esicner.inesicner.in/admin/pdf/tender2.docx  · web view · 2013-11-21proposals should be...

38
Sl. No. TENDER DOCUMENT ESIC REGIONAL OFFICE BAMUNIMAIDAM, GUWAHATI-21 Issued to ………………………………………………………………………………………………………..……………… DD No. ……………………………………………………..………………………….. Date ……………………………… Issuing Bank & Branch ………………………………………………………………………………………………….. NAME OF WORK SPECIAL REPAIR & MAINTENANCE OF ESI, ANNEXE HOSPITAL, TINSUKIA (Renovation of sanitary, water supply & drainage system including internal and external water supply system etc). ISSUED BY : 1

Upload: vudung

Post on 11-Mar-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Sl. No.

TENDER DOCUMENT

ESIC REGIONAL OFFICEBAMUNIMAIDAM, GUWAHATI-21

Issued to ………………………………………………………………………………………………………..………………DD No. ……………………………………………………..………………………….. Date ………………………………Issuing Bank & Branch …………………………………………………………………………………………………..

NAME OF WORKSPECIAL REPAIR & MAINTENANCE OF ESI, ANNEXE HOSPITAL, TINSUKIA

(Renovation of sanitary, water supply & drainage system including internal and external water supply system etc).

ISSUED BY :

Cost of Tender Document Rs. 250/- by DD/ Banker Cheque.

1

Page 2: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

EMPLOYEES STATE INSURANCE CORPORATIONREGIONAL OFFICE, NORTH EAST REGION

“PANCHDEEP BHAWAN”BAMUNIMAIDAM, GUWAHATI – 21

NOTICE INVITING TENDER

No. 43-W/11/14/2008-TSK/2 Dt. 22-11-2013

The Regional Director, ESIC Regional Office, North-East Region, Bamunimaidam, Guwahati-21, invites tender under two bid system from eligible Contractors/Constructions Agencies (Civil) for the works mentioned here is under :

Sl. No.

Name of Work Estimated Cost in (Rs.)

EMD in Rs.

Time of Completion

Cost of Tender document

in Rs.

Location

1 Special Repair & Maintenance works (Civil) of ESI Annexe Hospital at Tinsukia (Renovation of sanitary, water supply & drainage system including internal and external water supply system etc.)

14,63,385.00 29,267.00 30 days 250.00

Bordoloi Nagar, Tinsukia

The detailed tender documents (scope & service, Terms & Conditions etc.) can be obtained from the ESIC Regional Office, Bamunimaidam, Guwahati-21 during working hours from 27-11-2013 to 10-12-2013 on all working days between 11-00 am to 4-00 pm on payment of a non-refundable amount of Rs. 250.00 in the form of DD/Banker Cheque payable to ESIC A/C No. 1 at Guwahati. The tender document can also be down loaded from the website www.esicner.org.in / www.esic.nic.in / www.eprocure.gov.in . The cost of down loaded tender document of Rs. 250.00 in the from of DD/ Banker Cheque has to be enclosed with the tender while submitting the same.

The last date of submission of tender is 11-12-2013 up to 1-00 pm.

The tender shall be opened on 11-12-2013 at 3-00 pm in the presence of tenderers/their representatives who choose to be present during opening of the tender at Regional Office, ESIC, Bamunimaidam, Guwahati-21.

ESIC reserves the right to reject any or all the tenders or modify or cancel this NIT without assigning any reason thereof. No claim whatsoever of tenderer shall be entertained by this office in this regard.

Regional Director

2

Page 3: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

INSTRUCTION TO THE TENDERERS

1. Sealed offers under two bids systems in the prescribed forms are invited from eligible tenderers for providing SRM works of ESI Annexe Hospital at Tinsukia (Renovation of sanitary, water supply & drainage system including internal and external water supply system etc)

2.The amount of earnest money deposit (EMD) shall be Rs. 29,267.00 (Rupees Twenty Nine Thousand Two Hundred Sixty Seven only ) in the form of DD/Banker Cheque drawn in favour of ESIC Funds A/C No. 1 payable at Guwahati.

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

4. Last date of submission of tenders is :11/12/2013 upto 1 PM

5. Date and time of opening of tender is: 11/12/2013 at 3 PM

6. (i) Each and every page of the tender documents should bear the stamp and signature of the authorized representative/quoting firm. Format I & II enclosed shall be filled without exception. (ii) Self attested copies of valid ESIC Registration/ Employer Number and valid Employees Provident Fund Registration number should also be enclosed with Technical Bid.

7. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in rates, the rates written in words shall prevail.

8. The envelope containing tender document shall be sealed and bear the name of work and the name and address of the tenderer.

9. The work site of the work is available & can be visit on any working day during office hours by contacting IMO i/c, ESI Annexe Hospital, Bordoloi Nagar , Tinsukia.

10. The Competent Authority of ESIC, reserves the right to add/amend/modify/accept or reject any tender or all tenders with out assigning any reason thereof and the decision of The Regional Director in this regard is final.

11. Conditional tenders are liable to be rejected.

12. The successful bidder shall deposit a security of 5 % of quoted amount within 7 days of letter of award.

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

14. The EMD of unsuccessful tenderers shall be refunded within three month after the award of work to the successful tenderer.

15. Rates quoted shall be firm and fixed and are inclusive of cost of manpower, material, machinery, tools and plant etc., all taxes (including service tax), duties and levies, insurance etc. No escalation of whatsoever nature shall be payable.

3

Page 4: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

16. Fraud and Corruption: The Bidders, Suppliers, Contractors and Consultants, shall observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuit of this;

(a) Defines, for the purposes of this provision, the terms set forth below as follows: (i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution.;(ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;(iii) “Collusive practice” means a scheme of arrangement between two or more Bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, no competitive levels.(iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, person or their property to influence their participation in the procurement process or affect to execution of a contract.

(b) Will reject a proposal for award if it determines that the Bidder recommended for aware has, directly or through an agent,engaged in corrupt, fraudulent, collusive or coercive practice in competing for the Contract in question.

17. Eligibility criteria: (i) The tenderer should have minimum three years experience as on 31-03-2013 in works of similar nature.(ii) The tenderers should have undertaken/completed the following work in the last 7 years.(a) Three similar works each of value not less than 40 % of the estimated cost put to tender.or(b) Two similar works, each of value not less than 60 % of the estimated cost put to tender.or( c ) One similar work each of value not less than 80% of the estimated cost put to tender.

18.i) The contractor on his own may divide sub groups for deployment of different categories of manpower for SRM work for such sub-group.(ii) The tenderer should have fulfill the following criteria.(a) Average annual financial turnover during the last 3 financial years should be at least 30% of the value of the work to be executed. (Copy of balance sheets for last 03 years signed by Chartered Accountant to be submitted).(b) The tenderer would be required to establish its office with telephones within the site of the work in the space provided by the ESIC.

20. Submission of bids : Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical and financial bids duly sealed in separate envelopes must be kept inside a single third envelope and clearly super scribed as SRM works of ESI Annexe Hospital at Tinsukia (Renovation of sanitary, water supply & drainage system including internal and external water supply system etc. Envelope should be clearly marked as Technical Bid (Envelope -I) and Financial Bid (Envelope -II). The third envelope shall also contain the EMD. The technical Bid Part-I from Page No 6 to 11 and the financial bid Part-II from Page No. 19 to 27 of the tender paper to be detached and filled in for tendering purpose.

21. Evaluation of Technical Bid: Bids received and found valid will be evaluated by the ESIC to ascertain the best-evaluated bid for the complete work/ services under the specifications and

4

Page 5: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

documents. The tenderer should take care to submit all the information sought by the ESIC in prescribed formats I & II.a. Firm’s relevant experience and strength – Profile of agency, registration details, experience of similar works, annual turnover, total manpower employed.

b. Qualification/ Related experience.

c. In case photo state copies of certain documents are submitted in respect of profile of the firm inthe format I & II original documents will have to be produced by the biding firm /contractor for verification & evaluation of Technical Bid.

22. Financial Bid: The financial bid of the tenderer, whose technical bid is found to be suitable, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid.

23. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or reject any or all the proposals without assigning any reason thereof.(ii) The contract for the Special Repairs and Maintenance works shall be awarded to the best qualified responsive tenderer.(iii) Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer.

24. Duly filled Tender Document shall be deposited by hand delivery in the Tender Box kept in Regional Office or by registered Post on or before 11/12/2013 at following address:

The Regional Director ESI Corporation, Panchdeep Bhawan Bamunimaidan, Guwahati-781021.

25. OBLIGATIONS OF THE CONTRACTOR:

25.1. The contractor shall ensure full compliance with tax laws and labour laws of India with regard to this contract and shall be solely responsible for the same. The contractor shall submit copies of acknowledgments evidencing filing of returns every year and shall keep the Employer fully indemnified against liability of levies/ taxes, interest, penalty etc. of the contractor in respect thereof which may arise.

26. Delayed /late tenders for whatever is the reason will summarily be rejected.

Tender form issued ______________________

Regional Director ESI Corporation, Panchdeep Bhawan,

5

Page 6: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Bamunimaidan,Guwahati

ESIC REGIONAL OFFICEBAMUNIMAIDAM, GUWAHATI-21

TECHNICAL BIDPART - I

NAME OF WORK

SRM WORKS (CIVIL) OF ESI, ANNEXE HOSPITAL AT TINSUKIA (Renovation of sanitary, water supply & drainage system including internal and external

water supply system etc)Complete.

6

Page 7: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Format- I

DETAILS OF TENDERER

Name of Work:

1 NAME OF TENDERING COMPANY / FIRM / TENDERER:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2 NAME OF OWNER / DIRECTORS/PARTNERS:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

3 FULL PARTICULARS OF OFFICE:(a) Address:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

(b) Telephone No.:__________________________________________________________________

(c) Fax No.:________________________________________________________________________

(d) E-Mail Address._________________________________________________________________

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

(a) Name of the Bank:__________________________________________________________________________________________________________

(b) Address of the Bank:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

(c) Telephone No. __________________________________________________________________

(d) Fax No.:________________________________________________________________________

(e) E-Mail Address:_________________________________________________________________

7

Page 8: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

5 REGISTRATION DETAILS:

(a) PAN / GIR No.___________________________________________________________________

(b)VAT Registration No._______________________________________________________

(c) E.P.F. Registration No.____________________________________________________________

(d) E.S.I. Registration No._____________________________________________________________

6 DETAILS OF EARNEST MONEY DEPOSIT:

(a) Amount (Rs.):___________________________________________________________________

(b) D.D. No. and Date:_______________________________________________________________

(c) Drawn on Bank:__________________________________________________________________

(d) Valid up to:_____________________________________________________________________

The above format may be used to provide requisite details

Date:

Place:

Name: Seal: Signature of Tenderer

NOTE-Provide documents in support of the details provided in above format ,failing which the authenticity of the information may not be accepted.

8

Page 9: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Format IIExperience of Company

(Experience of relevant and similar work of Construction and Maintenance completed during last three years preceding March, 2012 and ongoing works) Use separate sheet for each work.

1 Project Title and Location

2 Name of the Client and Address and Mobile No. of responsible Person

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 certificates from the clients in support of each of the above projects to be furnished.

Signature of Contractor

9

Page 10: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Technical Bid

1. I, ………………………………………………………………… Son / Daughter of Shri....................................................................Proprietor / Partner / Director / Authorised Signatory of ................................................................am competent to sign this declaration and execute this tender document.

2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same.

3. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

Signature of Authorized Person

Date: Full Name:

Place: Company’s Seal:

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

10

Page 11: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

Check list of the documents to be submitted with the tender

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to participate in the tender.

S.No. Items Confirm

1 EMD

2 Tender form with complete technical bid and Financial bid , with all pages serially numbered, signed and stamped on each page

3 Audited Balance sheet of last three years with details of annual turnover, profit/loss account etc

4 Income tax statement of last three years with income tax clearance certificate

5 Attested Photo Copy of PAN Card

6 ESI Registration certificate copy With last payment details.

7 EPF Registration certificate copy. With last payment detail

8 Service Tax registration certificate with details of the last payment

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

10 Minimum wages payment certificate from LEO.

11 Documents in support of contracts fulfilled in last 3 years along with their values in support of the experience and financial credibility.

12 Satisfactory completion of contract certificate from previous organisation

13 Details of ESIC/EPF/VAT paid challans of last Two Years up to

14 Any other Detail

Signature of Authorised Person

Date: Full Name:

Place: Company’s Seal:

11

Page 12: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

TERMS & CONDITION OF CONTRACT

1. A written contract agreement will be executed on non-judicial stamp paper of Rs. 10.00 or more between the successful tenderer and the ESI corporation.

2. CPWD/State PWD specification shall be followed where not available, BIS/Engineering practice as directed by the Engineer shall be followed. The execution of the contract should be taken immediately on receipt of the work order and shall be completed in all respect within 30 days of receipt of work order.

3. Water and electricity as required will be provide free of cost at nearby source of the work. The contractor has to make his own arrangement for use of the same including drawing temporary line etc. The responsibility for following relevant rules, regulations are of contractors and any loss in the form of cash or kind shall be entirely of the contractor.

4. While executing the work the contractor shall ensure that :

(a) The normal functioning of ESI Annexe Hospital or any other person/group residing in the building is not effected as far as possible.

(b) That all rubbish etc. is disposed of at the earliest and place is left clean and orderly at the end of each day of work.

(c) The contractor shall ensure safety of his workers and others at the site of work and be responsible for any consequences arising out of the execution of the work.

5. Security deposit to the tune of 5% of the work order amount to be deposited to ESI Corporation in the form of bank draft/banker cheque/bank guarantee of any Nationalized Bank in favour of ESIC A/C No. 1 by the successful tenderer on award of work. The SD money will be released without interest after 6 (six) months of successful completion of the work. If any defect arises within this period of 6 (six) months, the contractor has to rectify the defect in time otherwise the same will be taken up by the ESI Corporation and the amount involved in rectification will be deducted from the SD money.

6. No extension of time will be allowed without proper justification from the competent authority.

7. Payment of the work will be made to the contractor after verification of the work and the bill by the Engineers of ESIC. No part payment or running bill will be entertained.

12

Page 13: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

GENERAL CONDITIONS OF CONTRACT

Definitions and Interpretation

1. Definitionsa) In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires.

(i) “Employer” means the ESIC and the legal successors in title to ESIC. (ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the contract. (iii) “Contractor” means an individual or firms (proprietory or partnership) whether incorporated or not, that has entered into contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract.

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

(ii) “Specification” means the specification of the Works included in the Contract and anymodification thereof.

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

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

(v) “Tender” means the Contractor’s priced offer to the Employer for the execution and completion of the works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid “and the words “Tender Documents” with “Bidding Documents”.

(vi) “Letter of Acceptance” means the formal acceptance of the tender by ESIC.

(vii) (a)“Contract Agreement” means the contract agreement (if any) referred to in Clause I of the Terms & Condition of the contract. (b)“Appendix to Tender” means the appendix comprised in the form of Tender annexed to these Conditions.

(c) (i) “Commencement Date” means the date upon which the Contractor receives the notice tocommence the works.

(ii) “Time for completion” means the time period for which the contract of Repair and operationand Maintenance has been awarded by the employer to the contractor.

13

Page 14: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

(d) “Taking over Certificate” means a certificate issued by employer evidencing successful completion of the awarded work.

(e) (i) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the Contractor for the execution and completion of the Works and the remedying of any defects therein in accordance with the provisions of the Contract.

(ii) “Retention Money” means the aggregate of all moneys retained by the Employer.

(f) (i) “Works” means the Permanent Works and the Temporary Works or either of them to be executed in accordance with the contract.

(ii) “Site” means the places provided by the Employer for the work mentioned against name of work at ESI Annexe Hospital, Tinsukia.

(iii) “Cost “means all expenditure properly incurred or to be incurred, whether on or off the site, including over head and other charges but does not include any allowance for profit.

2. ENGINEER Engineers Duties and Authority

a) The Engineer shall carry out the duties specified in the Contract. And have full right to execute the above mentioned work, if at any stage he found that the work is not executing upto his satisfaction or not upto the quality specified in tender then, he will impose the suitable penalty on construction agency.

3. Custody and Supply of Drawings and Documents

The Drawings shall remain in the sole custody of the employer/Engineer, but copies as required there of 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 onhis own inspection and examination of this site conditions.

5. Contractor’s Employees

The Contractor shall provide on the site qualified and experienced worker in sufficient no. so that work can be completed within stipulated time and maintaining desired quality failing to the same may attract the penalty which is to be decided by the competent authority/ Engineer -In charge. ESIC reserves the full right in this regard.

6. Engineer at Liberty to object.

The Engineer shall be at liberty to object to and require the contractor to remove forthwith from the Works any person provided by the contractor who, in the opinion of the Engineer, misconducts himself, or is in incompetent or negligent in the proper performance of his duties, or whose

14

Page 15: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

presence on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Engineer. Any person so removed from the works shall be replaced as soon as possible by a qualified person approved by the Engineers.

7. Safety, Security and Protection for the Environment

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein:

(i) Have full regard for the safety of all persons entitled to be upon the Site and keep the Site ( so far as the same is under his control) and the Works ( so far as the same are not completed or occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons, and

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

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

(a) Insurance of work by the Contractor for his liability:

(i) During the Repair and Maintenance period for loss or damage to property and life arising from a cause for which contractor is responsible.

(ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out by him for the purpose of complying with his obligations.

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

8. Damage to Persons and Property

The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of:

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

(b) loss or damage to any property (other than the Works):Which may arise out of or in consequence of the Repair and Maintenance of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof.

9. Accident or injury to Workmen:

The Employer shall not be liable for or in respect of any damages or compensation payable to any workman for death or injury resulting from any act or default of the contractor. The Contractor shall

15

Page 16: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto.

10 Evidence and Terms of Insurance:

The Contractor shall take out appropriate insurance to cover his work and workers and staff employed by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after the respective insurance have been taken out but in any case prior to the start of work at the Site that insurance required under the Contract have been effected.

11. Compliance with Statutes, Regulations: The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provision of:

a. Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or other duly constituted authority in relation to the execution and completion of the works and the remedying of any defects therein, and

b. The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the works, and the Contractor 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 completion time for the above said work is 1 month.

13. Extension of Time for Completion:

The contract may be extended on the written mutual consent of both Employer and Contractor for a further period may be up to one 1 month. However, employer reserve it’s right to terminate the contract by giving 15 days notice at any time during the currency of the contract if the services of the agency are not satisfactory as per the opinion of employer or its representative.

14. Defect identification and its rectifications:

Agency shall immediately attend the defects and complaints noticed at site due to the work mentioned against the name of work. The agency shall provide and develop a system for rectification of defect arises due to this work it should also ensure by contractor that the normal services are not affected during the execution of work and the rectification work shall be executed as per direction of Engineer in -charge. .

15. Liquidated damages for delay.

If the Contractor fails to complete the work in due course of time and if in the opinion of engineer delay is on the part of contractor , the employer can impose liquidated damages on the contractor as detailed in the particular conditions.

16

Page 17: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

16. Contractor’s Failure to carry out Instruction.

In case of default on the part of the Contractor in carrying out defect rectification works, the RD, ESIC Guwahati 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 RD from any monies due or to become due to the Contractor.

17. Instructions for Variations

(a) Quantities given in the BOQ are estimated quantities.The quantity of any particular item may vary to any extent. Variation in quantity in particular items or total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle contractor to claim any extra cost.

MEASUREMENT

18. Works to be measured

The Engineer shall determine by the measurement of the value of actual work done in accordance with the Contract and the Contractor shall be paid proportionately. Engineer shall be at liberty to decide the 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 otherwiseprovided in the Contract the work must be executed according to CPWD norms and direction of engineer in charge.

21. Deduction of Income Tax

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

22. Performance Guarantee

Within one weeks of award of work, the Contractor shall submit a Performance Security for proper performance of the contract . The performance security can be en cashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.

23. Default of Contractor

24. If the performance of the contract and is not satisfactory and not corrected within 15 days of receiving notice, then the RD, ESIC, Regional Office Guwahati shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the Contractor.

17

Page 18: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

25. Payment on Termination

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

26. Amicable Settlement of Dispute

The parties shall use their best efforts to settle amicably all disputes arising out of or in connection this contract or the interpretation thereof.

27. Arbitration

Any dispute and differences relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship of materials used in the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which:- Amicable settlement has not been reached.

Shall be referred to the Sole Arbitration of the Regional Director, ESIC, Guwahati who shall proceed as per the Arbitration Act. 27.1. The work under the contract shall continue, during the Arbitration proceedings.

27.2. The award of the Arbitrator shall be final, conclusive and binding on both the parties.

28. JURISIDICTION OF COURT

The Courts at Guwahati shall have the exclusive jurisdiction to try all disputes, if any, arising out of this agreement between the parties.

18

Page 19: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

ESIC REGIONAL OFFICEBAMUNIMAIDAM, GUWAHATI-21

FINANCIAL BIDPART - II

NAME OF WORK

SRM WORKS (CIVIL) OF ESI, ANNEXE HOSPITAL AT TINSUKIA (Renovation of sanitary, water supply & drainage system including internal and external

water supply system etc).

19

Page 20: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

FINANCIAL BID (PART – B)GENERAL ABSTRACT OF COST

Name of work :

SRM works (Civil) of ESIC, Annex Hospital at Tinsukia, (Renovation of sanitary, water supply & drainage system including Internal & External water supply system etc).

Sl No. Descriptions of items Amount in Rs. Remarks1 Cost of measurable items of SRM works

(Civil) of ESI, Annex Hospital at Tinsukia, (Renovation of sanitary, water supply & drainage system including Internal & External water supply system etc.)” complete.

Format – III (B)Annexure - I

Rupees …………………………………………………………………………………………………………………………

20

Page 21: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

FORMAT – III B – ANNEXURE – IBill of Quantities SRM works (Civil).

Sl. No. Description of Items Qty. Unit Rate

In Figure In Words Amount1 Providing Ceramic Tiles of approved quality,

size, shape and thickness not less than 8 mm on floors, skirtings, treads and risers of steps over cement mortar bed 15 mm thick in prop. 1:3 (1 cement : 3 coarse sand) including cutting where necessary finished with flush pointing with Fix-A-Tile Chokasey/Sika Pedelite/Rouf)/white cement slurry mixed with approved pigment to match the shade of granite slab, complete at all levels as specified and directed. (Cement plastering to be measured and paid separately). (Coloured pigment should be in conformity with colour of slab and as approved and directed by the Department).(a) Normal range (sizes 300mm × 300mm and above)(f) Nitco made 121.19 Sqm

2 Providing polished ceramic wall tiles of approach quality, size, shape and thickness not less than 8 mm on walls and skiritings over cement mortar bed 10 mm thick on prop. 1:3 (1 cement : 3 coarse sand) including cutting where necessary finished with flush pointing with Fix-A-Tile (Choksey/ Sika/ Pedelite/ Rouf)/ white cement slurry mixed with approved pigment to match shade of tiles complete at all levels as specified and directed. (Cement plastering to be

21

Page 22: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

measured and paid separately) Coloured pigment should be in conformity with colour of tiles and as approved and directed by the Department). (Walls means both interior and exterior walls).(a) Normal range (sizes 200 × 200 ) mm and above(c) Asian made 297.69 Sqm

3 Renewing white vitreous water closet squatting pan (Indian type W.C. Orissapattern) of size 580 × 410 mm / 580 × 440 mm with 100 mm SCI ‘P’ or ‘S’ trap. Parryware/ Hindware make with all fittings and fixtures complete including cutting and making good the walls and floors wherever required. 6 Each

4 Providing vitreous China wash basin of size 630 mm × 450 mm of Parryware make with CI/MS brackets, 32 mm CP brass waste coupling of standard pattern, C.P. stop cock, C.P. brass chain with plug, PVC waste pipe including painting of fittings and brackets, cutting and making good the walls wherever required.(a) White vitreous china wash basin of size 630 × 450 mm. 5 Each

5 Extra from providing and fixing pedestal for wash basin. (Both white & coloured).(a) White 5 Each

6. Renewing white vitreous china flat back type lipped front basin of size (440 × 270 ×160/440 × 315 × 265) mm of Parryware/Cera made and CP brass spreader with brass unions complete including painting of fittings and breakets, cutting and making good the walls & floors

9 Each

22

Page 23: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

wherever required. 7 Supply fitting & fixing PVC automatic flushing

cistern of 10 literscapacity of Parryware/ Hindware with all internal fittings with CI brackets including fitting and fixing standard size CPflush pipe, union clamps etc. complete as directed and specified (pipe will be measured separately).(a) White 5 Each

8 Providing fitting and fixing Mirror of Agmeco make (Cat. No. VN-9011) colour CP frame of complete as directed and specified. 4 Each

9 Providing, fitting and fixing soap dish of Agmeco make complete as specified and directed.(a) Stainless Steel Soap Dish Rectangular (Cat No. MS 0251, 0252, 0253 & 0254) 6 Each

10 Providing fitting and fixing chrome plted (CP towelrail or Jaquar make complete as specified and directed.(a) Continental Accessories (600 mm long) 5 Each

11 Supplying, fitting and fixing PVC pipes of 6 kg/cm2 (Supreme/Prince) or other ISI approved including joining, fitting and fixing with clamps etc. as necessary complete at all levels including below G.L. as directed and specified.(ii) 110 mm dia 176.00 Rm

12 Supplying, fitting & fixing PVC plain single tee of (Supreme/ Prince) or other ISI approved including joining, fitting and fixing etc. as necessary complete at all levels including below G.L. as directed and specified.(a) In exposed surface or entrenches.(ii) 110 mm dia 18 Each

23

Page 24: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

13 Supplying fitting and fixing G.I. pipes of following sizes, with all necessary ‘R’ brand or similar approved G.I. Fittings such as bend, tee, elbow, reducer, nipple, plug, long screw fitting, H.W. clamps etc. complete at all levels including below G.I. as directed and specified.(d) 25 mm dia(i) Using Tata (Medium) 190.70 Rm

(e) 20 mm dia(i) Using Tata (Medium) 179.10 Rm(f) 15 mm dia(i) Using Tata (Medium) 204.10 Rm

14Supplying, fitting and fixing C.P. bib cock 15 mm dia of approved brand directed and specified. (G.I. & C.P. pipes will be measured separately.(I) Essco make (Delux/ Sumthing spl./ Tropical)(a) Bib cock short body

12 Each

(b) Long body bib cock with wall flange 12 Each15 Supplying and fitting fixing C.P. pillar cock of 15

mm dia of approved brand as specified and directed.(I) SONA make(b) Heavy type 5 Each

24

Page 25: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

16

Supplying and fitting gun metal country pit valve (full way valve) ISI Make as specified and directed.(c) 25 mm dia

23 Each

(d) 20 mm dia 10 Each(e) 15 mm dia 15 Each

17 Supplying fitting and fixing G.I. pipes of following sizes, with all necessary ‘R’ brand or similar approved G.I. Fittings such as bend, tee, elbow, reducer, nipple, plug, long screw fitting, H.W. clamps etc. complete at all levels including below G.I. as directed and specified.

(a) 50 mm dia(i) Using Tata (Medium) 403.00 Rm(c) 32 mm dia(i) Using Tata (Medium) 168.00 Rm(d) 25 mm dia(i) Using Tata (Medium) 300.00 Rm

18 COLLAPSIBLE/ROLLING SHUTTERSProviding and fixing in position collapsible M.S. shutters with vertical channels 20mm × 10 mm × 2 mm braced with flat iron diagonals 20 mm × 5 mm size with top and bottom rails of T-iron 40 mm × 40 mm × 6 mm with 38 mm dia steel pulleys complete with bolts and nuts, locking arrangements, stoppers, handles including applying a priming coat of red lead paint. 16.96 Sqm

19 Diluting and injecting aqueous emulsion for post constructional anti-termite treatment

432.30 Rm

25

Page 26: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

(necessary tools and accessories to be supplied by the contractors).

(b) Along the external wall below concrete or masonry apron using aqueous emulsion having concentration 1:19 with chloropirophose solution (tricel or equivalent) and water @ 1 litre per liner metre including drilling and plugging holes (minimum depth of hole should be 300 mm).(i) With aqueous emulsion having concentration 1:19 with chloropirophose solution (tricel or equivalent and water, i.e. 1% solution.

20 Supplying and placing plastic cylindrical vertical claused top (PCVC) tank of Sintex/Polyon/Patton make over the staging with manhole cover with locking and cleaning arrangement including providing pads of size as required for inlet and outlet pipes complete as directed.(A) 2000 litre capacity(i) Sintex make 3 Each

21 Providing drain with cement concrete (1:3:6) 10 cm thick sides 10 cm thick bed over brick flat soling including 15 mm thick cement plastering in prop. 1:3 finished with a floating coat of cement slurry as directed with necessary shuttering for sides and earth work in excavation of foundation trenches and refilling the sides after completion of work etc. as specified.(ii) 300 mm wide and average 250 mm deep

457.00 Rm

26

Page 27: esicner.inesicner.in/admin/pdf/tender2.docx  · Web view · 2013-11-21Proposals should be submitted in two separate envelopes namely, Technical Bids and Financial Bids. The technical

with bed slope 1 in 150 with initial depth of 100 mm.

22 Providing plinth protection with bricks flat laid in cement mortar 1:4 and finished with 15 mm thick cement plaster in prop. 1:2 with a flatting coat of neat cement finish. 237.60 Sqm

23 Supplying, fitting and fixing double leaf heavy duty iron gate, frame made from 40 mm × 40 mm × 6 mm M.S. angle and with M.S. flat of 40 mm × 6 mm size as per approved design. Necessary locking arrangement for temporary closing the gate and 2 nos. (minimum) strong iron hinges of M.S. bars and flat of same sizes on each leaf to be embedded in C.C. brick pillars as necessary including a red oxide painting to all iron works as directed and specified (Separate payment will be made for pots). 7.40 Qtl.

Total :(Rupees ………………………………………………………………………………………) only.

27