tender document for annual repair & maintenance …

57
Page1 EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD-24 (Ministry of Labour & Employment, Govt. of India) TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE (ARM) OF ELECTRICAL WORKS

Upload: others

Post on 04-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

EMPLOYEES’ STATE INSURANCE

CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD-24 (Ministry of Labour & Employment, Govt. of India)

TENDER DOCUMENT

FOR

ANNUAL REPAIR &

MAINTENANCE (ARM)

OF ELECTRICAL WORKS

Page 2: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Electrical Date: 7

th August, 2014

TENDER NOTICE / निविदा सूचिा Duly sealed Tenders are invited from reputed agencies under two-bid systems for Annual Repair and

Maintenance Services of Electrical Works for a period of one year at following sites:-

ESIC MODEL HOSPITAL Bapunagar

ESIC Staff Quarters, Opp. Model Hospital Bapunagar

D-16, Dispensary near Anil Starch Mill, Bapunagar

D-17, Dispensary near Manchhai Masjid, Saraspur

D-18, Dispensary, Opp. Indian Hume Pipe, Saraspur

D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur

D-25 Dispensary near Hathikhai, Gomatipur

The summary of the Tender is as under:-

Name of

Work

Estimated

Annual

Cost

Cost of

Tender

Document

Amount

of

Earnest

Money

Deposit

Amount of

Performance

Security

Money

Sale of

Tender

Document

Last date

of tender

submission

Tender

Opening

date and

time

Annual

Repair and

Maintenance

Services of

Electrical

works of

ESIC Model

Hospital

Bapunagar

Ahmedabad,

its staff

colony and

dispensaries

as per above

details

Rs. 42.00

Lakhs

Rs. 2000/-

(Non-

refundable)

Rs.

84,000/-

only

Rs. 2.10

Lakhs or 5%

of final

contract

value

whichever is

more

On any

working

day from

08/08/14

to

01/09/14

between

10.00 AM

to 4.00

PM and on

Saturdays

and

02/09/14

from 10

AM to 1

PM

02/09/2014

up to 2.00

PM

02/09/2014

at 2.30 PM

The tender form can be purchased from the Construction Branch of the Hospital by making a payment

of prescribed fee through demand draft/banker‟s cheque payable in favour of “ESIC Fund Account No. 1”

payable at „Ahmedabad’. Tender document can also be downloaded from the ESIC Headquarters website

www.esic.nic.in under „Tenders‟ tab and may be submitted along with prescribed tender form fee by stipulated

date & time. Duly filled and sealed tenders are to be dropped in the tender box available in the chamber of the

Dy. Medical Superintendent. The interested parties may remain present during opening of the tenders. A pre-bid

meeting will also be held at the ESIC Model Hospital Bapunagar to clarify queries, if any, of the tenderers on

21/08/2014.

Medical Superintendent

ESIC Model Hospital Bapunagar

Page 3: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Electrical Date: 7

th August, 2014

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

and conditions.

THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING:-

I. Notice Inviting Tender

II. Eligibility Criteria

III. General Scope of Services

IV. General Instructions to Tenderers

V. General Instruction to Bidders

VI. General (Commercial) Conditions of Contract

VII. Special Conditions of Contract

VIII. Technical Bid with prescribed formats

IX. Undertaking

X. Checklist

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

Medical Superintendent

ESIC Model Hospital Bapunagar

Page 4: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

PART-I

NOTICE INVITING TENDER

Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad invites sealed

Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

Services as per following details: -

Sl.

No Description Details

1 Name of Work Annual Repair and Maintenance Services of Electrical works

2 Sites of Work:

ESIC MODEL HOSPITAL Bapunagar

ESIC Staff Quarters, Opp. Model Hospital Bapunagar

D-16, Dispensary near Anil Starch Mill, Bapunagar

D-17, Dispensary near Manchhai Masjid, Saraspur

D-18, Dispensary, Opp. Indian hume pipe, Saraspur

D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur

D-25 Dispensary near Hathikhai, Gomatipur

3 Estimated Cost: Rs. 42.00 Lakhs (Rupees Forty Two Lakhs only)

4 Period of Contract: Twelve (12) Months

5 Earnest Money

Deposit:

Rs. 84,000/- (Rupees Eighty Four Thousands only) to be deposited

along with bid, through Demand Draft/Banker‟s Cheque favoring ESI

Fund A/c No. 1, payable at Ahmedabad. Please note that Bids

received without the EMD will not be considered and will be

summarily rejected.

6 Cost of Tender:

Rs. 2,000/- (Non-refundable) by Demand Draft/Banker‟s Cheque in

favor of 'ESI Fund A/c No. 1' Payable at Ahmedabad. In case tender

form is downloaded from the website, Demand Draft/Banker‟s

Cheque towards cost of tender must be enclosed with bids in separate

cover. It is made clear that bids received without the cost of

tender will not be considered and summarily rejected.

7 Date of submission

of Tender:

Up to 2:00 PM on 02/09/2014 in the tender box kept in the chamber

of Dy. Medical Superintendent, at 2nd

Floor, ESIC Model Hospital

Bapunagar, Ahmedabad (Gujarat).

8 Date of opening of

Tender:

The tenders shall be opened in the presence of the tenderers who

choose to be present on 02/09/2014 at 2:30 PM. In case, 02/09/2014

is declared a public holiday, tenders shall be received & opened as per

above schedule on next working day.

9 Tender Document:

Tender document containing terms & conditions can be obtained in

person from Construction Branch of ESIC Model Hospital

Bapunagar, Ahmedabad (Gujarat) on submission of a Demand

Draft/Banker‟s Cheque of Rs. 2000/- (non-refundable) in favour of

“ESIC Fund A/c No. 1” on all working days (except Sunday and

closed/Public Holidays) between 10.00 AM to 4.00 PM w.e.f.

08/08/2014 to 01/09/2014 and up to 1.00 PM on Saturdays and on

02/09/2014.

Page 5: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

OR

The tender document can 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 of Rs. 2000/-

payable at Ahmedabad in favour of the “ESIC Fund Account

No.1” towards cost of tender while submitting the tender.

10 Minimum Eligibility

Criteria:

The Tenderers should have and submit:

(a) EMD in the form of Demand Draft/Banker‟s Cheque for Rs.

84,000/- as detailed above.

(b) Tender Document Cost in the form of bank demand draft /

banker‟s cheque of Rs. 2000/- in case the tender document has been

downloaded from the website.

(c) Copy of PAN/TAN/TIN,

(d)Clause by Clause compliance demonstrating substantive

responsiveness to the commercial condition by signing and stamping

on all the pages of the original bid document.

(e) Labour License under the Contractor Labour (R&A) Act 1970,

(f) Certificate of Incorporation/ Registration of Firm Certificate/

Memorandum and Articles of Association/Partnership Deed/

Proprietorship Deed/ Declaration of Proprietorship etc in support of

legal entity of the Tenderer, as the case may be,

(g) Copy of Income Tax Return for last three Financial Years,

(h) Copy of Service Tax Certificate,

(i) Copy of Sales Tax/ VAT Certificate.

(j) Sealed, Signed & Separate Technical Bid/Tender Form,

(k) Sealed, Signed & Separate Price/Financial Bid Form,

(l) Letter of Authorization to attend bid opening for representative, if

any.

(m) All the Formats forming part of this tender document duly filled,

(n) Experience certificate of similar work / Agreement / Work Order

and detail of running contracts as per the eligibility criteria laid down

in tender document,

(o) Satisfactory Certificate of similar nature of work,

(p) Undertaking should be typed on agency letterhead as per Tender.

(q) Annual Turnover of company during last three financial years

certified by Chartered Accountant.

(r) ESI Registration Certificate, as applicable.

(s) EPF Registration Certificate, as applicable.

(t)Registered as Electrical Contractor under the CPWD/State

PWD/MES/Railways or any other Government Body and a

documentary certificate to that effect.

(u) Affidavit certifying that the Agency has not been blacklisted by

CPWD / State PWD / MES / Railway and any other Government

Body.

(v) Copy of Solvency certificate from Bank.

(w) Details of Captive Manpower in the prescribed format.

Page 6: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age6

11 Technical Eligibility

criteria

Experience of having successfully completed similar works during

last 7 years as on 31/07/2014 should be either of the following:-

i. Three similar completed works costing not less than the

amount equal to 40% of the estimated cost i.e. Rs. 16.8

Lakhs.

Or

ii. Two similar completed works costing not less than the

amount equal to 50% of the estimated cost i.e. Rs. 21

Lakhs.

Or

iii. One similar completed work costing not less than the

amount equal to 80% of the estimated cost i.e. Rs. 33.6

Lakhs.

12 General Instruction

All the documents and photocopies submitted by Tenderer / bidder

should be attested, legible, signed and stamped by authorized

signatory; otherwise the bid is likely to be rejected.

13 Details of work of

Scope

The Contractor is required to carry out Electrical works as per

approved estimate and guideline of Engineer-in-charge/ESIC.

Detailed scope of work has been placed in Part-III of this tender

document.

14 Bid/Tender Validity

The prices quoted shall remain valid for 90 days from the date of

opening of the Bid and in respect of accepted bid the prices quoted

shall remain valid for 180 days.

15 Performance

Security Deposit

The bidder shall furnish a Performance Security for an amount equal

to Rs. 2.10 Lakhs or 5 % of final contract value whichever is

more through a Demand Draft/Banker‟s Cheque in favour of “ESIC

Fund A/C. No–1”, Payable at Ahmedabad. The performance security

can be forfeited to recover any amount, which is payable by the

contractor on account of any clause arising out of the contract. It will

be released after successful & satisfactory completion of the Contract

and Defect Liability Period. No interest shall be paid on this

performance security deposit.

16 Annual Turnover

Average Annual Financial Turnover during the last 3 years, ending

31st March of the previous financial year, should be at least 30% of

the estimated cost i.e. Rs. 12.6 Lakhs.

17 Pre Bid Meeting

A Pre-bid meeting will be held on 21/08/2014. Tenderers are advised

to send their queries to [email protected] at least 7 days in

advance before pre bid meeting.

Page 7: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age7

PART-II

ELIGIBILITY CRITERIA

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

Body as Electrical Contractor.

2. Experience of having successfully completed similar works during last 7 years as on 31/07/2014

should be either of the following:-

i. Three similar completed works costing not less than the amount equal to 40% of the

estimated cost i.e. Rs. 16.8 Lakhs.

Or

ii. Two similar completed works costing not less than the amount equal to 50% of the

estimated cost i.e. Rs. 21 Lakhs.

Or

iii. One similar completed work costing not less than the amount equal to 80% of the

estimated cost i.e. Rs. 33.6 Lakhs.

3. The similar nature of works means that the applicant should have completed the Electrical Works

including the Repair and Maintenance works and operation of such plants, equipments etc.

4. The tenderer would be required to establish his office within the site of the work in the space

provided by the ESIC MODEL HOSPITAL Bapunagar Ahmedabad and manage all the premises

from there.

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

financial year, should be at least 30% of the estimated cost i.e. Rs. 12.6 Lakhs.

6. The tenderer must be registered with the following statutory authorities and must also furnish attested

copies of supporting documents:-

a. ESIC (as applicable), EPF (as applicable), INCOME TAX and SERVICE TAX

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

c. Any other registration, which is mandatory for such agencies stipulated by concerned

authorities from time to time.

7. The following documents must be submitted along with tender:-

a. Audited Balance Sheets of last three years along with Income and Expenditure statement /

Profit &Loss Account & Audit reports.

b. Income tax returns of last three years with Income Tax Clearance certificate.

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

three years.

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

work. A Full list of the employees, viz., name, age, employee code, designation and experience in the

field of Electrical works, PF, ESI details etc. should be attached with the Technical Bid. Document in

support of Service tax, ESI, EPF deductions (as applicable) and details of the health and safety

measures, the tenderer takes for his workers should also be attached with the technical bid.

9. The tenderer should have at least 17 Nos. of captive manpower on his payroll on the day of filing the

tender. The tenders having captive manpower less than 17 will be rejected. Details of captive

manpower should be submitted in the prescribed format along with Technical Bid.

10. Medical Superintendent reserves the right to withdraw/relax this eligibility criteria and in such a

situation the tenderer will be given sufficient time to take the changes into account. However, no

relaxation will be given as far as statuary requirements are concerned, explicitly or implicitly.

Page 8: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age8

Part-III

GENERAL SCOPE OF SERVICES

Round the clock Operation and Repair & Maintenance of Electrical works of buildings and

equipments of hospital, staff quarters & dispensaries will include but will not be limited to:

1. Replacement of fuses (all types), repair/replacement of faulty switches, holders, screws etc.

2. Maintenance of all stairs case wiring and Street light & high mast lights.

3. Oiling, greasing of fans (ceiling and exhaust) as and when required.

4. Repair and replacement of wiring, tube lights, bulbs, chokes, starters etc.

5. Rewiring of circuit wiring / point wiring on need basis.

6. Checking of Earthing system and making it functional and effective.

7. Electrical maintenance of Water pumps, bore-wells, motors, submersible pumps and

general electric equipments

8. Electrical maintenance works including HT/LT Panels, relays, internal

wiring, signage, staircase lights etc.

9. Operation for Electric substations HT/LT Sub Station, HT/LT Transformers & HT/LT Panels,

Capacitors UPS, Relays, CCTV, PA System, Fire Alarm & Fighting System, Pump Room,

HVAC system, Gas Manifold Room, Lifts Services, & other electro-mechanical equipments.

10. The agency shall maintain all the log book of electromechanical equipments like as DG sets,

HVAC system, HT meter, LT reading etc.

11. Maintenance of Manpower Muster Roll & Wage Register.

12. Whenever, services of a Senior Electrical Engineer are required at site, the agency shall

provide the same.

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

work at site are to be provided by the Contractor free of cost.

14. The Agency shall have to display on sign board, the name of work, office name and also

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

with Telephone Nos.

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

maintenance works.

16. The work will be executed on Bill of Quantity basis.

17. The agency should maintain all possible safety precaution for its labourers.

18. Lift operator & Fire Fighting Operator shall always be prepared for emergency services and

they must be trained for such situation.

19. Agency will provide Uniform, Identity Cards, Name bearing Plates etc to each and every

deployed Staff.

20. Any other works as and when directed by the authorized person from ESIC other than

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

Page 9: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age9

PART-IV

GENERAL INSTRUCTIONS TO TENDERERS

1. All the interested parties are advised to go through this tender document carefully as it may

contain some terms and condition, which may be different from other similar tenders.

2. Eligible and willing agencies may visit the sites to get assess the work on any working day

between 10.00 AM to 03.00 PM and on Saturday from 10.00 AM to 12.00 PM by taking due

permission from the Deputy Director or Medical Superintendent, ESIC Model Hospital

Bapunagar, Ahmedabad.

3. Sale of Tender form will begin from 08/08/2014 from 10.00 AM onwards.

4. Last date of submission of tenders is 02/09/2014 up to 2.00 PM.

5. The Tender will be opened at 2.30 PM on 02/09/2014 at ESIC Model Hospital, Bapunagar,

Ahmedabad in the presence of the authorized representatives of the tenderers, who wish to be

present at that time.

6. A pre-bid meeting will be held at the ESIC Model Hospital, Bapunagar, Ahmedabad to

clarify queries of the tenderers on 21/08/2014 at 02.30 PM. Tenderers are instructed to send

their queries to [email protected] at least 7 days in advance prior to pre-bid meeting.

7. The Tenders are to be submitted as per two-bid system i.e. Technical bid and Financial Bid.

8. TECHNICAL BID should contain the supporting documents in support of the eligibility

criteria, experience, satisfactory performance, undertaking as per instructions, work plan and

list of the equipments, tools and tackles required for the job.

9. FINANCIAL BID should contain the rates quoted for the items / services to be provided as

per instructions given in the tender document. The tenderer shall quote for all the items of

Financial Bid, failing which the bid shall be considered non-responsive, incomplete and will

be summarily rejected.

10. Rates for all the items shall be quoted in the FINANCIAL BID of this tender form and the

amount for each item should be worked out and requisite totals be given. Special care should

be taken to write the rates in figures in such a way that interpolation is not possible. The

total/final amount should be written both in figures and in words.

11. Both the bids should be submitted in two separate sealed envelopes super scribed as

“TECHNICAL BID FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL

WORK” and “FINANCIAL BID FOR ANNUAL REPAIR & MAINTENANCE OF

ELECTRICAL WORK”.

12. Earnest Money Deposit to the tune of Rs. 84,000/- in the form of Demand Draft or Bankers‟

Cheque only of any scheduled bank bearing a date after the date of advertisement shall

accompany the TECHNICAL BID. All sealed envelopes should be put in a third sealed

envelope and should be super scribed “TENDER FOR ANNUAL REPAIR &

MAINTENANCE OF ELECTRICAL WORK”. Sealed tenders should be addressed to the

Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

13. The completely filled Tender should be dropped in the Tender Box kept in the office of the

Dy. Medical Superintendent, ESIC Model Hospital, Bapunagar, Ahmedabad by the stipulated

date and time.

14. Tender submitted or received after the closing date and time will not be considered. Also, in

Page 10: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

0

the absence of EMD, the tender will be summarily rejected. No other mode or

adjustment against any Old Security Deposit or EMD will be allowed in lieu of EMD of

this tender. Also, in case of tender document downloaded from website, in the absence

of tender document fee, the tender will be summarily rejected.

15. Tender form shall be completed in all respect. Incomplete tender or conditional tenders shall

be treated as invalid and will be summarily rejected.

16. Each page of the Tender document and papers submitted alongside, should be numbered,

signed and stamped by the authorized signatory as a token of acceptance of the terms and

conditions laid down by the ESIC Model Hospital.

17. All entries in the Tender form should be legible and filled clearly. Any overwriting or

correction which is unavoidable has to be signed by the authorized signatory.

18. The Technical Bid will be scrutinized by the Technical Evaluation Committee (TEC) as

constituted by the Medical Superintendent to check all requisite and relevant documents and

their authenticity. The Tenderers, whose Technical Bids are accepted will be informed about

the date and time of opening the Financial Bids.

19. The financial bid of the tenderers, who qualify in the technical bid, will be opened in the

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

bid.

20. The Earnest Money Deposit will be refunded to the unsuccessful tenderer only after

finalization of the contract. In case of the successful tenderer EMD will be refunded after

receipt of the performance security deposit. No interest will be paid on the EMD.

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

respect of accepted bid the prices quoted shall remain valid for 180 days.

22. No Tenderer will be allowed to withdraw his tender after submission during the bid validity

period (180 days). In case the tenderer does not honour his bid, the EMD submitted by the

tendering firm would stand forfeited.

23. Medical Superintendent reserves the right to accept or reject any tender or all tenders or

part of tender without assigning any reason whatsoever.

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

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

whatsoever, (ii) Upon evaluation of offers the notification on award of contract will be

intimated to the successful tenderer.

25. The contract with the agency, which does not provide proof of payment of statutory dues /

levies, will be terminated right away by giving one month‟s written notice.

26. Rates quoted shall be deemed to be inclusive of cost of manpower, material, machinery,

tools and plants, all taxes, duties and levies, insurance etc. No escalation of whatsoever

nature, shall be payable in future due to any revision/amendment in any act/statute

governing this contract.

27. Sales tax, Purchase tax, Service tax or any other tax, labour-cess, in respect of the contract,

shall be payable by the contractor and ESIC, will not entertain any claim whatsoever in

respect of the same.

28. Rates quoted by the agency shall also be inclusive of 1% (one percent) Cess on the work done

if applicable on the building & other construction workers welfare act 1966 due to the

introduction of “The building & other construction works (Regulation of Employment &

Conditions of Services) Act 1966”.

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

EMD will be forfeited.

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

Page 11: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

1

successful tenderer shall be defined as Contractor.

31. The successful tenderer will have to deposit the Performance Security Deposit of Rs. 2.10

Lakhs or 5 % of final contract value whichever is more in the form of Demand

Draft/Banker‟s Cheque, of any scheduled bank, drawn in favour of “ESIC Fund A/c No. 1”

payable at Ahmedabad and commence the work within 15 days of acceptance of tender

otherwise the contract may be cancelled and EMD will be forfeited. The Performance

Security can be forfeited to recover any amount, which is payable by the contractor on

account of any clause arising out of the contract. It will be released after successful &

satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid

on Performance Security Deposit.

32. An agreement between Successful Bidder & Medical Superintendent will be entered into on

Rs. 100/- Non Judicial Stamp Paper. Stamp value will be borne by the successful bidder.

33. Canvassing, whether directly or indirectly, in connection with tenders is strictly prohibited

and the tenders submitted by the contractors who resort to canvassing will be liable to

rejection.

34. Medical Superintendent reserves the right to withdraw/relax/modify any of the terms and

conditions mentioned in this tender document if it is felt necessary in the benefit of the

hospital.

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

Page 12: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

2

PART-V

GENERAL INSTRUCTIONS TO BIDDERS

1. DEFINITIONS

(a) "The Purchaser" means the ESIC Model Hospital Bapunagar, Ahmedabad.

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

(c) "The Supplier" means the individual or firm providing/supplying the services/goods under the

contract.

(d) "The Services/Goods" means all the services/stores/materials, which the Supplier is required to

supply to the Purchaser under the contract.

(e) "The Advance Work Order" means the intention of Purchaser to place the Work Order on the

bidder.

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

Purchaser including all attachments and appendices thereto and all documents

incorporated by reference therein. The Work Order shall be deemed as “Contract" appearing in the

document.

(g) "The Contract Price" means the price payable to the Supplier under the Work Order for the full

and proper performance of its contractual obligations.

2. COST OF BIDDING

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

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

outcome of the bidding process.

3. BID FORM

The bidder shall complete the Tender/Bid Form and the appropriate Price Schedule furnished in the

Bid Documents, indicating the goods to be supplied, a brief description of the goods and quantity.

4. BID DOCUMENTS

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

The Bid Documents include:

I. Notice Inviting Tender

II. Eligibility Criteria

III. General Scope of Services

IV. General Instructions to Tenderers

V. General Instruction to Bidders

VI. General (Commercial) Conditions of Contract

VII. Special Conditions of Contract

VIII. Technical Bid with prescribed formats

Page 13: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

3

IX. Undertaking

X. Checklist

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

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

Tender Document. Failure to furnish all information required as per the Bid Documents or submission

of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk

and may result in rejection of the bid.

5. CLARIFICATION ON BID DOCUMENTS

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

in writing or by e-mail/Fax at the Purchaser's mailing address indicated in the Invitation for Bids at

least 7 days prior to pre-bid meeting. The Purchaser shall clarify the same during pre-bid meeting.

5.2 Any clarification issued by ESIC Model Hospital Bapunagar, Ahmedabad in response to query

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

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

with bid document for ready reference.

6. AMENDMENT OF BID DOCUMENTS

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

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

documents by amendments.

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

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

amendments will be binding on them.

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

account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the

submission of bids suitably.

7. BID PRICES

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

shall be firm and in Indian Rupees.

7.2 Prices indicated in the Financial Bid on the Price Schedule shall be entered in the following

manner:

(i) The price of the goods / work shall be quoted as total unit price for each individual work/item.

(ii) The bidder shall quote only one price for each work/item.

(iii) The total price for each individual work/item shall be entered after multiplying the quantity with

total unit price.

7.3 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in

respect of accepted bid the prices quoted shall remain valid for 180 days.

Page 14: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

4

7.4 “DISCOUNT”, if any, offered by the bidders shall not be considered. Bidders desiring to offer

discount shall therefore modify their offers, suitably while quoting and shall quote clearly net price

taking all such factors like Discount, free supply, etc. into account.

7.5 The price approved by the ESIC Model Hospital Bapunagar, Ahmedabad for Contract will be

inclusive of levies and taxes, packing, forwarding, freight, insurance etc as mentioned in Para 7.1

above.

8. DOCUMENTS ESTABLISHING CONFORMITY TO BID DOCUMENTS:

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

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

specifications and commercial conditions demonstrating substantial responsiveness to the Technical

Specification and commercial conditions in the form of signing & stamping all the pages of the

original bid document by the authorized person/persons. In Case of deviations a statement of

deviations and exceptions to the provision of the Technical Specifications and commercial conditions

shall be given by the bidder. A bid without clause-by- clause conformity shall not be considered.

9. FORMATS AND SIGNING OF BIDS

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

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

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

pages of the original bid shall be signed and stamped by the person or persons authorized for signing

the bid. The bids submitted shall be sealed properly.

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

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

authorized for signing the bid.

10. SUBMISSION OF BIDS

10.1 SEALING AND MARKING OF BIDS: The bidder shall submit both TECHNICAL BID and

FINANCIAL BID in two separate envelopes and put them in third bigger envelop, which should

bear the name ““TENDER FOR ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL

WORK”.

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

To,

The Medical Superintendent

ESIC Model Hospital

Bapunagar, Ahmedabad

(b) All the envelope shall bear the Tender name, the tender number and the words „DO NOT OPEN

BEFORE __________ (due date & time).

(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned

unopened in case it is declared „late‟ or rejected.

Page 15: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

5

(d) Tender may be sent by Registered Post/ Speed Post/ Courier or delivered in person. The

responsibility for ensuring that the tenders are delivered in time would rest with the bidder.

11. LATE BIDS

11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the

Purchaser, shall be rejected and returned unopened to the bidder.

12. MODIFICATION AND WITHDRAWAL OF BIDS

No Modification/withdrawal shall be allowed after submission of bids.

13. OPENING OF BIDS

13.1 The purchaser shall open bids in the presence of bidders or their authorized

representatives who chose to attend on opening date and time. The bidder‟s representatives, who are

present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the

representative before they are allowed to participate in bid opening.

13.2 The Bidder's names, documents submitted and such other details will be announced at the time

of opening of bids, if the purchaser considers it appropriate.

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

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

the next working day, time and venue remaining unaltered.

14. CLARIFICATION OF BIDS:

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

discretion ask the bidder for the clarification of its bid. The request for clarification and the response

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

entertained.

15. TECHNICAL EVALUATION:

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

errors have been made, whether required sureties/documents have been furnished/submitted,

whether the documents have been properly signed and whether the bids are in order.

16. EVALUATION AND COMPARISION OF SUBSTANTIALLY

RESPONSIVE BIDS:

16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be

substantially responsive bids.

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

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

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

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

correction of the errors, his bid shall be rejected.

Page 16: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

6

16.3 The evaluation and comparison of responsive bids shall be done on the price of the works / items

offered inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight

and insurance etc. as indicated in the Financial Bid Document.

16.4 The evaluation shall be done to find out L-1(lowest bidder) of total Cost.

16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which

does not constitute a material deviation, provided such waiver does not prejudice or affect the relative

ranking of any bidder.

17. PLACEMENT OF ORDER

The Purchaser shall consider placement of work order to the bidder whose offer has been found

technically, commercially and financially acceptable. The Purchaser reserves the right to accept

counter offer price(s) against price(s) quoted by any bidder.

18. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY

OR ALL BIDS

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

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

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

19. SIGNING OF CONTRACT:

The issue of firm Work Order and Signing of agreement with Competent Authority of ESIC, and

Signing of Contract Form shall constitute the award of contract to the bidder.

20. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of the tender shall constitute

sufficient ground for the annulment of the award and forfeiture of the bid security in which event the

tender shall be cancelled and ESIC may call for new bids.

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

failed to perform as per the agreement/contract in time and satisfactorily.

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

the ESIC in the undertaking. The Bidder or its authorized signatory should furnish certificate stating

that none of the near relative of proprietor OR all partners of partnership firm excluding Government

of India/ Financial institution nominees and independent non-Official part time appointed by Govt. of

India or the Governor of the state is working in the unit where the tender is being applied. Due to any

breach of these conditions by the company or firm or any other person the bid will be cancelled and

Bid Security will be forfeited at any stage whenever it is noticed and ESIC MODEL HOSPITAL

BAPUNAGAR, AHMEDABAD will not pay any damage to the company or firm or the concerned

person. The company or firm or the person will also be debarred from further participation in

the concerned unit.

The near relatives for this purpose are defined as: - (a) Members of a Hindu undivided family (HUF).

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

Page 17: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

7

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

Brother‟s wife, Sister(s) and Sister‟s husband (brother-in-law).

21. FRAUD AND CORRUPTION

It is expected that the interested parties, bidders, Suppliers, Contractors and consultants, observe the

highest standard of ethics during the participation, procurement and execution of the contract. ESIC

will reject a proposal for award or bid or the contract if it determines or becomes aware that the

bidder / tenderer, recommended / participating, has directly or through an agency, engaged in corrupt,

fraudulent, coercive or collusive practice in competing for the contract in question. a) For the purpose

of this provision, these terms are defined as follows but not limited to: -

i. “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly of

anything of value to influence the action of a public official in the procurement process or

bidding process or in contract execution;

ii. “Fraudulent Practice” means a misrepresentation or omission of facts in order to influence a

procurement process or execution of contract.

iii. “Collusive Practice” means a scheme or arrangement between two or more bidders, with or

without the knowledge of the borrower, designed to establish bid prices at artificial, no

competitive levels.

iv. “Coercive practice” means harming or threatening to harm directly or indirectly person or

their property to influence their participation in the procurement process of affect to execute

on of a contract.

Page 18: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

8

PART-VI

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

DEFINITIONS AND INTERPRETATION

1. Definitions: In the Contract (as hereinafter defined) the following words and expressions shall

have the meanings hereby assigned to them except where the context otherwise requires:

i) “Employer” means the ESIC Model Hospital Bapunagar and the legal successors 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) 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;

iv) “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);

v) “Specification” means the specification of the Works included in the Contract and any

modification thereof;

vi) “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;

vii) “Bill of Quantities” means the priced and completed bill of quantities forming part of the tender.

viii) “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”

ix) “Letter of Acceptance” means the formal acceptance of the tender by ESIC;

x) “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause;

xi) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to these

Conditions;

xii) “Commencement Date” means the date upon which the Contractor receives the notice to

commence the works;

xiii) “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.

xiv) “Retention Money” means the aggregate of all monies retained by the Employer;

xv) “Works” means the Permanent Works and the Temporary Works or either of them to be

executed in accordance with the contract;

xvi) “Site/Sites” means the places provided by the Employer for Repair and Maintenance of ESI

Hospital/Dispensaries / Staff Quarters, Ahmedabad;

xvii) “Cost“ means all expenditure properly incurred or to be incurred, whether on or off the site,

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

2. ENGINEER

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

3. Custody and Supply of Documents: The documents related with this contract shall remain in the

Page 19: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age1

9

sole custody of the Employer/Engineer, but copies as required thereof as per availability in the record

shall be provided to the Contractor free solely for the purpose of this contract.

4. Sufficiency of Tender: The Contractor shall be deemed to have based his Tender on the data made

available by the employer and on his own inspection and examination of this site conditions.

5. Contractor’s Employees: The Contractor shall provide on the site qualified and experienced

technical staff only for the Repair and Maintenance Works and the remedying of any defects therein.

The contractor should submit documents in support of qualification and experience of the employees.

These may be called for inspection at any time by the Employer to ensure actual deployment as per

the Bid Document. The minimum staff shall be as per description mentioned in Financial Bid.

6. Employer / Engineer at Liberty to object: The Employer / Engineer shall be at liberty to object

to and require the contractor to remove forthwith from the Works, any person, provided by the

contractor who, in the opinion of the Employer / Engineer, misconducts himself, or is in incompetent

or negligent in the proper performance of his duties, or whose presence on Site is otherwise

considered by the Employer / Engineer to be undesirable, and such person shall not be again allowed

upon the Works without the consent of the Employer / Engineer. Any person, so removed from the

works shall be replaced immediately by a qualified person approved by the Employer / Engineer.

7. Safety, Security and Protection for the Environment: The Contractor shall, throughout the

execution and completion of the Works 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.

8. Insurance of work by the Contractor for his liability: The Contractor shall get the work and his

workers insured and indemnify the Employer towards any loss/liability arising out of this contract.

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.

9. Damage to Persons and Property:

The Contractor shall, except in and so far as the Contract provides otherwise, indemnify the Employer

against all losses and claims in respect of:

(a) Death of or injury to any person, or

(b) Loss or damage to any property (other than the Works): Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects

therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever

Page 20: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

0

in respect thereof.

10. Accident or injury to Workmen:

The Employer shall not be liable for or in respect of any damages or compensation payable to any

workman for death or injury resulting from any act or default of the contractor. The Contractor shall

indemnify and keep indemnified the Employer against all such damages and compensation and

expenses whatsoever in respect thereof or in relation thereto.

11. Evidence and Terms of Insurance

The Contractor shall take appropriate insurance to cover his work, workers and staff employed by

him, fully. The contractor shall provide evidence to the Employer after the respective insurance have

been taken prior to the start of work at the Site that insurance required under the Contract have been

effected.

12. Compliance with Statutes, Regulations etc.:

The Contractor shall conform in all respects, including by replying to all notices and the paying of all

fees, with the provision of:

a) Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any

local or other duly constituted authority in relation to the execution and completion of the

works and the remedying of any defects therein, and

b) The rules and regulations of all public bodies and companies whose property or rights are

affected or may be affected in any way by the works, and the Contactor shall keep the

Employer indemnified against all penalties and liability of every kind for breach of any such

provision.

c) Any changes required for approval due to revision of the local laws.

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 of upto one year. However, employer reserve it‟s right

to terminate the Repair and Maintenance contract by giving 30 days notice at any time during the

currency of the contract if the services of the agency are not found satisfactory as per the opinion of

employer or its representative.

14. Force Majeure

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

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

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

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

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

the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this

contract nor shall either party have any claim for damages against other in respect of such non-

Page 21: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

1

performance or delay in performance, and services under the contract shall be resumed as soon as

practicable after such an event come to an end or cease to exist, and the decision of the Employer as

to whether the services have been so resumed or not shall be final and conclusive. Further if the

performance in whole or part of any obligation under this contract is prevented or delayed by reasons

of any such event for a period exceeding 30 days, either party may, at its option, terminate the

contract.

14. Defect identification and its rectifications:

Agency shall immediately attend the defects and complaints noticed / reported at site. The agency

shall provide and develop a system for regular Repair and Maintenance of all the services which

includes defect identification and its immediate rectification so, that services are not affected. It shall

be the sole responsibility of the Repair and Maintenance agency that all the services are kept in

functional condition round the clock during the currency of the contract. Defect Liability period

shall be 12 months from the date of completion of work under BOQ measurable works. The

contractor shall rectify at his own expenses any defect in the work carried out by him during

this period. On failure of the contractor to do so, the same shall be completed by the employer

at the risk and cost of the contractor.

15. Liquidated damages for delay:

If the Contractor fails to attend any complaint or defect in due course of time and if the 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 Instructions:

In case of default on the part of the Contractor in carrying out defect / rectification / repair /

maintenance works, the Employer shall be entitled to employ and pay other persons to carry out the

same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost

under the Contract, then all costs including penalty for delay in attending to the complaint consequent

thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the

Contractor by the Employer, and may be deducted by the Employer from any monies due or to

become due to the Contractor.

17. Instructions for Variations:

(a) Quantities given in the BOQ / Bid are estimated quantities. The quantity of any particular item

may vary to any extent. Variation in quantity in particular items or total exclusion of certain items of

BOQ from the work executed or overall cost, does not entitle contractor to claim any extra cost.

(b) Notice to be given by the contractor for execution of Planned Electrical works:-

It shall be duty of the contractor to give notice of at least three working days for execution of planned

Electrical Works which is other than day to day maintenance jobs so that prior sanction may be

obtained to start the work and also to check the quality of materials to be used. If no notice is given,

the work executed will not be considered for payment.

MEASUREMENT

18. Works to be measured for BOQ items

The Engineer/Employer shall determine the measurement of the value of actual work done in

accordance with the Contract and the Contractor shall be paid accordingly. No part payment / rate

shall be made for any part of BOQ items not fully executed. Engineer shall be at liberty to decide the

Page 22: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

2

breakup of Lump Sum items and to decide the part rate for any particular item.

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/Bills:

The contractor shall submit a bill in 3 copies to the Engineer by 7th day of each month for the work

executed up-to the end of previous month in tabulated form approved by the Engineer, showing the

amounts to which the Contractor Considers himself to be entitled. The bill must be supported with the

documents. While submitting the bill for the next month, the Contractor must file a certificate

certifying the following along with ESI contribution sheet downloaded from ESIC Insurance Portal:-

a. Wages of workers were credited to their bank accounts on _________ (Acknowledgment by

bank enclosed).

b. ESI Contribution relating to workers amounting to Rs.______________ was deposited on

_________ (Copy of Challan enclosed with contribution sheet).

c. EPF Contribution relating to workers amounting to Rs.______________ was deposited on

______ (copy of the Challan enclosed with contribution sheet).

d. We are complying with all statutory Labour Laws including Minimum Wage Act.

The payment would be made on monthly basis on verification of attendance sheets, wage

register, monthly ESIC/EPF/Service Tax challan, and documents in support of salary

disbursement through ECS. Workers of contractors should get the wages on the seventh day of

each month. The payment of wages shall not be linked to the payment of bill by ESIC. If the

contractor fails to provide proof of payment of statutory dues, his contract shall be terminated after

serving one month‟s notice.

It may also be noted that cash payment made to the workers will be considered as no payment at all

and such disbursement will be disallowed from the Monthly Bill of the Contractor.

21.1 Deduction of Income Tax:

The amount to be deducted towards the advance income tax shall be at the rate applicable.

21.2 Deduction of Labour Welfare Cess @1 percent (as applicable) on the work done shall be

deducted from each bill.

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 10 days and then Employer will check

and process the Bill.

23. Performance Guarantee:

The Contractor shall submit Performance Security Deposit amounting to Rs. 2.10 Lakhs or 5% of

final contract value whichever is more in the shape of Demand Draft / Banker‟s Cheque for proper

performance of the contract in favour of ESIC Fund Account No.1 payable at Ahmedabad. The

performance security can be forfeited to recover any amount, which is payable by the contractor on

Page 23: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

3

account of any clause arising out of the contract. It will be released after successful & satisfactory

completion of the Contract and Defect Liability Period. No interest shall be paid on Performance

Security Deposit.

24. Correction of certificates:

The Engineer may make any correction or modification in any previous payment Certificate, which

has been issued by him, and shall have authority, if any work is not being carried out to his

satisfaction, to omit or reduce the value of such work in any Payment Certificate.

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.

Based on the certificates, the Employer will process the bills as per the conditions laid down in this

contract.

26. Default of Contractor

26.1 If the performance of the contractor is not found satisfactory or if the contractor fails to

meet/fulfill any of the terms/conditions/obligations laid down in this tender document as wells as the

agreement, Contractor shall be served a notice to take corrective action within 7 days. If the

contractor fails to rectify or conform (to be decided by the employer), the employer shall be at liberty

to terminate the contract without any further notice.

26.2 If the Contractor leaves this Contract during its currency, it will be treated as „Default‟ by the

Contractor and will be terminated immediately. In such event, Performance Security Deposit shall be

forfeited in full and Contractor shall be blacklisted by the Employer.

27. Risk Clause

27.1 In the event of termination due to default of Contractor, the employer shall be at liberty to get the

work executed through other means at the cost, risk and responsibilities of Contractor and excess

expenditure incurred on account of this will be recovered by the Employer from the Contractor‟s

Performance Security Deposit or pending bills or by raising a separate recovery claim.

27.2 Contractor and its staff shall take proper and reasonable precautions to preserve from loss,

destructions, waste or misuse the areas of responsibility given to them by the Hospital, and shall not

knowingly lend to any person or company any of the effects or assets of the Hospital, under its

control.

27.3 In the event of loss/damage of building, equipments / machines etc. of the Employer due to

negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to

Employer.

27.4 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.

Page 24: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

4

28. Termination For Insolvency:

The Employer may at any time terminate the Contract by giving written notice to the Contractor,

without compensation to the supplier, if the supplier becomes bankrupt or otherwise insolvent as

declared by the competent court provided that such termination will not prejudice or affect any right

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

Page 25: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

5

PART-VII

SPECIAL CONDITIONS OF CONTRACT

1. CPWD norms and specifications shall be followed. Wherever, the same are not available, BIS /

Engineering practice as directed by the Engineer / ESIC shall be followed.

2. The materials / items shall be got approved prior to its use for ARM from the Engineer In-charge

of the ESIC. The material shall be in original packing from the manufacturer clearly indicating

manufacturing date, expiry date & price etc. Any item found defective should be replaced free of

cost to the satisfaction of ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

authorities.

3. Complaints shall be made in the format prescribed be the hospital administration.

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

in the Office of the contractor where all complaints received shall be documented.

5. All Repair and Maintenance related complaints shall be attended within two hour failing which a

recovery of Rs. 500 per event per hour shall be made from the subsequent payment of the

contractor.

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

a) That the normal functioning of Employer is not effected as far as possible.

b) That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic.

c) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the

end of each day‟s work.

d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for

their part of work. He shall be responsible for their conduct. The staff should behave in a

courteous manner. The contractor shall be held responsible for any loss or damage to

Employees' State Insurance Corporation property.

e) The contractor shall ensure safety of his workers and others at site of work and shall be

responsible for any consequence arising out of execution of the Repair and Maintenance

work.

f) When instructed to do so, the contractor shall ensure proper record keeping and storing of

irreparable/dismantled material.

7. Water and electricity shall be made available free of cost at nearby source of work. The

contractor has to make his own arrangement for use of the same including extending temporarily

lines etc.

Page 26: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

6

8. The responsibility to follow relevant rules, regulations and loss with regard to the execution of

this work shall be entirely that of the contractor. Any shortcomings, loss or damages due to this

regard shall be borne entirely by contractor.

9. Award of contract will be issued after the bidder selected is found to be technically and

financially acceptable to ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD.

10. The agreement shall be in force for a period of twelve months. However, it may be extended for

further period but not beyond 12 months on the same price/ terms and conditions, if decided

upon to do so by ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD.

11. The Bid Security/Performance Security deposit of the bidder would be forfeited, in case he

refuses to honor the letter of intent / Work Order issued by the ESIC MODEL HOSPITAL,

BAPUNAGAR for supply of the materials or work.

12. Selected bidder has to execute an agreement in a non-judicial bond paper of value of not less

than Rs.100/-(Hundred rupees only) for ARM services, as per the intent of the ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD. Cost on this account shall be borne by the bidder.

13. The service clerk & the skilled worker should be facilitated with mobile phone to contact on

urgent basis & their numbers should be displayed at various places and forwarded to Hospital

Administration.

14. The worker should be issued identity cards after getting due verification. Uniform should be

worn by the worker having monogram of the firm.

15. The contractor shall have to attend the local bodies like AMC, Gujarat Police, SPWD, Labour

officer and all other government authorities to fulfill all the requirements of the Contract.

16. The workers on duty after 4.00 PM will have to be available at the service center created by the

contractor & should have mobile phone. ESIC may, at any point of time, verify physical

presence of workers and in case of absence of any of the workers, Rs. 500/- will be levied as

penalty for each instance.

17. Contractor will ensure that the payment to the worker is being made in accordance with

the minimum wages circulated by the Central Government from time to time and

conditions made in this tender document.

18. The rate of any item not available in the attached BOQ shall be derived from the latest Delhi

Schedule of Rates circulated by CPWD by applying the prevailing cost index of the period of

execution of the item. However, any item not available in the DSR may be derived from market

rate of the period of execution which should be lowest market rate.

19. The contractor, to whom the work is awarded, will execute the work himself. He will not be

allowed to sublet the work to any other agency or sub-contract it.

20. Contractor‟s Supervisor (Electrical Engineer) should be available at the site to supervise the

works and co-ordinate with the Engineer/ESIC officials.

21. All tools & tackles, plants, machineries, equipments and materials to carry out the ARM work at

Page 27: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

7

site shall have to be provided by the contractor at his/her own cost.

22. The agency shall have to display on notice board in Hospital, its name along with the

Supervisor‟s name to be contacted with telephone nos. for lodging the complaints.

Page 28: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

8

PART-VIII

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 38

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

ANNUAL REPAIR & MAINTENANCE (ARM)

OF ELECTRICAL WORKS FOR 2014-15

TECHNICAL

BID

Page 29: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age2

9

TECHNICAL BID

DETAILS OF TENDERER

NAME OF WORK: Annual Repair and Maintenance Services of (Electrical) works at ESIC

MODEL HOSAPITAL BAPUNAGAR, its various Dispensaries and Staff Quarters for the

period of one year.

1 NAME OF TENDERING COMPANY / FIRM / TENDERER:

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

2 NATURE OF FIRM:

______________________________________________________________________________

3 NAME OF OWNER / DIRECTORS:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

4 FULL PARTICULARS OF OFFICE:

(a) Address:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

(b) Telephone No.:_________________________________________________________________

(c) Fax No.:_______________________________________________________________________

(d) E-Mail Address.________________________________________________________________

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

(a) Name of the Bank:

_________________________________________________________________________________

(b) Address of the Bank:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

(c) Telephone No. _________________________________________________________________

Page 30: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

0

6 REGISTRATION DETAILS:

(a) PAN / GIR No._________________________________________________________________

(b) Service Tax Registration No._____________________________________________________

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

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

(e) Labour License No.______________________________________________________________

(f) Details of Registration as Electrical Contractor with CPWD/State PWD/MES/Railways or

any other Government Body_________________________________________________________

_________________________________________________________________________________

(f) Any other registrations/licenses which are mandatory for such agencies stipulated by

Concerned Authorities

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

______________________________________________________________________________

7 DETAILS OF EARNEST MONEY DEPOSIT:

(a) Amount (Rs.):__________________________________________________________________

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

(c) Drawn on Bank: _______________________________________________________________

(d) Valid up to:____________________________________________________________________

8 Total Turn Over of three preceding years

(i)______________ (ii) _________________ (iii) ______________________

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

The above format is to be used to provide requisite details

Date:

Place:

Name:

Seal:

Signature of Tenderer

Page 31: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

1

FORMAT-I

(To be used with Technical Bid)

WORK EXPERIENCE

(Use separate sheet for each work)

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

Criteria)

1. Project title and Location

2. Name of the Client and Address

3. Describe area of Participation

(Specific Work done/Services

rendered by the applicant)

4. Period of Work Done/Services

rendered for the project

5. Total cost of work

6. Date of start of the work and the

present status

7. Any other details

NOTE:

Supporting documents like work order, satisfactory certificate etc from the clients in support of each

of the above projects to be furnished.

Signature of Contractor

Page 32: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

2

FORMAT-II

(To be submitted with Technical bid)

DETAILS OF THE EXISTING CONTRACTS

Sr.

No.

Name and Address of the

Organization, Name,

Designation and Contact

Telephone / Fax No. of the

Officer concerned

Details

regarding

the

Contract

Value of

Contract

(Rs.)

Duration of Contract

From

To

DD/MM/YYYY

DD/MM/YYYY

A

B

C

Additional information, If

any

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Page 33: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

3

FORMAT-III

(To be submitted with Technical bid)

DETAILS OF CAPTIVE MANPOWER

Sr. No. Name Employee

Code, if any Qualification

ESI No. (As

applicable)

E.P.F. No

(As

applicable)

Experience of

Electrical

Works

in years

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Page 34: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

4

PART-IX

(TO BE TYPED ON BIDDER’S LETTER HEAD)

UNDERTAKING

To,

The Medical Superintendent

ESIC Model Hospital

Bapunagar, Ahmedabad

Subject: Tender for providing of Annual Repair and Maintenance Services of (Electrical) works

at ESIC Model Hospital Bapunagar & its various Dispensaries, Building and Staff quarters

under ESIC Model Hospital Bapunagar, Ahmedabad for the period of one year.

Sir,

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

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

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

and conditions.

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

TIN number, from time to time.

4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance Services of

(Electrical) works at ESIC Model Hospital Bapunagar & its various Dispensaries, Building and

Staff quarters under ESIC Model Hospital Bapunagar, Ahmedabad shall be ensured by our

Agency, as well as any other assignment considered by the Medical Superintendent, ESIC Model

Hospital Bapunagar, Ahmedabad.

5. I/We do hereby certify that none of my relative(s) is/are employed in ESIC as per details given in

tender document. In case at any stage, it is found that the information given by me is false / incorrect,

ESIC Model Hospital Bapunagar, Ahmedabad shall have the absolute right to take any action as

deemed fit/without any prior intimation to me.

(Signature of the Bidder)

Name and Address of the Bidder:

Telephone No:

Page 35: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

5

PART-X

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible

to participate in the tender.

S. No. Items Confirm

(Yes/No)

1. Earnest Money Deposit (EMD)

2.

Tender form with completely filled Technical bid and Financial bid,

with all pages serially numbered, signed and stamped along with

supporting documents

3. Audited Balance sheet of last three years with details of annual turnover

and profit & loss account etc.

4 Income tax returns of last three years.

5. Attested Photo copy of PAN Card

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

applicable).

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

applicable).

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

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

valid labour license.

11.

Documents in support of completed and ongoing contracts along with

their values in support of the experience and financial credibility as per

the eligibility criteria.

14. Undertaking as per part-IX

15.

Document in support of Registration with the CPWD/State

PWD/MES/Railways or any other Government Body as Electrical

Contractor

16. Captive Manpower details in format III of Technical Bid.

Signature

Date: Full Name:

Place: Company’s Seal:

Page 36: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

6

PART-XI

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 38 (Ministry of Labour & Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM)

OF ELECTRICAL WORKS FOR 2014-15

FINANCIAL

BID

Page 37: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

7

PART - A

Name of Work: Annual Repairs and maintenance of Electrical (A.R.M.)

works for ESIC Model Hospital and its various dispensaries, Buildings,

Staff Quarters under ESIC Model Hospital at Bapunagar Ahmedabad for

the year 2014-15

Abstract for maintenance Staff engagement

Sr.

No

Description of Item Nos Monthly

expected

deployment

Rate

per

Day

Amount per

Month

Amount per

Year

1 2 3 4 5 6 7

1 Maintaining an office in

space provided by ESIC

an attending to Repairs

and maintenance work

with the following

maintenance staff with all

required tools and plans in

attendance and contractor

shall provide one

qualified & experience

supervisor on site for

supervise the Repairing

work and new work and

reporting to client day to

day progress of work.

(A)

Supervisor (Electrical

Engineer)

1

30 Days

(B) Electrician

(Skilled labour)

4 30 Days

Page 38: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

8

Sr.

No

Description of Item Nos Monthly

expected

deployment

Rate

per

Day

Amount per

Month

Amount per

Year

(C) Lift Operator

(Unskilled labour)

7 30 Days

(D) Helper 2 30 Days

(E) AHU Operator 3 30 Days

Total Amount per year Rs.

Rupees__________________________________________________only

Note:

(1) The Contractor shall maintain an inventory and use common miscellaneous sundry

materials, which are required for the work, cost of which is included in above items.

(2) Payment shall be made for the actual days of employment.

(3) The worker engaged for the month will be allowed weekly off on continuous

engagement for a week. (4) Above quoted rates should be inclusive of all allowances, statutory levies like ESI & EPF etc.

Contractor must ensure that the deployed manpower shall be paid wages not below the

Minimum Wages set by the Central Govt. In case of absence of any of the above mentioned

manpower without providing suitable replacement an amount of Rs. 500 per day shall be

recovered as liquated damages per person per day from the bills.

Signature of Bidder

Place;

Date

Page 39: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age3

9

PART - B

Name of Work: Annual Repairs and maintenance of Electrical (A.R.M.) works for

ESIC Model Hospital Bapunagar and its various dispensaries, Buildings Staff Quarters

under ESIC Model Hospital at Bapunagar Ahmedabad for the year 2014-15.

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

1 Wiring for light point / fan point/

Exhauoust fan point / call bell point with

1.5 Sq. M.M. F.R. P.V.C. insulated

copper in conductor single core cable in

surface / recessed medium class P.V.C.

conduit with paino type switch phenolic

laminated sheet, suitable size M.S. box

and earthing the point with 1.5 Sq.

M.M. F.R. P.V.C. insulated copper

conductor single core cable etc as

required

Group - C

10 Nos.

Point

2 Wiring for twin control light point with

1.5 Sq mm FR. PVC insulated copper

conductor single core cable in surface

/recessed medium class pvc conduit 2

way paino type switch phenolic

laminated sheet size M.S box and

earthing the point with 1.5 Sq. m.m. F.R

P.V.C. insulated copper conductor single

core cable etc as required.

12 Nos.

Point

3 Wiring for light point/fan point/exhaust

fan point/call bell point with 1.5 sq.mm

FRPVC insulated copper conductor

single core cable in surface/recessed

medium class PVC conduct, with

modular switch, modular plates, suitable

GI box and earthing the point with 1.5

sq.mm FRPVC insulated copper

conductor single cable etc as required

50 Nos.

Point

Page 40: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

0

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

Group - C

4 Wiring for twin control light point with

1.5 sq.mm FR PVC insulated copper

conductor single core cable in

surface/recessed medium class PVC

conduct, with modular switch, modular

plates, suitable GI box and earthing the

point with 1.5 sq.mm FRPVC insulated

copper conductor single cable etc as

required.

10 Nos.

Point

5 Wiring for light / power plug with 2X4

sq.mm FR PVC insulated copper

conductor single core cable in surface /

recessed medium class PVC conduit

along with 1 to 4 sq.mm FR PVC

insulated copper conductor single core

cable for loop earthing as required

50 Nos.

Point

6 Wiring for circuit /submain wiring along

with earth wire the following sizes of FR

PVC insulated copper conductor, single

core cable in surface / recessed class

PVC conduit as required

2 X1.5 sq.mm + 1.5 sq.mm earth wire 100 Meter

2 X 2.5 sq.mm + 1 X 2.5 sq.mm earth

wire

100 Meter

2 X 4 sq.mm + 1 X 4 sq.mm earth wire 100 Meter

2 X 6 sq.mm + 1 X 6 sq.mm earth wire 50 Meter

2 X 10 sq.mm + 1 X 10 sq.mm earth

wire

100 Meter

2 X 16 sq.mm + 1 X 16 sq.mm earth

wire

50 Meter

7 Supplying and drawing following pair

0.5 sq. mm FR PVC insulated annealed

copper conductor, unarmored telephone

Page 41: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

1

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

cable in the existing surface / recessed

steel / PVC conduit as required

2 Pair 10 Meter

8 Supplying and installation of 20 pair

kone junction box including required all

materials

2 Nos

9 Supplying and fixing of following sizes

of medium class PVC conduit along with

accessories in surface /recess including

cutting the wall and making good the

same in case of recessed conduct as

required

20 mm 80-00 Meter

25 mm 50-00 Meter

10 Supplying and fixing following modular

switch / socket on the existing modular

plate & switch box including

connections but excluding modular plate

etc as required.

5 /6 amps switch 50 Nos

15 / 16 amps switch 15 Nos

3 pin 5 /6 amp socket outlet 36 Nos

6 pin 15 /16 amp socket outlet 15 Nos

Telephone socket outlet 10 Nos

TV antenna socket outlet 5 Nos

11 Supplying and fixing stepped type

electronic fan regulator on the existing

modular plate switch box including

connections but excluding modular plate

etc as required.

75 Nos

Page 42: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

2

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

12 Supplying and fixing modular blanking

plate on the existing modular plate &

switch box excluding modular plate as

required.

25 Nos

13 Supplying and fixing following size /

modules , GI box along with modular

base & cover plate for modular switches

in recess etc as required.

1 or 2 Module (75 mm X 75 mm) 10 Nos

4 Module ( 125 mm X 75 mm) 10 Nos

6 Module (200 mm X 75 mm) 15 Nos

8 Module (125mm X 125 mm) 5 Nos

14 S/F Light plug point with metal box of

150 mm X 75 mm x 60 mm deep

crominal size with suitable size of

phenolic including providing and fixing

3 pin 5 /6 Amps. Socket outlet and

5/6amp piano type switch connection,

painting etc as required

20

Point

Each

15 S/F power plug point with metal box of

180 mm X 100 mm X 60 mm deep

(nominal size) on surface size of

phenolic laminated sheet cover in front

including providing and fixing 6 pin 5/6

& 15/16 Amps. Socket outlet and15/16

Amps. Piano type switch connection,

pointing etc as required

20

Point

Each

16 Supplying and fixing suitable size GI

box with modular plate and cover in

front on surface or in recess , including

providing and fixing 3 pin 5/6 amps

modular socket outlet and 5/6 amps

modular switch, connection etc as

required (for light plugs to be used in

30 Nos

Page 43: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

3

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

non residential buildings)

17 Supplying and fixing suitable size GI

box with modular plate and cover in

front on surface or in recess , including

providing and fixing 6 pin 5/6 & 15/16

amps modular socket outlet and 15/16

amps modular switch, connection etc as

required

10 Nos

18 Supplying and fixing batton angle holder

including connection etc as required

20 No Each

19 S/F call bell / Buzzer suitable for single

phase 230 volts complete as required.

16 No Each

20 Installation, testing and commissioning

of pre-wired , fluorescent fitting /

compact fluorescent fitting of all types,

complete with all accessories and tube

etc directly on ceiling / wall , including

connection with 15 sq mm Fr PVC

insulated , copper conductor , single core

cable and earthing etc as required.

300 Nos

21 Installation , testing and commissioning

of ceiling fan, including wiring the down

rods of standard length (up to 30 cm)

with 1.5 sq mm Fr PVC insulated copper

conductor , single core cable etc as

required

50 Nos

22 Installation of exhaust fan in the existing

opening , including making good the

damage connection testing,

commissioning etc as required

Up to 450 mm sweep 20 Nos

Supplying and fixing following way ,

single pole and netural sheet steel, MCB

distribution board, 240 Volts, on surface

/ recess , complete with tinned copper

Page 44: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

4

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

bus bar, neutral bus bar, earth bar ,

interconnections , powder painted

including earthing etc as required (But

without MBC/RCCB / Isolator)

(a) 2 +4 way single door

(b) 2 + 8 way single door

5 Nos

5 Nos

Each

Each

Supplying and fixing following way ,

horizontal type three pole and neutral ,

sheet steel MCB distribution board 415

volts , on surface / recess , complete with

tinned copper bus bar , neutral bus bar ,

earth bar , din bar , interconnections,

powder pained including earthing etc as

required (But without MCB /RCCB /

Isolator)

4 way (4 + 12) single door 2 Nos Each

23 Supplying and fixing 5 Amp to 32 Amp

rating 240 /415 Valts „C” curve

miniatoure circuit breaker suitable for

inductive load of following pole in the

existing MCB D.B complete with

connection, testing and commissioning

etc as required.

(a) Single pole MCB

(b) SPN MCB

50 Nos

50 Nos

Each

Each

24 Supplying & fixing following rating

double pole,240 valts isolator in the

existing MCB DB complete with

connections, testing and commissioning

etc as required.

40 Amps

63 Amps

5 Nos

Each

Page 45: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

5

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

5 Nos

Each

25 Supplying fixing following rating four

pole 415 valts, isolator in the existing

MCB DB complete with connection,

testing and commissioning etc as

required.

40 Amps

63 Amps

100 Amps

3 Nos

3 Nos

3 Nos

Each

Each

Each

26 Earthing with G.I.pipe 4.5 mts

long,40mm dia including accessories and

providing masanary enclosure with

cover plate having locking arrangement

and watering pipe etc with charcoal

/coke and salt as required

5 Nos

Each

27 Supplying and fixing 6 SWG GI wire for

earthing on surface or in recess I/C

cutting of wall heor and making good the

same as required.

60 mts

MTR

28 Supplying and fixing 16 SWG M.S sheet

door with hings & locking arrangement

for meter box I/C cutting bending

welding painting with oil paint etc as

required

5 Mtr

Sq

mts

29 Supplying and fixing 25 X 25 X 05 mm

mild steel angle iron frame for meter box

I/C catting bending welding painting

with oil paint etc as requied.

50 Nos

MTR

30 Supplying and fixing 1 X 40 walts

fluorescent tube out door street light

fittings ivory colour powder coated

Page 46: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

6

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

sheet. Aluminum housing with expoxy

white powder coated CRCA sheet gear

tray clear acrylic cover and accessories

like choke, starter etc with tube

(Crompton, Bajaj , Philips , Anckar)

12 Nos

Each

31 Providing and erecting P.V.C insulated

ISI marked armoured cable Aluminum

conductor 100 valt grade as below

(A) 2 core 6 sq.m.m. in existing

trench

(B) 2 core 6 sq.m.m. on wall with

clamps etc or in existing pipe

(C) 4 core 6 sq.m.m. in existing

trench

(D) 4 core 6 sq.m.m.on wall with

clamps etc orin existing pipe

30 mts

30 mts

25 mts

25 mts

MTR

MTR

MTR

MTR

32 Making trench in softsail at suitable

width and 70 cms deep for lying L.T.

cable and refilling the same with earth

and 9 Nos bricks per meter placed on top

of cable as required.

15 mts

MTR

33 Providing and fixing resistance type fan

regulator make Cromption,/Usha / Orient

/ Bajaj/ Khaitan ISI make

15 Nos

Each

34 Conveyance charge for ceiling fan,

Table fan, Exhuast Fan, Pedestal fan, etc

(From ESIC Model Hospital site to work

shop and back for repairing . only fan

taken out at ESIC Model Hospital site or

brought back shall be with proper gate

pass or receipt.

25 Nos

Each

35 Removing the installed ceiling fan for

servicing / repairing from ceiling & re

installed the same after repairs /

servicing

25 Nos

Each

Page 47: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

7

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

36 Servicing the un installed ceiling fan

with washing & cleaning, checking all

nut bolts, replacing quarter pin and

oiling /greasing & testing complete

25 Nos

Each

37 Spray painting of ceiling fan in installed

position with one ore more coats of

spray painting with synthetic enamel

paint of approved brand and manufacture

to give an even shade, including cleaning

of surface with detergent etc as required.

5 Nos

Each

38 Replacing the bearing /bushing of ceiling

fan and putting the fan in working order

(Scrape materials to be retained by

agency)

(a) Bearing

(b) Bushing

50 Nos

50 Nos

Each

Each

39 Replacing condensour /capacitor for

ceiling fan / Exhaust fan / Padel-stand

fan / Table fan / Cabin fan 2.5mfd /3.25

mfd

40 Nos

Each

40 S/F electric ceiling fans at 1200 m.m.

sweep capacitor type with double ball

bearing complete with 300 m.m. down

rod, canapies , shockets, blades but

without speed regulator suitable for

operation on 230 or 249 valts 50 HZ

single phase A.C.Supply

10Nos

Each

41 Supply of following size Exhaust fan

suitable for single phase AC 230 V %)

Hz, capacitor run conforming to IS :

2312 /67 with latest amendments ,

complete with mounting ring with four

numbers fixing holes but without

regulator and louvers shutters complete

Page 48: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

8

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

as required.

(a) 300 mm 5 Nos

42 Supplying of following type of energy

efficient fluorescent tube light fittings

(EETLE) and compact fluorescent fitting

with electronic ballast & lamp holder

duly wired upready for use on 240 volts

single phase 50 Hz AC supply to IS :

10322 as per quality requirement with

lamps.

(a) Surface Mounted , dust proof suitable for

1 X 28 walt T-5 , Crompton greaves cat

No : T5EC11128 EB

50 Nos

(b) Surface Mounted for 1 X 28 walt T-5

Crompton greaves cat No : T5RSF28EB

50 Nos

(c) Surface Mounted bulkhed fixure

Crompton greaves cat No : IBH1110ES

20 Nos

(d) Recessed mounting decorative light

fixtures Crompton greaves cat No :

CRTU414EB/S

10 Nos

43 Providing and fixing following rating

and breaking capacity MCCB in existing

cubicle panel board including drilling

holes in cubicle panel making

connections etc as required

160 Amp 16 KA 2 Nos

44 Supplying and fixing following ways

surface / recess mounting vertical type ,

415volts , TPN MCB distribution board

of sheet , dust protected , duly powder

pained, inclusive of 200 amps tinned

copper bus bar, common neutral link,

earth bar, din bar for mounting MCB‟s

with provision of 100 mps TP 16 KA

Page 49: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age4

9

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

MCCB as incomer, interconnection

between incomer MCCB and bus bars

(but without MCB‟s/ MCCB) as required

4 Way TP 2 Nos

8 Way TP 2 Nos

45 Supplying and fixing 5 amps to 32 amps

rating , 240 /415 volts. “ C” cirve,

mainlature circuit breaker suitable for

inductive load of following poles in the

existing MCB DB complete with

connections , testing and commissioning

etc as required.

Single Pole 50 Nos

Double Pole 50 Nos

Triple Pole 5 Nos

Triple Pole and neutral 5 Nos

46 Supplying and fixing following rating

fourpole , 415 volts , isolator in existing

MCB DB complete with connections ,

testing and commissioning etc as

required

40 amps 5 Nos

63 amps 5 Nos

47 Supplying and fixing following rating

double pole,(single phase and neutral)

240 volts residual current circuit breaker

(RCCB ) having sensitivity current upto

300 milliamperes in the existing MCB

DB complete with connections testing

and commissioning etc as required.

25 amps 10 Nos

Page 50: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

0

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

40 amps 10 Nos

48 Supplying and fixing DP sheet steel

enclosure on surface / recess along with

25/ 32 amps 240 volts “ C” curve DP

MCB complete with connections ,

testing and commissioning etc as

required.

3 Nos

49 Earthing with GI earth plate 600 mm X

600 mm thick including accessories , and

providing masonry enclosure with cover

plate having locking arrangement and

watering pipe of 2.7 metre long etc with

charcoal / coke and salt as required.

3 Set

50 Supplying and laying 6 SWG G.I. wire

meter below ground level for conductor

earth electrode, including connection /

termination with GI thimble etc as

required.

50 MTR

51 Supplying and laying 25 mm X 5 mm GI

strip at 0.50 meter below ground as strip

earth electrode , including

connection/terminating with GI nut, bolt

spring, washer etc as required (Jointing

shall be done by overlapping and with 2

sets of GI nut bolt & spring washer etc

as required.

50 MTR

52 Providing and fixing 25 mm X 5 mm

copper strip in 40 mm dia pipe from

earth electrode including connection

with brass nut , bolt , spring , washer

excavation and refilling etc as required.

20 MTR

53 Providing and fixing 25 mm X 5 mm

copper strip in 40 mm dia pipe from

earth electrode including connection

with brass nut, bolt, spring, washer

excavation and refilling etc as required.

20 MTR

Page 51: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

1

Sr.

No

Item Quantity Unit

per

Rate Amount

Rs.

54 Providing and fixing 25 mm X 5mm

copper strip on surface or in recess for

connections etc as required.

50 MTR

55 Providing and fixing 25 mm X 5 mm GI

strip on surface or in recess for

connections etc as required.

50 MTR

56 Providing and fixing 4.00 mm dia copper

wire on surface or in recess for loop

earthig as required.

50 MTR

57 Supplying of the following size of

Aluminum PVC insulated and PVC

sheathed / XLPE armoured power cable

confirming to IS : 7098 / Part-I /85 etc

as required.

(a) 31/2 X 120 sq mm, 50 MTR

(b) 31 /2 X 70 sq, mm 50 MTR

(c) 4 C X 16 sq. mm 50 MTR

(d) 4 C X 10 sq.mm 50 MTR

58 Laying of one number PVC insulated

and PVC sheathed / XLPE power cable

of 1.1 KV grade of following size direct

in ground in the same trench in one tire

horizontal formation including

excavation, sand cushioning , protective

covering and refilling the trench etc as

required.

Above 95 sq.mm and upto 185 sq.mm 50 MTR

Total

Signature of Bidder

Place:

Date:

Page 52: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

2

PART – C

Name of work: Annual Repairs and maintenance of Electrical (A.R.M.)

works for ESIC Model Hospital Bapunagar and various dispensaries,

Buildings, Staff Quarters under ESIC Model Hospital at Bapunagar

Ahmedabad for the year 2014-15.

Item rates of material to be supplied for use in maintenance work by labour employed

as per Part-A of tender

Sr.

No

Description of Item Unit Quantity Rate Amount

1 15 Amp piano type switch Each 20

2 15 Amp switch cum sockets (S.S) Each 25

3 15 Amp five / Six pin socket Each 20

4 15 Amp Three pin top Each 20

5 5 Amp Three pin top Each 10

6 5 Amp Three pin socket Each 20

7 Tube light Starter Each 100

8 40 watts tube copper heavy duty polyester

choke (Crompton, Bajaj, Anchor)

50

9 Rotary holder of tube light Each 50

10 2.5 /3.15 MFD fan capacitor Each 50

11 Ceiling fan regulator electronic step type,

piano type

Each 20

12 Ceiling fan regulator resistance type Each 20

13 Angle / Batton holder Each 30

14 P.V.C insulation tape roll Each 100

15 PVC pipe 20 mm 1.2 mm thick MTR 100

16 PVC Elbow / Tee 20 mm Each 50

17 PVC Elbow / Tee 25 mm Each 50

18 PVC pipe 25 mm / 12 mm thick MTR 100

Page 53: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

3

Sr.

No

Description of Item Unit Quantity Rate Amount

19 PVC one way to 4 way junction 20mm Each 20

20 PVC one way to 4 way junction 25mm Each 20

21 Saddle 20 /25 mm width screw roll plug Each 200

22 Wooden Board with 24 mm laminated sheet

for the following but without switch / plug

(a) 1 switch + 1 plug

(b) 2 switch + 1 plug

(c) 3 switch + 1 plug

(d) 4 switch + 1 plug

(e) 5 switch + 1 plug

Each

Each

Each

Each

Each

10

10

10

10

10

23 Flexible wire 34 / 36 copper PVC insulated 90

mts coil

Coil 4

24 Backelite DP switch 30 Amp Each 12

25 Buzzer 230 valts Each 20

26 Ding dong Bell 230 valts Each 20

27 Patti type Tunefitting 1 X 40 walts with copper

chock starter holder etc but without

tube(Crompton, Bajaj , Philips, Anchor make

Each

25

28 Ceiling rose Each 25

29 Earth wire 8 SWG GI MTR 100

30 PVC insulated FR copper conductor wire ISI

mark 90 mts coil Multi strand

(a) 1.0 sq.mm

(b) 1.5 sq.mm

(c) 2.5 sq.mm

(d) 4.0 sq. mm

Coil

Coil

Coil

Coil

2

2

2

2

31 S.P. 5/6 Amp one way modular switch ISI

mark

Each 10

Page 54: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

4

Sr.

No

Description of Item Unit Quantity Rate Amount

32 S.P. 15/16 Amp one way modular switch ISI

mark

Each 10

33 3 pin 5/6 Amp modular socket outlet ISI mark Each 10

34 6 pin 5/6Amp modular socket outlet ISI mark Each 10

35 Stepped type Modular fan regulator 2 md dule Each 10

36 Modular base & covers platefor1md dule Each 10

37 Modular base & covers plate for 2md dule Each 10

38 Modular base & covers plate for 3md dule Each 10

39 Modular base & covers plate for 4md dule Each 10

40 Modular base & covers plate for 6md dule Each 10

41 Modular base & covers plate for 8md dule Each 10

42 Modular base & covers plate for 12md dule Each 10

43 Telephone socket out let modular type Each 10

44 T.V. Socket out let modular type Each 10

45 5 Amp piano type plug Independent Each 100

46 15 amp piano type plug Each 50

47 20 Amp power plug with MCB (for Geyser /

AC)

Each 10

48 5 Amp piano type one way switch Each 100

49 5 Amp two way switch piano type Each 20

50 5 /6 Amp one way switch Modular Each 40

51 15/16 Amp one way switch Modular Each 40

52 6 pin 15/16 Amp Modular socket Each 40

53 Bell push piano type Each 10

54 Modular bell push ISI Mark Each 10

Page 55: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

5

Sr.

No

Description of Item Unit Quantity Rate Amount

55 Call bell Each 3

56 Ceiling rose Each 36

57 F.T.L. 2 X 36 walt Box type Each 6

58 F.T.L 1 x 36 walt box type Each 10

59 Philips make 18 walt CFL Each 36

60 C.G. Make 36 W.C.F.L fitting 2 x 2 Each 10

61 T.L. rode (stick) 36 walts Each 250

62 C.F.L. 36 walts Each 100

63 C.F.L. 18 walts Each 100

64 High boy 2500 with long Each 5

65 D.B. T.P.N 8 way Each 3

66 D.B. T.P.N 12 way Each 3

67 250 Amp MCCB (D1) type Each 2

68 400 Amp MCCB (D1) type Each 2

69 32 Amp TPN M.C.B Each 5

70 63 Amp TPN M.C.B Each 10

71 25 Amp TPN M.C.B. Each 4

72 40 Amp R.C.C.B. D.P 300 m.a Each 5

73 25 Amp R.C.C.B. D.P 300 m.a Each 5

74 6 Amp S.P. M.C.B. Each 50

75 16 Amp S.P. M.C.B. Each 50

76 20 Amp S.P. M.C.B. Each 50

77 25 Amp S.P. M.C.B. Each 50

78 Computer outlet c45 +4 p Board Each 20

Page 56: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

6

Sr.

No

Description of Item Unit Quantity Rate Amount

79 Blank plate Modular Each 50

80 20 Amp M.C.B D.P Each 20

81 40 Amp TPN M.C.B. Each 10

82 25 Amp TPN M.C.B. Each 3

83 63 Amp R.C.C.B. D.P Each 3

84 16 Amp E.L.M.C.B D.P Each 10

85 10 Amp S.P.N. MCB Each 40

86 63 Amp F.P.N MCB Each 4

87 32 Amp E.L. MCB D. B. Each 2

88 40 Amp T.P. MCB Each 6

89 4 way D.B. TPN Each 2

90 F.P.N 63 Amp MCB Each 3

91 20 Amp MCB S.P. Each 6

92 16 Amp R.C.C.B. D.B. Each 3

Total

Grand Total

Signature of Bidder

Place:

Date:

Page 57: TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE …

P

age5

7

TOTAL ABSTRACT AMOUNT

Part Description

Amount

A Abstract of Maintenance Staff engagement

B Abstract of Tendered Quantity Amount

C Abstract of items rate of materials to be supplied to

the maintenance staff engaged as per PART-A

Total

Total in words:

Rupees____________________________________________________

________________________________________________________

only

Signature of Bidder

Place:

Date: