC bin is cleared daily.
(C) Weekly Services:-
The deep cleaning of the entire area will be done by the Contractor once a week as under:-
1. Dusting of entire area including windows / windowpanes/ doors / ledges, etc.
2. Thorough cleaning/sweeping/washing/mopping with disinfectant cleaners of all floors, staircases and
toilets. Scrubbing of all floors and ceramic tiles base. Cleaning of ceilings and high walls, removal of wash
stains on walls, cleaning of roofs, porches etc.
3. Cleaning of sanitary fittings, toilet drain pipes etc. in the toilets with standard cleaning material.
4. Cleaning of all windows glasses and grills with detergent/ cleaning agents.
5. Washing of outside area with High Pressure Jet machine.
6. Clean all chrome fittings, glass frames, soap holders etc. to a shiny finish.
7. The Tenderer will make a cleaning program and submit to ESIC for weekly cleaning so that ESIC’s
concerned official / In charge for the particular area can be deputed on the day of cleaning to make the
area available and supervise the cleaning work.
8. The Contractor will work in the specified area mentioned in the scope of work.
9. The Contractor will provide the duty register to ESIC as required.
(D) Pest and Rodent Control Services:
1. The Contractor shall take effective measures for Rodent and Disinfection Services including
fogging etc. in the area under contract.
2. The Contractor shall use chemicals that are harmless to humans and machines and treated area.
MSDS report of these chemicals should also be attached. These chemicals, tools required for pest and
rodent control and man power needed has to be arranged by the contractor himself.
P
age1
4
3. The Contractor will be responsible for any damage to human/machinery by any chemicals used by
him. Any damage caused to machinery/books due to rodent and disinfection services in the areas
covered under contract shall be made good by the Contractor.
4. The Contractor will submit a detailed plan for carrying out the Pest and Rodent Control Services for
the approval of ESIC Hospital Manesar.
(E) Housekeeping Monitoring and Control:
For better management and smooth services, the following monitoring mechanism will be adopted by
the Contractor:-
1. Toilets Checklist: This is to be attached on the back of the toilet door. It is to be filled up by the
Contractor supervising staff on duty daily.
2. Management / Housekeeping Service Requirements/ Complaints Report:
This is to be filled up by the management and administrative staff of the Contractor who
receive/observe the complaints/requirements for any of the services. All suggestions, complaints related
to services or staff deployed by the Contractor will be registered at site on the computer provided to the
Contractor and reported to Caretaker, ESIC. The Contractor will take immediate action to resolve the
same failing which the Penalty Clause will be invoked.
3. Housekeeping Services Complaint Register:
This register is to be completed on the basis of information received by the Housekeeping
Manager from ESIC officials through the inspection of the site, material on site, attendance sheet of the
staff, weekly report, client letter/fax/e-mail, verbal complaints from ESIC, etc. and necessary action is to
be taken.
ADDITIONAL SCOPE PERTAINING TO HOSPITAL:
1. House keeping in the hospital conditions is different than the house keeping services in other
commercial organisations. Housekeeping staff has to work between the infected patients and has to
handle dangerous infected materials and waste. Along with the routine housekeeping activities the
house keeping staff has to show his /her humanitarian concern towards the patient and provide him all
types of required help and services. Such services may be need bases and might not been included in
the general scope of work but they have to be provided by the house keeping staff if needed.
In view of the above Any work assigned by the sister I/C for the patients benefit like cleaning of
vomits, urine, stool, blood or any undesired material produced by the ill patient or helping him in
change of soiled cloths / linen or any type of need in emergency and Helping the ill patient in any type
of need is included in the scope of work.
The house keeping staff shall maintain cleanliness in the patient rooms/ward throughout the day and
shall clean the room thoroughly on patient’s discharge and keep it ready for the next arrival.
2. OPERATION THEATERS:
Operation theatres are the most important place in the hospital which needs maximum care and
cleanliness by the house keeping staff.
P
age1
5
Repeated cleaning and disinfection of the operation theatres after every operation , removal of the
biomedical waste including human body parts and soiled waste, cleaning the used soiled linen as per
SOPs of the Operation theatres and any other type of work assigned by the sister I/C of operation
theatre to the house keeping staff has to be performed efficiently.
• All the dustbins washed and lined with colour-coded bags in the morning. The trash bag shall be
changed as per schedule.
• Operation theatre walls shall be thoroughly cleaned using a specialize soap/disinfectant solution
before and after every operation.
• Floor shall be washed thoroughly mopped with a specialized soap/disinfectant solution. The entire
operation theatre floor area shall be scrubbed once a day.
• Toilets/bathrooms will be cleaned with soap solution and kept odour free using deodorizer cubes.
• The common areas, doctor’s lounge, nurses lounge, Change rooms, waiting lounge and
Inside operation theatre shall be swept and mopped in the morning and at regular intervals to keep
them clean.
• The floor scrubbing will be done in the night or as and when asked for according to the scheduled
operations and movements in that area.
3. CLEANING OF OFFICES/CONSULTANT ROOMS
• The Contractor shall remove trash from office dustbins and change the trash liner every evening
before closing hours.
• The offices shall be dry dusted and swept after the closing hours.
• Vacuum cleaning shall be done on carpets and upholstery.
• The worktables shall be cleaned with soap solution in the morning.
• The office shall be mopped with soap solution in the morning.
• Office staff rest rooms/toilets shall be cleaned using soap solution and kept odour free using
deodorizer.
4. CLEANING OF LABORATORY AND OTHER CRITICAL AREAS
• All the dustbins shall be washed and lined with colour coded bags in the morning. The trash bag shall
be changed when it is full.
• Walls shall be thoroughly cleaned using a specialized soap/disinfectant solution in the morning.
• The floor shall be thoroughly mopped with a specialized soap solution.
• The entire laboratory area shall be scrubbed at least twice in a week.
• Toilets/bathrooms shall be cleaned with soap solution and kept odour free using deodorizer cubes.
• The common areas shall be swept and mopped in the morning and at regular intervals to keep them
clean. Rotation of staff in critical areas like OT, Laboratory, and ICU & Wards may be kept at minimum.
P
age1
6
PROVISIONAL CLEANING SCHEDULE
S.No ACTIVITY FREQUENCY AENTS USED
1. OT AREA/ VERY HIGH RISK AREA 1 Garbage Removal After every case As per the BMW
guidelines
2 1st mopping Before starting 1st patient and after ever case
Germicide
3 2nd mopping Before starting 1st patient and after ever case
1% Sodium Hypochlorite
4 Garbage removal from the OT corridor
When bags are 3/4th full As per the BMW Guidelines
5 Mopping of the OT Corridor
Thrice a day Flat mop
6 Dusting of doors and windows in OT corridor
Once a day Z colour duster
7 Mopping in the OT walls Twice a day before starting and the end of the day
Bacillocid/Virux
8 Washroom & wash basins Cleaning
Thrice a day and when required
Germicide
9 Washing of Slippers Once a day Detergent
10 Washing of OT Once a week Detergent
2. ICU / HIGH RISK AREA 1 Garbage Removal Thrice a day/ When bags are
3/4th full As per the BMW Guidelines
2 Dry mop Thrice a day Feather brush
3 Dusting Thrice a day Z colour duster
4 Mopping Thrice a day Germicide
5 Washroom & wash basins Cleaning
Thrice a day and when required
Germicide
6 Washing of Slippers Once a day Detergent
7 Assist in carbolization / Fumigation When required Bacillocid
8 Scrubbing of floor/ Walls Once a month Detergents
3. MODERATE RISK AREA WARDS
1 Garbage Removal Thrice a day/ When bags are 3/4th full
As per the BMW guidelines
2 Dry mop Thrice a day Feather brush
3 Dusting Thrice a day Z colour duster
4 Mopping Thrice a day Germicide
5 Washroom & wash basins Cleaning
Thrice a day and when required
Germicide
4. CANTEEN AND KITCHEN 1 Garbage Removal Thrice a day/ When bags are
3/4th full As per the BMW Guidelines
2 Dry mop Thrice a day Feather brush
3 Dusting Thrice a day Z colour duster
P
age1
7
4 Mopping Thrice a day and when required
Germicide
5 Rodents and pest control Once a day Gum pads, Rat cages
6 Washing kitchen and canteen Once a week (Sunday) Detergent
5. PUBLIC AREA WASHROOM 1 Cleaning Every 2nd hourly Germicide
2 Washroom & wash basins Cleaning
Thrice a day and when required
Germicide
6. LOBBY 1 Garbage Removal Thrice a day/ When bags are
3/4th full As per the BMW Guidelines
2 Dry mop Thrice a day Feather brush
3 Dusting Thrice a day Z colour duster
4 Mopping Thrice a day Germicide
7. OPD AREA
1 Garbage Removal Thrice a day/ When bags are 3/4th full
As per the BMW guidelines
2 Dry mop Twice a day Feather brush
3 Dusting Twice a day Z colour duster
4 Mopping Thrice a day Germicide
5 Washroom and wash basin Cleaning Thrice a day and when required
Germicide
8. STORES (MEDICAL, SURGICAL, NON-MEDICAL) 1 Garbage Removal Thrice a day/ When bags are
3/4th full As per the BMW guidelines
2 Dry mop Twice a day Feather brush
3 Dusting Twice a day Z colour duster
4 Mopping Twice a day Germicide
5 Rodents and pest control Once a day Gum pads, Rat cages
8. MORTUARY 1 Garbage Removal Once a day/ When bags are
3/4th full As per the BMW guidelines
2 Dry mop Twice a day Feather brush
3 Dusting Twice a day Z colour duster
4 Mopping Thrice a day Germicide
9. ADMINISTRATION RECORD 1 Garbage Removal Once a day/ When bags are
3/4th full As per the BMW guidelines
2 Dry mop Once a day /when required Feather brush
3 Dusting Once a day/ when required Z colour duster
4 Mopping Once a day/ when required Germicide
5 Washroom and wash basin Cleaning Thrice a day and when required
Germicide
10. CSSD/LAUNDRY
P
age1
8
1 Garbage Removal Once a day/ When bags are 3/4th full
As per the BMW Guidelines
2 Dry mop Twice a day /when required Feather brush
3 Dusting Twice a day /when required Z colour duster
4 Mopping Twice a day /when required Germicide
5 Mopping sterile storage area (CSSD)
Once a day Virux Solution
6 Washing of sterile area (CSSD)
Once a week (saturday afternoon)
Virux Solution
7 Assist in Fumigation(CSSD) When required Virux Solution
RADIOLOGY
1 Garbage Removal Twice a day/ When bags are 3/4th full
As per the BMW Guidelines
2 Dry mop Twice a day /when required Feather brush
3 Dusting Twice a day /when required Z colour duster
4 Mopping Twice a day /when required Germicide
5 Washroom and wash basin Cleaning
Thrice a day and when required Germicide
LABORATORY
1 Garbage Removal Once a day/ When bags are 3/4th full
As per the BMW Guidelines
2 Dry mop Thrice a day Feather brush
3 Dusting Twice a day Z colour duster
4 Mopping Thrice a day Germicide
5 Cleaning of work benches Twice a day /when required 0.25% Hypochlorite
6 Washroom and wash basin Cleaning
Thrice a day and when required Germicide
7 Assist in Fumigation Once a month Bacillocid
8 Washing of Slippers Once in a week Detergent
Dilution of Wizard in all areas = 40 ml in 1 litre of water
Cleaning of spillage of Blood/Body fluids
1. Use disposable gloves.
2. Cover area with 1% Sodium Hypochlorite
3. Leave for 20 minutes
4. Collect residue with disposable paper. Wipe and discard in bag.
5. Wash surface with detergent and dry.
6. All waste, gloves, wipe, discard, seal and dispose as clinical waste/ Mops cleaning – Detergent wash and
dry.
Buckets – Detergent wash and dry
(if contaminated 1% Sodium Hypochlorite overnight rinse and dry).
Body packing services:-
The consumables shall be provided by ESIC, the Contractor shall carry out the body packing services as
directed by ESIC In charge.
P
age1
9
ANNEXURE – C
RESOURCES REQUIREMENT
A. HOSPITAL WILL PROVIDE FOLLOWING MATERIALS:
1. CLEANING MATERIALS: ALL THE CLEANING MATERIAL, SOAP SOLUTIONS, ROOM FRESHNERS,
NAPHTHALINE BALLS, DISINFECTANTS, DEODORANTS WILL BE PROVIDED BY THE HOSPITAL.
2. ALL DUST BINS AND COLOURED WASTE DISPOSABLE BAGS WILL BE PROVIDED BY THE
HOSPITAL.
B. THE CONTRACTOR HAS TO PROVIDE THE FOLLOWINGS:
1. The Contractor have to provide all the manpower, equipments, tools and tackles , their accessories
/refills pertaining to housekeeping services ( except the daily used consumable/ bins/ bags for waste
collection).
2. The contractor has to provide supervisory and management support by his own staff to get the
maximum output from the house keeping force provided to the hospital. Teaching and training for the
same has to be done by the contractor. The man and material needed for the management of the house
keeping staff will be the responsibility of the contractor. The hospital will only pay the management fee
or service charges.
3. For Pests and rodent control the contractor has to procure manpower, equipment and chemicals
used. The hospital will only pay for the services.
4. Minimum No. of Equipments, tools, tackles etc to be maintained in the hospital.
Following equipments, tools and tackles are minimum and mandatory to be provided to the
housekeeping staff by the contractor. Numbers can be increased as per requirement but payment will
only be done as per financial bid.
S.No Description Number required (Mandatory)
1 SCRUBBING MACHINE 1
2 WET/ DRY VACCUM CLEANER 1
3 HIGH PRESSURE JET 1
4 WRINGER TROLLEY 10
5 CADDY BASKET 10
6 GLASS CLEANING KIT 5
7 WET MOPS KENTACKY Minimum 15
8 WET MOPS ROUND( FOR BATH ROOMS) Minimum 15
9 SWEEPING BRUSHES ( DRY DUST CONTROL MOPS) Minimum 15
10 HARD BROOMS FOR GROUND SWEEPING Minimum 03
11 Nylon scrubbers, dusters, hard and soft brooms, buckets, squeezers
As per requirement
12 Equipments for Pest control and Rodents control As per slandered guide lines
P
age2
0
The minimum Numbers of items given above is to be kept maintained by replacement whenever
required.
Uniforms of housekeeping staff, I- Cards ,Covered trolleys, dustpans, mops, buckets, wipers, gloves,
dusters, scrubbers, sponge, brooms, brushes, safety gear etc. to be provided by the Contractor as per
requirement.
5. MAN POWER REQUIRMENT:
S. No Manpower Description Number
1 HOUSEKEEPING SUPERVISOR 3
2 HOUSEKEEPING PERSON (MALE & FEMALE) 42
3 Mali 1
(Dr. ANJU AGNIHOTRI)
MEDICAL SUPERINTENDENT
ESIC HOSPITAL MANESAR,
IMT SEC-03 PLOT NO.-41 GURGAON-122050
Signature of Contractor
P
age2
1
Format I
DETAILS OF TENDERER
Name of Work: Maintenance and Operation Work of ESIC Hospital, Manesar , GURGAON (HARYANA).
1 NAME OF TENDERING COMPANY / FIRM / TENDERER:
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_________________________________________________________________________
2 NAME OF OWNER / DIRECTORS:
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_________________________________________________________________________
3 FULL PARTICULARS OF OFFICE:
(a) Address:
_____________________________________________________________________________________
_____________________________________________________________________________________
____________________________________________________________________________
(b) Telephone No.:__________________________________________________________________
(c) Fax No.:________________________________________________________________________
(d) E-Mail Address._________________________________________________________________
4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.
(a) Name of the Bank: _______________________________________________________________
(b) Address of the Bank:
_____________________________________________________________________________________
_____________________________________________________________________________________
____________________________________________________________________________
(c) Telephone No. __________________________________________________________________
(d) Fax No.:________________________________________________________________________
(e) E-Mail Address:__________________________________________________________________
5 REGISTRATION DETAILS:
(a) PAN / GIR No.___________________________________________________________________
P
age2
2
(b) Service Tax Registration No._______________________________________________________
(c) E.P.F. Registration No.____________________________________________________________
(d) E.S.I. Registration No._____________________________________________________________
6 DETAILS OF EARNEST MONEY DEPOSIT:
(a) Amount (Rs.):___________________________________________________________________
(b) D.D. / P.O. No. and Date:__________________________________________________________
(c) Drawn on Bank:__________________________________________________________________
(d) Valid up to:_____________________________________________________________________
The above format may be used to provide requisite details
Date:
Place:
Name: Seal: Signature of Tenderer
P
age2
3
Format II
EXPERIENCE OF COMPANY
(Experience of relevant and similar work of construction, pipe laying/annual Repair and Maintenance
completed during last three years preceding March, 2010 and ongoing works) Use separate sheet for
each work.
1. Project title and Location
2. Name of the Client and Address
3. Describe area of Participation (Specific Work done/Services rendered by the applicant)
4. Period of Work Done/Services rendered for the project
5. Total cost of work/AMC cost
6. Date of start of the work and the present status
7. Any other details
NOTE:
Supporting documents like certificates from the clients in support of each of the above projects to be
furnished.
Signature of Contractor
P
age2
4
Format - III
MINIMUM MAN POWER TO BE AT SITE FOR HOSPITAL WORKS.
A. The following minimum manpower is to be deployed in daily day time shift as mentioned
against each.
S.NO CATEGORY QUALIFICATION & EXPERIENCE
Nos. DUTY HOURS.
1 Technical Engineer Diploma or Degree in Civil / Electrical Engineering with more than 2 years experience
1 Regular check and general shift duty hour.
2 Supervisor 12th pass with more than 2 years experience of ARM work
3 Regular check & Each at every shift.
3 Multi skill technician
ITI in electrical & electronics /mechanical/Fitter/welder with more than 2 years experience to related field.
3 Quick short out the problem & regular present at every shift.
4 HVAC Operator ITI in HVAC/ ELECTRONICS with more than 2 years experience to related field.
3 Quick short out the problem & regular present at every shift.
5 D.G Operator ITI in electrical & electronics with more than 2 years experience to related field.
3 Quick short out the problem & regular present at every shift.
6 Electrician ITI in electrical & electronics with more than 2 years experience to related field.
3 Quick short out the problem & regular present at every shift.
7 Plumber ITI in Plumber or with more than 2 years experience to related field.
2 Quick short out the problem & regular present at every shift.
8 Mason An Educated with more than 2 years experience to related field.
1 Quick short out the problem & regular present at every shift.
9 Mate More than 2 years experience to related field.
1 Quick short out the problem & regular present at every shift.
10 Lift Operator ITI or Diploma in Lift Technology or electrical & electronics with more than 2 years experience to related field.
4 Quick short out the problem & regular present at every shift
11 Fire Officer Diploma or Degree in Fire Alarm & Fire Fighting Course with more than 2 years experience to related field.
1 Quick short out the problem & regular present at every shift
12 Fire Technician Fire Alarm & Fire Fighting Course & with more than 2 years experience to related field.
3 Quick short out the problem & regular present at every shift
P
age2
5
13 Laundry operator Matriculate with more than 2 years experiences at laundry services
2 Wash the Cloth neat & clean & clear the all related equipments regular present at every shift.
14 Gas Technician 12th pass with more than 2 years experience of ARM work And Manifold or Gas cylinders works.
3 Quick short out the problem & regular present at every shift
16 Public Addresse Operator/ CC TV Operator
Diploma in Computer App./Info. Technology & update latest technology /knowledge of CCTV or electronics things with more than 2 years experience to related field.
1 Operate & runs all equipments & timely checked regular present at every shift.
17 Helper Matriculate with more than 2 years work experiences at ARM Works.
3 Quick short out the problem & regular present at every shift
18 Boiler Operator ITI in electrical & electronics with more than 2 years work experience to related field.
2 Quick short out the problem & regular present at every shift.
The man power may be increased or decreased by the order of Medical Superintendent.
Official working hours of Hospital is from 09.00 A.M. to 04.00 P.M. for 5 days in a week &
Saturday from 09.00 A.M. to 01.00 P.M.
Therefore, weekly rest to such workers may also to be arranged by the contractor.
The above manpower shall be available on call round the clock.
(B). whenever the need of carpenter or welder or any related person arises the same may be
arranged by the contractor. The payment of all such additional work will be on the basis of wage
Analysis and on the certificate of representative of ESIC deputed by Medical Superintendent.
NOTE: - Only Licensed/Certified Electrician & ITI qualified electrician, Pump Operators who preferably
have gained experience in similar work shall be deployed.
Preferably the other skilled worker deployed shall also be Licensed/certified. License of the
electricians to be enclosed. Other certificates of the technical qualification also to be enclosed. All the
above Staff on the Contract shall wear uniform and batches identifying their category and name in
English and Local Hindi Language.
Signature of Contractor
P
age2
6
FORMAT - IV
DETAILS OF STAFF:
S. No
Name Employee Code
Qualification ESI No P.F. No Experience in House- keeping
The above format may be used to provide employee details.
Signature of Tenderer
Date: Name: Place:
Seal:
P
age2
7
FORMAT - V
DECLARATION
1. I, …………………………………….……………………………. Son / Daughter of Shri …………………………………………...
.............................................Proprietor / Partner / Director / Authorised Signatory of ...…………………....
.......................................am competent to sign this declaration and execute this tender document.
2. I have carefully read and understood all the terms and conditions of the tender and hereby convey
my acceptance of the same.
3. The information / documents furnished along with the above application are true and authentic to
the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
Signature of Authorized Person
Date: Full Name:
Place: Company’s Seal:
N.B.: The above declaration, duly signed and sealed by the authorized signatory of the company,
should be enclosed with Technical tender.
P
age2
8
FORMAT - VI
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to
participate in the tender.
S. No
Items Confirm
1 EMD
2 Tender form with complete technical bid and Financial bid, with all pages serially numbered , signed and stamped on each page
3 Audited Balance sheet of last three years with details of annual turnover , profit/loss account etc.
4 Income tax statement of last three years with income tax clearance certificate.
5 Attested Photo copy of PAN Card
6 ESI Registration certificate copy. with last payment details.
7 EPF Registration certificate copy. With last payment detail
8 Service Tax registration certificate with details of the last payment
9 Registration certificate under central labour law authorities. Copy of valid labour licence
10 Minimum wages payment certificate from LEO.
11 Documents in support of contracts fulfilled in last 3 years along with their values in support of the experience and financial credibility.
12 Satisfactory completion of contract certificate from previous organizations.
13 Declaration as per format IV
Signature of Authorised Person
Date: Full Name:
Place: Company’s Seal:
P
age2
9
FINANCIAL BID (PART B)
Name of work: Annual Maintenance and Operation of ESIC Hospital, Manesar IMT Sec- 03 Plot No.
- 41 Gurgaon Haryana-122050.
BILL OF QUANTITY
Estimated cost:-Rs. 105.00 Lakh Earnest Money:- Rs. 3,50,000/-
Time Period:- Twelve months (12) Cost of B.O.Q.- Rs. 2000/-
SL. NO.
OPERATION & MAINTENANCE SERVICES
NOS. OF MANPOWER
COST PER HEAD PER MONTH
COST (Rs.) Per Month
1 TECHNICAL ENGINEER 1
2 TECHNICAL SUPERVISOR 3 3 HVAC OPERATOR 3 4 DG OPERATOR 3 5 ELECTRICIAN 3 6 PLUMBER 2 7 MULTI SKILL TECNICIAN 3 8 MASON 1 9 MATE 1 10 LIFT OPERATOR 4 11 FIRE OFFICER 1 12 FIRE TECHNICIAN 3 13 LAUNDARY OPERATOR 2 14 GAS TECHNICIAN 3 15 PA SYSTEM OPERATOR 1 16 HELPER 3 17 BOILER OPERATOR 2 TOTAL= 39
A=
for 12 months total Rs.
SL. NO.
HOUSEKEEPING / SOFT SERVICES NOS. OF
MANPOWER COST PER HEAD PER MONTH
COST (Rs.) Per Month
1 HK SUPERVISOR 3
2 HOUSE KEEPER (MALE & FEMALE) 42
3 MALI 1 TOTAL= 46
B=
for 12 months total Rs.
P
age3
0
SL. NO.
MISCELLANEOUS NOS. OF
MANPOWER COST PER MONTH
COST (Rs.) Per Month
1 HOUSEKEEPING, PEST CONTROL, LAUNDARY FAÇADE, CLEANING EQIUPMENT COST ETC.
L.S Not exceeding 30,000
2 For RO Material
L.S Not exceeding 20,000
3 HORTICULTURE, MANURE, PLANTS, INPLEMENTS, SEASONAL PLANTS & FLOWERS, SEEDS, SEEDLINGS, ETC.
L.S Not exceeding 5,000
4 REPLACEMENT OF LAMPS, PLUMBERING ITEMS, ELECTRICALS ITEM, CIVIL ITEMS, & OTHER ITEMS.
L.S Not exceeding 20,000
TOTAL=
C=
for 12 months total Rs.
A. Supply and Services of Workers as per schedule Format III-A
B. Supply of workers on call: - The workers listed in format III B shall be available round the clock
at the rates mentioned against each.
Maintaining an office in space provided by ESIC and attending to Repair and Maintenance work with
the above maintenance staff listed at Sl. No. 1 to 18 of format-111A with all required helpers Tools and
plant in attendance six days in the week.
Note: (i) The Contractor shall maintain an inventory and use common miscellaneous sundry materials
(Screws, nails, washers, internal fitting of taps, cap and valves, tanks, plumbing thread, safeda, clamps,
hooks, cement, and patch repairs etc.) which are required for the work the cost of which is included in
the above item.
ii) The above rates shall include the cost of any assistance of unskilled/semi skilled persons required by
the skilled workers.
Iii) Payment shall be made for the actual days of employment. Attendance will be verified by the In
charge of the ESIC Hospital where the work has been actually got done.
In case of absence of any of the above mentioned workers without providing suitable
replacement, an amount of Rs. 301 per day shall be recovered as liquidated damages per person per day
of absence.
Signature of Contractor: Seal:
Name and Address : Date:
P
age3
1
Annexure -D
GENERAL CONDITIONS OF CONTRACT
Definitions and Interpretation 1. Definitions
a) In the Contract (as hereinafter defined) the following words and expressions shall have the
meanings hereby assigned to them except where the context otherwise requires.
(I) “Employer” means the ESIC and the legal successors in title to ESIC.
(ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of
the Contract.
(iii) “Contractor” means an individual or firms (proprietary or partnership) whether
incorporated or not, that has entered into contract (with the employer) and shall include his/its heirs,
legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be
immediately notified to the employer, in writing and approval obtained for continued performance of
the contract.
(b) (i) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender,
the Letter of acceptance, the Contract Agreement (if completed) and such further documents as may be
expressly incorporation in the letter of Acceptance or Contract Agreement ( if completed).
(ii) “Specification” means the specification of the Works included in the Contract and any
modification thereof.
(iii) “Drawings” means all the completion drawings, calculations and technical information of
a like nature provided by the Engineer to be Contractor under the Contract and all drawings,
calculations, samples, patterns, models, Repair and Repair and Maintenance manuals and other
technical information of a like nature submitted by the Contractor and approved by the Engineer.
(iv) “Bill of Quantities” means the priced and completed bill of quantities forming part of the
tender.
(v) “Tender” means the Contractor’s priced offer to the Employer for the execution and
completion of the works and the remedying of any defects therein in accordance with the provisions of
the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid “and
the words “Tender Documents” with “Bidding Documents”.
(vi) “Letter of Acceptance” means the formal acceptance of the tender by ESIC.
(vii) “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause6
(viii) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to
these Conditions.
Signature of Contractor
P
age3
2
(c) (i) “Commencement Date” means the date upon which the Contractor receives the notice to
commence the works.
(ii) “Time for completion” means the time period for which the contract of Repair and
operation and Maintenance has been awarded by the employer to the contractor.
(d) “Taking over Certificate” means a certificate issued by employer evidencing successful
completion of the awarded work.
(e) (i) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the
Contractor for the execution and completion of the Works and the remedying of any defects therein in
accordance with the provisions of the Contract.
(ii) “Retention Money” means the aggregate of all monies retained by the Employer.
(f) (i) “Works” means the Permanent Works and the Temporary Works or either of them
to be executed in accordance with the contract.
(ii) “Site” means the places provided by the Employer for Repair and Maintenance of ESI
Hospital, Manesar.
(Iii) “Cost “means all expenditure properly incurred or to be incurred, whether on or off
the site, including over head and other charges but does not include any allowance for profit.
2. ENGINEER
Engineers Duties and Authority
a) The Engineer shall carry out the duties specified in the Contract.
3. Custody and Supply of Drawings and Documents
The Drawings shall remain in the sole custody of the employer/Engineer, but copies as required thereof
as per availability in the record shall be provided to the Contractor free solely for the purpose of this
contract.
4. Sufficiency of Tender
The Contractor shall be deemed to have based his Tender on the data made available by the employer
and on his own inspection and examination of this site conditions.
5. Contractor’s Employees
The Contractor shall provide on the site qualified and experienced technical staff in connection with the
Repair and Maintenance of the Works and the remedying of any defects therein. The minimum staff
shall be as per description of work mentioned in BOQ and format-III.
Signature of Contractor
P
age3
3
6. Engineer at Liberty to object.
The Engineer shall be at liberty to object to and require the contractor to remove forthwith from the
Works any person provided by the contractor who, in the opinion of the Engineer, misconducts himself,
or is in incompetent or negligent in the proper performance of his duties, or whose presence on Site is
otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed
upon the Works without the consent of the Engineer. Any person so removed from the works shall be
replaced as soon as possible by a qualified person approved by the Engineers.
7. Safety, Security and Protection for the Environment
The Contractor shall, throughout the execution and completion of the Works and the remedying of any
defects therein:
(i) Have full regard for the safety of all persons entitled to be upon the Site and keep the
Site ( so far as the same is under his control) and the Works ( so far as the same are not completed or
occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons,
and
(ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and
watching, when and where necessary or required, by the Engineer or by any duly constituted authority
for the protection of the Works or for the safety and convenience of the public or others, and
(iii) Take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods or Repair.
(a) Insurance of work by the Contractor for his liability:
(i) During the Repair and Maintenance period for loss or damage to property and life arising
from a cause for which contractor is responsible.
(ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out
by him for the purpose of complying with his obligations.
It shall be responsibility of contractor to notify the Insurance Company of any change in the nature and
extent of the works and to ensure the adequacy of the Insurance cover at all times during the period of
contract.
8. Damage to Persons and Property
The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer
against all losses and claims in respect of:
Signature of Contractor
P
age3
4
(a) Death of or injury to any person, or
(b) loss or damage to any property (other than the Works):Which may arise out of or in consequence
of the Repair and Maintenance of the Works and the remedying of any defects therein, and against all
claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof.
9. Accident or injury to Workmen:
The Employer shall not be liable for or in respect of any damages or compensation payable to any
workman for death or injury resulting from any act or default of the contractor. The Contractor shall
indemnify and keep indemnified the Employer against all such damages and compensation and
expenses whatsoever in respect thereof or in relation thereto.
10 Evidence and Terms of Insurance:
The Contractor shall take out appropriate insurance to cover his work and workers and staff employed
by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after
the respective insurance have been taken out but in any case prior to the start of work at the Site that
insurance required under the Contract have been effected.
11. Compliance with Statutes, Regulations:
The Contractor shall conform in all respects, including by the giving of all notices and the paying of all
fees, with the provision of:
a. Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or
other duly constituted authority in relation to the execution and completion of the works and the
remedying of any defects therein, and
b. The rules and regulations of all public bodies and companies whose property or rights are affected or
may be affected in any way by the works, and the Contactor shall keep the Employer indemnified gainst
all penalties and liability of every kind for breach of any such provision.
c. Any changes required for approval due to revision of the local laws.
12. Time for completion:
The Repair and Maintenance work shall be for a period of One year or as mentioned in the letter of
commencement and shall start from the date issue of letter commencement and shall stands
terminated after the expiry of One Year .
13. Extension of Time for Completion:
The Repair and Maintenance contract may be extended on the written mutual consent of both Employer
and Contractor for a further period may be up to one year. However, employer reserve it’s right to
terminate the Repair and Maintenance contract by giving 15 days notice at any time during the currency
of the contract if the services of the agency are not satisfactory as per the opinion of employer or its
representative.
Signature of Contractor
P
age3
5
14. Defect identification and its rectifications:
Agency shall immediately attend the defects and complaints noticed at site. The agency shall provide
and develop a system for regular Repair and Maintenance of all the services which includes defect
identification and its immediate rectification so, that services are not affected. It shall be the sole
responsibility of the Repair and Maintenance agency that all the services are kept in functional condition
round the clock during the currency of the contract. Defect Liability period shall be 12 months from the
date of completion of work under BOQ measurable works. The contractor shall rectify at his own
expenses any defect in the work carried out by him during this period. On failure of the contractor to do
so, the same shall be completed by the employer at the risk and cost of the contractor.
15. Liquidated damages for delay.
If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of
engineer delay is on the part of Repair and Maintenance agency, the employer can impose
liquidated damages on the contractor as detailed in the particular conditions.
16. Contractor’s Failure to carry out Instruction.
In case of default on the part of the Contractor in carrying out defect rectification works, the
Employer/Engineer and IMO Incharge shall be entitled to employ and pay other persons to carry out the
same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost
under the Contract, then all costs including panelty for delay in attending to the complaint consequent
thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the
Contractor by the Employer, and may be deducted by the Employer from any monies due or to become
due to the Contractor.
17. Instructions for Variations
(a) Quantities given in the BOQ are estimated quantities.
The quantity of any particular item may vary to any extent. Variation in quantity in particular
items or total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle
contractor to claim any extra cost.
(b) Notice to be given by the contractor for execution of Planed civil and electric works :-
It shall be duty of the contractor to give notice of at least three working days for execution of
planned civil Works like whitewashing, painting, replacement of window glass panes which is other than
day to day maintenance jobs so that prior sanction may be obtained to start the work and also to check
the quality of materials to be used. If no notice is given, the work executed will not be considered for
payment.
Signature of Contractor
P
age3
6
MEASUREMENT
18. Works to be measured
The Engineer shall determine by the measurement of the value of actual work done in accordance with
the Contract and the Contractor shall be paid proportionately. Part rate shall be made for any part of
BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of Lump Sum items
and to decide the part rate for any particular item. Incase over- time working of staff under item no. 1 is
required, specific instructions of the engineer is to be obtained. Payment shall be made at applicable
overtime rates.
19. Method of Measurement
The works shall be measured net, notwithstanding any general or local custom, except where otherwise
provided in the Contract.
CERTIFICATES AND PAYMENTS
20. Monthly Statements
The contractor shall submit a bill in 3 copies to the Engineer by 7 th day of each month for the work
executed up-to the end of previous month in tabulated form approved by the Engineer, showing the
amounts to which the Contractor Considers himself to be entitled. The bill must be supported with the
following documents:-
a. Attendance sheets duly verified by ESIC’s In charge along-with salary certificates, wages sheets of all
the workers and staff deployed against item No.’ A’.
b. Certified bills miscellaneous materials purchased under different head against item no. ‘A’. c.
Details of defects/complaints attended and rectified within time.
d. Details of complaints attended late.
e. Test certificate of materials used and tests carried out for quality control as required by the
specification and the Engineers.
f. Monthly certificates from ESIC’s In charges of Hospital regarding satisfactory attending of complaints
on the format enclosed as enclosure –V.
21. Deduction of Income Tax
The amount to be deducted towards the advance income tax shall be at the rate applicable.
22. Monthly Payments
After submission of monthly bill complete in all respects by the contractor, Engineer shall check the bill
with the help of contractor and certify for payment within 15 days.
Signature of Contractor
P
age3
7
23. Performance Guarantee
Within two weeks of award of work, the Contractor shall submit a Performance Security for proper
performance of the contract in the format enclosed as Enclosure –III for an amount of Rs.7,50,000/- (Rs.
Seven Lakh Fifty Thousand Only/-). The performance guarantee shall be valid for the duration of the
contact period plus 60 days.
The performance security can be encashed by the Employer to recover any amount which is
payable by the contractor to the Employer on any account for a cause arising out of the contract.
24. Correction of certificates
The Engineer may issue Interim Payment Certificate and can make any correction or modification in any
previous interim payment Certificate which has been issued by him, and shall have authority, if any work
is not being carried out to his satisfaction, to omit or reduce the value of such work in any Interim
Payment Certificate.
25. Final Certificates
Within 28 days after receipt of the Final Statement, and the written discharge, the Engineer shall issue
to the employer (with a copy to the Contractor) a Final Certificate stating:
a. The amount which, in the opinion of the Engineer, is finally due under the contract, and
b. After giving credit to the Employer for all amounts previously paid by the Employer and for all sums
to which the Employer is entitled under the Contract.
26. Default of Contractor
26.1 If the performance of the contract and is not satisfactory and not corrected within 15 days of
receiving notice, then employer shall be at liberty to terminate the contract and get the work executed
through other means at the risk and cost of the Contractor.
26.2 Payment on Termination
In the event of termination of the contract, employer shall be at liberty to get balance work done at the
risk and cost of the contractor and due payment of the contractor, if any, shall be released after the
completion of whole of the works.
27. Amicable Settlement of Dispute
The party shall use their best efforts amicably all disputes arising out of or in connection this contract or
the interpretation thereof.
Signature of Contractor
P
age3
8
28. Arbitration
Any dispute and differences relating to the meaning of the specifications, designs, drawings and
instructions herein before mentioned and as to the quality of workmanship of materials used in 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 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 completion or abandonment thereof in respect of which:- Amicable
settlement has not been reached.
Shall be referred to the Sole Arbitration of the Medical Superintendent, ESICH, Manesar who shall
proceed as per the Arbitration Act.
28.1. The work under the contract shall continue, during the Arbitration proceedings.
28.2. The award of the Arbitrator shall be final, conclusive and binding on both the parties.
Signature of Contractor
P
age3
9
ANNEXURE- E
Particular Conditions of Contract
CPWD specifications shall be followed. Where not available, BIS/Engineering practice as
directed by the Engineer shall be followed.
Complaints shall be made in the format(Enclosure-1)
A complaint register (format at Enclosure-II) shall be maintained in the Repair and Maintenance
Office of the contractor in which all complaints received shall be documented.
Formats of Performance Guarantee and Contract Agreement are at Enclosure III and IV
respectively.
All emergent Repair and Maintenance related complaints shall be attended to within twenty
fours and routine/non emergent repairs shall be attended within 48 hours hour failing which a
recovery of Rs. 100 per event per day shall be made from the subsequent payment certificate of
the contractor.
In the event of failure to attend the complaint within 3 days IMO In charge will get the work
done at the risk and cost of the agency who has been allotted the AR & M work. The
expenditure for the repair & maintenance including cost of material and incidental expenditure
incurred for such repairs and penalty levied on account of failure of Agency will be deducted
from the subsequent payment/pending dues/security deposit of the AR&M agency.
The Sewer-man shall ensure that all lines are maintained in a clean condition by carrying
out preventive cleaning of all lines at least once each month.
As the work will have to be carried out in building and area in use the contractor shall ensure:-
1. That the normal functioning of ESIC activity is not effected as far as possible.
2. That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.
3. That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of
each day’s work.
4. The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their
part of work. He shall be responsible for their conduct. The staff should behave in a courteous
manner. The contractor is held responsible for any loss or damage to ESIC property.
5. The contractor shall ensure safety of his workers and others at site of work and shall be responsible
for any consequence arising out of execution of the Repair and maintenance work.
6. When instructed to do so, the contractor shall ensure proper record keeping and storing of
irreparable/dismantled material.
7. Water and electricity shall be made available free of cost at nearby source of work. The contractor
has to make his own arrangement for use of the same including drawing temporarily lines etc. The
responsibility for following relevant rules, regulations and loss in the regard shall be entirely that of the
contractor.
Signature of Contractor
P
age4
0
ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT
For the services to be operated and maintained by the Contract for which lump sum amounts
have been quoted, the following shall apply:-
Operation and Maintenance of 11 KV/440 Volts Sub-stations, Pumping Systems etc.
All the above plant and equipments etc. shall be taken over after recording the complete details of
make, date of manufacture etc. including their running conditions.
During the contract period, the same shall be operated and maintained by the Contractor including
supply of all spares, materials, labour, T&P etc. and including consumables like Engine oil, transformer
oil etc. complete. The maintenance and operation shall meet all the requirements of the concerned
statutory authorities. At the end of the Contract Period, the equipments/system shall be handed over
back to ESIC in the condition in which they were taken over, normal wear and tear accepted.
Note:- All breakdowns/faults shall be attended to immediately and rectified promptly.
Only genuine/original spare parts shall be used while carrying out the maintenance work. Any major
repair involving overhaul of engine, rewinding of motors, replacement of major
Components like compressor etc. are excluded from the scope of work and shall be paid for on actual.
However, if the repairs/replacement arises out of negligence of the Contractor or his staff, the same
shall be carried out by the Contractor at his own cost. Prior approval of the Engineer is to be obtained
for any such major repair/replacement skilled & safety devices are to be used for operation &
maintenance of Elect stairs & equipments & pumps and all electrical accessories. In case of lapse in
performing above duties & negligence in operation of equipments resulting in accidents/loss of life/
damage to equipments etc. It will be responsibility of the contractor to bear all losses at his own risk &
cost.
The contractor shall depute qualified and experienced staff for running and maintenance of the
Systems/Equipments.
The contractor shall follow all instructions conveyed to him by the concerned ESIC officials
regarding maintenance of the above.
Horticulture:-
The garden, lawn, potted plant etc. shall be taken over after listing out the same. The same shall be
maintained for the contract period. During this period, all inputs like manure, replacement of plant,
watering, clearing weeds, trimming, housekeeping etc. including all material labour and tools,
replacement plants etc. shall be provided so that the garden is maintaining in a neat and healthy
condition. The same shall be handed back to ESIC in such condition at the end of the contract period.
Signature of Contractor
P
age4
1
ENCLOSURE - I
COMPLAINT REGISTRATION FORM
Date: _____________
Time: _____________
Nature of complaint: ___________________________________________________________________
Signature of Contractor: ___________________
Name and Address: ______________________
_____________________________
Complaint attended.
Date: ___________
Time: __________ From: ______________ To: ________________________
Certified that the complaint has been satisfactorily attended.
Contractor Complainant
Date:
To be submitted along with running bills.
Signature of Contractor
P
age4
2
Enclosure -II
MAINTENANCE COMPLAINT REGISTER
Sl.No. Date & Time
Complainant Nature of complaint
Complaint attended Date & Time
Remarks Signature of Contractor
Signature of Contractor
P
age4
3
Enclosure – III
Monthly report in respect of attending of the complaints
Name of Hospital……………………………….
It is hereby certified that M/s ……………………………………………………. has attended all the complaints sent to
the agency up to the month of …………………. 2012/2013.
Complaints received during the previous month of...……… ……2012/2013 have been attended to
satisfactorily and no complaints is pending.
Date…………
SIGNATURE OF ESIC/ENGINEER-INCHARGE
Stamp
Signature of Contractor
P
age4
4
Enclosure –IV
Monthly Attendance in Daily Wise
Shift:
Shift Timing: DD/MM/YYYY:
Sl. No.
Name Designation IN time Out time Rmks.
Supervisor Technical Engineer/Head ESIC IN Charge
Note (i) Indicates ESIC/ Engineer /Maintenance In charge who will verify the attendance of staff
deployed for category 1 to 18 listed in format -IIIA.
(ii) Always check the Man power every & each Shift who will present in shift in charge & verified by ESIC.
(iii) When the manpower not came the duty cross (absent) the attendance sheet.
Signature of Contractor
P
age4
5
Enclosure - V
FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND
1. In consideration of the ESIC having agreed under the term and conditions of the Agreement No.-
……………………… dated ……………………….made between ESIC and Second Party (hereinafter the said
Construction Agency ………………………………………………………………….. for the work …………………...here in after
called the said agreement ) to production of irrevocable bank guarantee for Rs……………………………………….
(Rupees…………………………………………………………………………………………………………………………………………) as a
security/Guarantee from the Construction Agency for compliance of his obligations in accordance
with the terms and conditions in the said agreement, We…………………………………………………………………………
(Hereinafter referred as to “the Bank” hereby) (Indicate the name of the bank)Undertake to pay to the
ESIC an amount not exceeding Rs…………………………………….. (Rupees ………………………………………………………
……………………………………………………………………… only) on demand by the ESIC.
2. We ………………………………………………………………………. do hereby undertake to pay the amounts due and
payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the
amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any
such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank
under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs…………………………… (Rupees………………………………………………………………………………………….only).
3. We, the said bank further undertake to pay to the ESIC any money that is demanded
notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending
before any court or Tribunal relating thereto, a liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of a liability for payment there
under and the Second Party shall have no claim against us making such payment.
4. We ………………………………………………………………………………….. further agree that the guarantee herein
contained shall remain in full force and effect during the period that would taken for the performance of
the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by
virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-
Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have
been fully and properly carried out by the said Second Party and accordingly discharges this guarantee.
5. We………………………………………………………………………………(indicate the name of Bank) further agree with
the ESIC that. The ESIC shall have the fullest liberty without our consent and without effecting in any
manner our obligations hereunder to very any of the terms and conditions of the said agreement or to
extend time of performance by the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or
Signature of Contractor
P
age4
6
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved
form our liability by reason of any such variation, or extension being granted to the said contractor or
for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said
contractors or by any such matter or thing whatsoever which under the law relating to sureties would,
but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.
7. We ……………………………………………………………………………lastly undertake not to revoke this guarantee
except with the previous consent of the ESIC in writing.
8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by ESIC.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs…………
………………….. (Rupees ……………………………………………………………………………………………………………………….only)
and unless a claim in writing is lodged with us within six months of the date of expiry of the extended
date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Date the …………………………………………… Day of ………………………………For …………………………………………………….
……………………………………………………… (Indicate the name of bank).
Signature of Contractor
P
age4
7
Enclosure – VI
DETAILS OF THE EXISTING CONTRACTS:
Name and Address of the Organization, Name, Designation and Contact Telephone / Fax No. of the Officer concerned
Details regarding the Contract Including total Manpower deployed
Value of Contract (Rs.)
Duration of Contract
From
To
DD/MM/YYYY
DD/MM/YYYY
A
B
C
Additional information, If any
The above format may be used to provide requisite details.
Signature of Tenderer
Date: Name:
Place: Seal:
P
age4
8
Enclosure – VII
CONTRACT AGREEMENT
1. This CONTRACT (hereinafter called the “Contract”) is made the….......................... Day of the
month of …....................... 2012 between Employees’ State Insurance Corporation , Hospital Manesar
Gurgaon, IMT Sector- 03, Plot- 41 Haryana- 122050 on the one hand (hereinafter called the Employer)
and on the other hand …........................................................................................... (Hereinafter called the
Contractor).
Whereas
a. The Client has accepted the offer of the Contractor to provide certain services for the maintenance
of ……………………………………..….........................................................................................................................
….....................................................................................................................................................................
........................................................................................................................................................................
........................................................................................................................................................................
b. The Contractor, having represented to the client that they have the required professional skills,
personnel and technical resources, have agreed to provide the services on the terms and conditions set
forth in this Contract Agreement.
Now therefore the parties hereto hereby agree as follows:
c. The following documents attached hereto shall be deemed to form an integral part of this Contract:
1
Notice Inviting Tender & Instructions to Tenderers.
Annexure ‘A’
2 Scope of work. Annexure ‘B’
3 Resources Requirement. Annexure ‘C’
4 General Conditions of Contract. Annexure ‘D’
5 Particular Conditions of Contract along with Enclosure I, II , III, IV, V, VI & VII.
Annexure ‘E’
6 Details of Tenders, Experience of company, Minimum Manpower, Details of Staff, Declaration, Checklist.
Format I, II, III, IV, V, & VI.
7 Bill of Quantities for Operation & Maintenance, Housekeeping, & Miscellaneous works.
Financial Bid (Part B)
Signature of Contractor
P
age4
9
2. The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the
Contract, in particular:
a. The Consultants shall carry out the services in accordance with the provisions of the provisions of the
contract; and
b. The Client shall make payments to the Consultants in accordance with the provisions of the contract.
In witness whereof, the parties hereto have caused this contract to be signed in their respective names
as of the day and year first above written
FOR AND ON BEHALF OF [CLIENT]
(Dr. ANJU AGNIHOTRI)
MEDICAL SUPERINTENDENT
ESIC HOSPITAL MANESAR,
IMT SEC-03 PLOT NO.-41 GURGAON-122050
FOR AND ON BEHALF OF [CONTRACTOR]
………………………………………………………………………….
…........................................................................
…………………………………………………………………………
Witness Person
1. ……………………………………………
2. ………………………………………………
3. ………………………………………………
Signature of Contractor