Repair and Maintenance (Civil and Electrical) services in ESI ...

95
1 Seal & Signature of Bidder Signature of ESIC Official REGIONAL OFFICE KARNATAKA EMPLOYEES STATE INSURANCE CORPORATION Ministry of Labour & Employment, Govt. of India REGIONAL OFFICE, KARNATAKA NO.10, BINNYFIELDS, TANK BUND ROAD (NEAR BINNYMILL, NEXT TO ETA MALL) Web Site: www.esic.nic.in & www.esickar.gov.in -------------------------------------------------------------------------------------------------------------------------------------------- NOTICE INVITING e-TENDER BID DOCUMENT Name Of Work :-Repair and Maintenance (Civil and Electrical) services in ESI Hospital/SQ Dandeli, BO At Dandeli --------------------------------------------------------------------------------------------------------------------------------------------

Transcript of Repair and Maintenance (Civil and Electrical) services in ESI ...

1

Seal & Signature of Bidder

Signature of ESIC Official

REGIONAL OFFICE KARNATAKA

EMPLOYEES STATE INSURANCE CORPORATION Ministry of Labour & Employment, Govt. of India

REGIONAL OFFICE, KARNATAKA NO.10, BINNYFIELDS, TANK BUND ROAD (NEAR BINNYMILL, NEXT TO ETA MALL)

Web Site: www.esic.nic.in & www.esickar.gov.in

--------------------------------------------------------------------------------------------------------------------------------------------

NOTICE INVITING e-TENDER

BID DOCUMENT

Name Of Work :-Repair and Maintenance (Civil and Electrical) services in ESI Hospital/SQ Dandeli, BO At Dandeli

--------------------------------------------------------------------------------------------------------------------------------------------

2

Seal & Signature of Bidder

Signature of ESIC Official

Sl. Item Details

1 Name of work Repair and Maintenance (Civil and Electrical) services in ESIS Hospital/SQ Dandeli, BO At Dandeli

2 Time for Completion 365 Days

3 Estimated Cost Rs. 2847628/- (RsTwenty Eight Lakh Fourty Seven Thousand Six Hundred Twenty and eight only)

4 Earnest Money Deposit (EMD)/Cost of Tender

The Total amount of Rs.57452./-(EMD Rs 56952/-+Cost of Tender Rs 500/-) which shall be in the form of Demand Draft Or Bankers Cheque scheduled Bank issued / drawn in favor of ‘ESI FUND ACCOUNT No.1’, payable at Bengaluru. The unsuccessful bidder will get only EMD amount. Note: - Exemption letter of EMD issued by any Government bodies are Not Valid for the purpose of tender.

5 Tender Document The tender document may be downloaded from www.esic.nic.in/tenders,

www.esickarnataka.gov.in and www.esictenders.eproc.in from 06/02/2018 to 22/02/2018 upto 11.00 hrs

6 Last Date of submission Technical bid and Financial bid must be submitted online at

https://esictenders.eproc.in during the period from 06/02/2018 to 22/02/2018 upto 11.00 hrs. further Only those who participated in online process the hard copy of tender(Financial and Technical ) have to be drop the sealed tender in tender box placed in the RO office Bengaluru.

7 Pre Bid Meeting Pre Bid Meeting will be held on 14/02/2018 at 15.00 hrs.

8 Date of opening of tender

The technical bids of tenders shall be opened in the presence of the tenderers who desire to be present on 22/02/2018 at 15.00 hrs in Conference Hall at 3rd Floor, RO Binnypet, Bengaluru. In case 22/02/2018 is declared a public holiday, tenders shall be opened as per above schedule on next working day. The date for opening of Financial Bids of those bids who are found technically qualified shall be communicated separately. Further it is advised that hard copy of the financial bid and the technical bid may be dropped duly sealed into the tender box placed in the Regional Office of ESI Corporation situated in Bangalore.

3

Seal & Signature of Bidder

Signature of ESIC Official

Table of Contents

TERMS & CONDITIONS (Annexure A) ............................................................................................ 7

Introduction and scope of work .............................................................................................. 10

TECHNICAL BID (Annexure B) ................................................................................................... 17

LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS ............................ 19

LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS ............... 24

FINANCIAL BID (Annexure C) ...................................................................................................... 26

MAN POWER DEPLOYMENT AND WAGE SCHEDULE ........................................................... 26

Civil Item work .............................................................................................................................. 27

Electrical Item works .................................................................................................................... 53

SUMMARY OF SCHEDULES .................................................................................................... 73

DECLARATION FROM BIDDER (Annexure D) .............................................................................. 74

DETAILS OF STAFF (Annexure E) ................................................................................................. 75

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)....... 76

SECTION III .................................................................................................................................. 77

SPECIAL TERMS AND CONDITIONS........................................................................................... 77

Section IV ...................................................................................................................................... 79

GENERAL CONDITIONS OF CONTRACT (GCC) .......................................................................... 79

COMPLAINT REGISTRATION FORM( Annexure – G) ................................................................ 92

Important Instructions for Bidders(Annexure H) ................................................................................ 94

4

Seal & Signature of Bidder

Signature of ESIC Official

Sir/Madam

Subject: ESI Corporation Regional Office, (Karnataka) invites E-Tender from registered and reputed agencies for Repair and Maintenance (Civil and Electrical) & services, providing operating personnel for operation and Maintenance of LT Panel, Compact Sub-station, internal Electrification, periodical servicing, internal water supply, sanitary, plumbing, storm drainage system and other allied works at ESI Hospital/SQ Dandeli, BO At Dandeli 2019-2020 on contractual basis for a period of one year under two bid system.

2. The tender document can be downloaded from www.esic.nic.in, www.esickar.gov.in. and https://esictenders.eproc.in from 06/02/2018 onwards. The interested bidders should submit the tender online at https://esictenders.eproc.in in the prescribed Performa. The last date and time for submission of tender online is 22/02/2018 upto 11.00 hrs. 3. All the Bidders are advised to go through the “Important Instructions to Vendors” placed at Appendix ‘G’ for registering themselves with e-Procurement Portal https://esictenders.eproc.in to participate in e-Tendering. 4. The main eligibility conditions are:- (i) The applicant should have also successfully completed similar work in building repair/maintenance(civil & electrical) and services of equipments in central Govt. office / State Govt. office / attached office / Statutory bodies / PSU departments during last three years ending < last day of the month previous to the one in which applications are invited > either of the following:

a) Three similar completed works costing not less than the amount equal to 40% of estimate cost put to tender.

Or b) Two similar completed works costing not less than the amount equal to 60% of estimate cost put to tender.

Or c) One similar completed works costing not less than the amount equal to 80% of estimate cost put to tender.

(ii) The bidders/Associate/Contractor should have a valid labor license and Registered / Branch Office in Bengaluru or Dandeli. 5. Apart from online E-tender the documents should also be submitted by eligible bidders in the

Performa downloaded from the website in two separate Bids i.e. - Technical and Financial, as per prescribed Performa (Annexure ‘B’ and Annexure ‘C’) to this office. The hard copy along with necessary documents of the two Bids should be submitted in two separate sealed envelopes super scribed "Technical Bid for ESI Hospital/SQ Dandeli, BO At Dandeli 2019-2020". Both sealed envelopes should be put in a third sealed envelope super scribed "Tender for Repair and Maintenance (Civil and Electrical) in RO, ESIC, Bengaluru". The bid shall be valid for 180 (one hundred and eighty) days from the last date of tender submission.

6. The contractor / agency should submit the sealed envelope containing the two bids in the tender box kept in 1st floor at ESIC, Regional Office, and Bengaluru in person or sent through registered post, so as to

5

Seal & Signature of Bidder

Signature of ESIC Official

reach this office by 22/02/2019 on or before 11 hrs. Quotations/bids received after 11 hrs on 22/02/2019 will not be accepted / entertained 7. The Technical Bid should be accompanied by an Earnest Money Deposit (EMD)+Cost of tender of Rs 57452/- (Rupees Fifty Seven Thousand Four Hundred Fifty Two Only only) in the form of Demand Draft/Pay Order from a nationalized/commercial bank drawn in favor of E.S.I. Fund A/c No. 1, payable at Bengaluru. It should remain valid for a period of 90 days submission of tender. In the absence of EMD, the tender shall be rejected summarily. The earnest money shall be refunded to the unsuccessful bidders after finalization of the contract. It shall be refunded to the successful bidder on receipt of performance Guarantee of 5% of Tendered amount. No interest is payable on the EMD. Exemption letter of EMD issued by any government bodies are not valid for the purpose of tender. 8. The declaration form as per Annexure ‘D’ should be submitted along with the technical bid. 9. Technical Bid shall be opened on 22/02/2019 at 15 hrs in ESIC, Regional Office (Karnataka) in the presence of bidders who wish to be present. The Financial bid will be opened only if the applicant/Contractor fulfills the stipulated conditions for technical bid. After scrutiny of the technical bids, financial bid will be opened in respect of bidders who qualify in Technical bids on the next day. 10. The period of this contract shall be for one year from the date of award of contract. The same shall be extendable only at the discretion of the ESIC subject to satisfactory completion of work during the contract period/extended contract period. The decision of the ESIC shall be final and binding on the contractor in this regard. 11. Each page of the Tender document should be signed and stamped by authorized representative of bidder in acceptance of the terms and conditions laid down by ESIC. The tenderer shall also enclose the latest all applicable tax clearance (income tax, GST, cess etc) certificate and ESI, EPF payment proof. 11.A In case of any increase or decrease of co-efficient of ESI/EPF/GST, necessary action will be taken by this department to pay/recover the difference actual amount paid for the compliance. For this purpose base date will be taken as 01.01.2019. 12. Any additional conditions/ deviation by the bidders, whatsoever shall be rejected. 13. The agency / contractor shall quote the rates in English language and International numerals. These rates shall be entered in figures as well as in words. In case of difference in rates between words and figures, rates mentioned in words shall be treated as valid and final. 14. All entries in the bids shall be typed / written in ink. Erasers and over writing are not permitted and may render such quotations liable for rejection. The bidders shall duly attest each cancellations and insertions. 15. ESIC reserves itself to allot the work partly or wholly to single or different contractors. ESIC do not bind itself to accept the lowest or any quotation and reserves the right to reject any or all the quotations in full or part, without assigning any reasons thereof. 16. The bidders must obtain for himself on his own responsibility and at his own cost all the information which may be necessary for the purpose of submitting a quotation and entering into a contract and may visit the sites and inspect the buildings to be maintained and acquaint himself with all the local conditions, means of access to the work, nature of work, and all matters pertaining thereto. Once the bidder submits the quotations for the work, no claim at later date on account of insufficient knowledge of the site and working conditions will be entertained. It is understood that the bidder has satisfied himself on the information and knowledge required

6

Seal & Signature of Bidder

Signature of ESIC Official

before submitting the quotation. 17. The offer shall include all taxes and duties levied from time to time. Necessary documentary evidence as and when called for must be furnished in support of having paid the taxes / duties for reimbursing the same. 18. If the bidders deliberately give wrong information in his bids, ESIC reserves the right to reject such bids at any stage or to cancel the contract, if awarded and forfeit the Earnest Money/Performance Guarantee /Security deposit/any other money due. 19. The contract will be awarded on acceptance of terms & conditions as per Annexure ‘A’. 20. The financial bid & technical bid received without the signature of authorized person will not be entertained and will be rejected. 21. Bidders shall quote for all item of works failing which the bid shall be considered non responsive. Conditional Tenders / Tender incomplete in any form will be rejected outright. 22. No bidder will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the bidding firm would stand forfeited. 23. In case the successful bidder declines the offer of Contract, for whatsoever reason(s), his EMD will be forfeited. 24. The successful agency shall not sub-let part of the contract work without written permission of the ESIC. The agency is fully responsible for all execution, satisfactorily as per the terms & conditions of the contract awarded to him. 25. Any dispute or difference whatsoever arising between the parties out of or relating to the construction, meaning, scope, operation or effect of this contract or the validity or the breach thereof shall be settled by Arbitration by sole arbitrator to be nominated by The Additional Commissioner/Regional Director, ESIC, Karnataka. The provisions of arbitration & conciliation Act-1996 as amended up to date, shall apply to such arbitration proceedings. The venue of arbitration shall be Bengaluru. 26. Emergency work shall be completed within 24 hours and other works within 7 days, failing so penalty clause will be applicable. 27. Successful tendered may be required to establish office on temporary basis during the work period within the site of work in the space provided by ESIC and details of approved specification would be made available at the location head(ph no. 08284-234383) as per Annexure I. 28. The contractor may visit the site of work on any working days during office hours before the closure of this tender. 29. The Additional Commissioner/Regional Director, ESIC, Regional Office (Karnataka) reserves the right to withdraw/relax any eligibility criteria and in such a situation the bidders will be given sufficient time to take such changes into account. However, no relaxation will be given as far as statutory requirements are concerned, explicit/implicit

Sd/- Additional Commissioner/ Regional Director ESI Corporation (Karnataka)

7

Seal & Signature of Bidder

Signature of ESIC Official

Annexure A

TERMS & CONDITIONS (Annexure A)

1. Minimum Qualification and Experience

Sr.No. Type of work man Category Min Qualification

Min Experience No. of

worker{B}

1. DG Operator Cum Pump Operator

Semi skilled ITI 2 years 1

2. Supervisor Cum Electrician ( Electrical )

Skilled Diploma 2 years 1

3.

Helper Cum Sewer Man (Civil)

Un-skilled

Non Matriculate

1 year 1

4. Helper for electrical maintenance Cum plumber

Un-skilled

Non Matriculate

1 year 1

Note: - The number of manpower required is likely to increase or decrease depending upon the actual requirement. 2. The contractor shall ensure the regular supervision and control by the contractor himself or by his supervisor on the workmen deployed by them under due intimation. 3. The bidders should have sufficient employees on its rolls or rolls of its Associates/Contractor specifically trained for Repair and Maintenance (Civil and Electrical) work. 4. The contractor shall also submit the details and two copies of their passport size photographs of its workers to ESIC as per Annexure ‘E’ and they should certify the antecedents and background verified. 5. The workmen engaged by the contractor / agency shall observe safety precautions connected with the work as stipulated in the relevant statutes. 6. Contractor shall provide shoes, masks and gloves as basic needs to protect the health from the very nature of duties performed by their employees. 7. The staff employed by the contractor for performance of the contracted jobs, shall be of sound health, be mentally alert and physical fit. The contractor shall be bound to change the personnel deployed, if any, if found unsuitable by ESIC and decision of the ESIC in this regard shall be final and binding on the contractor.

8

Seal & Signature of Bidder

Signature of ESIC Official

8. In the absence of personnel’s, alternate arrangements shall be made, failing which suitable deductions shall be made in the contractor’s monthly bill. 9. Any miscellaneous work related to cleaning as allotted by this office will have to be done at no extra cost. No work shall be carried out without the knowledge of this office. 10. The workmen will work in an orderly manner without causing damage / loss to the Corporations property or equipment. The Contractor is responsible for making good any damage / loss to Corporation’s property / equipment in case of such damage by his workmen, failing which the amount incurred shall be recovered from the bill. 11. At the time of the execution of the work, the workmen should be in proper uniform and wear identity cards. The contractor shall be responsible for any injury / loss of life caused to persons or things, (fittings/fixtures/furnishings, etc) any damage caused to any property of ESIC etc, which may arise from the operations or neglect of any person of the quotations/contractor team or any person engaged by him for any purpose related to the execution of this contract. The bidder / contractor shall indemnify ESIC against all liabilities arising out of these operations in any way under any acts of the Government and also in award of any compensation or damaged consequent upon any claim arising out of above. 12. ESIC shall not be liable for any breach or delay in carrying out any of the contractual obligations as result of strike, lock out, industrial / labor disturbance, fire / accidents damages, any act of God, riot, war or any conditions arising from similar causes beyond the control of the Corporation. 13. Contractor shall indemnify and keep ESIC indemnified against breach of Acts, Rules, Laws and Regulations and / or non compliance thereto by its employees. In case of delay in attending / non attending of complaint due to shortage of labour for or otherwise within the time specified by the Authority and if the work get executed thorough other agency then the expenditure so incurred plus 10% of the same shall be recovered from the contractor’s payment. In case of any dispute, the decision of Regional Director of ESIC, Bengaluru shall be final and binding on the contractor. 14. The bidder/contractor shall indemnify ESIC under Workmen’s/Worker’s compensation Act, Personal Injuries Act, Insurance Act, etc and or other Industrial Legislation in force from time to time. The contractor shall be responsible for any violation/non-compliance of the Labour laws and ESIC shall stand indemnified against any claim or compensation of whatsoever nature in this regard by the bidder/contractor. 15. Materials: The contractor should keep minimum inventory for common miscellaneous sundry materials like latest sealing material, washer, nut bolts, nails, screws, blade, Insulation tape, Zinc paste, cleaning compound, Fuse wire, lugs, hacksaw, other tools and plants, soap, broom, waste cloth and thread etc which is a necessity for attending day to day repair works/complaints. The rate quoted shall be deemed to be included for this provision also. Tools also to be provided by the Contractor. The materials used for repair/replacement should be conforming to BIS standards/CPWD specification/materials of good quality available in the market. Sample of materials to be supplied/used may be produced and got approved from the concerned Engineer I/c/BO/Office in Charge. If specified approved material mentioned in this tender is not available, then necessary certificate need to be submitted from manufacturer/authorized dealer. In case of non availability of approved item, equivalent brand shall be selected in consultation with the concerned ESIC Officers/Engineers and any nominated staff. Further if any Item which are to be used & rate not already approved (non tender item), the contractor has to obtain prior approval of the competent authority and purchase bills to be submitted along with the monthly bill in the prescribed format. 16. The ESIC reserved the right to increase or decrease of man power deployment or quantity of materials or item

9

Seal & Signature of Bidder

Signature of ESIC Official

of work. The contractor should not have any objection in carrying out the work at the quoted rates.

17. Escalation: No escalation in case of Repair and Maintenance (Civil and Electrical item of works and materials) service provided in ESIC on any account shall be permitted after the submission of the quotations and during the currency or extended period of the contract. However the escalation in the wages on account of increase in the minimum wages/grant of increase in dearness allowance declared by the Central Government to the workers is permitted and payable. In case of any dispute in the escalation value, the decision of the ESI Corporation will be final. 18. Penalty: In the event of failure to maintain the Repair and Maintenance (Civil and Electrical) services on any day as per terms and conditions of this quotation in part or in full, the Repair and Maintenance (Civil and Electrical) service agency shall be liable for payment for damage charges @ Rs. 5000/- besides proportionate deduction which shall be recovered from the monthly bills. If ESIC finds the agency misusing the facilities provided by ESIC for the services or for other purposes not covered under the contract, ESIC will be free to levy damages which may extend up to Rs 5000/- per event. 19. Payment Terms:

i) The contractor shall submit his monthly bill in triplicate along with the challans of the EPF, ESI, and Tax paid challans, monthly muster sheet and payment register, bank statement copy showing the credit of salary to the workers to the Regional Office, ESIC, and Bengaluru by 5th of each month. The Payment shall be released through ECS/NEFT payment system only in the bank account of the contractor after necessary deductions of statutory dues, etc duly certified by the Engineer/caretaker/Admin division. ii) TDS and other statutory taxes shall be deducted at source from the monthly bills. iii) The payment will be made on monthly basis of the personal deployed by the contractor and based on the attendance sheets and other supporting documents duly verified by the ESIC Engineer/caretaker/User Department. No other claim on whatever account shall be entertained by this office. iv) The contractor will ensure that the workers engaged by him must receive their entitled wages on time. The following procedure shall be adopted.

a) The contractor shall pay the wages of the personnel on or before 7th of the calendar month following for which the services were rendered. This payment of wages must not be linked to payment / clearance of the bill by this office. b) The payment to such workers must be made by the agency through cheque/ECS. Under no circumstances payments shall be made in cash. If the agency does not make payment to its workers through cheque/ECS, the contract may be terminated and the security deposit will be forfeited.

v) In order to ensure that workers get their entitled wages, the billing cycle for the agency is to be calendar month. The bills must be submitted along with all the certificates / documents as follows: a) The wages of workers for the last month credited to their bank account and the details of payment with

bank account No’s and bank statement enclosed. b) Proof of payment of ESI/EPF/Other statutory dues amounting be submitted. (Copy of paid challans to be enclosed) c) Employee wise details of ESI and EPF contribution paid is too submitted every month/quarter as

applicable. d) Undertaking that all statutory labor laws including minimum wages act is being complied with. e) Proof of payment of service tax. (Copy of paid challans to be enclosed) f) Compliant Register format as specified in Annexure , needs to be attached along with the bill. 20. Compliance with Labour Laws: The contractor is responsible for compliance of the following points given

below:

i) It shall be the sole liability of the contractor to obtain and to adhere by all necessary licenses/permissions

10

Seal & Signature of Bidder

Signature of ESIC Official

from the concerned authorities as provided under the provisions of the contract Labour (Regulation & Abolition) Act 1970. ii) The contractor shall discharge obligations as provided under various statutory enactments including the Employees Provident Fund, Miscellaneous Provision Act 1952, Employees State Insurance (ESI) Act 1948, the contract (R&R) Act 1970, Minimum Wages Act 1948, Payment of Wages Act 1948, Workmen’s Compensation Act 1923, the payment of Bonus Act 1965 and other relevant acts, rules and regulation enforced from time to time. Non observance of the provisions under above shall grant right of termination forthwith. iii) The contractor shall be responsible for required contributions towards PF, ESI or any other statutory payment shall deposit these amounts on or before the prescribed dates. The contractor shall submit the proof of depositing the employee’s and employer’s contributions. The contractor shall also be responsible to pay any administrative / inspection charges thereof, wherever applicable, in respect of the personnel employed by him for the work of ESIC. Any dispute related to PF, ESI, Labour Act shall be dealt with by the contractor entirely at contractors risk and costs. All the records shall be maintained by the contractor and shall produce for inspection to ESIC as and when required. In case ESIC is called upon to make payment on the direction, decree or proceeding of court/criminal court or by statutory authority then ESIC shall have all the rights to recover the said amount in full and shall be authorized to deduct the same directly from the payment to be made to the contractor or by invocation of Performance Security so kept with ESIC. iv) The contractor shall be solely responsible for the payment of wages and other dues to the personnel deployed by him latest by 7th of the following month through Bank A/cs. The contractor shall be directly responsible for and shall indemnify ESIC against all charges, dues, claims, etc arising out of the disputes relating to the dues of the personnel deployed by him. Penalty as per discretion of The Additional Commissioner/Regional Director would be levied on the contractor in case of receipt of complaint of any nature like lower payment of wages, non disbursal of bonus, etc from the personnel deployed by the contractor for the work of ESIC and contract is liable to be cancelled. v) Income Tax/other taxes/duties at the prevailing rate as applicable from time to time shall be deducted from the contractor’s bill.

21 Inspection of the Work: The work is subject to inspection at all times by the Caretaker /Engineers of ESIC

and any nominated Officers by ESIC. 22. Working Hours: The services are required for all the days from 9 AM to 5.30 PM or as decided by ESIC.

23. TA is applicable for attending user complaints on emergency basis from Hospital to Dispensary/Branch

Office/Staff Quarters and verify the user certificate on submission of ordinary bus/train tickets for reimbursement.

24. Contractor shall use materials of preferred make as specified in the Annexure H and Annexure I

SECTION-I Introduction and scope of work

Employees State Insurance Corporation is a central Government statutory body Under Ministry of Labour having various buildings of Hospitals/ Dispensaries/ Offices/Staff quarters throughout the state. Annual repair and maintenance works, minor seepage work/painting/replacement of door/windows in respect of the buildings is being undertaken by the Corporation. DANDELI HOSPITAL:-The Building Was Constructed During the year 1969 .The contractor should take utmost care to see that there is no disruption of water supply to the houses/offices. Any complaint like leakages, overflow, proper distribution of water by controlling valves etc. should be attended immediately.

The Agency should open a service centre in the premises of the layout, with communication arrangement. The

11

Seal & Signature of Bidder

Signature of ESIC Official

contractor should give his contact number to the Engineer in charge/Caretaker and display in notice board of service centre. A clerk/Supervisor should be employed for maintenance of complaint register, register of released/damaged materials, attendance register of man power deployed and over all supervision of works. STAFF QUARTERS ATTACHED TO ESIH DANDELI HOSPITAL The Building Was Constructed During the year 1969 .Regular Maintenance is required for Day today to upkeep the building. The Building Located at Davangere. A complaint register to be maintained to register the complaints from the residential, branches, and staff quarters attached to the Hospital.

Qualification & Responsibilities

1. Electrical Supervisor (Skilled) :

Qualification : Diploma in Electrical Engineering with 2 years of working experience / ITI with 10years experience in maintenance and running of operation of substation, DG sets, LT, HT cable line work and all electrical installation etc,.

Responsibilities: The supervisor is under control of ESIC Regional Office. Supervisor will receive complaints record it, detail tradesmen attend the complaints , maintain documents of complaint register, Complaint compliance register, register of released/damaged materials, maintenance of old /new materials store , attendance register of man power deployed, controlling of man power under him and over all supervision of works. Liaison with external agencies like BESCOM, BWSSB, arranging external work force if required and liaison with department Engineer concern/ care taker for smooth functioning of the work Monitoring the maintenance works in respects of complaints. Inspecting facilities such as carpentry, water supply, drainage, structures etc periodically to determine problems and necessary maintenance required and it must be brought to the notice of the Engineer. Preparing weekly maintenance scheduled and allocation of works to the sub ordinate employees and also monitoring the quality and quantity of works. Co-ordination with the other supervisors and the AMC provider. Workers notebook/Job book, records pertain to manpower engagement, stock ledgers, issue vouchers, consumption certificates, identification of Repair works and complained reports to be maintained. During inspection of ESIC authority, the supervisor should produce the said records and oblige. The item of work are to be executed against the requirement of users/CT and these items of work completion are to be certified by users/Care takers

Duties and Responsibilities

i) He should have electrical competency and supervisor certificate.

ii) Maintenance of running of Operation of sub-station of distribution of transformers.

iii) Keep record for proper up-keep for DG Set, transformers, Panel boards and batteries.

iv) Daily allocation/shifts for proper up- keep and operation of DG Sets.

12

Seal & Signature of Bidder

Signature of ESIC Official

v) He should maintain check list daily/weekly/monthly/yearly.

vi) All the panel boards, switches, batteries and other related electrical equipments should be maintained in neat and clear condition.

vii) Check list maintenance/log book entries of electrical equipments.

viii) AMC/CMC of all the electro mechanical equipments validity period to be followed up.

ix) Safety precaution to be followed up.

x) Attending break down then and there immediately.

2. AC Technician (Semi Skilled) :

Qualification: ITI or equivalent with 5 years experience in AC installation. Trouble shooting of split units, ducted split units & package units in high rise buildings.

3. Plumber (Semi Skilled) :

Qualification: ITI with 3 years experience. Plumber cum fitter tradesmen will maintain the water supply lines in good working condition, repair , maintenance , replacement of water taps, wash basin tapes water connections, wash basin drain pipe ( waste pipe ) connection/replacement, Geyser input –out put lines, any other trade concern work etc as directed by the concern engineer/ ESIH Users. Contractor will provide required tools required for the work

Cleaning and maintaining all water rising mains, maintaining water supply system pipe lines in good working condition .Repairing and replacing damaged pipes, fittings and valves , water tapes as and when reported by the users / residents, Removal of defective pump and arranging for repair and replacing the water pump, connecting the delivery line and suction line of water pumps , repairing and replacing of foot valve, float valve of water tanks etc as directed by Engineer/ ESIH Users and replacing motors.

4. Electrician (Skilled)

Qualification : ITI with 3 years experience as Electrician cadre, should have knowledge in electrical equipments, repair of panels, starters, switches and maintaining all equipments, responsible for starters switches, panels and replacement of electrical contractors, overload relay, times and circuit fuse carriers, fixing / installation of new starters switches, panels, light fixtures, cable laying, upkeep electrical panels / fixtures responsible for preventive maintenance, replacement of spares, etc,. Electrical tradesmen will carry out the maintenance and repair work of trade concern like electrical installation, Diesel Generator set, lift operation, any other trade concern work etc at different ESIH & Staff Quarters as directed by concern engineer/ ESIH Users. Contractor will provide required tools and measuring meters like megger, AVO meter etc. required for the work.

Ensure all indication bulbs in panels are functional Ensure ventilation in LT/Transformer/ DG room is proper and adequate, Ensure all ACBs/ MCCBs are healthy and ensure that Capacitor panels are functional, All alarms to be checked and logged, Check all electrical installation viz. Panel rooms, LT/HT Room/ DG Room for any abnormality.

13

Seal & Signature of Bidder

Signature of ESIC Official

The manpower to be employed by the contractor has been described in Man power deployment schedule of this tender and contractor has to depute the staff in general as well as shift duties as per requirements of Engineer in charge/ ESIH Users. The duty hours have to be finalized by the Contractor in consultation with Engineer in charge / ESIH Users.

The staff has to wear uniforms with name plate which is to be provided by the contractor for which no extra cost shall be payable by ESIC.

The Contractor has to arrange for bonafide use, consumable like cotton waste, cloth, soap bar, duster, fuse wire, black tape, etc. and carry out all the mandatory checks as recommended by the manufacturers. Nothing extra shall be paid to the agency / contractor by the dept.

The agency has to ensure that sufficient fuel (HSD) is available at all the times in the tanks including the main tank for D. G. Sets...

Safety of the staff employed will be the responsibility of the agency that must insure the staff adequately. This office will not be responsible for any mishap, injury or death of the staff.

All the equipments and installations will be maintained in neat and clean condition. Watch and ward for the installations and materials will be the responsibility of the agency.

DG set installations operation shall be maintained in all the working days and as instructed by Engineer / care taker/nominated officer of ESIS.

The trade’s men deployed in Annual Maintenance Contract will co-ordinate/ assist the AMC Agency of equipment like DG set, Transformer, LT Panel, sub-station etc.

Repairing and replacing starters, circuit breakers, capacitors, repair, rewinding of motors, submersible pumps and motors, cables and electrical panels, relays, MCBs etc., during breakdowns.

Tradesmen will be deployed to different ESIS premises to carry out their duty as required and as directed by the engineer/ / ESIH Users

5. DG Operator (Semi Skilled) :

Qualification: ITI in Electrical Engineering with 2 years experience in relevant field. Should have knowledge in DG repairs, operation, preventive maintenance, replacement of spares, etc.

6. Lift Operator (UnSkilled) :

Qualification: Must passed SSLC, minimum 2 years experience in lift operating and maintenance in a reputed company. The scope of work comprises running and operation of the lifts installed in ESIH Dandeli. The agency has to depute staff for operation of lift. Duty timing shall be half an hour before and half an hour later of the office working hours. However, the duty hours can be changed as per direction of ESIC engineer/ ESIH Users. They shall attend immediately when the lift is stuck up or on the alarm calls of the passengers from any of the lifts.

14

Seal & Signature of Bidder

Signature of ESIC Official

In case of emergency the staff may have to work beyond normal working hours for which extra payments shall be made by the ESIC.

In case of absence of staff from duty, recovery at the rates of the lift operators/staff wages on pro rata basis for the period of the absence shall be made.

Workers can be deployed in shift duty as per requirement & as per direction of The Additional Commissioner/Regional Director / Engineer/ ESIH Users /nominated officer by ESIC.

lf the behavior of the Worker/staff is not found satisfactory, the agency has to change the worker/staff within 3 (three) days failing which, The Additional Commissioner/Regional Director will have the authority to cancel the contract, and the agency shall have no claim of compensation.

The watch and ward of the lifts installations will be the responsibility of the Contractor.

The general cleaning of the lift, machine room shall be the responsibility of the Contractor.

The lift operator should operate and maintain the lifts as per provisions of operating manual of the lifts as supplied by manufacturer. Only those persons are to be employed who have requisite experience in Operation & Maintenance of automatic lifts and capable of reading / writing in Kannada/Hindi/English.. The up-keep of the machine room will have to be under the scope of this work.

Any accident involving damage to lift machinery, equipment or injury / loss of human life due to negligent operation of lift by the staff of agency will be responsibility of the contractor. The contractor has to make good the losses, by way of replacement of machinery, equipment or compensation to the person etc. Regional Director‘s decision in this regard shall be final and the binding on the firm.

In case of break down or stoppage of lifts between the landings on account of any interruption in Power supply the rescue operation shall have to be performed by the lift operator. The Lift Operator/ Supervisor will call the original manufacturer/supplier for its rectification within 4 hrs of breakdown.

7. FIRE TECHNICIAN (Semi Skilled):

Qualification: - ITI or equivalent in Fire Safety Management.

Experience: Willingness to obtain and maintain fire systems identifications for alarms, sprinklers and special hazardous.

Duties and Responsibilities:-

1) Knowledge of inspection repair, maintenance and testing techniques for fire safety equipment and systems.

2) Inspects, repairs and tests fire extinguisher using hand tools, hydrostatic tests equipments and monitoring devices.

3) Dismantles extinguisher and examines mechanical parts, extinguisher agents, and expelling means replaces work or damaged parts.

15

Seal & Signature of Bidder

Signature of ESIC Official

4) Clean extinguisher and recharges them with appd materials.

5) Inspects tests and repairs systems such as smoke detectors, sprinklers and dry stand pipes systems and pull systems.

6) Asst in fire safety inspection.

7) Maintaining fire extinguisher property wide in accordance with applicable standards and regulation

8. Pump Operator (Unskilled):Qualification:

Must passed SSLC with minimum 2 years experience in PUMP operating and maintenance in a reputed company and Minimum 2 years experience in relevant field (WTP and RO maintenance services) The pump operator to ensure continuous operation of supply of water to all the residential quarters and as required. Preventive maintenance, periodical maintenance to be maintained for all pumps. Housekeeping in and around the pump house by removing rank vegetation, cob web cleaning, cleaning of motor pump house and other equipments on daily basis. Maintaining of receiving of MWSSB water, Bore well water, and water through tankers, levels of sumps, Bore well etc , Operating and generation water from Bore wells. Prevent misuse/wastage of water and ensure its use for bonafide purpose. Experienced person to be deployed for operation of pumps/motors/ valves. Pump operator will water supply as per schedule/ as directed by the engineer/ ESIH Users.

Pump operator to be provided on all the week days and holidays at ESIH & staff quarters.

9. CARPENTER/MASON

Non Matriculate with 5 years experience The tradesmen like mason, carpenter or any specialized work men will provided by the contractor as required, for minor repair works, on call basis as directed by the concern Engineer / care taker to carry out the directed work .

The carpenter tradesmen will carry out the repair and restore to good condition of doors and windows, ward robes, other wood fixtures etc in ESIH & residential quarters. Replacing of hinges, tower bolts door latch, door locks, joinery work of wood where ever required etc. as directed by engineer / ESIH Users.

10. PERFORMANCE GUARANTEE:

The successful contractor will be required to furnish an irrevocable performance guarantee of 5% (Five percent) of the tendered amount in addition to other deposit mentioned elsewhere in the contract for his proper performance of the contract (not withstanding and /or without prejudice to any other provisions in the contract) within 10 days from the date of issue of letter of acceptance of tender. Contract for due and satisfactory performance of the contract and shall be refunded only after completion of the agreement period and on adjustment of dues, if any. No interest shall be payable by ESIC on the security deposit. The guarantee shall be in the form of Demand Draft/ Banker’s Cheque in favor of ESI Fund A/c No. 1 Payable at Bengaluru of any scheduled bank.

11. SECURITY DEPOSIT

The contractor shall permit ESIC at the time of making any payment to him for work done under the contract to

16

Seal & Signature of Bidder

Signature of ESIC Official

deduct a sum at the rate of 5% of the gross amount of each running bill/ value of the work. Such deductions will be made and held by ESIC by way of Security Deposit. Security Deposit would be released after completion of contract period/final bill.

On acceptance of the tender, the name of the accredited representative(s) of the contractor, who would be responsible for taking instructions from the Engineer/Authority, shall be communicated in writing to the ESIC.

12. Termination of Contract:

In the event, the contractor fails to execute the work with due diligence or expedition or shall refuse or neglect to comply with any order given to him in writing by the ESIC or on behalf of the ESIC within the scope of the contract, or shall contravene the provisions of the contract, the ESIC may terminate the contract after giving one month notice in writing to the contractor. Such notice may be served either by hand delivery or through post at the address given in the contract. This shall be deemed to be served on the contractor. The contractor who does not provide proof of payment of statutory dues will be terminated after giving one month notice. Child labor is strictly not allowed and will result in termination of the contract with immediate effect. The disputes if any arising on account of any difference in opinions, specifications, scope of work etc, between ESIC and the contractor, the decision of The Additional Commissioner/Regional Director, ESIC, Regional Office, Karnataka shall be final and binding on both the parties.

13. Ensure that all the requisite information/documents as per Annexure ‘F’

14. Along with the above works, Contractor should execute any other/unforeseen works likely to arise during the course of contract period pertaining to maintenance, upliftment of building/arrest of seepage/leakage, replacement of damaged items etc as directed by the competent authority. The rate for these works will be allowed as per Schedule Rate of CPWD/KPWD or actually claimed by the contractor, whichever is less.

17

Seal & Signature of Bidder

Signature of ESIC Official

Annexure-B

TECHNICAL BID (Annexure B)

FORMAT –I

BRIEF DESCRIPTION OF THE FIRM

(With the outline of the experience of the firm for similar works during last three years)

Sl. o. Description

1. Name of Tendering Company /Firm / Selected Tenderers

2. Name of owner / Partners /Directors

3 Type of Firm ( Individual /Proprietary/ Limited / company or any other )

4 Year of Registration

5. Full Particulars /address of Office Telephone No. / Fax Email Address

6. FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.Name address of the Bank Branch IFS Code Email Address

7. PAN/GIR No.

8. Service Tax Registration No./ G S T

9 Prof. tax Registration No.

10. EPF Registration No.

11. ESI Registration No.

12. Any Other Information

18

Seal & Signature of Bidder

Signature of ESIC Official

b) In house facility available in the following fields –

Field Manpower with more than 10 years experience

Manpower with more than 5 to 10 years experience

Manpower with 5 years experience

Original Work / Repair works(Civil )

Laying/Repairs of water supply, plumbing & sewerages, drainage etc.,

Electrical works

Note: Provide documents in support of the details provided in above format, failing which the authenticity of the information may not be accepted. Details of satisfactory performance certificate from PSU/Govt. Companies where the bidder has worked during the last 3 years (along with proof) if any

Sl No

Name of the PSU/Govt., Company Period of contract

Work experience (along with proof)

Sl No

Name & Address of the Organization

Value of Contract

Duration from To

(Use Separate sheet if required, details should be as per the above serial No’s) Date: Signature of Authorised Person Place: Name:

19

Seal & Signature of Bidder

Signature of ESIC Official

LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS

No. Materials Approved Brands

1 Cement (Grey) Ambuja, Birla, ACC, Ultra Tech.,, Birla J & k,

ZUARI or Equivalent

2 Steel SAIL/ TISCO/Jindal Steel/ RINL or other primary

producer of steel as approved by Ministry of Steel

or Equivalent .

3 Floor Tiles (Mosaic) ISI

marked

Shyam Tiles, Super Tiles, Hind Mosaic, or

Equivalent

4 Floor Tiles (Chequered)

(ISI marked only)

Shyam Tiles, Super Tiles, Hind Mosaic, or

Equivalent

5 C.P. Brass Bib Cock,

Pillar Cock, Stop Cock

etc. (ISI marked only)

Cera, Marc, Hindware, Parryware or Equivalent

6 C.P. Brass Shower Rose

125 mm dia

Marc, Kohler, Grohe. or Equivalent

7 C.P. Brass Towel rail Marc, Hindware, Parryware, kohler,grohe or

Equivalent

8 C.P. Brass Flush Valve

(ISI Marked)

Marc , Hindware, Parryware, Kohler, Grohe or

Equivalent.

9 C.P. Brass Waste

Coupling

Cera,Kohler, Grohe, , Marc, or Equivalent

10 Urinal Stalls (ISI Marked

only)

Hindware, Neycer, Parryware, Cera or Equivalent

11 Squatting Pan (ISI

Marked only)

Hindware, Neycer, Parryware, Cera or Equivalent

12 P.V.C. Flush Tank (ISI

Marked only)

Hindware, Neycer, Parryware, Cera or Equivalent

20

Seal & Signature of Bidder

Signature of ESIC Official

13 Wash Basin (ISI Marked

only)

Hindware, Neycer, Parryware, Cera or Equivalent

14 Water Closets (ISI

Marked only)

Hindware, Neycer, Parryware, Cera or Equivalent

15 Kitchen Sink (Fire Clay)

(ISI Marked only) (IS771)

Sunfire, Padmani, R.K.C.P, Prayag,

Jayna,Neelkanth or Equivalent

16 Kitchen Sink (Stainless

Steel)(ISI Marked only)

Nirali, Blue Star, Prayag, Jayna,Neelkanth

17 G.I. Pipes (ISI Marked

only)

Asian, Tata, Jindal or Equivalent

18

PVC Tanks (ISI Marked

only) Sintex, Electroplasto, Plastoor or Equivalent

19

C.I. Pipes (ISI Marked

only)(IS:1536) Truform Engineers, Neco, Kapilansh or Equivalent

20 D.I. Pipes

Electro Steel Castings Limited, Kapilansh or

Equivalent

21

Flush Door Shutters (ISI

Marked only)

Kutty, Kenwood, Swastik, Duro, Kitply, Century.or

Equivalent

22

Aluminium Door Fittings

(ISI Marked only) Classic, Prestige, Shalimar or Equivalent

23

Oxidised M.S. door

Fittings ISI Marked only

24

Black Enamelled M.S.

Hinges ISI Marked only

25

Steel Door / Window

Frames

AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or

Equivalent

26

Mortice Lock (ISI Marked

only) Godrej, Harrison, Dorset or equivalent

27

Steel Sectional Windows/

Ventilators

AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or

Equivalent

21

Seal & Signature of Bidder

Signature of ESIC Official

28

Particle Board/ Plywood

(ISI Marked only) Kitboard, Anchor, Archid, Duro, National

29

Aluminium Extruded

Body Diescast Door

Closures (ISI Marked

only) (IS :3564) Hardywyn, Everite , or Equivalent

30

Stone Ware Pipes

Grade-A (ISI Marked

only) Sonya, Supertech, Cherry or equivalent

31

Centrifugally Cast Soil

Pipes (ISI Marked only) NECO, BIC, Kapilansh or Equivalent

32

C.I. Rain Water pipes (ISI

Marked only) NECO, BIC, Kapilansh or Equivalent

33

UPVC Rain Water Pipes

(ISI Marked only)(IS

:13592)

Astron Fittings (14375), Finolex, Supreme, Prince

or equivalent

34

Steel Tubes for structural

purposes (ISI Marked

only) (IS: 1161) TATA , Jindal, Surya or equivalent

35

Manhole Covers (ISI

Marked only)(IS:1726) Neco, Kapilansh or equivalent

36

Water Proofing

Compound (ISI Marked

only) Fosroc, Pidilite, Sapseal, STP, or equivalent

37 Ceramic Floor Tiles

Kajaria, Somany, Orient-BellJhonson, or

equivalent

38 Ceramic Wall Tiles

Kajaria, Somany, Orient-Bell, Jhonson, or

equivalent

39

Putty (ISI Marked only)

(IS:419) J K , Birla Shalimar or equivalent

22

Seal & Signature of Bidder

Signature of ESIC Official

40

Anodized Aluminium

Section (ISI Marked only) Jindal, Indalco, Hindalco, or equivalent

41

Factory made concrete

blocks Sabar, Ved PMC , JK, Eco green or equivalent

42

White cement (ISI

Marked only) Birla White, J.K. White or equivalent

43

Glass sheet (Float /

Plain) (ISI Marked only) Modi Float, Saint Gobin, Asahi or equivalent

44

PTMT Ball Cock (ISI

Marked only) Prayag Jaquar, Kohler, Grohe or Equivalent

45

PTMT Accessories (ISI

Marked only) Prayag , cera, POLYTUF or Equivalent

46 G.I. Fittings R. Brand, DRP, Zolto, ICs, Unik or Equivalent

47 Clamps for pipes

Chilly, PROTO, FACOM, RIDGID, SNAP-ON,

WIHA or Equivalent

48 Gate Valves (ISI Marked) Zoloto , Leader, Sant or equivalent

49 CPVC Pipes Astral, Supreme, Kissan,Ashirvad or equivalent

50

External Premium Acrylic

Paint

Apex Ultima of Asian Paints, DuluxNerolac,Berger

or equivalent

51

External Smooth Acrylic

Paint

Apex of Asian Paints,Nerolac,Berger, Dulux or

equivalent

52 Acrylic Plaster NITCO, Asian Paints or equivalent

53 Interlocking Paver Blocks Super, Duracrete, NITCO, Vyyara or equivalent

54 Vitrified floor tiles Kajaria, Somany, Orient-Bell, RAK, or equivalent

55

Oil Bound Washable

Distemper / Acrylic

distemper Asian paint / Berger/ Dulux / Nerolac or equivalent

23

Seal & Signature of Bidder

Signature of ESIC Official

56 Cement Primer Asian paint / Berger/ Dulux / Nerolac or equivalent

57

Red Oxide Zinc

Chromate primer

Asian paint / Berger/ Dulux / Nerolac or equivalent

58 Plastic Emulsion Paint Asian paint / Berger/ Dulux / Nerolac or equivalent

59 Synthetic Enamel Paint Asian paint / Berger/ Dulux / Nerolac or equivalent

60 Pigment Asian paint / Berger/ Dulux / Nerolac or equivalent

61 Plaster of Paris Birla, JK or equivalent

62 Epoxy Paint Asian Paint, Berger, Dulux/ Nerolac or equivalent

63 Plastic Seat with lid

Parry ware, Hindware, Seabird, Orient (Coral) or

equivalent

64 PVC Shutters & Frame Rajashree, Plastiwood or equivalent

65 PVC Rigid Pipes Duke, Supreme, Prince, or equivalent

66 RMC Plant L & T, RMC, ACC, Ultratech, Godrej or equivalent

67 APP Sheet for water

proofing treatment Asian paint, Shalimar S.T.P.

68 Acrylic Polymer

Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,

SKG Constn. Chemical Pvt. Ltd or equivalent

69 Rusticide

Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,

SKG Constn. Chemical Pvt. Ltd or equivalent

70 Passivator

Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,

SKG Constn. Chemical Pvt. Ltd or equivalent

71

Water Proofing

Compound

Fosrock, CICO, Pidillite, BASF, Laticrete, Ardex,

Endira. or equivalent

24

Seal & Signature of Bidder

Signature of ESIC Official

LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS Sl No. MATERAILS MAKE /BRAND

1 RIGID FR PVC CONDUIT PIPE NIHIR, PRECESION, POLYCAB OR EQUAIVELENT

2 ACCESSORIES OF CONDUIT ( I.E. BEND, SAME MAKE OF PIPE OR EQUAIVELENT

3 COPPER WIRE /CONDUCTOR

FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT

4 MODULAR TYPE MK , LEGRAND, ANCHOR, HAVELLS OR EQUAIVELENT

5 MCB / ELCB/ RCCB/ MCBDP/TP

LEGRAND, ABB, HAGER, SCHEINDLER L&T, OR EQUAIVELENT

6 MCCB / ACB ABB, SCHEINDER, SIMENS, L&T OR EQUAIVELENT

7 LIGHTING FIXTURES & LAMPS PHILIPS, CROMPTON, WIPRO, HAVELLS OR EQUAIVELENT

8 CEILING FANS & EXHAUST FAN

CROMPTON, ORIENT, HAVELLS, BAJAJ, USHA OR EQUAIVELENT

9 GEYSER RECOLD, HAVELLS, BAJAJ, USHA, AO SMITH OR EQUAIVELENT

10 PVC TAPE STEEL GRIP, ANCHOR , JONSON OR EQUAIVELENT

11 CALL BELL ANCHOR, ORPAT, MAX OR EQUAIVELENT

12 DISTRIBUTION BOARD INDOCAPP, HAVELLS, SIMENS,L&T OR EQUAIVELENT

13 STREET LIGHT FIXTURES AND LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT

14 CFL LAMPS/ LED LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT

15 TELEPHONE WIRE RRCABLE, FINOLEX, DELTON, POLYCAB OR EQUAIVELENT

16 LAN WIRE TYCO ELE.(AMP), SCHEINDER, R&M, OR EQUAIVELENT

17 TELEPHONE TAG BOX KRONE OR EQUIVELENT BRAND OR EQUAIVELENT 18 TELEPHONE/ TV SOCKET ISI MARKED ONLY

25

Seal & Signature of Bidder

Signature of ESIC Official

19 MAIN LT CABLE FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT

20 CABLE LUGS DOWELLS, JOHNSON, HEX OR EQUAIVELENT

21 CABKLE GRANDS DOWELLS, SIMENS, CROMPTON, HEX OR EQUAIVELENT

22 CONNECTORS L&T, SCHINDER, SIMENS, ABB OR EQUAIVELENT 23 CABLE JOINTING KIT RAYCHEM, DENSON, M-SEAL OR EQUAIVELENT

24 WINDOW/ SPLIT TYPE A.C. MACHINE HITACHI, Bluestar, Daiken, OR EQUAIVELENT

25 WATER COOLER VOLTAS, USHA, BLUESTAR OR EQUAIVELENT 26 MOTOR PUMP SET CROMPTON, KIRLOSKAR, KSB OR EQUAIVELENT 27 MS CONDUIT BEC, AKG, STEELCRAFT, NIC, RMCON OR EQUAIVELENT 28 CABLE TRAY INDIANA, RUSHABH , PROFAB, AKB OR EQUAIVELENT

29 IRON KEW, TRISHUL, SUPER, C&S OR EQUAIVELENT 30 METALCLAD HAVELLS, KEW, C&S, INDOASIAN OR EQUAIVELENT 31 PROTECTION RELAY L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT 32 ANALOG L&T, SCHIENDER, ABB, HPL OR EQUAIVELENT 33 TRANSFORMER KIRLOSKAR,VOLTAMP,ABB,T&R, OR EQUAIVELENT 34 HT VCB SIEMENS, ABB, L&T, CROMPTON

35 HT CABLE HAVELLS, FINOLEX, POLYCAB, TORRENT, OR EQUAIVELENT

36 PUSH BUTTON SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT 37 INDICATING LED LAMP SIEMENS, ABB, L&T, WIPRO OR EQUAIVELENT 38 PUSH BUTTEN SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT 39 TIMERS L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT 40 SELECTOR SWITCH L&T, HPL, CUMMINS, HAVELLS OR EQUAIVELENT

41 CTS & PTS KAPPA, L&T, AREVA, MAXWELL OR EQUAIVELENT 42 SCREW RK, ACTION OR EQUAIVELENT

26

Seal & Signature of Bidder

Signature of ESIC Official

Annexure- C

FINANCIAL BID (Annexure C)

MAN POWER DEPLOYMENT AND WAGE SCHEDULE

Sr.No. Type of work man Category Min Qualification

Bascic wage/ day (Rs.){A}

No. of worker{B}

No. of days{C}

Amount (in Rs.){AMT=A*

B*C}

1. DG Operator Cum Pump Operator

Semi skilled ITI 1 312

2. Supervisor Cum Electrician ( Electrical )

Skilled Diploma

1 312

3.

Helper Cum Sewer Man (Civil)

Un-skilled

Non Matriculate

1 312

4. Helper for electrical maintenance Cum plumber

Un-skilled

Non Matriculate

1 312

TOTAL in Rs:

In case of requirement/emergency, extra manpower shall be requested by ESI, and the agency shall depute the Manpower. Accordingly corresponding amount will be paid to the contractor.

Quoted Rates: i) Shall include all applicable wages and allowances (as per minimum wages Act applicable on the day), etc to workmen. ii) The rates to include component of Provident fund, ESI contribution, statutory bonus(annual), statutory charges/duties, etc including applicable GST. iii) The quoted prices shall be inclusive of all taxes, duties, work contract tax, etc, if any.

(Use Separate sheet if required, details should be as per the above serial Nos.)

27

Seal & Signature of Bidder

Signature of ESIC Official

Civil Item work Name of work :- Repair Estimate to ESI Hospital/SQ Dandeli, BO At Dandeli

SL.

NO.

DSR

no

DESCRIPTION OF ITEM UNIT QTY Rate per unit (in both figures

and words)

Amount

in Rs.(in

figures)

1 2.31 Clearing jungle including

uprooting of rank vegetation,

grass, brush wood, trees

and saplings of girth up to

30 cm measured at a height

of 1 m above ground level

and removal of rubbish up to

a distance of 50 m outside

the periphery of the area

cleared

sqm 4000.

00

Rs_________

Rupees____________________

___________________________

___

2(a) 9.56.

1

Providing and fixing ISI

marked, IS : 1341, M.S.

heavy weight butt

hingeswith necessary

screws etc. complete :

125x90x4.00 mm

nos 50.00 Rs_________

Rupees____________________

___________________________

___

2(b) 9.56.

2

Providing and fixing ISI

marked, IS : 1341, M.S.

heavy weight butt

hingeswith necessary

screws etc. complete :

100x75x3.50 mm

nos 50.00 Rs_________

Rupees____________________

___________________________

___

3 9.67.

1

Providing and fixing oxidised

M.S. hasp and staple (safety

nos 30.00 Rs_________

Rupees____________________

28

Seal & Signature of Bidder

Signature of ESIC Official

type)conforming to IS : 363

with necessary screws etc.

complete : 150 mm

___________________________

___

4(a) 9.97.

4

Providing and fixing

aluminium tower bolts, ISI

marked, anodised

(anodiccoating not less than

grade AC 10 as per IS :

1868 ) transparent or dyedto

required colour or shade,

with necessary screws etc.

complete : 150 mm

nos 60.00 Rs_________

Rupees____________________

___________________________

___

4(b) 9.97.

5

Providing and fixing

aluminium tower bolts, ISI

marked, anodised

(anodiccoating not less than

grade AC 10 as per IS :

1868 ) transparent or dyedto

required colour or shade,

with necessary screws etc.

complete : 100 mm

nos 60.00 Rs_________

Rupees____________________

___________________________

___

5(a) 9.100

.1

Providing and fixing

aluminium handles, ISI

marked, anodised

(anodiccoating not less than

grade AC 10 as per IS :

1868) transparent or dyedto

required colour or shade,

with necessary screws etc.

complete : 125 mm

nos 50.00 Rs_________

Rupees____________________

___________________________

___

29

Seal & Signature of Bidder

Signature of ESIC Official

5(b) 9.100

.2

Providing and fixing

aluminium handles, ISI

marked, anodised

(anodiccoating not less than

grade AC 10 as per IS :

1868) transparent or dyedto

required colour or shade,

with necessary screws etc.

complete : 100 mm

nos 50.00 Rs_________

Rupees____________________

___________________________

___

6 9.102 Providing and fixing

aluminium casement stays,

ISI marked,

anodised(anodic coating not

less than grade AC 10 as

per IS : 1868) transparentor

dyed to required colour and

shade, with necessary

screws etc.complete.

nos 60.00 Rs_________

Rupees____________________

___________________________

___

7(a) 12.41

.1

Providing and fixing on wall

face unplasticised Rigid

PVC rain waterpipes

conforming to IS : 13592

Type A, including jointing

with seal ring conforming to

IS 5382, leaving 10 mm gap

for thermal expansion,

(i) Single socketed pipes. 75

mm diameter

meter 60.00 Rs_________

Rupees____________________

___________________________

___

30

Seal & Signature of Bidder

Signature of ESIC Official

7(b) 12.41

.2

Providing and fixing on wall

face unplasticised Rigid

PVC rain waterpipes

conforming to IS : 13592

Type A, including jointing

with seal ring conforming to

IS 5382, leaving 10 mm gap

for thermal expansion,

(i) Single socketed pipes.

100 mm diameter

meter 60.00 Rs_________

Rupees____________________

___________________________

___

8 14.1.

1

Repairs to plaster of

thickness 12 mm to 20 mm

in patches of area 2.5 sq.

meters and under, including

cutting the patch in proper

shape, raking out joints and

preparing and plastering the

surface of the walls

complete, including disposal

of rubbish to the dumping

ground, all complete as per

directions of Engineer-In-

Charge. With cement mortar

1:4 (1 cement : 4 fine sand)

sqm 30.00 Rs_________

Rupees____________________

___________________________

___

9 13.21 Extra for providing and

mixing water proofing

material in cement .plaster

work in proportion

recommended by the

manufacturers. Per bagof 50

Kg 10.00 Rs_________

Rupees____________________

___________________________

___

31

Seal & Signature of Bidder

Signature of ESIC Official

kgcement used in the mix

10 14.5.

1

Renewing glass panes, with

putty and nails wherever

necessary including racking

out the old putty: Float glass

panes of thickness 4

mm(Wherever glass broken)

sqm 25.00 Rs_________

Rupees____________________

___________________________

___

11(a

)

14.40

.1

Providing and fixing

chromium plated brass butt

hinges with necessary

chromium plated brass

screws etc. complete.

125x70x4 mm (ordinary

type)

nos 40.00 Rs_________

Rupees____________________

___________________________

___

11(b

)

14.40

.4

Providing and fixing

chromium plated brass butt

hinges with necessary

chromium plated brass

screws etc. complete.

75x40x2.5 mm (ordinary

type)

nos 40.00 Rs_________

Rupees____________________

___________________________

___

12 14.42 Removing white or colour

wash by scrapping and sand

papering and preparing the

surface smooth including

necessary repairs to

scratches etc. complete

sqm 500.0

0

Rs_________

Rupees____________________

___________________________

___

32

Seal & Signature of Bidder

Signature of ESIC Official

13 13.41 Distempering with oil bound

washable distemper of

approved brand and

manufacture to give an even

shade :

sqm 2500.

00

Rs_________

Rupees____________________

___________________________

___

14 14.67

.2

Finishing walls with

Premium Acrylic Smooth

exterior paint with Silicone

additives of required shade:

Old work (one or more coats

applied @ 0.83 ltr/10 sqm).

sqm 2000.

00

Rs_________

Rupees____________________

___________________________

___

15 14.53 Wall painting with plastic

emulsion paint of approved

brand and

sqm 500.0

0

Rs_________

Rupees____________________

___________________________

___

16 14.54 Painting with synthetic

enamel paint of approved

brand and manufacture of

required colour to give an

even shade: One or more

coats on old work

sqm 500.0

0

Rs_________

Rupees____________________

___________________________

___

17 14.42

.2

White washing with lime to

give an even shade: for

ceiling old work ( two or

more coats)

sqm 500.0

0

Rs_________

Rupees____________________

___________________________

___

18 14.76 Cleaning and desilting of

gully trap chamber,

including removal of rubbish

mixed with earth etc. and

disposal of same, all as per

no 20.00 Rs_________

Rupees____________________

___________________________

___

33

Seal & Signature of Bidder

Signature of ESIC Official

the direction of Engineer-in-

charge.

19 14.78 Cleaning of terrace/loft

water storage tank (inside

surface area)upto 2000 litre

capacity at all heights with

coconut brushes,duster etc.,

removal of silt, rubbish from

the tank and cleaningthe

tank with fresh water

disinfecting with bleaching

powder@ 0.5gm per litre

capacity of tank, including

marking the dateof cleaning

on the side of tank body with

the help of stenciland paint

and disposing of malba, all

complete as per directionof

Engineer-in-Charge. (The

old date already written on

tankshould be removed with

paint remover or black paint

and ifdate is not written with

the stencil or old date is not

removeddeduction will be

made @ Rs. 0.10 per litre if

during cleaningany GI

fittings or ball cock is

damaged that is to be

repairedby contractor at his

Ltr 2400

0.00

Rs_________

Rupees____________________

___________________________

___

34

Seal & Signature of Bidder

Signature of ESIC Official

own cost and nothing extra

will be paidon this account)

for Sump

20 13.52

.2

Finishing with Epoxy paint

(two or more coats) at all

locations preparedand

applied as per

manufacturer's

specifications including

appropriatepriming coat,

preparation of surface, etc.

complete. On concrete work

for Sump

sqm 296.0

0

Rs_________

Rupees____________________

___________________________

___

21 14.82 Dismantling W.C. Pan of

all sizes including disposal

of dismantled materials i/c

malba all complete as per

directions of Engineer-in-

Charge.

nos 10.00 Rs_________

Rupees____________________

___________________________

___

22 15.2.

2

Demolishing cement

concrete manually/ by

mechanical means including

disposal of material within

cum 5.00 Rs_________

Rupees____________________

___________________________

___

35

Seal & Signature of Bidder

Signature of ESIC Official

50 metres lead as per

directionof Engineer - in -

charge Nominal concrete

1:4:8 or leaner mix (i/c

equivalent design mix)

23 4.1.8 Providing and laying in

position cement concrete of

specified grade excludinghe

cost of centering and

shuttering - All work up to

plinth level : (1 Cement : 4

coarse sand (zone-III) : 8

gradedstoneaggregate 40

mm nominal size)

cum 5.00 Rs_________

Rupees____________________

___________________________

___

24 11.37 Providing and laying

Ceramic glazed floor tiles of

size300x300 mm thickness

to be specified by the

manufacturer) of1stquality

conformingto IS : 15622 of

approved make in colours

such as White, Ivory,

Grey,Fume Red Brown, laid

on 20 mm thick cement

mortar 1:4 (1 Cement :4

Coarse sand),

jointingwithgrey cement

slurry @ 3.3kg/sqm

includingpointing the joints

with white cement and

sqm 80.00 Rs_________

Rupees____________________

___________________________

___

36

Seal & Signature of Bidder

Signature of ESIC Official

matching pigmentetc.,

complete.

25 14.85 Taking out existing wooden

door shutter, repair by

cutting, painting etc. and

refixing of repaired door

shutters to existing door

frames, including

replacement of hinges with

screws, etc. as required, all

complete as per the

direction of the Engineer-in-

charge for Doors and

windows

nos 14.00 Rs_________

Rupees____________________

___________________________

___

26 15.52 Dismantling of flushing

cistern of all types

(C.I./PVC/Vitrious China)

including stacking of useful

materials near the site and

disposal of unserviceable

materials within 50 metres

lead

nos 10.00 Rs_________

Rupees____________________

___________________________

___

37

Seal & Signature of Bidder

Signature of ESIC Official

27 17.1.

1

Providing and fixing water

closet squatting pan (Indian

type W.C. pan ) with 100

mm sand cast Iron P or S

trap, 10 litre low level white

P.V.C. flushing cistern,

including flush pipe, with

manually controlled device

(handle lever) conforming to

IS : 7231, with all fittings

and fixtures complete,

including cutting and making

good the walls and floors

wherever required: White

Vitreous china Orissa

pattern W.C. pan of size

580x440 mm with integral

type foot rests

nos 10.00 Rs_________

Rupees____________________

___________________________

___

28 17.4.

1

Providing and fixing white

vitreous china flat back or

wall corner type lipped front

urinal basin of 430x260x350

mm and 340x410x265 mm

sizes respectively with

automatic flushing cistern

with standard flush pipe and

C.P. brass spreaders with

brass unions and G.I clamps

complete, including painting

of fittings and brackets,

nos 10.00 Rs_________

Rupees____________________

___________________________

___

38

Seal & Signature of Bidder

Signature of ESIC Official

cutting and making good the

walls and floors wherever

required : One urinal basin

with 5 litre white P.V.C.

automatic flushing cistern

29 17.7.

1

Providing and fixing wash

basin with C.I. brackets, 15

mm C.P. brass pillar taps,

32 mm C.P. brass waste of

standard pattern, including

painting of fittings and

brackets, cutting and

making good the walls

wherever require: White

Vitreous China Wash basin

size 630x450 mm with a pair

of 15 mm C.P. brass pillar

taps

nos 6.00 Rs_________

Rupees____________________

___________________________

___

30(a

)

18.7.

2

Providing and fixing

Chlorinated Polyvinyl

Chloride (CPVC) pipes,

having thermal stability for

hot & cold water supply,

including all CPVC plain &

brass threaded fittings,

including fixing the pipe with

clamps at 1.00 m spacing.

This includes jointing of

pipes & fittings with one step

CPVC solvent cement and

m 120.0

0

Rs_________

Rupees____________________

___________________________

___

39

Seal & Signature of Bidder

Signature of ESIC Official

testing of joints complete as

per direction of Engineer in

Charge. 20 mm nominal

outer dia Pipes

30(b

)

18.7.

3

Providing and fixing

Chlorinated Polyvinyl

Chloride (CPVC) pipes,

having thermal stability for

hot & cold water supply,

including all CPVC plain &

brass threaded fittings,

including fixing the pipe with

clamps at 1.00 m spacing.

This includes jointing of

pipes & fittings with one step

CPVC solvent cement and

testing of joints complete as

per direction of Engineer in

Charge. 25 mm nominal

outer dia Pipes

m 150.0

0

Rs_________

Rupees____________________

___________________________

___

30(c

)

18.7.

5

Providing and fixing

Chlorinated Polyvinyl

Chloride (CPVC) pipes,

having thermal stability for

hot & cold water supply,

including all CPVC plain &

brass threaded fittings,

including fixing the pipe with

clamps at 1.00 m spacing.

m 50.00 Rs_________

Rupees____________________

___________________________

___

40

Seal & Signature of Bidder

Signature of ESIC Official

This includes jointing of

pipes & fittings with one step

CPVC solvent cement and

testing of joints complete as

per direction of Engineer in

Charge. 40 mm nominal

outer dia Pipes

31(a

)

18.8.

2

Providing and fixing

Chlorinated Polyvinyl

Chloride (CPVC) pipes,

having thermal stability for

hot & cold water supply,

including all CPVC plain &

brass threaded fittings,

including fixing the pipe with

clamps at 1.00 m spacing.

This includes jointing of

pipes & fittings with one step

CPVC solvent cement and

testing of joints complete as

per direction of Engineer in

Charge. Concealed work,

including cutting chases and

making good the walls etc

20 mm nominal outer dia

Pipes

m 100.0

0

Rs_________

Rupees____________________

___________________________

___

41

Seal & Signature of Bidder

Signature of ESIC Official

31(b

)

18.8.

3

Providing and fixing

Chlorinated Polyvinyl

Chloride (CPVC) pipes,

having thermal stability for

hot & cold water supply,

including all CPVC plain &

brass threaded fittings,

including fixing the pipe with

clamps at 1.00 m spacing.

This includes jointing of

pipes & fittings with one step

CPVC solvent cement and

testing of joints complete as

per direction of Engineer in

Charge. Concealed work,

including cutting chases and

making good the walls etc

25 mm nominal outer dia

Pipes

m 100.0

0

Rs_________

Rupees____________________

___________________________

___

32(a

)

18.15

.1

Providing and fixing brass

bib cock of approved quality

: 15 mm nominal bore

nos 25.00 Rs_________

Rupees____________________

___________________________

___

32(b

)

18.15

.2

Providing and fixing brass

bib cock of approved quality

: 20 mm nominal bore

nos 40.00 Rs_________

Rupees____________________

___________________________

___

33(a

)

18.16

.1

Providing and fixing brass

stop cock of approved

quality : 15 mm nominal

nos 30.00 Rs_________

Rupees____________________

___________________________

42

Seal & Signature of Bidder

Signature of ESIC Official

bore ___

33(b

)

18.16

.2

Providing and fixing brass

stop cock of approved

quality :20 mm nominal bore

nos 50.00 Rs_________

Rupees____________________

___________________________

___

34(a

)

18.18

.2

Providing and fixing ball

valve (brass) of approved

quality, High or low

pressure, with plastic floats

complete : 20 mm nominal

bore

nos 15.00 Rs_________

Rupees____________________

___________________________

___

34(b

)

18.18

.3

Providing and fixing ball

valve (brass) of approved

quality, High or low

pressure, with plastic floats

complete : 25 mm nominal

bore

nos 15.00 Rs_________

Rupees____________________

___________________________

___

35 18.48

B

Providing and placing on

terrace (at all floor levels)

polyethylene water storage

tank, IS : 12701 marked,

with cover and suitable

locking arrangement and

making necessary holes for

inlet, outlet and overflow

pipes but without fittings and

the base support for tank

Rectangular tank (2000 ltr -4

nos)

Ltr 8000.

00

Rs_________

Rupees____________________

___________________________

___

43

Seal & Signature of Bidder

Signature of ESIC Official

36(a

)

18.54

.1

Providing and fixing PTMT

bib cock of approved quality

and colour: 15mm nominal

bore, 86 mm long, weighing

not less than 88 gms

nos 20.00 Rs_________

Rupees____________________

___________________________

___

36(b

)

18.54

.3

Providing and fixing PTMT

bib cock of approved quality

and colour: 15 mm nominal

bore, 165 mm long,

weighing not less than 110

gms

nos 20.00 Rs_________

Rupees____________________

___________________________

___

37 18.55

.2

Providing and fixing PTMT

stop cock of approved

quality and colour: 20 mm

nominal bore, 89 mm long,

weighing not less than 88

gms

nos 16.00 Rs_________

Rupees____________________

___________________________

___

38(a

)

18.58

.1.1

Providing and fixing PTMT

grating of approved quality

and colour Circular type:100

mm nominal dia

nos 40.00 Rs_________

Rupees____________________

___________________________

___

38(b

)

18.58

.1.2

Providing and fixing PTMT

grating of approved quality

and colour Circular type:

125 mm nominal dia with 25

mm waste hole

nos 40.00 Rs_________

Rupees____________________

___________________________

___

39(a

)

18.74

.1

Providing and fixing

unplasticised P.V.C.

connection pipe with PTMT

Nuts, collar and bush of

nos 48.00 Rs_________

Rupees____________________

___________________________

___

44

Seal & Signature of Bidder

Signature of ESIC Official

approved quality and colour:

15 mm nominal bore with

30cm length

39(b

)

18.74

.2

Providing and fixing

unplasticised P.V.C.

connection pipe with PTMT

Nuts, collar and bush of

approved quality and colour:

15 mm nominal bore with 45

cm length

nos 48.00 Rs_________

Rupees____________________

___________________________

___

40(a

)

18.75

.1

Providing and fixing PTMT

extension nipple for water

tank pipe, fittings of

approved quality and colour:

18.75.1 15 mm nominal

bore, weighing not less than

32 gms

nos 20.00 Rs_________

Rupees____________________

___________________________

___

40(b

)

18.75

.2

Providing and fixing PTMT

extension nipple for water

tank pipe, fittings of

approved quality and colour:

20 mm nominal bore,

weighing not less than 40

gms

nos 20.00 Rs_________

Rupees____________________

___________________________

___

41 19.1.

2

Providing, laying and

jointing glazed stoneware

pipes class SP-1 with stiff

mixture of cement mortar in

the proportion of 1:1 (1

cement : 1 fine sand)

m 30.00 Rs_________

Rupees____________________

___________________________

___

45

Seal & Signature of Bidder

Signature of ESIC Official

including testing of joints

etc. complete :150 mm

diameter

42 19.30

.1.1

Constructing brick masonry

chamber for underground

C.I. inspection chamber and

bends with bricks in cement

mortar 1:4 (1 cement : 4

coarse sand) C.I. cover with

frame (light duty) 455x610

mm internal dimensions,

total weight of cover with

frame to be not less than 38

kg (weight of cover 23 kg

and weight of frame 15 kg),

R.C.C. top slab with 1:2:4

mix (1 cement : 2 coarse

sand : 4 graded stone

aggregate 20 mm nominal

size), foundation concrete

1:5:10 (1 cement : 5 coarse

sand (Zone III) : 10 graded

stone aggregate 40 mm

nominal size), inside

plastering 12 mm thick with

cement mortar 1:3 (1

cement : 3 coarse sand),

finished smooth with a

floating coat of neat cement

on walls and bed concrete

nos 10.00 Rs_________

Rupees____________________

___________________________

___

46

Seal & Signature of Bidder

Signature of ESIC Official

etc. complete as per

standard design:With

common burnt clay F.P.S.

(non modular) bricks of

class designation 7.5

43 17.28

.2.1

Providing & fixing PVC

waste pipe for sink

oncluding PVC waste fitting

Complete Flexible Pipe:

32mm Dia

nos 20.00 Rs_________

Rupees____________________

___________________________

___

44 17.70

.2

Providing and fixing PTMT

Bottle Trap for Wash basin

and sink:Bottle trap 38 mm

single piece moulded with

height of 270 mm, effective

length of tail pipe 260 mm

from the centre of the waste

coupling 77 mm breadth

with 25 mm minimum water

seal, weighing not less than

260 gms.(sink & urinal)

nos 8.00 Rs_________

Rupees____________________

___________________________

___

45(a

)

18.17

.2

Providing and fixing of gun

metal gate valve with CI

wheel of approved quality

(screwed ends):25 mm dia,

nos 10.00 Rs_________

Rupees____________________

___________________________

___

47

Seal & Signature of Bidder

Signature of ESIC Official

nominal bore

45(b

)

18.17

.3

Providing and fixing of gun

metal gate valve with CI

wheel of approved quality

(screwed ends):40 mm dia,

nominal bore

nos 5.00 Rs_________

Rupees____________________

___________________________

___

46 22.19 Providing and laying APP

(At actic Polypropylene

Polymer) modified

prefabricated five layer 3

mm thick water proofing

membrane, black finished

reinforced with non-woven

polyester matt consisting of

a coat of bitumen primer for

bitumen membrane @ 0.40

litre/sqm by the same

membrane manufacture of

density at 25°C, 0.87-0.89

kg/ litre and viscocity 70-160

cps. Over the primer coat

the layerof membrane shall

be laid using But aneT orch

and sealing all joint s

etc,and preparing the

surface complete. The vital

physical and chemical

parameters of the

membrane shall be as under

sqm 200.0

0

Rs_________

Rupees____________________

___________________________

___

48

Seal & Signature of Bidder

Signature of ESIC Official

: Joint strength in

longitudinal and transverse

direction at 23°C as 650/

450N/5cm. T ear strength in

longitudinal and transverse

direction as 300/250N.

Softening point of

membrane not less than

150°C. Cold flexibility shall

be upto -2°C when tested in

accordance with ASTM, D -

5147. The laying of

membrane shall be got done

through the authorised

applicator of the

manufacturer of membrane

:22.20.1 3 mm thick.

47 26.28

.2

Chipping of unsound/weak

concrete material from

slabs, beams, columns etc.

with manual Chisel and/

or by standard power driven

percussion type or of

approved make including

tapering

of all edges, making

square shoulders of cavities

including cleaning the

exposed concrete surface

and reinforcement with

sqm 200.0

0

Rs_________

Rupees____________________

___________________________

___

49

Seal & Signature of Bidder

Signature of ESIC Official

wire brushes etc. and

disposal of debris for all lead

and lifts all complete as

per direction of Engineer-In-

Charge 26.28.2 50mm

average thickness

48 4.2.2 Providing and laying cement

concrete in retaining walls,

return walls, walls (any

thickness) including

attached pilasters, columns,

piers, abutments, pillars,

posts, struts, buttresses,

string or lacing courses,

parapets, coping, bed

blocks, anchor blocks, plain

window sills, fillets, sunken

floor etc., up to floor five

level, excluding the cost of

centering, shuttering and

finishing: 1:1½:3 (1 cement :

1½ coarse sand (zone-III) :

3 graded stone aggregate

20 mm nominal size).

cum 5.00 Rs_________

Rupees____________________

___________________________

___

49 11.47

.2

Providing and laying Vitrified

tiles in different sizes

(thickness to be specified by

the manufacturer), with

water absorption less than

0.08% and conforming to IS:

sqm 80.00 Rs_________

Rupees____________________

___________________________

___

50

Seal & Signature of Bidder

Signature of ESIC Official

15622, of approved brand &

manufacturer, in all colours

and shade, in skirting, riser

of steps, laid with cement

based high polymer

modified quick set tile

adhesive (water based)

conforming to IS: 15477, in

average 6 mm thickness,

including grouting of joints

(Payment for grouting of

joints to be made

separately):Size of Tile

600x600 mm

50 14.77 Cleaning of chocked sewer

line by diesel running

vehicle mounting hydraulic

operated high pressure

suction cum jetting sewer

cleaning machine fitted with

pump having 4000 litres

suction capacity and 6000

litres water jetting tank

capacity including skilled

operator, supervising

engineer etc. for cleaning

and partial desilting of

manholes and dechocking

of sewer lines. Dechocking

and flushing of sewer line

m 150.0

0

Rs_________

Rupees____________________

___________________________

___

51

Seal & Signature of Bidder

Signature of ESIC Official

from one manhole to

another by high pressure

jetting system of 2200 PSI

for sewer line from 150mm

dia upto 300mm dia for all

depth.

51 14.78 Cleaning of under ground

sump, Over Head R.C.C.

Tank (independent staging)

including disposal of slit and

rubbish,all as per direction

of Engineer-in-Charge. The

cleaning shall

consist following

operations:- (i) Tank shall

be emptied of water by

pumping & bottom shall be

cleaned of slit and other

deposits. (ii) Entire surface

area of the sump shall

then scrubbed thoroughly

with wire brush etc. and

pressure washed with water.

(iii) Chlorination of RCC

internal surface by liquid

chlorine. (iv) The treated

surface shall be dried using

air jetting and all loose

sqm 296.0

0

Rs_________

Rupees____________________

___________________________

___

52

Seal & Signature of Bidder

Signature of ESIC Official

particles shall be removal

from the surface. (v) Finally

the surface shall be treated

with ultraviolet

radiation etc. as per

direction of Engineer-in-

Charge.

52 12.21 Providing gola 75x75 mm in

cement concrete 1:2:4 (1

cement : 2 coarse sand : 4

stone aggregate 10 mm and

down gauge), including

finishing with cement mortar

1:3 (1 cement : 3 fine sand)

as per standard design :In

75x75 mm deep chase

m 75.00 Rs_________

Rupees____________________

___________________________

___

53 13.9 Cement plaster 1:3 (1

cement: 3 coarse sand)

finished with a floating

coat of neat cement.20 mm

cement plaster

sqm 60.00 Rs_________

Rupees____________________

___________________________

___

54 15.56 Dismantling old plaster or

skirting raking out joints and

cleaning the surface for

plaster including disposal of

rubbish to the dumping

ground within 50 metres

sqm 60.00 Rs_________

Rupees____________________

___________________________

___

53

Seal & Signature of Bidder

Signature of ESIC Official

lead.

Sub total (A)

Electrical Item works

SI.N

o

KPWD

code

no.(SS

R

2014-

15

Description Unit Qty Rate per unit (in both figures

and words)

Amount in

Rs.(in

figures)

1(a) (3.15.

1)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board. 6

Amps SP Switch

Each 10 Rs_________

Rupees__________________

_________________________

_______

1(b) (3.15.

2)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board. 6

Amps 2 way switch

Each 5 Rs_________

Rupees__________________

_________________________

_______

1© (3.15.

3)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.

6Amps 3 way 5 pin socket

Each 5 Rs_________

Rupees__________________

_________________________

_______

54

Seal & Signature of Bidder

Signature of ESIC Official

1(d) (3.15.

4

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.6

Amps 3 pin top

Each 5 Rs_________

Rupees__________________

_________________________

_______

1(e) (3.15.

6)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.6

Amps lamp holder

Each 5 Rs_________

Rupees__________________

_________________________

_______

1(f) (3.15.

7)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.6

Amps bell push

Each 3 Rs_________

Rupees__________________

_________________________

_______

1(g) (3.15.

9)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.16

Amps SP Switch

Each 5 Rs_________

Rupees__________________

_________________________

_______

1(f) (3.15.

10

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.16

Amps 3 way 5 pin socket

Each 5 Rs_________

Rupees__________________

_________________________

_______

1(g) 3.15.1

2

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.32

Amps bakelite DP

Each 5 Rs_________

Rupees__________________

_________________________

_______

55

Seal & Signature of Bidder

Signature of ESIC Official

1(h) (3.15.

13)

Supplying and fixing

/replacing of 6/16/32 Amps

electrical accessories on

existing switch board.6/16

Amps combined plug and

socket

Each 5 Rs_________

Rupees__________________

_________________________

_______

2(a) (3.4.1

)

Supplying and fixing

surface/flush mounting

unbreakable PVC modular

box suitable for mounting

switch plates with due

groove cutting in brick/C.C

wall, including necessary

rawl plugs, machine NF

screw etc., complete:1-3

WAY

Each 5 Rs_________

Rupees__________________

_________________________

_______

2(b) (3.4.2

)

Supplying and fixing

surface/flush mounting

unbreakable PVC modular

box suitable for mounting

switch plates with due

groove cutting in brick/C.C

wall, including necessary

rawl plugs, machine NF

screw etc., complete:4-5

WAY

Each 3 Rs_________

Rupees__________________

_________________________

_______

3(a) 3.6.1 Supplying and Fixing

superior quality modular

switch mounting

polycarbonate plate with

Each 3 Rs_________

Rupees__________________

_________________________

_______

56

Seal & Signature of Bidder

Signature of ESIC Official

necessary supporting back

plate with required nos. Of

machine screws, bolts nuts

etc,. Comp-lete on the

existing metal/PVC box:1

to 3 module

3(b) 3.6.2 Supplying and Fixing

superior quality modular

switch mounting

polycarbonate plate with

necessary supporting back

plate with required nos. Of

machine screws, bolts nuts

etc,. Comp-lete on the

existing metal/PVC box: 4

module

Each 3 Rs_________

Rupees__________________

_________________________

_______

4 4.6 Supplying patti type

fluorescent tube fitting of 4'

suitable for 28 watts

fluorescent tube fitting,

made out of M.S Sheet and

stove enameled with HF

electronoic ballast locking

type brass contact holders

mounted on double fold

type sheet base fully wired

for use on 230 volt AC

supply includingT5 lamp.

Each 5 Rs_________

Rupees__________________

_________________________

_______

57

Seal & Signature of Bidder

Signature of ESIC Official

5 P-

29/4.3

8.5

2'/4' 36/40 WATTS

FLUORESCENT TUBE

supplying and fixing of 36

W fluorescent tube with

36W power consumption

with initial lumen of

2750(3000 deg K/4000 deg

K) with rated avg life of

greater than 10000 hrs.

Each 15 Rs_________

Rupees__________________

_________________________

_______

6 P-

30/4.3

8.17

Supplying & Fixing of 2 pin/

4 pin 13/18 watt CFL lamp

Each 15 Rs_________

Rupees__________________

_________________________

_______

7 KPW

D P-

78

(9.3.1

.1)

Supplying capacitor type

ceiling fan complete with

down rod blades, shaddle

canopies etc, for operation

on 230volt 5o cycles, single

phase AC supply

conforming to ISS-374-

1979 and with double ball

bearing system . 48''

Sweep (1200mm) Regular

Model

Each 2 Rs_________

Rupees__________________

_________________________

_______

8 KPW

D/P-

104

(16.4)

Rewinding a ceiling

fan/after using necessary

guage annealed and

insulated copper wire with

necessary insulating

separators vibration

Each 3 Rs_________

Rupees__________________

_________________________

_______

58

Seal & Signature of Bidder

Signature of ESIC Official

arresting shellac, etc

including replacement of

bearings if any

transportation to and from

the spot to workshop

inclusive of releasing the

re-fixing.1200 MM

9 .

KPW

D P-

104

(16.6)

Supplying and fixing

replacing ceiling fan

regulator up to 900mm to

1200mm

Each 5 Rs_________

Rupees__________________

_________________________

_______

10 P-

29/4.3

8.7

4'- 80W fluorescent tubes

supplying and fixing of 4'-

80W T5 fluorescent tube

with 80W power

consumption with low 3mg

mercury content & below

40% glass content than T8

suitable for 6500 deg K or

for 3000/4000 deg K and

rated avg life (12Hr cycle)

of greater than 20000

burning hrs.

Each 5 Rs_________

Rupees__________________

_________________________

_______

11 P-

30/4.3

8.17

Supplying of 2 pin/4 pin

13/18W CFL Lamp

Each 10 Rs_________

Rupees__________________

_________________________

_______

59

Seal & Signature of Bidder

Signature of ESIC Official

12 P-

30/4.3

8.18

Supplying of 2 pin/4 pin 36

W CFL Lamp

Each 10 Rs_________

Rupees__________________

_________________________

_______

13

KPW

D P-

31(4.

38.33.

1)

Supplying and fixing

replacing condenser for

ceiling fan up to 4mfd.

Each 5 Rs_________

Rupees__________________

_________________________

_______

14 KPW

D P-

31(4.

38.36

)

Supply of 230 volt 20/40

watts starter for fluorescent

lamp.

Each 5 Rs_________

Rupees__________________

_________________________

_______

15 KPW

D P-

29(4.

38.10

)

Supplying and Fixing of

20/40W heavy duty open

construction ferromagnetic

copper ballast for

fluorescent tubes

EAch 3 Rs_________

Rupees__________________

_________________________

_______

16 KPW

D P-

28/4.3

8.4)

Supplying and fixing of

round or oblong type bulk

head head fitting glass

cover

Each 5 Rs_________

Rupees__________________

_________________________

_______

17(a

)

(1.1.1

)

Supplying heavy guage

PVC conduit pipe

conforming to IS-2509 with

suitable size bends,

junction boxes, adhesive

paste etc and fixing using

Mtr 300 Rs_________

Rupees__________________

_________________________

_______

60

Seal & Signature of Bidder

Signature of ESIC Official

inverted wood plugs in

case of RCC ceiling and

RCC wall/stone structure of

rawl plugs in case of brick

walls and cement

plastering the damaged

portion using heavy guage

saddles at an interval of

700mm using NF screw

:19/20 MM Dia, 2MM thick

17(b

)

(1.1.2

)

Supplying heavy guage

PVC conduit pipe

conforming to IS-2509 with

suitable size bends,

junction boxes, adhesive

paste etc and fixing using

inverted wood plugs in

case of RCC ceiling and

RCC wall/stone structure of

rawl plugs in case of brick

walls and cement

plastering the damaged

portion using heavy guage

saddles at an interval of

700mm using NF screw :

25 MM Dia, 2MM thick

Mtr 200 Rs_________

Rupees__________________

_________________________

_______

18(a

)

(1.8.1

)

Supplying and fixing of

PVC casing and caping on

the wall or ceiling using

necessary materials like

Mtr 250 Rs_________

Rupees__________________

_________________________

_______

61

Seal & Signature of Bidder

Signature of ESIC Official

bends, screws at finishing

upto wall surface complete.

20mm

18(b

)

(1.8.2

)

Supplying and fixing of

PVC casing and caping on

the wall or ceiling using

necessary materials like

bends, screws at finishing

upto wall surface complete.

25mm

Mtr 200 Rs_________

Rupees__________________

_________________________

_______

19)a

)

(1.9.1

)

Supplying and fixing PVC

/GI flexible conduit pipe

fixing on surface over

inverted tapered wooden

plugs or phill plugs or rawl

plugs and clamped using

heavy guage saddles at an

interval of 300mm using NF

screw and on either end of

the pipe terminated

completely.20mm

Mtr 200 Rs_________

Rupees__________________

_________________________

_______

19(b

)

(1.9.2

)

Supplying and fixing PVC

/GI flexible conduit pipe

fixing on surface over

inverted tapered wooden

plugs or phill plugs or rawl

plugs and clamped using

heavy guage saddles at an

interval of 300mm using NF

screw and on either end of

Mtr 200 Rs_________

Rupees__________________

_________________________

_______

62

Seal & Signature of Bidder

Signature of ESIC Official

the pipe terminated

completely.25mm

20(a

)

(

2.5.1)

Wiring of lighting/power

circuit using one of FRLS

PVC insulated 1100V

grade multi strand copper

with low conductor

resistance single core wire

in open or concealed

system of wiring with

specified IS-694;1990 &

conforming to GTP of

Group-A1.5 Sqmm

Mtr 500 Rs_________

Rupees__________________

_________________________

_______

20(b

)

(

2.5.3)

Wiring of lighting/power

circuit using one of FRLS

PVC insulated 1100V

grade multi strand copper

with low conductor

resistance single core wire

in open or concealed

system of wiring with

specified IS-694;1990 &

conforming to GTP of

Group-A.2.5 Sqmm

Mtr 300 Rs_________

Rupees__________________

_________________________

_______

20© (

2.5.4)

Wiring of lighting/power

circuit using one of FRLS

PVC insulated 1100V

grade multi strand copper

Mtr 300 Rs_________

Rupees__________________

_________________________

_______

63

Seal & Signature of Bidder

Signature of ESIC Official

with low conductor

resistance single core wire

in open or concealed

system of wiring with

specified IS-694;1990 &

conforming to GTP of

Group-A4 Sqmm

21 (7.4.5

)

Supplying of 1.1 kv LT UG

cable having aluminum

conductor PVC insulated,

extruded inner sheathed,

galvanized, steel strip

conforming to IS-

3975:1990 & Extruded

cable with specified IS-

1554 part 1:1988 &

conforming to GTP of

GROUP-A 3.5 core 25

sqmm

Mtr 30 Rs_________

Rupees__________________

_________________________

_______

22(a

)

(6.17.

1)

Supply and fixing regular

MCB distribution board on

wall/wood board/ flush

mounting using required

clamps, bolts,nuts etc with

provision of fixing suitable

type capacity MCB's single

door with power coated

painting. Made out of 14

SWG MS enclosure. 4 way

SP & N (Single Door)

Each 3 Rs_________

Rupees__________________

_________________________

_______

64

Seal & Signature of Bidder

Signature of ESIC Official

22(b

)

(6.17.

7)

Supply and fixing regular

MCB distribution board on

wall/wood board/ flush

mounting using required

clamps, bolts,nuts etc with

provision of fixing suitable

type capacity MCB's single

door with power coated

painting. Made out of 14

SWG MS enclosure. 4 way

TP & N (Double door)

Each 2 Rs_________

Rupees__________________

_________________________

_______

22(a

)

(6.16.

1)

Supplying and fixing MCB

on existing MCB

distribution board using

necessary fixing materials

and 'C' type curve indicator

ON/OFF, energy cross-3

with short circuit breaking

capacity of 10 KA and

complete wiring as required

conforming to IEC-60898.

5-32 Amps SP

EAch 5 Rs_________

Rupees__________________

_________________________

_______

22(b

)

(6.16.

2)

Supplying and fixing MCB

on existing MCB

distribution board using

necessary fixing materials

and 'C' type curve indicator

ON/OFF, energy cross-3

with short circuit breaking

capacity of 10 KA and

Each 5 Rs_________

Rupees__________________

_________________________

_______

65

Seal & Signature of Bidder

Signature of ESIC Official

complete wiring as required

conforming to IEC-60898.

40-63 Amps SP

23© (6.16.

3)

Supplying and fixing MCB

on existing MCB

distribution board using

necessary fixing materials

and 'C' type curve indicator

ON/OFF, energy cross-3

with short circuit breaking

capacity of 10 KA and

complete wiring as required

conforming to IEC-60898.

5-32Amps DP

Each 3 Rs_________

Rupees__________________

_________________________

_______

23(d

)

(6.16.

6)

Supplying and fixing MCB

on existing MCB

distribution board using

necessary fixing materials

and 'C' type curve indicator

ON/OFF, energy cross-3

with short circuit breaking

capacity of 10 KA and

complete wiring as required

conforming to IEC-60898.

4-63 Amps TPN

Each 1 Rs_________

Rupees__________________

_________________________

_______

24 (6.18.

1)

Supplying fixing and wiring

ELMCB 240/450V upto

300mA senstivity on

existing wood/panel

EAch 2 Rs_________

Rupees__________________

_________________________

_______

66

Seal & Signature of Bidder

Signature of ESIC Official

board:16-25 Amps 2 Pole

25

(6.7.1

)

Supplying and fixing of

porcelain fuse channel with

cut out on existing

wooden/panel using

necessary nuts, bolts and

washers.16 Amps

EAch 3 Rs_________

Rupees__________________

_________________________

_______

26 KPW

D P-

55

(6.1)

Supply ,fixing, wiring earth

electrode for grounding

conduits I.C cutouts and

other equipments on the

meter board using 40mm

dia, 2.9 mm thick GI pipe

2.5m long buried in a pit.

The pit should be filled with

equal proportion of salt and

charcoal 150mm all around

the pipe to complete depth

. The connection from the

pipe to the conduit etc is to

be established through GI

wire of size as per

specification 7.3.3 of IS-

732 using 12mm dia bolts,

nuts,washers and check

nuts etc, the pipe shall

have 16 through holes of

122mm dia .

EAch 1 Rs_________

Rupees__________________

_________________________

_______

67

Seal & Signature of Bidder

Signature of ESIC Official

27(a

)

(7.3.1

)

Supplying and running of

GI/Copper strips for

grounding connections

using necessary fixing

materials as required.GI

Strip 25*3 mm

Mtr 5 Rs_________

Rupees__________________

_________________________

_______

27(b

)

Supplying and running of

GI/Copper strips for

grounding connections

using necessary fixing

materials as

required.Supplying and

Drawing UTP-CAT 6E LAN

cable

Mtr 50 Rs_________

Rupees__________________

_________________________

_______

28 P-30

(4.38.

26)

Supply of 150W Metal

Halide single end tubular

lamp with lumen output of

14500 lumen &(150W) &

CCT 3000/4000& CRI 80+

& Avg life greater than

15000 to 20,000 Hrs with

cap Base E40.

Each 3 Rs_________

Rupees__________________

_________________________

_______

29 P-

54/10.

1.1

Rewinding of motor upto 3

H.P

Each 3 Rs_________

Rupees__________________

_________________________

_______

30 P-

54/10.

1.2

Rewinding of motor upto 3

H.P to 5HP

Each 2 Rs_________

Rupees__________________

_________________________

_______

68

Seal & Signature of Bidder

Signature of ESIC Official

31 P-

54/10.

2.1

Pump bowls (10.2.1/54) Each 2 Rs_________

Rupees__________________

_________________________

_______

32 P-

54/10.

2.2

Intermediate piece (I.P)

with I.P leaded Bronze

Bush(10.2.1/54)

Each 2 Rs_________

Rupees__________________

_________________________

_______

33 P-

54/10.

2.3

oil seal (10.2.3/54) Each 2 Rs_________

Rupees__________________

_________________________

_______

34 P-

54/10.

2.4

Oil seal steel bush

(10.2.4/54)

Each 2 Rs_________

Rupees__________________

_________________________

_______

35 P-

54/10.

2.5

Guide vane (10.2.5/54) Each 2 Rs_________

Rupees__________________

_________________________

_______

36 P-

54/10.

2.6

Impeller shell moduled with

aluminium bronze

(10.2.6/54)

Each 2 Rs_________

Rupees__________________

_________________________

_______

37 P-

54/10.

2.8

D.O Bearing (10.2.8/55) Each 2 Rs_________

Rupees__________________

_________________________

_______

69

Seal & Signature of Bidder

Signature of ESIC Official

38 P-

54/10.

2.11

Pump shaft made out of

stainless steel centerless

ground with key way (uoto

8 slumps)

Each 2 Rs_________

Rupees__________________

_________________________

_______

39 P-

55/10.

3.1

upto 3 HP

starter(10.3.1/55)

Each 2 Rs_________

Rupees__________________

_________________________

_______

40 P-

5510.

3.3

upto 5 HP starter (with one

year guarantee) (10.3.3/55)

Each 2 Rs_________

Rupees__________________

_________________________

_______

41 P-

5510.

3.4

Upto 3HP rotor Each 1 Rs_________

Rupees__________________

_________________________

_______

42 P-

5510.

3.6

Upto 5 HP rotor (with one

year guarantee)

Each 1 Rs_________

Rupees__________________

_________________________

_______

43 P-

49/9.5

Cleaning of borewells

including yield testing of

borewll eithe using slow or

fast Rig for not more than 2

hrs at the final depth with a

minimum working of 2 hrs

continuously with air

compressor or suitable

pump as per specification

including the cost of

Each 1 Rs_________

Rupees__________________

_________________________

_______

70

Seal & Signature of Bidder

Signature of ESIC Official

consumable etc., complete

44 (P-

105/1

6.16)

Supplying and fixing of MV

lamps on existing fitting

mounted on tubular pole

125 W

Each 3 Rs_________

Rupees__________________

_________________________

_______

45 (P-

105/1

6.16)

Supplying and fixing of

HPSV lamps on existing

fitting mounted on tubular

pole 125 W

Each 2 Rs_________

Rupees__________________

_________________________

_______

46 (P-

105/1

6.14)

Supp;y and fixing of ..

Watts heavy duty op-en

construction ferromagnetic

copper ballast for

HPSV/HPMH lamps

Each 2 Rs_________

Rupees__________________

_________________________

_______

47 (P-

106/1

6.21)

Supply and fixing of 230

volts porcelain holder for

MV/SV/MH lamp. 250-440

watts lamp holder

Each 3 Rs_________

Rupees__________________

_________________________

_______

48 (P-

P106/

.1602

6)

Supplying and

fixing/replacement of ignitor

suitable for 70 to 400 watts

SV/MH fittings.

Each 3 Rs_________

Rupees__________________

_________________________

_______

49 (P-

52/46

)

Supply and fixing/replacing

of choke for mercury

vapour lamp fitting in

existing fitting mounted on

tubular pole. 125 watts

Each 3 Rs_________

Rupees__________________

_________________________

_______

71

Seal & Signature of Bidder

Signature of ESIC Official

50 (P-

106/1

6.28)

Painting of existing street

light pole after scrapping

the old paint and painted

with suitable colour

enamel/silver paint

including coping/footing of

the pole.(106.28) Upto 5mtr

strret light pole.

Each 3 Rs_________

Rupees__________________

_________________________

_______

51(a

)

7.4.5 Supplying of 1.1 KV LT UG

cable having aluminium

conductor PVC insulated,

extruded inner sheathed,

galvanised, steel strip

(except 2C x 10 sqmm wire

armoured) confirming to IS-

3975:1990 (No. of strip

indicated in GTP) &

extruded PVC outer

sheathed armoured cable

with specified IS-1554

PART-1:1998 & Confirming

to the attached GTP of

GROUPO-A2core 10

sqmm:3.5 core 25 sqmm

Mtr 50 Rs_________

Rupees_________________

________________________

_________

51(b

)

7.4.6 Supplying of 1.1 KV LT UG

cable having aluminium

conductor PVC insulated,

extruded inner sheathed,

galvanised, steel strip

(except 2C x 10 sqmm wire

mtr 50 Rs_________

Rupees__________________

_________________________

_______

72

Seal & Signature of Bidder

Signature of ESIC Official

armoured) confirming to IS-

3975:1990 (No. of strip

indicated in GTP) &

extruded PVC outer

sheathed armoured cable

with specified IS-1554

PART-1:1998 & Confirming

to the attached GTP of

GROUPO-A2core 10

sqmm:3.5 core 35 sqmm

SUB TOTAL-A

73

Seal & Signature of Bidder

Signature of ESIC Official

SUMMARY OF SCHEDULES

Figures may be written in words as well as figures. In case of any discrepancy between figures and words,

the written in words will be taken for consideration. Contract will be awarded to the lowest bidder based on the consolidated annual bid amount of above mentioned

items (12 months value of the Repair and Maintenance (Civil and Electrical) contract) No cutting or over-writing will be allowed. Any financial bid with over – writing or cutting will be disqualified

The obligation to pay the statutory dues to the respective employees will lie solely with the contracting agency. ESIC reserves the right to call for requisite information as when required and/or to inspect the relevant account. The invitation of Bids does not guarantee the award of contract and ESIC also reserves the right to accept/reject Bids.

Date: Signature of Authorized Person Place: Name: Company Seal

Total of Schedule of Wages : Rs _____________

Total of SCHEDULE Brought forward from Civil (Item Work) : Rs _____________

Total of SCHEDULE Brought forward from Electrical (Item Work) : Rs _____________

Total of SCHEDULE Brought forward from Civil (Material) : Rs _____________

Total of SCHEDULE Brought forward from Electrica (Item work) : Rs _____________

Total : Rs _____________

74

Seal & Signature of Bidder Signature of ESIC Official

Annexure-D

DECLARATION FROM BIDDER (Annexure D)

1. I, .............................................................. Son/ Daughter of Shri ……………………………… Proprietor/ Partner/ Director/ Authorized Signatory is/ 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. I/ we, am/ are hereby declare that the agency has not declared as black listed in any government department.

4. Compliance under statutory provisions are in order and not being violated.

5. 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

Date: Signature of Authorized Person Place: Name: Company Seal: NB: The above declaration, duly signed and sealed by the authorized signatory of the company, should be enclosed with Technical Bid.

75

Seal & Signature of Bidder Signature of ESIC Official

Annexure-E

DETAILS OF STAFF (Annexure E)

Sr. No.

Name

Employee Code

Qualification ESI No. P.F. No. Experience in Repair and Maintenance Civil and Electrical) services (Yr.)

Home Address

76

Seal & Signature of Bidder Signature of ESIC Official

Annexure - F

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)

Kindly confirm the enclosure of all the below listed documents without which the technical-bid may be treated as non-responsive.

Sl.No Items Confirm (Yes/No)

1. Earnest Money Deposit 2. Tender form with complete technical bid with all pages serially

numbered , signed and stamped on each page

3. Audited Balance sheet of last five years with details of annual turnover , profit & loss account etc.

4 Income tax returns of last five years. 5. Attested Photo copy of PAN Card 6. ESI Registration certificate copy with last three year payment

details.

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

8. GST registration certificate with details of the last payment.

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

10 Documents in support of contracts fulfilled in last 5 years along with their values in support of the experience and financial credibility. Copies of the TDS certificates (form-16A) in respect of these contracts are also to be enclosed.

11. Satisfactory completion of contract certificate from previous organizations.

12 Declaration as per Annexure ‘D’. 13. Online submission of tender

77

Seal & Signature of Bidder Signature of ESIC Official

SECTION III

SPECIAL TERMS AND CONDITIONS

(For Electrical Works) 1. The maintenance contract consists of operation and maintenance of compact RMU; HT & LT control panels and its

associated AMF panels, underground cables, raising mains. D.G. sets, external and internal electrification, Telephone connections of R.O and staff Quarters as detailed in schedule accompanying the notification and tender documents.

2. The operating personnel shall be authorized persons having valid permit obtained from the Electrical Inspectorate. The

supervisory staff shall also possess valid supervisory permit obtained from the Electrical Inspectorate. The Bio-data of the operating personnel of the agency desires to engage, the documentary evidence of the operators/supervisors permit issued by the Chief Electrical Inspector Government of Karnataka shall be given by the agency before commencement of the work.

3. The operating / Supervisor staff shall possess the Knowledge of fire fighting and first aid. 4. The operating/supervisor personnel shall have the basic Knowledge and technical skill of the DG set / HT equipment and

shall be capable of independently carrying out the emergency repair works on generator/ AMF panel. 5. The contractor / operator / supervisory personnel shall have a clear working Knowledge of the various electrical circuits

and shall not meddle / alter the electrical circuits without the permission of the Engineer in charge. 6. The power factor of the installation has to be maintained / monitored daily and monthly as per the statutory requirements

of KPTCL / CESCOM. 7. Due to negligence of operator if any, “ the power factor” goes below 0.9 lag during the month, P.F. penalty will be

imposed and recovered from the monthly maintenance bill (as per rate of Electricity Board.) 8 Electrician has to maintain the earthing point/ stations of the electrical power system, adding water & salt and keeping

the station in good conductive //wet, at least once in a month regularly and keep that the earthing system is in good condition.

9. The bio-data of the operating personnel along with the recent passport size photo is to be furnished.

10. Need based man power to be positioned as and when required in addition to the regular operation staff to carry out preventive maintenance and breakdowns.

11. All the accessories, equipment comprising of batteries, battery chargers. Control panel, switch boards shall be operated and maintained by the agency.

12. The salary and other emoluments to the employees / staff shall be from the contractor / agency and shall be strictly

complied with all rules and regulation, statutory or otherwise under labour laws. 13. It is the responsibility of the contractor to make payments for any kind of compensation to these employees in the event

of accidents of any other unforeseen circumstances and the ESIC will not be responsible for such acts. Necessary safety measures are to be taken by the Agency while operation or during break down or any other unforeseen circumstances.

14. R.D., ESIC will issue procedures to be followed, shift duties, etc., to the agency which have to be carried out and

complied.

78

Seal & Signature of Bidder Signature of ESIC Official

SPECIAL TERMS AND CONDITIONS (For Civil works)

1. The operating personnel for operations and maintenance shall check daily without fail sewer lines, closet and soil pipe and Inspection chambers and clean immediately the blockages if any.

2. 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.

3. The contractor shall ensure proper record and storing of irreparable / dismantled materials. 4. Leakages in water supply pipe line and sanitary lines shall be repaired as soon as complaints are received. The

common miscellaneous sundry materials such as thread, Zinc paste, Cleaning compound, Hacksaw blade, fuse wire, insulation tape, lugs, screws, nails, etc. shall be provided by the contractor. Materials like bends, collars, Tees, Unions, Nipples, Electric holders; chokes, switches etc. shall be procured by contractor as and when required and with the approval of the Engineer in charge.

5. The rain water vent in the terrace and chajjas shall be opened up frequently to avoid the blockage of 6. the rain water, once in a month Terrace should be cleaned regularly.

7. The sewer man / scavenger shall ensure that all lines are maintained in clean condition by carrying out preventive

cleaning of all lines at least once each month 8. All the rubbishes shall be disposed off at the earliest and place be kept clean and orderly at the end of the each

day’s work. 9. M.S. stays and handles of steel windows requiring repairs shall be attended. 10. All registers such as complaint register, registers of released/damaged materials and other records as desired by the

engineer in charge shall be maintained and up dated daily and kept ready for inspection of officers.

SPECIAL TERMS AND CONDITIONS(GENERAL)

1 Work is to be done in occupied staff quarters. Accordingly contractor has to work in close coordination with the residents of the staff quarter, Care taker and Engineer in charge .Nothing extra admissible for waiting time/ wastage of labour. Workers shall be provided with approved uniform.

1. Utmost care should be taken to avoid in convenience to the allot tees / occupants. 2. Care should be taken to avoid any damages to the building, fittings and articles in the house. Any damages Should be made good at contractors own cost. 3. Unused and left out materials/ rubbish shall be immediately removed from the premise. 4. Contractor has to deploy good behavioral workers under proper supervision. 5. Children of labourers should not be present at the work site.

.

79

Seal & Signature of Bidder Signature of ESIC Official

Section IV

GENERAL CONDITIONS OF CONTRACT (GCC)

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 Employees' State Insurance Corporation and the legal successors in

title to Employees' State Insurance Corporation.

(ii) “Engineer” means the person appointed by Employees' State Insurance Corporation to act as

an Engineer for the purpose of the Contract.

(iii) “Contractor” means an individual or firms whether incorporated or not, that has entered into

contract (with the employer) and shall include his/its heirs, legal representatives, successors and

assignees. Changes in the constitution of the firm, if any, shall be immediately brought to the notice of

the employer, in writing and approval shall be obtained for continue performance of the contract.

(iv) “Contract” means the conditions, the Specifications, the Bill of Quantities, the Tender, the

Letter of acceptance, the Contract Agreement (if completed) and such other documents as may be

expressly incorporated in the Letter of Acceptance or Contract Agreement.(As per Annexure ‘H’)

(v) “Specification” means the specification of the works included in the contract and any

modification thereof. The items of works shall be executed in strict accordance of CPWD

specifications.

(vi) “Drawings” means all the completion drawings, calculations and technical information of a like

nature provided by the Engineer to the Contractor under this contract and all drawings, calculations,

samples, patterns, models, Repair/Repairs and Maintenance Manuals and other technical information

of a like nature submitted by the Contractor and approved by the Engineer.

80

Seal & Signature of Bidder Signature of ESIC Official

(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 satisfactory

completion of the works and the remedying of any defects therein in accordance with the provisions

of the Contract, Specification 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 Employees' State

Insurance Corporation in writing.

(x) “Contract Agreement” means the contract agreement (if any) referred to contract agreement as

per Annexure ‘H.

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

Conditions.

(xii) “Commencement Date” means the date from which the Contractor is directed by ESIC to start

the works in writing.

(xiii) “Time for Completion” means the time period for which the contract has been allowed to be

completed by the employer to the contractor.

(xv) “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 removing of any defects therein in

accordance with the provisions of the Contract.

(xvi) “Extra Item Price” Any items of works if it is not available in Bill of Quantities and required to be

executed in the interest of completion of work.

(xvii) “Substitute Item Price” Any items of works required to be executed in the interest of completion

of work and replace by the similar item available in Bill of Quantities.

81

Seal & Signature of Bidder Signature of ESIC Official

(xviii) “Retention Money” means the aggregate of amount retained by the Employer as Security

Deposit.

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

executed in accordance under the contract and contract specifications.

(xx) “Site” means the places provided by the Employer to the Contractor.

(xxi) “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’s Duties and Authority

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

3. Custody and Supply of Drawings and Documents

The Drawings shall remain in the sole custody of the Employer but copies as required thereof shall be

provided to the Contractor for 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. The acceptance of

tender is deemed to have visited the site and made themselves conversant with the type of works

incorporated in this tender.

5. Contractor's Employees

82

Seal & Signature of Bidder Signature of ESIC Official

The Contractor shall provide qualified and experienced technical staff on the site of work in

connection with the works and for remedy of any defects therein.

6. Engineer at Liberty to Object

The Engineer shall be at liberty to object, to remove forthwith from the Works, any person provided by

the Contractor who, in the opinion of the Engineer, misconducts himself, or is incompetent or

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

by the Engineer to be undesirable and such person shall not be again allowed upon the Works

without the consent of the Engineer. Any person so removed from the Works shall be replaced

immediately.

7. Safety, Security and Protection of the Environment

The Contractor shall, throughout the execution and till completion of the Works 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 of doing work activities under the contract.

(iv) All safety rules prescribed by the Government should be complied and shall be strictly

observed to execute the work and safety of manpower deployed.

83

Seal & Signature of Bidder Signature of ESIC Official

8. Insurance of work by the Contractor for his liability:

(i) During the execution of the work any loss or damage to the property and life of his employee

arising from a cause for which contractor is responsible.

(ii) For loss or damage occasioned by the Contractor in the course of any work carried out by him

for the purpose of complying with his obligations.

(iii) It shall be the responsibility of contractor to notify the Insurance Company of any charge 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. Accident or injury to Workmen

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

workman under Compensation Act for death or injury resulting from any act or default of the

contractor. The contractor shall indemnify and keep indemnified the Employer against all such

damages and compensation and expenses whatsoever in respect thereof or in relation thereto.

10.1 Evidence and Terms of Insurance

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

him fully. The contractor shall provide evidence to the 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.

10.2 Compliance with Statutes and Regulations:

The Contractor shall conform in all respects, including by giving all notices and paying of all

fees/charges, with the provision of:

84

Seal & Signature of Bidder Signature of ESIC Official

(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 liabilities of every kind for breach of any such provision.

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

11. Default contractor in Compliance

In case of default on the part of Contractor in carrying out such instruction within the time specified

therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other

persons to carry out the same and all costs 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 payments due or to become due, to the Contractor and the

Engineer shall notify the Contractor accordingly.

12. Time for Completion

The time limit of work shall be as mentioned in the letter of commencement/Work Order and shall

start from the date of issue of letter or as informed by through Letter/Work Order or as decided by

Additional Commissioner.

13. Extension of Time for Completion

The extension of the period for completion of work can only be granted on the valid and unavoidable

grounds by the competent authority as per same terms and conditions of Contract and based on the

requirements of Employer/Users.

85

Seal & Signature of Bidder Signature of ESIC Official

14. Termination of Contract:

The employer reserves it’s right to terminate the contract/works by giving 30 days notice at any time

during currency of the contract, if the services of the contractor are not found satisfactory as per the

opinion of employer or his representative for which no claim or compensation shall be entertained by

the Employer.

15. Defect Identification and its rectifications

Contractor shall immediately attend the defects and complaints after getting intimation at site. Defect

Liability period shall be 12 months from the date of completion of work under Bill of Quantities for

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 executed by the

Employer through other means as deemed fit, at the risk and cost of the contractor.

16. Compensation for Delay

If the Contractor fails to complete the work in time then the Employer can impose liquidated damages

on the contractor @ 1% per day maximum of 10 % of estimated cost.

In case of default on the part of the Contractor in carrying out defect rectification works, the Employer

shall be entitled to employ and pay other persons/agency to carry out the same and if such work, in

the opinion of the Employer, the Contractor was liable to do at his own cost under the Contract, then

all costs consequent thereon or incidental thereto shall be determined and recovered from the

Contractor by the Employer and may be deducted from any payment due or to become due to the

Contractor.

17. Method of Measurement

The Engineer shall determine by measurement of the value of actual work done in accordance with

the Contract and shall be paid proportionately. The works shall be measured net, notwithstanding any

86

Seal & Signature of Bidder Signature of ESIC Official

general or local custom, except where otherwise provided in the Contract. The method of

measurements shall be followed as per the CPWD Norms / Specifications.

18. Deduction of Income tax

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

19. Labour Welfare Cess

Rate on the work done shall be deducted from each bill as per statutory requirements, as applicable.

20. Correction of Certificates:

The Engineer may have issued any Interim Payment Certificate, the correction or modification in any

previous Interim Payment Certificate which has been issued by him, and shall have authority, if any

work is not being carried out to his satisfaction, to omit or to reduce the value of such work in any

Interim Payment Certificate.

21. Final Certificates:

Within 60 days after receipt of the Final Statement, and the written discharge, the Engineer shall

report to the employer (with a copy to the Contractor) with a Final Certificate stating:

(a) The amount which, in the opinion of the Engineer, is finally due under the Contractor, 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.

22. Default of Contractor:

87

Seal & Signature of Bidder Signature of ESIC Official

If the performance of the contract is not satisfactory and not corrected within 15 days of receiving

notice, then employer shall be at liberty to terminate the contract and get the work executed through

other means at the risk and cost of the Contractor.

23. Any of the Clauses/Conditions which have not been covered in this contract General

clauses/conditions of contract, CPWD 2014 will be referred and Will apply

24. 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 of 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 Arbitrator appointed by The Additional Commissioner/Regional Director, ESIC whose decision shall be final and binding on both the

parties as per the Arbitration Act, 1996.

25. The Work under the contract shall continue, during the Arbitration proceedings.

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

Employer and the Contractor).

27. 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.

28. General Conditions:

88

Seal & Signature of Bidder Signature of ESIC Official

a. The persons deployed by the Contractor should be properly trained, have requisite experience and skills for carrying out a wide variety of running, operation and maintenance with required materials and tools/equipments.

b. The Contractor should ensure Health and safety of the workers. ESIC may also conduct health check of the staff

deployed at regular intervals.

c. The Contractor must employ adult and skilled labour only. Employment of child labour will lead to the termination of the contract. The Contractor shall engage only such workers, whose antecedents have been thoroughly verified, including character and police verification and other formalities. The Contractor shall be fully responsible for the conduct of his staff.

d. The Contractor at all times should indemnify ESIC against all claims, damages or compensation under the provisions

of Payment of Wages Act, 1936; Minimum Wages Act, 1948; Employer’s Liability Act, 1938; the Workman Compensation Act, 1923; Industrial Disputes Act, 1947; Maternity Benefit Act, 1961; or any modification thereof or any other law relating thereto and rules made there under from time to time. ESIC will not own any responsibility in this regard.

e. The contract shall initially be valid for period of One year and may be extended further for a period of One year

subject to satisfactory performance, on the same terms and conditions.

f. The rates quoted by the bidder shall remain unchanged during the period of Contract. ESIC, however, reserves the right to terminate the contract by serving one month’s notice, in writing without assigning any reasons whatsoever. The Contract may be terminated with mutual consent by giving one month notice.

g. In case of breach of any terms and conditions attached to the contract, the Performance Security Deposit of the

Contractor is liable to be forfeited by ESIC, besides annulment of the contract and initiating other legal action.

h. The Contractor must provide standard liveries to its staff/supervisors/managers. The staff shall be in proper uniform with their identity properly displayed. Samples of liveries will have to be submitted by the Contractor for approval of ESIC.

i. ESIC will provide space for setting up a control room and stores to the Contractor in the premises. The contractor will

arrange for all other items, viz, time keeping machine, computerized inventory of stores computerized daily duty roster chart, etc. He shall provide the Telephone nos. of all the persons employed.

j. ESIC will provide space for a store room to the Contractor in the premises. The storekeeper/supervisor deployed by

the contractor will store all their liveries, materials, equipments in the store room and maintain a computerized record of the stores which shall be opened to inspection by ESIC staff during working hours.

k. Tools required for all maintenance works should be arranged by the contractor and tools must be available at the site.

l. AMC/CMC required for all Electro Mechanical equipments are entered /being entered into directly by ESIC with

Original manufacturer/Supplier. The Contractor should co-ordinate and liaison with AMC/CMC provider for efficient and smooth running of all Electro Mechanical equipments.

m. All maintenance staff will report to ESIC Engineers/ care taker and the contractor will maintain the following

registers: 1. Attendance Register

89

Seal & Signature of Bidder Signature of ESIC Official

2. Leave Register 3. Payment of wages / Statutory dues 4. Record of weekly off / compensatory Holiday 5. Register of employees. These registers will be verified and cross checked by ESIC for actual deployment.

II. Payment Procedure The Billing cycle would be calendar month and the Contractor is to submit the bill complete in all respects up to

10th of each month and ESIC will settle the claim within 15 working days from the date of receipt of Bill. However, the Contractor must make payment to their workers through Bank Transactions on or before 7th of each month and this payment is not linked to the clearing of bill by ESIC. The bill is to be submitted with the following documents:-

(a) The wages of workers for last month credited to their Bank Account and the details of payment along

with bank Account No. should be displayed in the notice board in the space provided to the Contractor. No cash payment is permissible and such payments are to be treated at par with non-payment of wages. There must be no deviation whatsoever in this regard.

(b) ESI/EPF/ GST/ other statutory dues amounting to Rs._______ for the month of (previous month)

deposited on _____ (copy of challans to be enclosed).

(c) Employee-wise details of ESI, EPF Prof. Tax contribution paid is to be submitted every month.

(d) All the original claims for material / consumables for the month incurred, duly certified by ESIC engineers.

(e) Undertaking that all statutory Central Labour Laws including Minimum Wages Act are complied with.

(f) Monthly statement of complaint received, attended , pending and reason for pending to be submitted

If the Bill is complete in all respect it will be finalized at the earliest. If Bills are not submitted by the last date of

the following month, ESIC reserve the right not to process the bill.

III. Liquidated damages: Whenever and wherever it is found that in the maintenance work carried out / not up to the mark, it will be

brought to the notice of the supervisory staff of the Contractor by ESIC and if no action is taken within time schedule mention in Para XI liquidated damages @Rs.500/- per complaint per day shall be imposed. The decision of ESIC official In charge shall be final, in this regard.

IV. Materials / Consumables

All the materials/consumables required for the work will be supplied by the contractor and ESIC will pay them as

per quoted rates. If items not available in the sanctioned BOQ and same needs for works, and ordered by engineer-in-charge. Then item DSR/KPWD/Government body SR rates are payable. In case of non available in DSR market rate plus 10% OH charges will be paid subject to reasonability of the price/rates as determined by ESIC Engineers. The materials conforming to BIS standards/CPWD specification/materials of good quality generally available in the market should be used.

90

Seal & Signature of Bidder Signature of ESIC Official

V. Complaint / Rectification The Contractor will maintain complaint cell / Office for receiving / attending the complaints. The complaints will

be in writing or registered in the complaint cell/Office or oral intimation through telephone should be considered as sufficient. The complaint lodged over telephone should be acknowledged with complaint number. Each complaint has to be attended immediately. If any complaint which could not be rectified within 24 hrs, it should be informed to the representatives of ESIC. All life threatening complaint should be attended immediately. Any deviation from the above will attract penalty as per Para VIII.

VI. Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work under the Contract. In case

of failure of the existing arrangement. ESIC reserves the right for termination of the contract at any time by giving one month Written notice, if the services are found unsatisfactory and also has the right to award the contract to any other selected renderers at the cost, risk and responsibilities of Contactor and excess expenditure incurred on account of this will be recovered by ESIC from the Contractor Security Deposit or pending bill or by raising a separate claim.

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

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

In the event of loss/damage of equipments / items etc. at the premises of the ESIC due to negligence/ carelessness

of Contract staff, then the Contractor shall compensate the loss to ESIC.

VII. Dispute Settlement: It is mutually agreed that all differences and disputes arising out of or in connection with this Agreement shall be

settled by mutual discussions and negotiations. If such disputes and differences cannot be settled and resolved by discussions and negotiations then the same shall be referred to the Sole Arbitrator appointed by The Additional Commissioner/Regional Director, ESIC whose decision shall be final and binding on both the parties.

VIII . Manpower

Any misconduct/misbehavior on the part of the manpower deployed by the contractor will not be tolerated and

such person will have to be replaced by the contractor at his own costs, risks and responsibilities immediately, with written intimation to ESIC.

The Contractor should ensure to maintain adequate number of manpower as per Annexure and also arrange a pool

of stand by manpower for any absentees from duty from work place. The reliever of equal status shall be provided by the Contractor from an existing pool of Operation and maintenance staff. If the required numbers of workers/supervisor/manager are less than the minimum required as per Annexure/manpower deployment schedule a penalty @Rs.500/- per worker per day will be deducted from the bill. Also the recovery of wages for that absent period

IX MAN Power Control

91

Seal & Signature of Bidder Signature of ESIC Official

1) Man Power Position is only indicative for reporting to duty. However the working hours will be adjusted according to the local conditions. An attendance register and a complaint register shall be maintained at service centre in the approved format.

2) Tradesmen deployed are as per present requirement. Tradesmen may be increased or decreased as required or reorganized at any time of contact period. The additional place of maintenance like branch office staff quarters dispensaries may be included at the discretion of Regional Director. The available tradesmen will be deployed for duty to additional area/location as per instruction of regional director/ Engineering in charge / care taker

3) Only qualified / licensed/ certified Electrician / operators shall be deployed. Preferably the other skilled worker deployed shall also be qualified / licensed / certified. Certificate/License of the Electrician, certificates of technical/ qualification of tradesmen are to be produced after acceptance of tender. All the staff of the contract shall wear uniform and badges identifying their category and name in English and Kannada Language

4) The tradesmen are to be deployed on call to any unit/ work site as and when required, to carry out the complaints/work as per instruction of engineer / care taker.

5) Provision of trades men , plumber cum fitter, Electrician (General Duty), Sewer man /scavenger Cum General duty , mason , carpenter , in man power schedule will be deployed / utilized for repair and maintenance work at different work places/units comes under the scope of this tender , as required , in consultation of Engineer concerned / care taker

6) Man power in the schedule should be deployed on call to any other places as required /directed by the engineer / care taker

7) Regional Director, ESIC reserves the rights to reduce or increase the scope of the work without assigning any reasons or which contractor should not have any objection and should be ready to work without any extra cost.

8) The old materials recovered in the process of R & M is property of the ESIC. Contractor has to return all the metallic scrap materials like brass cocks, electrical choke, GI pipes and GI accessories etc which has resale /scrap value to the ESIC store/ Care taker and obtain the receipt. Material return receipt be enclosed

`

92

Seal & Signature of Bidder Signature of ESIC Official

Annexure - G

COMPLAINT REGISTRATION FORM( Annexure – G)

DATE: NAME OF THE OFFICE/DISP. SECTION/QUARTERS. NO.:

TIME

NATURE OF COMPLAINT/s: COMPLAINANT’S NAME SIGNATURE

COMPLAINT ATTENDED DATE:

TIME FROM: TO:

Certified that the complaint has been satisfactorily attended. Details of the work attended

Details of the Materials used:

Contractor: Complainant

Date:

93

Seal & Signature of Bidder Signature of ESIC Official

SUMMARY OF THE ANNUAL REPAIR & MAIN. BILL FOR THE MONTH 1- Total No. of the complaints received during the month 2- Total No. of the complaints attended during the month 3- Total No. of the complaints resolved during the month 4- Total No. of the complaints pending during the month

94

Seal & Signature of Bidder Signature of ESIC Official

Annexure - H

Important Instructions for Bidders(Annexure H)

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E- Tenders.

Bidders should get Registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer → Tools → Internet Options → Security → Trusted Sites → Sites of Internet Explorer :

https://esictenders.eproc.in https://www.tpsl-india.in https://www4.ipg-online.com

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer → Tools → Internet Options → Advanced Tab → Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or NetBanking for participating in the Tender.

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

95

Seal & Signature of Bidder Signature of ESIC Official