employees’ state insurance corporation ....... demand draft / bankers cheque amounting to...

76
EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL (Rajajinagar, Bangalore – 560 010, Karnataka) Ministry of Labour & Employment, Govt. of India (ISO 9001-2008 Certified) Phone: 080-23325130/23320271, Fax: 080-23325130 532/W/17/13/ARM/2016/PMD-109(A) Date: 27 th Feb’ 2018 TENDER NOTICE FOR PROVIDING OPERATION AND MAINTANENCE OF ELECTRO MECHANICAL EQUIPMENTS / CIVIL AND OTHER SERVICES TO HOSPITAL, MEDICAL COLLEGE, HOSTEL AND OTHER BUILDINGS IN ESIC MODEL HOSPITAL AND PGIMSR, RAJAJINAGAR, BANGALORE I. Sealed Tenders are invited for Operation and Maintenance of Electro Mechanical Equipments, Civil and Other Services in ESIC Model Hospital, Rajajinagar, Bangalore as detailed below. Part NAME OF WORK / SERVICES Estimated Cost EMD AMOUNT A 1. Operation and Maintenance of ELECTRICAL INSTALLATION, DG SETS AND SUBSTATION / CCTV / EPABX Electro mechanical services like LIFT/ELEVATORS, FIRE FIGHTING SYSTEM,HVAC (CENTRAL AC PLANT), RO/ SOLAR/ BOREWELL/ PUMPHOUSE/INTERNAL & EXTERNAL WATER SUPPLY SYSTEM/ DRAINAGE/ PLUMBING/CARPENTRY. Rs. 2,97,37,880/- Rs. 5,94,758/- 2. Supplying of Items / Materials as required for maintenance of Plumbing, Carpentry, Civil Works, Horticulture, Electrical works and On Call labour as per Annexure ‘G’ , ‘H' & I of the Tender during the Period of Contract. B Minor Civil Works including supply of Materials, Labour, Elements of Supervision Charges, Cost of Tools, Transportation, as per rates given in the Annexure ‘J’ of new tender during the period of contract. Rs. 90,21,315/- Rs. 1,80,426/- II. Eligible agencies may visit/inspect the site on any working day from between 10.00 AM to 04.00 PM by contacting the Assistant Director (PMD) of this Hospital. Date of Pre Bid Meeting - 07 th March ’2018 at 11.30 AM Last date of Submission of Bids - 15 th March’2018 at 02.00 PM Date of Opening of Tenders - 15 th March’2018 at 02.30 PM Seal and Signature of Contractor Page 1

Upload: dangtuyen

Post on 30-Mar-2018

240 views

Category:

Documents


0 download

TRANSCRIPT

EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL

(Rajajinagar, Bangalore – 560 010, Karnataka) Ministry of Labour & Employment, Govt. of India

(ISO 9001-2008 Certified) Phone: 080-23325130/23320271, Fax: 080-23325130

532/W/17/13/ARM/2016/PMD-109(A) Date: 27 th Feb’ 2018

TENDER NOTICE FOR PROVIDING OPERATION ANDMAINTANENCE OF ELECTRO MECHANICAL EQUIPMENTS / CIVIL AND OTHER

SERVICES TO HOSPITAL, MEDICAL COLLEGE, HOSTEL AND OTHER BUILDINGS IN ESIC MODEL HOSPITAL AND PGIMSR, RAJAJINAGAR, BANGALORE

I. Sealed Tenders are invited for Operation and Maintenance of Electro Mechanical Equipments, Civil and Other Services in ESIC Model Hospital, Rajajinagar, Bangalore as detailed below.

Part NAME OF WORK / SERVICES Estimated Cost EMD AMOUNT

A 1. Operation and Maintenance of ELECTRICAL INSTALLATION, DG SETS AND SUBSTATION / CCTV / EPABX Electro mechanical services like LIFT/ELEVATORS, FIRE FIGHTING SYSTEM,HVAC (CENTRAL AC PLANT), RO/ SOLAR/ BOREWELL/ PUMPHOUSE/INTERNAL & EXTERNAL WATER SUPPLY SYSTEM/ DRAINAGE/ PLUMBING/CARPENTRY.

Rs. 2,97,37,880/- Rs. 5,94,758/-

2. Supplying of Items / Materials as required for maintenance of Plumbing, Carpentry, Civil Works, Horticulture, Electrical works and On Call labour as per Annexure ‘G’ , ‘H' & I of the Tender during the Period of Contract.

B Minor Civil Works including supply of Materials, Labour, Elements of Supervision Charges, Cost of Tools, Transportation, as per rates given in the Annexure ‘J’ of new tender during the period of contract.

Rs. 90,21,315/- Rs. 1,80,426/-

II. Eligible agencies may visit/inspect the site on any working day from between 10.00 AM to 04.00 PM by contacting the Assistant Director (PMD) of this Hospital.

Date of Pre Bid Meeting - 07 th March ’2018 at 11.30 AM Last date of Submission of Bids - 15 th March’2018 at 02.00 PM Date of Opening of Tenders - 15 th March’2018 at 02.30 PM

Seal and Signature of Contractor Page 1

III. Tender documents and conditions1. Tender Notice including eligibility criteria.2. Instructions to Tenderers.3. General Conditions of Contract4. Scope of work

TECHNICAL BID:5. Minimum Deployment of Manpower Requirement by the Hospital for the above Services (Annexure-‘A’).6. Profile of the Contractor (Annexure ‘B’).7. Details of Manpower to be given by Contractor (Annexure ‘C’).8 Details of Work experience (Annexure ‘D’))9. Declaration (Annexure ‘E’)

FINANCIAL BID (PART –A) 10. Deployment of Man power (Annexure ‘F’) 11. BOQ for supplying of Plumbing, Carpentry, Civil Works and Others materials - Annexure ‘G’) 12. BOQ for Supplying of Electrical Materials – Annexure ‘H’ 13. BOQ for On Call Labour as and when required- Annexure ‘I’

14. Financial Bid for Abstract of Cost for Part ‘A’ - Annexure 'K'

FINANCIAL BID (PART –B) 15. BOQ for Minor Civil Works – Annexure ‘J' 16. Financial Bid for Abstract of Cost for Part ‘B’ - Annexure 'L'

Tender documents can be downloaded from the official Website i.e. www.esic.nic.in or http://esipgirnr.kar.nic.in. Demand Draft / Bankers Cheque amounting to Rs.1,000/- (Rupees One Thousand only) towards Tender Fee (Non-refundable) and Demand Draft / Bankers Cheque towards EMD (Refundable) drawn in favour of “ESI Fund Account No.1” payable at Bangalore, has to be attached along with the Technical Bid.

Last date of Submission of Bids is 15.03.2018 before 02.00 PM.

Sealed tenders with separate Technical and Financial bids filled in the specified proforma and addressed to the Medical Superintendent/ DEAN, (PMD Branch) should be dropped in the Tender Box captioned “Tender for providing Operation and Maintenance of Electro Mechanical /Civil and other Services” placed in the room of Asst. Director (PMD), ESIC Hospital, Rajajinagar, Bangalore by the stipulated date and time. Tenders shall not be accepted by Courier / Post.

Details of the Tender Document can be seen at ESIC’s website www.esic.nic.in or http://esipgirnr.kar.nic.in and the duly filled download form must be accompanied by a DD for Rs. 1,000/- mentioned as above towards Tender Fee (Non – Refundable).

The Technical Bids shall be opened in the presence of authorized representatives of Tenderers, who may wish to be present on 15.03.2018 at 02.30 PM . All the Technical Bids will be scrutinized and relevant documents will be checked for their authenticity. The financial bids of those bidders, who are

Seal and Signature of Contractor Page 2

found technically eligible, will be opened after prior intimation.Tenders received after the closing date and time shall not be considered.CHECK LIST FOR PART- ‘A’ (OPERATION & MAINTENANCE)

Sl.

No.Items Confirm

1 The tenderer should have minimum two years of experience in work of similar nature.

The tenderer should have undertaken/completed the following work in the last three years.

One similar work of value not less than Rs. 01 Crore OR Two similar completed works

costing not less than amount equivalent to Rs. 50 Lakhs.

2 The firm/agency/contractor must have minimum experience of two years in the field of

Annual Repair and Maintenance of (Civil and Electrical) and should be profit making during

the last two years. Copies of the relevant documents should be submitted with the Technical

Bid.

3 Latest acknowledged copy of Income Tax Return filed.

4 Audit Profit and Loss Account of last two financial years i.e., 2015-16 and 2016-17.

5 Service Tax/VAT Registration/GST Registration certificate copy.

6 ESI and EPF Registration certificates copy with details of last payment.

7 Declaration/Documents as per Annexures A, B, C, D, and E.

8 The Solvency Certificate from nationalised bank for an amount 10 % of the total value of the

contract.

9 The tenders should have Registered / Branch Office in Bangalore.

10 The Tenderer should have a valid labour license under Contract Labour (Regulation &

Abolition) Act, 1970 issued by the appropriate authority under the Act.

11 The Tenderer should have valid licence pertaining to the scope of work included in the

Tender document for Electrical.

12 Tender fee

13 EMD Amount

14 Tender form with complete Technical Bid and Financial Bid with all pages serially numbered,

signed and stamped on each page

15 All the documents to be enclosed should be self attested by the bidder.

16 Any other details.

Seal and Signature of Contractor Page 3

CHECK LIST FOR PART- ‘B’ (MINOR CIVIL WORKS)

Sl.

No.Items Confirm

1 The Agency must have at least one work contract having turnover of not less than Rs.10

Lakhs during the last financial year.

2 The firm/agency/contractor must have minimum experience of two years in the relevant

trade and should be profit making during the last two years. Copies of the relevant

documents should be submitted with the Technical Bid.

3 Latest acknowledged copy of Income Tax Return filed.

4 Audit Profit and Loss Account of last two financial years i.e., 2015-16 and 2016-17.

5 Service Tax/VAT Registration/GST Registration certificate copy.

6 ESI and EPF Registration certificates copy with details of last payment.

7 Declaration/Documents as per Annexures -B, C, D, and E.

8 The Solvency Certificate from nationalised bank for an amount 10 % of the total value of the

contract.

9 The tenders should have Registered / Branch Office in Bangalore.

10 Registration certificate from appropriate authority.

11 Tender fee

12 EMD Amount

13 Tender form with complete Technical Bid and Financial Bid with all pages serially numbered,

signed and stamped on each page

14 All the documents to be enclosed should be self attested by the bidder.

15 Any other details.

Seal and Signature of Contractor Page 4

IV. ELIGIBILTY CRITERIA (FOR ONE OR MORE OR ALL THE SERVICES) – PART ‘A’

1. The tenderer should have minimum two years of experience in work of similar nature.

The tenderer should have undertaken/completed the following work in the last three years.

One similar work of value not less than Rs. 01 Crore OR Two similar completed works costing not less than amount equivalent to Rs. 50 Lakhs.

2. The tenderer should have minimum two years experience in the field of annual repair and maintenance of (Civil and Electrical) works. Copies of the following documents should be submitted with the Technical Bid.

3. Latest acknowledged copy of Income Tax Return filed.

4. Audited Profit and Loss Account of the last two financial years i.e. 2015-16 and 2016-17.

5. Service Tax/ VAT Registration/GST Registration Certificate Copy.

6. ESI and EPF Registration certificate copy with details of last payment.

7. Contractors should have all valid licenses pertaining to the scope of work included in the Tender document such as Labour, electrical etc. 8. Declaration / Documents as per Annexure ‘A’ , ‘B’, ‘C’, ‘D’ and ‘E’.

9. The Solvency Certificate from Nationalized Bank for an amount 10 % of the total value of the contract.

10. The tenders should have Registered / Branch Office in Bangalore.

11. The Tenderer should have sufficient employees as detailed in Annexure ‘C’ on its rolls or rolls of its associates specifically trained for operation management services. Full list of the employees, viz., name, age, employee code, designation, experience in the required fields, PF,ESI details etc. should be attached with the Technical Bid. Document in support of ESI, EPF deductions should be attached with the Technical Bid. Details of health and safety measures, the tenderer provide to his workers should also be attached with the technical bid.

12. The Tenderer should have a valid labour license under Contract Labour (Regulation & Abolition Act 1970) issued by the appropriate authority under the Act.

Seal and Signature of Contractor Page 5

V. ELIGIBILTY CRITERIA - PART ‘B’1. The Agency must have at least one work contract having turnover of not less than Rs.10 Lakhs during the last financial year.

2. a). The Tender must have minimum experience of two years in the relevant trade and should be profit making during the last two years. Copies of the following documents should be submitted with the Technical Bid.

3. Latest acknowledged copy of Income Tax Return filed.

4. Audited Profit and Loss Account of the last two financial years i.e. 2015-16 and 2016-17

5. Service Tax/VAT Registration/GST Registration Certificate Copy.

6. Contractors should have all valid licenses pertaining to the scope of work included in the Tender document such as Labour, etc.

7. ESI and EPF Registration certificate copy with details of last payment of contribution, if any.

8. Declaration / Documents as per Annexure ‘B’,'C', ‘D’, ‘E’.

9. The Solvency Certificate from Nationalized Bank for an amount 10 % of the total value of the contract.

10. The tenders should have Registered / Branch Office in Bangalore.

VI. INSTRUCTIONS TO TENDERERS

1. The Tenderer are required to submit separate quotations for Part ‘A’ or Part ‘B’ or for both the parts. Bids for Part ‘A’ and ‘B’ should be kept in separate envelopes. The envelope containing the Technical Bid (including EMD & Tender Fee) should be superscripted as “Technical Bid for PROVIDING OPERATION AND MAINTANENCE OF ELECTRO MECHANICAL EQUIPMENTS / CIVIL AND OTHER SERVICES TO HOSPITAL, MEDICAL COLLEGE, HOSTEL AND OTHER UILDINGS IN ESIC MODEL HOSPITAL AND PGIMSR, RAJAJINAGR, BANGALORE ” and the Financial Bid should be kept in a separate Sealed envelope and superscripted as “Financial Bid for PROVIDING OPERATION AND MAINTANENCE OF ELECTRO MECHANICAL EQUIPMENTS / CIVIL AND OTHER SERVICES TO HOSPITAL, MEDICAL COLLEGE, HOSTEL AND OTHER BUILDINGS IN ESIC MODEL HOSPITAL AND PGIMSR, RAJAJINAGR, BANGALORE”. Both the sealed envelopes should be put in a third sealed envelope as “Tender for Providing Operation and Maintenance of Electro Mechanical Equipments / Civil and other services” addressed to the Medical

Seal and Signature of Contractor Page 6

Superintendent/DEAN, (PMD Branch), ESIC Model Hospital, and PGIMSR, Rajajinagar, Bangalore.

2. The declaration in the prescribed proforma (Annexure E) enclosed should be submitted along with the Technical Bid.

3. The Technical Bid should be accompanied by an Earnest Money Deposit (EMD) mentioned on Page No. 1 in the form of Demand Draft only drawn in favour of “ESI Fund A/c No.1” payable at Bangalore. It should remain valid for a period of 03 (Three) months from the last date of submission of the Tender. In the absence of EMD, the tender shall be rejected summarily. The earnest money shall be refunded to the unsuccessful Tenderers after finalization of the contract. It shall be refunded to successful Tenderer on the receipt of performance security deposit.

4. All entries in the tender form should be legible and filled in clearly. Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory.

5. The bid shall be valid for 180 (One Hundred & Eighty) days from the date of opening.

6. Bidder cannot submit multiple bids for the Tender.

7. Tender incomplete in any form will be rejected outright. Conditional Tenders will be rejected outright.

8. No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tendering firm would stand forfeited.

9. In case the successful Tenderer declines to take up the contract, for whatsoever reason(s), his EMD will be forfeited.

10. A formal contract shall be entered into with the successful Tenderer. In this context, the successful Tenderer shall be defined as Contractor.

11. The successful Tenderer will have to deposit a Performance Security For Part ‘A’- 10% of the value of contract awarded by way of Demand Draft / Fixed Deposit Receipt (FDR) / Bank Guarantee from a nationalized bank and hypothecated in favour of ESI Fund A/c No.1 payable at Bangalore, with a validity of 60 days beyond completion of work / contract and further renewable.For Part ‘B’ – 5 % of the value of contract awarded by way of Demand Draft / Fixed Deposit Receipt (FDR) / Bank Guarantee from a nationalized bank and hypothecated in favour of ESI Fund A/c No.1 payable at Bangalore, with a validity of 60 days beyond completion of work / contract and further renewable and remaining 5 % will be deducted from every bill.

12. The successful Tenderer will have to deposit the Performance Security Deposit and commence the work within 15 days of acceptance of tender. Otherwise the contract will Seal and Signature of Contractor Page 7

be cancelled and EMD will be forfeited.

13. Each page of the Tender document i.e., Technical and Financial bid should be signed and stamped by the Tenderer or an Authorized representative of Tenderer in acceptance of the terms and conditions laid down by ESIC. The financial bid and technical bid received without the signature of authorized person will not be entertained and will be rejected.

14. The competent authority reserves the right to accept/reject any or all tender in whole or in part without assigning any reason thereof.

15. For finalization of contract, the Tenderer whose percentage rates are reasonable / economical in the Financial Bid are the lowest in comparison to other tenderers will be considered as the Lowest Tenderer.

16. The agency or the Tenderer has to ensure timely payment of all statutory dues like ESI, EPF etc. and ensure compensation as per payment of wages Act, Minimum wages Act, etc. This office is a statutory body under Central Govt. and all central labour laws are applicable.

17. Payment of wages to the workers shall be made only through Bank/ ECS and copy of the same should be submitted for scrutiny of ESIC after payment on every month.

18. Subletting of the contract is not permissible without prior consent.

19. Amendment of Bidding Documents:(i) At any time prior to the bid due date, ESIC may, for any reason, whether atits own initiative or in response to a clarification requested by a prospective bidder may modify the bidding document.

(ii) The amendment will be notified in writing by fax or email to all the prospective bidders, at the address, fax numbers, email ID provided by the bidder, who have received the bidding documents and will be binding on them.

(iii) In order to afford prospective bidders, reasonable time to comply with the amendment in preparing their bid, ESIC may at its discretion, extend the bid due date, if required.

20. The contractors shall visit the site to acquaint himself/ themselves with the site working condition in detail prior to tendering and no claim will be entertained on the ground of ignorance or otherwise of the conditions under which the work shall have to be executed.

21. The Contractor/s shall ensure all precautionary measures for safety of Personnel engaged. Instructions on safety code shall be strictly followed.

Seal and Signature of Contractor Page 8

22. Contractor/s will be solely responsible for any accidents to the personnel engaged by them.

23. Only trained supervisors/ mechanic / Electrician /Operators who are experienced in the respective field should be positioned.

24. Tenders of those tenders who fulfill the eligible criteria are only be considered for opening the price bid. The incomplete/ Invalid Tenders are liable for rejection and no correspondence will be entertained in case of rejection if necessary documents are not furnished.

25. The Tenderer are required to take into account while quoting their rates, all factors including any fluctuations in the Market rates etc., No claim will be entertained on this account after acceptance of the tender or during the currency of the contract.

26. The Successful Contractor shall submit the contract agreement on a non-judicial stamp paper of Rs 100/- in a prescribed from duly signed within thirty days of issue of Acceptance Letter to Medical Superintendent.

27. The Contractor shall obtain labour licence from Competent Authority within thirty days of issue of acceptance and submit to the Officer-in-Charge/ Engineer-in- Charge. The cost of obtaining licence i.e. licence fee etc, shall be borne by the contractor. However Contractor shall not start work without any labour licence.

28. The Contractor shall take stock of machines and make immediate assessment for repairing and servicing of pumps/ motors/ starters as soon as he has taken charge.

29. If any work remains unattended within the stipulated time, the same shall be got done from other agency at the risk and cost of the successful contractor. Any expenditure incurred in this connection will be recovered from the bills of contractor

30.. The Contractors should supervise the working of the personnel provided by him. The rate quoted include element of supervision etc, and no extra claim on this account whatsoever will be entertained at a later date.

31. All activities shall be carried out under the general direction and guidance of the any officer so authorized by Medical Superintendent.

32. The Contractor shall remain proper record / register as required under the Contract Labour (Regulation and Abolition) Act 1970 and Rules and other relevant enactment’s thereon. The records / registers shall be produced for verification / inspection as and when required by Department / Central and State Government agencies. ESIC shall have powers to conduct checks regarding payments of wages, ESI, EPF etc., as considered necessary. The contractor shall get his ESI records verified once in six months from ESI inspector and submit the report.

Seal and Signature of Contractor Page 9

33. The contractor shall comply with all the requirement of labour laws.

34. The contractors monthly bills should be supported with muster rolls / attendance along with salary certificates, wage sheets of all the workers and staffs deployed, details of defect / complaints attended and rectified within the details of complaints attended, late attended for the respective month which should be duly certified by Officer-in-Charge. The Officer-in-Charge shall also render certificate regarding satisfactory completion of work every month.

35. The decision of the Officer-in-Charge is final with regard to the satisfactory performance of the contract and any matter arising there from is binding on the contractor.

36. The ESIC shall recover at source, Income Tax on the gross bill valve, payable per month to the contractor at the rate prescribed and remit the same to the concerned Authorities.

37. Any amount due or recoverable from the contractor under this contract or any other contract shall be recoverable, from the contractor as a debit payable by the contractor.

38. It shall be the sole responsibility of the contractor to settle dispute if any, arising out of the engagement between himself and the personnel engaged by him and the management of ESIC shall not in any way be responsible in the event , the personnel approach to the competent authority, under the Act of the court. The entire expenses in this behalf shall be borne by the contractor.

39. Pay slips indicating the details of total wages, deductions and net wages paid shall be given to each contract labour, each month along with the wages and also wages shall be disbursed on or before 7th of every month without waiting for clearance of bills by ESIC.

40. All disputes arising out of or in any way connected with the agreement shall be deemed to have arisen at Bangalore and any court in Bangalore shall have jurisdiction to determine the same.

41. Rates quoted shall be firm or fixed and are inclusive of cost of man power, materials, machinery, tools and plants etc., all taxes (including service tax) duties, levies and insurance etc., no escalation of whatsoever nature shall be payable

42. The Form is a standard Form of Tender for ARM. Certain clauses/annexure may not be applicable for those who are participating only for Part ‘B’ in some cases. So, Tenderers are requested to ignore such clauses which are not applicable in the instant case.

Seal and Signature of Contractor Page 10

GENERAL CONDITIONS OF CONTRACT

Definitions and interpretation

1. Definitions

(a) In the contract (as hereinafter defined) the following works and expressions shall have the meanings hereby assigned to them except where the context otherwise requires :

(i) "Employer” means the ESIC and the legal successors in title to ESIC.

(ii) "Engineer" means the person appointed by ESIC to act as Engineer for the purposes of the Contract.

(iii) "Contractor" means an individual or firms (proprietary or partnership) whether incorporated or not, that has entered into contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract.

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

(ii) "Specification" means the specification of the works included in the Contract and any modification thereof.

(iii) "Drawings" means all the completion drawings, calculations and technical information of a like nature provided by the Engineer to the Contractor under the Contract.

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

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

Seal and Signature of Contractor Page 11

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

(vii) “Contract Agreement” means the contract agreement (if any) referred to in (b) (i) above.

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

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

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

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

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

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

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

(ii)“Site” means the places provided by the Employer for Annual Repairs & Maintenance (iii) “Cost” means all expenditure properly incurred or to be incurred, whether on or off the site, including over head and other charges but does not include any allowance for profit.

ENGINEER

2. Engineer’s Duties and Authority(a) The Engineer shall carry out the duties specified in the Contract.

3. Custody and supply of drawings and documentsThe drawings shall remain in the sole custody of the Employer/Engineer, but copies as required thereof shall be provided to the Contractor free solely for the purpose of this contract.

4. Sufficiency of TenderThe Contractor shall be deemed to have based his Tender on the data made available by the Employer and on his own inspection and examination of this site conditions.

5. Contractor’s Employees(a) The Contractor shall provide on the Site qualified and experienced technical staff in connection with the Repair and Maintenance of the works and the remedying of any defects

Seal and Signature of Contractor Page 12

therein. 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 the required materials and tools/ equipments.

(b) The Contractor must employ adult and skilled labour only. Employment of child labour will lead to 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.

(c) The Contractor should ensure Health and safety of the workers. ESIC may also conduct health check of the staff deployed at regular intervals.

(d) 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.

(e)The tenderer should deploy planned number of personnel in each category in all the shifts, covering first second and third shifts or other shifts or on holidays/Sundays, etc., as may be coordinated by the Officer-in-Charge. State / Central Government Holiday pattern for National Festival holidays will be followed.

(f). The qualification of personnel deployed is subject to verification by ESIC and in the event that they do not possess the prescribed qualification such personnel(s) shall be replaced by you the next day. Failure to replace in time leading to work being affected will lead to ESIC resorting to risk purchase at your risk and cost.

(g). Any replacement(s) should have the prior approval.

(h) The personnel deputed by you shall be medically fit and the Contractor shall certify the same to the Company.

(i). The workers and the agencies are prohibited from going on strikes due to whatsoever reason and stopping of work and going on strike will attract penalty clause notified elsewhere in the tender document.

(j) Full list of employees, viz, name, age, employee code, designation, experience in the relevant field, PF, ESI details should be submitted before commencing of work. Document in support of ESI, EPF detections, health and safety measures should be attached.

(k) All the contractor’s supervisors should report to Engineer-in-Charge (AE & JE) for taking instruction and monitoring day to day maintenance work and other civil work on daily basis.

6. 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

Seal and Signature of Contractor Page 13

from time to time. ESIC will not own any responsibility in this regard.

7. The Contractor will be responsible for supply/installation /refilling /Maintenance of all such items/ equipments used for running, operation of the Plants / machineries/ Equipments.

8. 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 notice, in writing without assigning any reasons whatsoever. The Contract may be terminated with mutual consent by giving one month notice.

9. 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.

10. ESIC will provide space for setting up a control room 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, biometric attendance etc. He shall provide the Telephone nos. Of all the persons employed.

11. 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, equipment in the store room and maintain a computerized record of the stores which shall be opened to inspection by ESIC staff during working hours.

12. Tools required for all maintenance works should be arranged by the contractor and tools must be available at the site 24 X 7 X 365

13. 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.

14. The contractor will maintain the following registers/ books. - Complaint Register - Site Order Book - Attendance Register- - Leave Register - Payment of wages / Statutory dues - Record of weekly off / Compensatory Holiday - Register of employees - Material Stock Registers - And any other register required for the work from time to time.

(i) Daily work allocation register to each individual technician / Operator to be maintained in a register with daily maintenance work and Register should be submitted to the Officer-in-Charge

Seal and Signature of Contractor Page 14

(ii) Attendance Register to be maintained in each shift with total number of persons deployed, attended on duty, availing of compensatory, absenteeism, reliever, number of person on leave, etc., for each category of work to be endorsed in the register and each shift register to be signed by Shift in charges.

(iii) All register related to maintenance work to be signed by shift in-charges in each shift on daily basis

(iv)These registers will be verified and cross checked by the authorized representatives of ESIC for actual development.

15. WORKS TO BE EXECUTED IN APPROVED MANNER:The works, the subject of the contract, specified and provided for, or that may be necessary to be done to form and complete any part thereof, shall be executed and completed in the best and most substantial manner, with materials of the best and most approved quality of their respective kinds, agreeable to the particulars contained in or implied by the specification, or as referred to and represented by the drawings and memorandum thereon/ or as referred to by any of the said further drawings, instructions and directions, and shall be to the full satisfaction of the Medical Superintendent. The Medical Superintendent or deputed Officer shall have full liberty at all reasonable times to inspect and examine the works, materials and workmanship which to him may and every such time reject any or all of such works, materials and workmanship which to him, may appear defective, unfit or improper for the several purposes to which they are applied, or as not in accordance with the specifications of the said drawings, memorandum instructions or directions respectively.

16. Engineer at Liberty to ObjectThe Engineer shall be at liberty to object to and request the Contractor to remove forthwith from the works any person provided by the Contractor, who in the opinion of the Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the works without the consent of the Engineer. Any person so removed from the Works shall be replaced as soon as possible by a qualified person approved by the Engineer.

17. Safety, Security and Protection of the EnvironmentThe Contractor shall, throughout the execution and completion of the works and the remedying of any defects therein:(i) Have full regard for the safety of all persons entitled to be upon the site and keep the site (so far as the same in 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

Seal and Signature of Contractor Page 15

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

(a) Insurance of work by the Contractor for his liability:(i) During the Repair and Maintenance period for loss or damage to property and life arising from a cause for which contractor is responsible.(ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out by him for the purpose of complying with his obligations. It shall be responsibility or contractor to notify the Insurance Company of any change in the nature and extent of the works and to ensure the adequacy of the insurance cover all times during the period of contract.

18. Damage to Persons and PropertyThe Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of:

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

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

19. Time for CompletionThe Repair and Maintenance work shall be for a period as mentioned in the letter of commencement and shall start from the date of issue of letter commencement and shall stand terminated after the expiry of one year.

20. Extension of Time for CompletionThe Repair and Maintenance contract may be extended on the written mutual consent of both employer and Contractor for a further period of one year. However, employer reserves its right to terminate the Repair and Maintenance contract by giving 15 days notice at any time during the currency of the contract if the services of the agency are not satisfactory as per the opinion of employer or its representative.

21. Defect Identification and its rectificationsThe Contractor shall immediately attend the defects and complaints noticed at site. The Contractor shall provide and develop a system for regular Repair and Maintenance of all the services which includes defects identifications and its immediate rectification so, that services are not affected. It shall be the sole responsibility of the Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract.

Seal and Signature of Contractor Page 16

Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works. The contractor shall rectify at his own expenses any defect in the work carried out by him during this period. On failure of the contractor to do so, the same shall be completed by the employer at the risk and cost of the contractor.

22. Liquidated Damages for DelayIf the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as detailed in the particular conditions.

23. Contractor’s failure to carry out InstructionsIn case of default on the part of the Contractor in carrying out defect rectification works, the Employer/Engineer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the Contract, then all costs 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 amount due or to become due to the Contractor.

24. Instruction for VariationsQuantities given in the BOQ are estimated quantities. The quantity of any particular item may vary to any extent. Variation in quantity in particular items or overall cost, does not entitle contractor claim any extra cost.

25. Monthly StatementsThe Contractor shall submit a bill in 3 copies to the Engineer by 7th day of each month for the work executed up-to the end of previous month in tabulated form approved by the Engineer, showing the amounts to which the Contractor considers himself to be entitled. The bill must be supported with the following documents:-

(a) Attendance sheets along-with salary certificates, wages sheets of all the workers and staffs deployed against item no. ‘A’.

(b) Certified bills miscellaneous materials purchased under different heads against items No.‘‘A’ not covered Annexure G & H

(c) Details of defects/complaints attended and rectified within time.

(d) Details of complaints attended late.

(e) Test certificates of materials used and tests carried out for quality control as required by the specifications and the Engineers.

Seal and Signature of Contractor Page 17

26. Correction of CertificatesThe Engineer may by any Interim Payment Certificate make any correction or modification in any previous Interim payment Certificate which has been issued by him, and shall have authority, if any work is not being carried out to his satisfaction, to omit or reduce the value of such work in any interim Payment Certificate.

27. Final CertificateWithin 28 days after receipt of the Final Statement, and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating:(a) The amount which, in the opinion of the Engineer, is finally due under the Contract, and(b) After giving credit to the Employer for all amounts previously paid by the Employer and for all sums to which the Employer is entitled under the Contract.

28. Default of Contractor(a) If the performance of the contract and is not satisfactory and not corrected within 15 days of receiving notice, then employer shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the Contractor.

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

29. Amicable Settlement of DisputeThe party shall use their best efforts to settle amicably all disputes arising out of or in connection this contract or the interpretation thereof.

30. Arbitration.Any dispute and differences relating to the meaning of the specifications, design, 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 of thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which :-Amicable settlement has not been reached.

Shall be referred to the Sole Arbitration of the Chief Engineer, ESIC who shall proceed as per the Arbitration Act, 1996.

(a)The work under the contract shall continue, during the Arbitration proceedings.

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

31. 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

Seal and Signature of Contractor Page 18

contractor, if any, shall be released after the completion of whole of the works.

32. All the recoveries regarding Income Tax, Works Contract Tax, Labour Welfare Cess, GST etc. will be deducted from the contractors’ payment and remittance will be made to the respective departments.

33. The Contractor shall procure all the materials required for the work and the materials shall be in accordance with the relevant specifications of CPWD/IS specification/manufacturers specifications. The materials shall be got approved by the ESIC Engineer before it is consumed into works. The contractor shall also arrange all the required plant and machinery.

34. The contractor shall also be responsible for proper handing over of the dismantled materials to ESIC Engineer along with details of the same in writing.

35. Disposal of building rubbish/malba/ similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading at the approved municipal dumping ground.

36. Risk Clause:- The Contractor shall at all times have standby arrangements for carrying out the work under the Contract in case of any failure of the existing arrangement. ESIC reserve 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 tenderers at the cost, risk and responsibilities of Contractor and excess expenditure incurred on account of this will be recovered from the Contractor’s Security Deposit or pending bill or by raising a separate claim. Contractor and its staff shall take proper and reasonable precautions to preserve from loss,destructions, waste or misuse the areas of responsibility given to them 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 etc. at the premises of the ESIC due to negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to ESIC.

The Contractor will also maintain a suggestion book for comments on the services rendered by him. The Contractor shall, in performing his part of this Agreement, ensure the safety of the building and the persons working in or visiting the Hospital premises and shall indemnify ESIC for any loss or damage caused by any act of the Contractor or its employees or staff etc. The Contractor shall not assign or sublet this Agreement or any part thereof to any third party without the approval of competent authority. However, he may use the services of associates for providing the services in which case the Contractor shall be responsible for the performance and all acts of the associates as though they were his own. In every case the Contractor shall make alternative arrangements for meeting his contractual responsibilities in case of failure of the Associate. Measure of success will be based on the feedback from External Customers and staff which will be recorded and action report needs to be submitted

Seal and Signature of Contractor Page 19

every month by the Contractor. Licenses if any required for repair & maintenance services at the site will be procured by the Contractor.

PARTICULAR CONDITIONS OF CONTRACT

1. CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by the Engineer shall be followed.

2. All materials supplied by the contractor should confirm relative IS code specification.

3. Complaints shall be made in the format (Enclosure – I)

4. A complaint register (format at Enclosure-II) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented.

5. Formats of Performance Guarantee and Contract Agreement are at Enclosure IV and V respectively.

6. All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs. 100 per even per hour shall be made from the subsequent payment certificate of the contractor.

7. The materials shall be got approved prior to its use for ARM from the Engineer In-charge of the ESIC. The material shall be in original packing from the manufacturer clearly indicating manufacturing date, expiry date & price etc. Any item found defective should be replaced free of cost to the satisfaction Hospital authorities.

8. As the work will have to be carried out in building and area in use the contractor shall ensure:(a) That the normal functioning of ESIC activity is not affected as far as possible.

Seal and Signature of Contractor Page 20

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

(c) That all rubbish etc. is disposed off at the earliest and place is left clean and orderly at the end of a each day’s work.

(d) The contractor shall ensure that his Repair and Maintenance staff is qualified and Licensed for their part of work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to ESIC property.

(e) The contractor shall ensure safety of his workers and other at site of work and shall be responsible for any consequence arising out of execution of the Repair and Maintenance work.

(f) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material

(g) Water and electricity shall be made available free of cost at nearby source of work.The contractor has to make his own arrangement for use of the same including drawing temporarily lines etc. The responsibility to follow the relevant rules, regulations and laws in this regard shall be entirely that of the contractor.

(h) The Contractor should have minimum 10% of total quantity of materials always in stock. In this respect, Stock Register to be maintained as per the enclosed format.

9. Quantity of Materials and Work taken in BOQ is on basis of Assumption only, It may vary with actual requirements.

Note: Only genuine / original spare parts shall be used while carrying out the maintenance work. Any major repair involving overhaul of engine, rewinding of motors, replacement of major components like compressor etc. is excluded from the scope of work and shall be paid for on actual. However, if the repairs / replacement arise out of negligence of the contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior approval of the Medical Superintendent is to be obtained for any such major replacement / repair.

Seal and Signature of Contractor Page 21

1. D.G SETS AND ELECTRICAL SUB-STATION/CCTV/EPABX/ACB LTE PANELS ETC.,Full-fledged operation and running of the DG set and Electrical Sub-Station as per the manufacturer’s guidelines, manual etc.

The Service Provider has to keep trained Operators/Staff in Shifts for Proper upkeep and Operation of the DG Set.

Minimum down time, Coordination by the Contractor with BESCOM for uninterrupted power supply, electrical Meter Readings, Carry out NOLOAD testing of DG Set daily.[]Check DG Set ON LOAD on weekly basis, Keep records of diesel consumption. Ensure adequate Diesel in the fuel tank at all times, Ensure all batteries are healthy and other allied work relating to DG Set and Sub Station.

Electrical substation, 11 kv include all HT/LT panels, synchronization panel AMG, APFC, Change over, Transformers, Cables, and associated Earthing Systems etc. complete setup[installed in Basement i.e. service block/at ground level and all block panels, Panels, distribution boards, rising mains, bus ducts, UPS system and other LT electrical system setup etc.

Track the consumption of all consumables, Ensure all indication bulbs in panels are functional Ensure ventilation in LT/Transformer/DG room is proper and adequate, Ensure all ACB’s/MCCB are healthy 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.

The manpower to be employed by the contractor has been described in Annexure-A of this tender and contractor has to depute the staff in general as well as shift duties as per requirements. The duty hours have to be finalized by the Contractor in consultation with Assistant Director (PMD).

Seal and Signature of Contractor Page 22

The staff has to wear uniforms with name plate which is to be provided by the contractor forWhich 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, battery acids etc. and all other spares and carry out all the mandatory checks as recommended by the manufacturers. Nothing extra shall be paid to the agency by the dept. in case of any misuse the agency shall have to replenish the same, failing which; recovery will be made at double the market rate.

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

Safety of the staff employed will be the responsibility of the agency who must insure the staffadequately 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 round the clock on all days of the monthincluding Sundays & holidays and weekly rest of the staff shall be given making alternativearrangements for which no extra payment shall be made.

The agency shall submit the attested photocopy of wireman/electrician/other relevant license & show the license in original of operators employment by them before the start of the work.

The consumables/material will be replaced by the same make/model. Preventive maintenance of all the equipments in this sub head shall be strictly as per the Original Equipment Manufacturer (OEM) prescribed schedule which shall be got approved before start of work.

In case of absence of staff from duty, recovery at double the rates of the wages of staff for the period of absence on prorate basis shall be made.

The agency shall submit the name, address and character certificate of the worker/staff employed by them at the site of work before start of the work.

CCTV/TELE COMMUNICATION/EPABX:To ensure all equipments are in proper working condition.To carry out routine maintenance of all equipment.Any breakdown to be attended immediately and not later than 24 hours under any circumstances.To co-ordinate with Annual Maintenance Contract Agency.

2.LIFTS/ESCALATORSThe scope of work comprises running and operation of the lifts installed in ESIC Hospital.

Seal and Signature of Contractor Page 23

The agency has to depute staff in shift duty round the clock for operation of at least one lift ineach of the two cores. For all remaining lifts in the block the duty timing shall be 8am to 8pm.However the duty in each lift machine rooms at all times. They shall attend immediately which the lift is stuck up or on the alarm calls of the passengers from any of the lifts.

The Lifts/Elevators shall be operated on all days of the month including Sunday and holidays and weekly rest of the staff shall be given by making alternative arrangement for which no extra payment shall be made.

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

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

Log book, complaint register, maintenance records and MIS reports shall be maintained by the staff of the agency. All the register shall be supplied by the firm/agency.

Workers can be deployed in shift duty as per requirement and as per direction of the MedicalSuperintendent.

If 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 Medical Superintendent will have the authority to cancel the contract, and the agency shall have no claim in compensation.

The watch and ward of the lifts installations will be the responsible 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 and Maintenance of automatic lifts and capable of reading/writing in Kannada/Hindi/English.

The safe custody of plant and machinery shall be the responsibility of Contractor. 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. Thecontractor has to make good the losses, by way of replacement of machinery, equipment orcompensation to the person etc. Medical Superintendent decision in this regard shall be final and the binding on the firm.

The lift operator should wear uniform and name plates which shall be supplied by the Contractor.

Seal and Signature of Contractor Page 24

In case of breakdown or stoppage of lift between the landings on account of any interruption in power supply the rescue operation shall have to be performed by the lift operator. The liftoperator/supervisor will call the original manufacturer/supplier for its rectification within 4 hours of breakdown.

The agency has to arrange all consumable like detergent, cloth, soap bar, duster etc.

The agency has to maintain the record/register of staff to be produced as and when required.

3. FIRE FIGHTING SYSTEM ETC.Fire Detection Systems, Fire Hydrant and Sprinklers System, CO2 flooding system, portable fire extinguisher and other fire-fighting equipment including all fire fighting pumping and allied systems etc.

All in all maintenance and operation of the various Fire Detection Systems, Fire Hydrants and Sprinklers Systems etc. Specified including all spares. The Service Provider has to keep trained Operators for proper vigilance round the clock 100% working of the system all the time, minimize false alarm, periodic routine testing Minimum down time, coordination with the original equipment manufacturer for uninterrupted services round the clock ensure that it is operational and useable Fire Alarm System.

• Round the clock monitoring of the equipment and systems installed.• Carrying out the necessary scheduled operations, testing and maintenance of the system and

its various components as per OEMs recommendations and recording the same.• Checking of all equipment as per schedules and checklists• Cleaning of all Equipment and Systems.• Attending to alarm calls and coordinating with the relevant security/fire fighting team.• Experienced technical person to be deployed for operation of

pumps/motors/walls/extinguishers etc.

Fire Extinguishers:• Regular checking of all the extinguishers• Refilling of the equipment as per the specification provided OEM• Check availability of all the extinguishers in different location of the premises.• Check visibility of the extinguishers• Coordinate to arrange for proper signage• Coordinate to annual Maintenance contract if any.• Separate register to be maintained for the above work.• Train employees in Fire fighting at regular intervals.

4. HVAC (Central Air Conditioning Plant)Central Air Conditioning Plant including chillers, Hot water Generators, AHUs, FATUs, pumps, all ducting ventilation system and all other equipment in HVAC plant setup including BMS System Complete in all respect.

Seal and Signature of Contractor Page 25

All operation and running the various Central Air Conditioning Plant as Specified by the original manufacturer including all Spares Scheduled Operation and maintenance, follow-up with OEM/service providers, maintain scheduled check lists, formats, attend customer’s Service requisition.

Temperature 23 deg +/-1 deg or as decided by ESIC, response and resolution time less than 24 hrs. Ensure proper essence of the contract with OEM. The Service Provider has to keep trained Operators for Proper operation during the working hours and as and when required.Availability of the equipment in working condition at all times to start up the plant as required. To carry out the operation the plant round the clock and monitor various parameters related to operational, snags, abnormal functioning etc. Maintenance of the cooling towers and periodical physical verification of the temperature at the office spaces and data logging.

Job Responsibilities include:• Ensure overall health of the all equipment.• Ensure all critical Parameters as per OEM requirement and as per Operation Manual

are maintained.• Ensure proper daily operation system.• Carry out routine maintenance of all equipment.• Physical condition of the chiller plant and the surrounding is clean.• Start at scheduled time.• Ensure proper running.• Monitor the temperature at all locations (regular intervals)• Shut down at designated time.

Any request for operating of equipment other than normal time to be entertained as per approved and agreed guidelines. Maintain logbooks, checklists and PPM activities chart.

To Co-ordinate with Annual Maintenance Contract Agency for breakdowns, repair and servicing etc.

5. WATER TREATMENT PLANT/RO PLANT/PUMP HOUSE/ /BOREWELL/PLUMBING/SOLAR

1. Continuous operation for supply of water to all the departments of this Hospital.

2. Preventive maintenance, periodical maintenance to be maintained for all pumps.

3. Maintaining of log books for recording receiving of BWSSB water, Bore well water and water through tankers, levels of sumps, Bore well, monitoring the TDS level of water ,hardness of water etc.

4. Decreasing of hardness of water by using salt and other chemicals as per the direction of Engineer in charge.

5. Dosage of chlorine, back washing of filter.

Seal and Signature of Contractor Page 26

6. Check the availability of RO water in the Hospital, Hostels etc.

7. Operating and generation water from Bore wells.

8. Servicing of pumps and motors related to the water treatment plant.

9. Servicing of Bore wells including lifting and lowering, repair, rewinding of motors,submersible pumps and motors, cables and electrical panels, relays, MCBs etc., during breakdowns.

10. Servicing, replacement of water meters.

11. Coordination with Annual Maintenance contract agency if any.

12. Periodically cleaning of storm water drain, sewage line, removal of blockage in manhole and delivery line should be strictly carried out by mechanically. Hiring of pumps, mechanically driven vehicle etc., shall be borne by contractor for removal of blockage in man hole chambers.

13. Providing sufficient number of operators for the above system around the clock.14. Housekeeping in and around the Pump Houses.

15. Periodical cleaning of UG sump (once in six months) using by pumps, OH tanks (once in three months) with required chemicals either manual or mechanized dewatering system without demanding any extra cost.

16. Prevent misuse/wastage of water and ensure its use for bonafide purpose.

17. The scope of work includes all demolition, repair and replacement of aluminum, wooden partition, repair doors and windows, false ceiling, plumbing work, any other repair work related to ARM. No extra payment will be made.

18. Masons should be on call basis whenever demand arises the rate should be inclusive of hiring tools, labour, transportation etc,.and experienced in all type of masonry works. A separate register to be maintained for attendance of call basis labour, justification for necessity of works to be furnished and coordinated by A.E/J.E (Civil). Also prior approval to be obtained from the officer in charge for engaging man power.

Materials / Consumables / Additional Work ( Pricing of Deviations)For any unforeseen repair works pertaining to electro mechanical, civil, estimated cost within a value of One Lakh Rupees, the rate will be arrived at the following:

1. Where it is not possible to derive the rate from the standard Schedule of Rates, the same will be based on the actual cost to the contractor plus a profit of 10%. In this case, the

Seal and Signature of Contractor Page 27

contractor has to produce satisfactory evidence/vouchers as proof of expenditure. OR2. Where the above alternatives are not possible, the rate will be taken/ derived from Standard Schedule of rates and increased by the contractor’s percentage for pricing of deviations as inserted in the tender documents.

Tools and Equipments

Sl No Name of the Item Required Quantity available

at site1 Crowbar 03 2 Spade 033 Bamboo / MS Basket 054 G I Bucket 035 Ratchet dieset for GI pipes threading of ½” to 2” dia pipe with 1

set all accessories01 set

6 PPR heating Machine ½” to 6” PPR Pipe 01 set7 2LB hammer with handle 02 nos.8 5LB hammer with handle 02 nos.9 10 LB hammer with handle 01 nos.10 Drilling machine for drilling holes on brick, stone, concrete 1

set walls with heavy duty drill bit complete01 Set

Seal and Signature of Contractor Page 28

11 Christle (Small) 05 nos.12 Christle (Long) 05 nos.13 Pipe wrench 10” 01 no.14 Tab tool kit for STP, ETP, RO, WTP 02 Sets15 Pipe wrench 12” 01 no.16 Pipe wrench 24” 01 no.17 Pipe wrench 36” 01 no.18 Big screw driver 02 nos.19 Small screw driver 05 nos.20 Star screw driver big & small 01 no.21 Silicon gun 01 no.22 Cutting plier 03 nos.23 Alanki set 01 no.24 Right Angle 01 no.25 Measuring table 01 no.26 Nose player 01 no.27 Round File 01 no.28 Line Tester 01 no.29 Flat files 01 no.30 Hacksaw frame 01 no.31 Spanners set 01 no.32 Test Lamp 01 no.33 Grease gun 01 no.34 Multimeter with clamp meter 01 no.35 Spring cyko meter 02 nos.36 Telephone Crooner 01 no37 06-34 flat & ring spanner 01 no.38 Box / spanner set 02 nos.39 Royal punch 02 nos.40 Telephone crimping toll 01 no.41 24-26 spanner flat / ring 01 no.42 Temperature meter 02 nos.43 Standard Lab Kit for WTP , STP, ETP, RO Etc., 02 Sets

Seal and Signature of Contractor Page 29

44 Megger (Calibrated) (0-500 Volt) 02 nos.45 Volt Meter (Calibrated) ( 0 – 600 Volt) 01 no46 Drilling machine with complete drill bits assorted sizes suitable

for masonry, wood , concrete ,steel02 Sets

47 Earth Megger (Calibrated) 01 no.48 Ladder suited for building work in various heights 03 nos.49 Hardness Test Kit 01 no.50 Silica Test Kit 01 no.51 Chlorine Test Kit 01 no.52 Sulphate Test Kit 01 no.53 Supply of Glasswares and Lab Equipments for STP & ETP 01 no.54 PH Meter 02 no.55 Welding Machine with all accessory tools 01 Set56 Rake 02 nos.57 Hoe 02 nos.58 Trowel 02 nos.59 Watering can 03 nos.60 Garden Fork 02 nos.61 Hedge-clipper 02 nos.62 Torch Light 04 nos.63 Measuring Tape(50m) 1 nos.64 M.S. Mess Cutter 1 nos.65 Silicon Gun 1 nos.66 Rubber Hand Gloves 02 Pair67 Earth Stick with wire 01 Set68 Cripping Tool 01 No79 SWG Wire Guage 01 No70 Hygrometer ( For battery) 01 No71 Insulation remover 01 No72 Ladder Telescopic/ Step Ladder 20’ Height 01 No

Note: The above tools will be brought and maintained by the contractor at his own cost without charging extra cost and also carpentry tools, plumbing tools, any other tools suited at site work.

Seal and Signature of Contractor Page 30

Qualification & Responsibilities

1. Facility Manager (Highly Skilled) :

Qualification : Bachelor Degree in Mechanical / Electrical Engineering with experience of 2 to 3 year and also strong experience for managing qualified technicians in facility management, familiarity with technical aspects of mechanical, electrical, civil and control systems maintenance.

Responsibilities : Responsible for the overall building and facility maintenance experience in HVAC installation, sprinkler, general building equipment, experience in trouble shooting installation fault finding and repairs. Ability to read technical drawing and manuals, computer skills (MS Office) develop and apply preventive maintenance routines on equipment manage day to day issues on equipment with the operation teams and organize the work with his team. Ability to work with minimal supervision.

2. Civil Supervisor (Skilled) :Qualification: Diploma in Civil with 5 years of working experience in quantity surveying, plumbing, civil maintenance works for buildings and other related civil works. Responsibilities: 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.

3. Electrical Supervisor (Skilled) :Qualification : Diploma in Electrical Engineering with 5 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,.

Duties and Responsibilitiesi) 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 borads and batteries.iv) Daily allocation/shifts for proper up- keep and operation of DG Sets.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 toi be followed up.ix) Safety precaution to be followed up.x) Attending break down then and there immediately.

4. AC Technician (Semi Skilled) :Qualification: ITI or equivalent with 5 years in AC installation. Trouble shooting of split Seal and Signature of Contractor Page 31

units, ducted split units & package units in high rise buildings. 5. Plumber (Semi Skilled) :

Qualification: Five years plumber apprenticeship with certificate.Duties and Responsibilities:i. Inspect and repair all plumbing which includes drains, water supplies, steam, chilledwater and any other duties requested by the supervisor.ii. Inspects repairs, replaces piping and fittings for oil, gas, water, steam, air, heating and plumbing lines and systems for equipment such as compressors pumps and boilers.iii. Caulks leaks, opens closed drains, removal of pipe blockages.iv. Co- ordinates preventive maintenance with emergency and repair work activities.

v. Plumber should be able to carry out plumbing works with all types and sizes of pipe i.e. Cast iron pipes, SW pipes, Hume pipes, CPVC, PVC, PPR pipes etc.

6. Electrician (Semi Skilled) Qualification : Diploma/ITI with 4 years 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,.

7. DG Operator (Semi Skilled) : Qualification: Diploma in Electrical Engineering with 2 years experience in relevant field or ITI with 5 years experience. Should have knowledge in DG repairs, operation, preventive maintenance, replacement of spares, etc.

8. Lift Operator (Semi Skilled) :Qualification: Must passed SSLC, minimum 2 years experience in lift operating and maintenance in a reputed company.

9. Welder (Semi Skilled) :Qualification: ITI in Welder or Equivalent with experience of 5 Years in all type of welding such as Tig welding, Gas welding , Arc welding, Bracing welding etc., to be executed for steel fabrication works for civil, laundry works etc.

10. FIRE OFFICER (Skilled) :Qualification: The Fire Officer should have Bachelor Degree of Fire Safety Management OR Equivalent qualification with 4 to 7 years of experience from Institutes/Universities recognized by appropriate Statutory Authority Or retired Fire Officer from any Govt. or Semi Govt. Job Description: Experience in operating of fire fighting equipments including sprinkler systems automatic/manual heat/smoke detection system in multistory buildings and basements aware of statutory fire norms and necessary prevention and fire fighting

Seal and Signature of Contractor Page 32

measures able to handle emergency situations. Promote, encourage, support and deliver or assist to deliver fire safety education programs and training, co-ordinate fire training and evacuation drills in conjunction with external consultants if necessary and security staff. Co-ordinate fire drills across all locations as per statutory norms.

11. FIRE TECHNICIAN (Semi Skilled):Qualification: - Diploma 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.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 regulations.

12. Pump Operators in-charge (Semi Skilled): Qualification: Must passed SSLC, or Diploma 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)

Pump Operator (Unskilled):Must passed SSLC, minimum 2 years experience in relevant fieldNote: After issuing the work order personnel deployed by the contractor to be furnished with qualification and experience certificate for confirmation about qualification and experience of each category of employees.

Important Note:As this Hospital is a Govt. Institute covered under the scope of RTI Act it is expected that theContractor shall keep all the records properly indexed and maintained in a systematic manner so that copies can be extracted as and when required.

Seal and Signature of Contractor Page 33

TECHNICAL BID

ANNEXURE ‘A’

MINIMUM DEPLOYMENT OF MANPOWER / TECHNICAL / SUPERVISORS

SL. No.

NAME OF WORK MANPOWERREQUIREMENT

No’s Categories Qualification Experience(In Years)

1 For monitoring Civil, Electrical,Electro Mechanic works

Facility Manager 01 Highly Skilled

2 For Civil works Supervisor Civil 01 Skilled

3. ELECTRICAL INSTALLATION,DG SETS , TRANSFORMERS,SUB-STATION / CCTV / LT PANEL BOARDS,EPABX ETC

Electrician 07 Semi Skilled

Supervisor Electrical 01 Skilled

Electrical Helper 07 Unskilled

DG / Sub-Station 04 Semi Skilled

CCTV Telephone Mechanic

02 Semi Skilled

Seal and Signature of Contractor Page 34

4. LIFTS / ELEVATORS Lift Operators 10 Semi Skilled

5. HVAC (Central AC Plant) Supervisor 01 Skilled

Operator 06 Semi Skilled

6. FIRE FIGHTING SYSTEM Fire Officer 01 Skilled

Fire Technician 04 Semi Skilled

7. WATER TREATMENT PLANT /RO / BOREWELL / PUMP HOUSE /INTERNAL ANDEXTERNAL WATER SUPPLY SYSTEM / DRAINAGE/ PLUMBING / CARPENTRY ETC.,

Pump Operators in-charge(Water Treatment Plant)

01 Semi Skilled

Pump Operators 03 Unskilled

Plumber 05 Semi Skilled

Carpenter 04 Semi Skilled

Helper(Plumbing and carpentry)

08 Unskilled

Helper(General Works) 03 Unskilled

8. Steel fabrication works with structural steel and MS etc

Welder (with multiple skills)

01 Semi Skilled

ANNEXURE ‘B’

OPERATION AND MAINTANENCE OF ELECTRO MECHANICAL & OTHER SERVICES PROFILE OF THE CONTRACTOR

S1.No Description1. Name of Tendering Company / Firm

/Selected Tenders2. Name of the Owner / Partners / Directors3. Full Particulars of Office4. Address5. Telephone No. / Fax

Email Address6. Full Particulars of the Bankers of

Company /Firm / Selected Tenderers, with Full Address /Tel .No

7. Name of the BankSeal and Signature of Contractor Page 35

BranchIFS Code

8. Address of the BankTelephone No.Email Address.

9. PAN / GIR No.10. Service Tax Registration No.11. GST/VAT Registration No.12. EPF Registration No.13. ESI Registration No.14. Any other information

Seal and Signature of ContractorDate: Name:Place: Seal:

ANNEXURE ‘C’

DETAILS OF MAN POWER (TO BE GIVEN BY THE TENDERER ASTECHNICAL PART)

Name of the Staff

Designation ESI/EPF No. Qualification Experience Remarks

Seal and Signature of Contractor Page 36

The above format may be used to provide employee details

Signature of owner / Managing Partner /DirectorDate: Name:Place: Seal:

ANNEXURE ‘D’

Details of Work Experience

Sl. No.

Name and Address of the organization, Name,

Designation and Telephone/Fax No. of the

officer concerned

Details regarding the contract including

manpower deployed

Value of

contract

Duration of the Contract

123456

Seal and Signature of Contractor Page 37

78

Signature of owner / Managing Partner /DirectorDate: Name:Place: Seal:

ANNEXURE ‘E’

DECLARATION

1. I,_____________________________________ Son/ Daughter of Shri _________________ Proprietor/Partner/Director/Authorized Signatory of _____________ a 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 herebyconvey my acceptance of the same

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

Signature of authorized personSeal and Signature of Contractor Page 38

Date: Name:Place: Seal:

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

ANNEXURE- F

FINANCIAL BID

Deployment of Manpower Name of the work : Anual Operation and Maintenance of Electro Mechanical , Civil and

Other services in ESIC Model Hospital,Rajajinagar, Bangalore

Sl No Category Quantity

Duration (in Months)

Current Wages per month (Not less than minimum wages as indicated in

Enclosure IV)Total

1

Highly Skilled 1 12 _______________________

Not less than 21348.00

2

Skilled 4 12

Not less than 19634.00

Seal and Signature of Contractor Page 39

3

Semi skilled 44 12 ___________________

Not less than 17830.00

4

Un skilled 21 12 _____________________

Not less than 17978.00

ATotal Labour Wage Per Year

B

Service Charge as Contractors Profit % (In Words Percent ) on Total amount at Sl No. A

CTotal (Sl No A+B)

DAdd applicable GST % on amount at Sl No 'C'

EGrand Total (Sl No C+D)

Important Note:

1. Contractor have to quote Wage per Month in specified column and calculations to be done on that quoted rate.2. Service Charges as Contractors Profit to be quoted by Contractor in Percentage on Deployment of Manpower.

3. Please see the attached Break-up of wages. This should be uploaded along with Financial Bid as per Enclosure-IV

Annexure- GFINANCIAL BID

Supplying of Plumbing, Carpentery, Civil Works and Other Material

Sl No

DSR 16 Code No/ MR Description of Work Unit

Quantity Rate Amount

Plumbing and sanitary Appliances C001 7257 C.P. Brass bibcock 15mm each 100 332.50 33250.00C002 7259 C.P. Brass long body bibcock 15 mm each 100 443.00 44300.00C003 7261 C.P. Brass angle valve 15 mm each 100 535.00 53500.00C004 9001 C P.BrassCentre Hole Basin Mixer With Cast Spout each 30 3000.00 90000.00

Seal and Signature of Contractor Page 40

C005 MRC.P. Brass bibcock 15mm, Jaquar make cat. no. 037 or approved equivalent each 150 630.00 94500.00

C006MR

C.P. Brass long body bibcock 15 mm, Jaquar make cat. no.107 or approved equivalent each 200 850.00 170000.00

C007MR

C.P. Brass angle valve 15 mm Jaquar make cat.no 053 or approved equivalent each 200 570.00 114000.00

C008MR

C.P. Pillar cock - 15mm dia Jaquar make cat. no. 021KN or approved equivalent each 200 860.00 172000.00

C009 MR C.P.Push Cock - 15mm dia each 150 330.40 49560.00C010 7402 15 mm PTMT bib cock long body with flange each 50 135.00 6750.00C011 MR CP Elbow Opetated Tap each 20 1003.00 20060.00

C012MR

Health faucet 15 mm Jaquar make cat 565 or approved equivalent each 100 980.00 98000.00

C013 MR Health faucet Tube 15mm each 100 342.20 34220.00

C0141687

Unplasticised P.V.C. connection pipe with brass union 30 cm long 15 mm bore each 100 33.00 3300.00

C0151689

Unplasticised P.V.C. connection pipe with brass union 45 cm long 15 mm bore each 120 44.50 5340.00

C016 MR Grating Cover100mm dia CP each 100 82.60 8260.00C017 MR Grating Cover 150mm dia CP each 50 94.40 4720.00

C0187379

White vitreous china clay half stall urinal flat back 580x380x350 mm or angle back 450x375x350 mm with waste fittings as per IS:2556 each 10 1005.00 10050.00

C019 7072 Wall mounted water closet of size 780 x 370x690 mm each 10 5151.50 51515.00

C020 1875White plastic seat (solid) with lid C.P. brass hinges and rubber buffers each 150 365.50 54825.00

C021 MRWall mounted EWC-constellation of Hindware make cat no 20028 or approved equivalent (Full Set) each 25 12500.00 312500.00

C022 MR Constellation model Flush Valve and Syphon each 100 1097.40 109740.00C023 MR Constellation model (EWC) Button each 100 295.00 29500.00C024 MR Constellation model (EWC) Flush Handle each 100 118.00 11800.00C025 MR Spindle (constellation) each 400 177.00 70800.00

C0267117

Semi Rigid PVC waste pipe for sink and wash basin 32 mm dia with length not less than 700 mm i/c PVC waste fittings each 100 33.00 3300.00

C0277118

Semi Rigid PVC waste pipe for sink and wash basin 40 mm dia with length not less than 700 mm i/c PVC waste fittings each 100 39.00 3900.00

C028 0593 C.P. Brass Extension Nipple (1/2"x2" size) each 200 50.00 10000.00C029 MR Polymer Bottle Trap each 50 472.00 23600.00C030 MR Brass Gate Valve 15mm each 20 236.00 4720.00C031 MR Brass Gate Valve 20mm each 30 448.40 13452.00C032 MR Brass Gate Valve 25mm each 30 578.20 17346.00C033 MR Brass Float Valve 20mm each 30 413.00 12390.00

C0341933

Gunmetal non-return valve-horizontal (screwed end) 25 mm dia each 10 365.50 3655.00Seal and Signature of Contractor Page 41

C0353080

Gunmetal non-return valve - vertical (screwed end) 25 mm dia each 10 388.00 3880.00

C036 1934Gunmetal non-return valve-horizontal (screwed end) 32 mm dia each 10 498.50 4985.00

C0377379

White vitreous china clay half stall urinal flat back 580x380x350 mm orangle back 450x375x350 mm with waste fittings as per IS:2556 each 10 1005.00 10050.00

C0387114

Oval shape 450x350 mm (outer dimensions) Mirror with Plastic moulded frame each 10 388.00 3880.00

C0397115

Rectangular shape 1500x450 mm Mirror with Plastic moulded frame each 10 775.50 7755.00

UPVC Pipe & Fittings

C0407188

U-PVC pipes (working pressure 4 kg / cm²) Single socketed pipe 75 mm dia metre 400 80.00 32000.00

C0417189

U-PVC pipes (working pressure 4 kg / cm²) Single socketed pipe 110 mm dia metre 1000 149.50 149500.00

C042MR

U-PVC pipes (working pressure 4 kg / cm²) Single socketed pipe 160 mm dia metre 800 580.00 464000.00

C043 MR UPVC pipe 40 mm dia metre 100 200.60 20060.00C044 MR UPVC pipe 50 mm dia metre 100 283.20 28320.00C045 MR UPVC bend 40 mm bend each 50 22.00 1100.00C046 MR UPVC bend 50 mm bend each 80 29.50 2360.00C047 7208 UPVC bend 87.5° 75 mm bend each 80 41.00 3280.00C048 7209 UPVC bend 87.5° 110 mm bend each 150 68.50 10275.00C049 MR UPVC bend 87.5° 160 mm bend each 120 330.40 39648.00C050 MR UPVC Collar 40 mm dia each 50 15.00 750.00C051 MR UPVC Collar 50 mm dia each 80 17.00 1360.00C052 MR UPVC Collar 75 mm dia each 80 38.00 3040.00C053 MR UPVC Collar 110 mm dia each 150 95.00 14250.00C054 MR UPVC Collar 160 mm dia each 120 259.60 31152.00C055 MR UPVC Door Bend Shoe 40 mm each 50 59.00 2950.00C056 MR UPVC Door Bend Shoe 50 mm each 80 70.80 5664.00C057 MR UPVC Door Bend Shoe 75 mm each 80 82.60 6608.00C058 MR UPVC Door Bend Shoe 110 mm each 100 177.00 17700.00C059 MR UPVC Door Bend Shoe 160 mm each 150 487.34 73101.00C060 MR UPVC single equal Tee (with door) 40X40X40 mm each 50 29.50 1475.00C061 MR UPVC single equal Tee (with door) 50x50x50 mm each 50 76.70 3835.00C062 7198 UPVC single equal Tee (with door) 75x75x75 mm each 50 68.50 3425.00

C0637199 UPVCsingle equal Tee(with door) 110x110x110 mm each 80 107.50 8600.00

C064MR UPVC single equal Tee(with door) 160x160x160 mm each 100 413.00 41300.00

C065 MR PVC Offset 40mm dia each 25 23.50 587.50C066 MR PVC Offset 50 mm dia each 30 26.00 780.00C067 MR PVC Offset 110 mm dia each 30 106.20 3186.00C068 MR PVC Offset 160 mm dia each 30 381.50 11445.00Seal and Signature of Contractor Page 42

C069 MR PVC Clamps suited for pipes 40 mm dia each 50 14.00 700.00C070 MR PVC Clamps suited for pipes 50 mm dia each 50 15.00 750.00C071 MR PVC Clamps suited for pipes 75 mm dia each 50 18.00 900.00C072 MR PVC Clamps suited for pipes 110 mm dia each 100 21.00 2100.00C073 MR PVC Clamps suited for pipes 160 mm dia each 100 47.00 4700.00C074 MR PVC Caps 25 mm dia each 50 12.00 600.00C075 MR PVC Caps 40 mm dia each 50 16.00 800.00C076 MR PVC Caps 75 mm dia each 50 35.00 1750.00C077 MR PVC Caps 110 mm dia each 50 65.00 3250.00C078 MR PVC 110 mm dia P Trap or S Trap each 200 250.00 50000.00

CPVC Pipes & Fittings

C0798636

Chlorinated Polyvinyl - chloride (CPVC) pipe 15 mm outer dia metre 100 39.00 3900.00

C0808637

Chlorinated Polyvinyl - chloride (CPVC) pipe 20 mm outer dia metre 125 60.00 7500.00

C0818638

Chlorinated Polyvinyl - chloride (CPVC) pipe 25 mm outer dia metre 125 86.50 10812.50

C0828640

Chlorinated Polyvinyl - chloride (CPVC) pipe 40 mm outer dia metre 100 177.00 17700.00

C0838641

Chlorinated Polyvinyl - chloride (CPVC) pipe 50 mm outer dia metre 100 297.00 29700.00

C084 MR CPVC Equal Tee 15 mm dia each 75 19.00 1425.00C085 MR CPVC Equal Tee 20mm dia each 75 21.00 1575.00C086 MR CPVC Equal Tee 25mm dia each 75 35.00 2625.00C087 MR CPVC Elbow 15 mm dia each 75 12.00 900.00C088 MR CPVC Elbow 20 mm dia each 75 14.00 1050.00C089 MR CPVC Elbow 25 mm dia each 75 30.00 2250.00C090 MR CPVC Reducing Elbow/Tee 25x15 each 75 88.00 6600.00C091 MR CPVC Reducing Elbow/Tee 25x20 each 75 106.00 7950.00C092 MR CPVC Reducing Elbow/Tee 20x15 each 75 47.00 3525.00C093 MR CPVC Male Adapter-Plastic Thread 15 mm each 75 19.00 1425.00C094 MR CPVC Male Adapter-Plastic Thread 20 mm each 75 21.00 1575.00C095 MR CPVC Male Adapter-Plastic Thread 25 mm each 75 30.00 2250.00C096 MR CPVC Male Adapter-Brass Thread 15 mm each 75 112.00 8400.00C097 MR CPVC Male Adapter-Brass Thread 20 mm each 75 130.00 9750.00C098 MR CPVC Male Adapter-Brass Thread 25 mm each 75 212.00 15900.00C099 MR CPVC Female Adapter-Plastic Thread 15 mm each 75 18.00 1350.00C100 MR CPVCFemale Adapter-Plastic Thread 20 mm each 75 21.00 1575.00C101 MR CPVC Female Adapter-Plastic Thread 25 mm each 75 30.00 2250.00C102 MR CPVC Female Adapter-Brass Thread 15 mm each 75 112.00 8400.00C103 MR CPVC Female Adapter-Brass Thread 20 mm each 75 129.00 9675.00C104 MR CPVC Female Adapter-Brass Thread 25 mm each 75 212.00 15900.00C105 MR CPVC Reducer Bushing 20x15 each 75 10.00 750.00C106 MR CPVC Reducer Bushing 25x15 each 75 18.00 1350.00C107 MR CPVC Reducer Bushing 25x20 each 50 18.00 900.00C108 MR CPVC Union Plastic Thread 15mm each 50 71.00 3550.00Seal and Signature of Contractor Page 43

C109 MR CPVC Union Plastic Thread 20mm each 50 80.00 4000.00C110 MR CPVC Union Plastic Thread 25mm each 50 95.00 4750.00C111 MR CPVC Union Brass Thread 15mm each 50 145.00 7250.00C112 MR CPVC Union Brass Thread 20mm each 50 203.00 10150.00C113 MR CPVC Union Brass Thread 25mm each 50 180.00 9000.00C114 MR CPVC Gate Valve 15mm each 50 106.00 5300.00C115 MR CPVC Gate Valve 20mm each 50 118.00 5900.00C116 MR CPVC Gate Valve 25mm each 50 212.00 10600.00C117 MR CPVC Offset 15mm each 50 83.00 4150.00C118 MR CPVC Offset 20mm each 50 95.00 4750.00C119 MR CPVCOffset 25mm each 50 142.00 7100.00C120 MR CPVC Clamps suited for pipe 15 mm dia each 50 5.00 250.00C121 MR CPVC Clamps suited for pipe 20 mm dia each 50 5.00 250.00C122 MR CPVC Clamps suited for pipe 25 mm dia each 50 5.00 250.00C123 MR CPVC Cap suited for pipe 15 mm dia each 50 10.00 500.00C124 MR CPVC Cap suited for pipe 20 mm dia each 50 10.00 500.00C125 MR CPVC Cap suited for pipe 25 mm dia each 50 18.00 900.00 PPR Pipe and Fittings C126 MR PPR Pipe 20mm outer dia metre 15 70.00 1050.00C127 MR PPR Pipe 25mm outer dia metre 15 106.00 1590.00C128 MR PPR Pipe 40mm outer dia metre 15 260.00 3900.00C129 MR PPR Pipe 50mm outer dia metre 15 413.00 6195.00C130 MR PPR Equal Tee 20mm dia each 15 24.00 360.00C131 MR PPR Equal Tee 25mm dia each 15 35.00 525.00C132 MR PPR Equal Tee 50mm dia each 15 184.00 2760.00C133 MR PPR Elbow 20 mm dia each 15 24.00 360.00C134 MR PPR Elbow 25 mm dia each 15 30.00 450.00C135 MR PPR Elbow 50 mm dia each 15 142.00 2130.00C136 MR PPR Reducing Elbow/Tee 25x15 each 15 112.00 1680.00C137 MR PPR Reducing Elbow/Tee 25x20 each 15 33.00 495.00C138 MR PPR Reducing Elbow/Tee 40x25 each 15 118.00 1770.00C139 MR PPR Reducing Elbow/Tee 50x25 each 15 281.00 4215.00C140 MR PPR Male Adapter-Plastic Thread 20 mm each 15 26.00 390.00C141 MR PPR Male Adapter-Plastic Thread 25 mm each 15 34.00 510.00C142 MR PPR Male Adapter-Plastic Thread 50 mm each 15 66.00 990.00C143 MR PPR Male Adapter-Brass Thread 20 mm each 15 148.00 2220.00C144 MR PPR Male Adapter-Brass Thread 25 mm each 15 165.00 2475.00C145 MR PPR Female Adapter-Brass Thread 20 mm each 15 118.00 1770.00C146 MR PPR Female Adapter-Brass Thread 25 mm each 15 112.00 1680.00C147 MR PPR Reducer Bushing 20x15 each 15 77.00 1155.00C148 MR PPR Reducer Bushing 25x15 each 15 71.00 1065.00C149 MR PPR Reducer Bushing 25x20 each 15 77.00 1155.00C150 MR PPR Union Plastic Thread 20mm each 15 160.00 2400.00C151 MR PPR Union Plastic Thread 25mm each 15 248.00 3720.00C152 MR PPR Union Brass Thread 20mm each 15 172.00 2580.00C153 MR PPR Union Brass Thread 25mm each 15 287.00 4305.00C154 MR PPR Gate Valve 20mm each 15 543.00 8145.00

Seal and Signature of Contractor Page 44

C155 MR PPR Gate Valve 25mm each 15 700.00 10500.00C156 MR PPR Offset 20mm each 15 51.00 765.00C157 MR PPR Offset 25mm each 15 92.00 1380.00C158 MR PPR Clamps suited for pipe 20 mm dia each 15 6.00 90.00C159 MR PPR Clamps suited for pipe 25 mm dia each 15 7.00 105.00C160 MR PPR Clamps suited for pipe 50 mm dia each 15 15.00 225.00C161 MR PPR Cap suited for pipe 20 mm dia each 15 14.00 210.00C162 MR PPR Cap suited for pipe 25 mm dia each 15 30.00 450.00C163 MR PPR Cap suited for pipe 50 mm dia each 15 73.00 1095.00 Other Necessary Sanitary and Plumbing items C164 MR Teflon Tape each 300 24.00 7200.00C165 MR M - Seal (100 gm packet) each 1000 35.00 35000.00C166 MR PVC Tank 1000 Litres Capacity each 10 5900.00 59000.00C167 MR CPVC Solvent kg 5 1192.00 5960.00C168 MR PVC Solvent kg 10 295.00 2950.00C169 MR G.I. Wire Kg 25 95.00 2375.00C170 8722 Nylon sleeves & Wooden Screws 40mm each 200 2.00 400.00

C171 7666Rubber Gaskets Conforming to I.S 5382 of S.B.R quality 100 mm dia each 100 33.00 3300.00

C172 7668Rubber Gaskets Conforming to I.S 5382 of S.B.R quality 150 mm dia each 100 42.00 4200.00

C1737669

Rubber Gaskets Conforming to I.S 5382 of S.B.R quality 200 mm dia each 100 73.00 7300.00

Other Civil works related Items C174 0367 Portland Cement (OPC-43 grade) tonne 70 6314.50 442015.00C175 0368 White Cement tonne 5 12407.50 62037.50C176 0982 Coarse sand (zone III) cum 150 1329.50 199425.00C177 0295 Stone Aggregate (Single size) : 20 mm nominal size cum 100 1440.00 144000.00

C178 1984Common burnt clay F.P.S. bricks tile class designation 10

1000 Nos 5 5760.50 28802.50

C1790806

Ready mixed pink or grey primer on wood work (hard and soft wood) having VOC content less than 50 grams / litre litre 50 138.50 6925.00

C1800807

Ready mixed red oxide zinc chromatic on steel/ iron work, having VOC content less than 250 grams/ litre litre 50 133.00 6650.00

C181 0816 Oil bound washable distemper/ Acrylic distemper kg 200 50.00 10000.00

C1820804

Premium acrylic emulsion of interior grade, having VOC content less than 50 grams/ litre litre 50 232.50 11625.00

C1830805

Synthetic enamel paint, having VOC (Volatile Organic Compound) content less than 150 grams/ litre litre 50 221.50 11075.00

C184 0828 Anti-corrosive bituminous paint (black) litre 50 111.00 5550.00

C185 8646 Silicon sealantcartridg

e 400 111.00 44400.00C186 8654 Masking tape metre 3000 2.50 7500.00C187 7913 Epoxy kg 50 609.50 30475.00Seal and Signature of Contractor Page 45

C188 7914 SBR Polymer kg 500 199.50 99750.00C189 1006 Mild steel square bars quintal 10 4071.00 40710.00

C1901007

Structural steel such as tees, angles channels and R.S. joists quintal 30 4182.00 125460.00

C191 1008 Flats up to 10 mm in thickness quintal 15 4071.00 61065.00C192 1010 Mild steel plates quintal 15 4320.50 64807.50

C1932393 1 mm thick Stainless Steel Cover plate grade 304 kg 100 304.50 30450.00

C1944001

Stainless steel (Grade-304)hollow section round/square tubes kg 100 255.00 25500.00

C195 4002 Stainless steel bolts/square bar and plates kg 200 133.00 26600.00 Carpentry

C1968215

Stainless steel butt hinges 125x64x1.9 mm IS : 12817 marked 10 Nos 5 277.00 1385.00

C197 8216Stainless steel butt hinges 100x58x1.9 mm IS : 12817 marked 10 Nos 10 255.00 2550.00

C1988217

Stainless steel butt hinges 75x47x1.8 mm IS : 12817 marked 10 Nos 5 166.00 830.00

C199 8218Stainless steel butt hinges 50x37x1.5 mm IS : 12817 marked 10 Nos 5 144.00 720.00

C2008219

Stainless steel butt hinges (heavy weight) 125x64x2.5 mm IS :12817 marked 10 Nos 10 365.50 3655.00

C2018220

Stainless steel butt hinges (heavy weight) 100x60x2.5 mm IS :12817 marked 10 Nos 10 266.00 2660.00

C2028221

Stainless steel butt hinges (heavy weight) 75x50x2.5 mm IS :12817 marked 10 Nos 10 216.00 2160.00

C2030555

Chromium plated Brass handles 125 mm with plate 175 x32 mm each 100 194.00 19400.00

C2040556

Chromium plated Brass handles 100 mm with plate 150 x 32 mm each 100 166.00 16600.00

C2050698

Anodised Aluminium tower bolt (barrel type) 300x10 mm 10 nos 3 653.50 1960.50

C2060699

Anodised Aluminium tower bolt (barrel type) 300x10 mm 10 nos 3 543.00 1629.00

C2070700

Anodised Aluminium tower bolt (barrel type) 300x10 mm 10 nos 3 432.00 1296.00

C208 0701Anodised Aluminium tower bolt (barrel type) 300x10 mm 10 nos 3 343.50 1030.50

C2090703

Anodised Aluminium handles 125 mm with plate 175 x 32 mm 10 nos 3 365.50 1096.50

C2100704

Anodised Aluminium handles 100 mm with plate 150 x 32 mm 10 nos 120 310.00 37200.00

C211 0706Anodised Aluminium kicking plate 50 cm long 100x3.15 mm each 50 160.50 8025.00

C212 2413 12 mm commercial ply sqm 15 775.50 11632.50Seal and Signature of Contractor Page 46

C2132414

18 mm thick block board with commercial ply veneering on both side sqm 10 873.00 8730.00

C2142408

Float glass sheet of nominal thickness 8 mm (weight not less than 20.00 kg/sqm) sqm 20 670.00 13400.00

C215 2407Float glass sheet of nominal thickness 5.5 mm (weight not less than 13.50 kg/sqm) 30 543.00 16290.00

C216 2617 6 mm thick high performance glass sqm 30 2049.50 61485.00

C2177032

Frosted glass sheet of nominal thickness 4 mm (weighing not less than 10 kg/sqm) sqm 20 387.50 7750.00

C218

7480

Prelaminated particle board with both sides decorative lamination, flat pressed 3 layer & graded (medium density) Grade I, Type II conforming to IS : 12823 (exterior grade) 12 mm thick sqm 10 660.00 6600.00

C2197059

Aluminium hanging floor door stopper with twin rubber & stopper each 20 30.00 600.00

C220 7060Hydraulic door closer tubular type Aluminium section body each 50 311.00 15550.00

C221 1034 Bolts and nuts up to 300 mm in length quintal 2 5650.00 11300.00

C2227394

Double action hydraulic floor spring with stainless steel cover plate each 20 1717.00 34340.00

HORTICULTURE C223 303 Cow dung Manure cum 50 50.00 2500.00C224 979 Good earth (Royalty) cum 100 30.00 3000.00

10.1

Supplying and stacking of winter seasonal seedling/cutting at site of work well developed and healthy free from disease in pro tray and each pro tray having 100 Nos plants as per direction of the officer-in-charge.

C225 10.1.2 Antirrhinum dwarf Per Tray 15 600.00 9000.00C226 10.1.6 Carnation (double) Dutch Per Tray 15 1000.00 15000.00

C227 10.1.12 Clarkia hybrid Per Tray 10 700.00 7000.00

C228 10.1.18 Gerbera hybrid double Per Tray 5 2200.00 11000.00

10.2

Supplying and stacking of summer & rainy seasonal seedling at site of work well developed and healthy free from disease in pro tray and each pro tray having 100 Nos plants as per direction of the officer-in-charge.

C229 10.2.1 Balsum seedling Per Tray 10 500.00 5000.00C230 10.2.9 Vinca Hybrid Per Tray 20 400.00 8000.00

C231 10.2.10 Zinnia hybrid Per Tray 20 400.00 8000.00

A Total 5128559.50

Seal and Signature of Contractor Page 47

BService Charge as Contractors Profit % (In Words Percent ) on Total amount at Sl no 'A'

C Applicable GST on Service Charge % (on Amount at Sl No B)

D Grand Total ( Sl No A+B+C)

Important Note

1. Service Charges as Contractors Profit to be quoted by Contractor in Percentage on Above Scheduled Rates for Supplying of Plumbing, Carpentry, Civil Works and Other material. 2. All the rates are Including GST And other TAX.

Annexure-HFINANCIAL BID

Supplying of Electrical Material

Item No

DSR 16 Code No/ MR

Description of Work Unit Quantity Rate Amount

E001 MR 16 A 3 pin plug top Each 60 59.00 3540E002 MR Sterlizer heating coil (2KW) Each 30 330.50 9915E003 MR 6A plug top-3 pin Each 45 47.00 2115E004 MR 2x36W Electronic ballast Each 50 566.50 28325E005 MR 36W 4 pin CFL lamp Each 100 112.00 11200E006 MR 2x18W Electronic ballast Each 50 377.50 18875E007 MR 18W 4Pin CFL Lamp Each 100 106.00 10600E008 MR 1x18W Electronic ballast Each 40 141.50 5660E009 MR 2x28W Electronic ballast Each 50 578.00 28900E010 MR 28W T5 TFL Lamp Each 200 118.00 23600E011 MR 2 Pin plug top (230V 6A) Each 10 23.50 235E012 MR 36W Electronic ballast Each 20 165.00 3300E013 MR Female connector Each 4 59.00 236

Seal and Signature of Contractor Page 48

E014 MR Waterproof insulation tape Each 60 23.50 1410E015 MR Fan regulator (Resistive type) Each 10 94.50 945

E016 14066 Pin 15/16A modular socket outlet, ISI marked Each 180 119.00 21420

E017 MR Kettle connector Each 40 59.00 2360E018 MR 2KW Mineral Filled Heating Coil Each 25 377.50 9437.5E019 MR 6A SP switch Each 60 41.50 2490E020 MR Starter for TFL (40 W) Each 400 12.00 4800E021 MR 4 feet 36 W TFL lamp Each 550 47.00 25850E022 MR Halogen 24V 150W Each 130 165.00 21450E023 MR Halogen 12V 50W Each 150 165.00 24750E024 MR 1 inch PVC casing & caping Length 80 47.00 3760E025 MR Capacitor for Fan 2.5 MFD Each 75 35.50 2662.5

E026 1404S.P.15/16A, one way modular switch ISI marked Each 225 81.50 18337.5

E027 1402S.P. 5/6 A, one way modular switch ISI marked Each 260 53.00 13780

E028 1426Modular base & cover plate for 12 module Each 5 122.50 612.5

E029 1425Modular base & cover plate for 8 module Each 40 108.00 4320

E030 1424Modular base & cover plate for 6 module Each 15 84.50 1267.5

E031 1423Modular base & cover plate for 4 module Each 6 60.50 363

E032 1422Modular base & cover plate for 3 module Each 40 51.50 2060

E033 1421Modular base & cover plate for 2 module Each 20 44.00 880

E034 MR Fan Rewinding Each 40 531.00 21240E035 MR Fan Bearing Each 80 71.00 5680E036 MR Adapter for Holder Each 12 23.50 282E037 MR Wall mounting fan motor coil Each 100 826.00 82600E038 MR 36W choke copper Each 30 165.00 4950E039 MR 4 feet 36W Fluorescent lamp fitting Each 50 330.00 16500E040 MR 2 feet 18W Fluorescent lamp fitting Each 5 307.00 1535E041 MR 0'candel lamp (230V) Each 100 20.00 2000E042 MR 3/4'' Casing & Caping Length 150 41.50 6225E043 MR 100W lamp (230V) Each 45 15.50 697.5

E044 17096A to 32A ratings, TP MCB, C curve, 10 kA breaking capacity

Each 5631.50 3157.5

E045 17066A to 32A ratings, SP MCB, C curve, 10 kA breaking capacity

Each 10129.50 1295

E046 17086A to 32A ratings, DP MCB, C curve, 10 kA breaking capacity

Each 2405.50 811

E047 MR Rubber Bush(Ceiling fan down rod) Each 10 23.50 235

E048 14053 pin 5/6 A Modular socket outlet, ISI marked Each 280 60.00 16800

E049 1103

4.0 sq mm ISI marked, FRLS PVC Insulated, single core copper conductor cable

Meter 18029.00 5220

Seal and Signature of Contractor Page 49

E050 1102

2.5 sq mm ISI marked, FRLS PVC insulated single core copper conductor cable

Meter 100020.00 20000

E051 1101

1.5 sq mm ISI marked, FRLS PVC insulated, single core copper conductor cable

Meter 63012.50 7875

E052 MR2.5 sq mm ISI marked copper conductor cable , 3 core

Meter 66075.00 49500

E053 MR Tubelight holder Each 150 15.00 2250

E054 11122 pair, 0.5 mm dia annealed copper conductor, FRLS PVC

Meter 3609.00 3240

E055 MRInsulated, unarmoured, telephone cable Each 30 12.00 360

E056 MR 15V 150W halogen lamp Each 60 230.00 13800E057 MR Toggle switch Each 10 35.50 355E058 MR RJ-11 connector socket Each 5 115.50 577.5E059 MR RJ-45 Connector (full set) Each 25 90.00 2250E060 MR Cable tie 200 mm Meter 18 106.00 1908E061 MR Geyser lugs Each 100 4.50 450E062 1234 20 mm PVC couplerrs Each 80 4.00 320E063 1224 20 mm dia ISI marked conduit Each 20 13.00 260E064 MR Saddles 3/4'' Each 200 6.00 1200E065 1229 20 mm PVC bends Each 60 6.50 390E066 MR 18 m box and plate Each 6 277.50 1665E067 2214 Aluminium lugs for 300 sq mm cable Each 55 62.00 3410E068 MR CG lamp holder Baklite Each 15 59.00 885E069 MR 12''/12'' PVC Plate Each 2 255.00 510E070 1451 UTP 4 Pair CAT 6 LAN Cable Meter 630 23.00 14490E071 MR Thermal cut out switch Each 12 413.00 4956E072 MR Thermostat Each 12 177.00 2124E073 MR Fan bolt nut Each 8 23.50 188E074 MR Mic pin Each 20 41.50 830E075 1219 25 mm iron staples/ saddles/ screws Each 120 2.50 300E076 MR ABB conactor Each 12 1121.00 13452E077 MR 5x5/10x7 plate Each 6 45.00 270E078 MR 3/4'' inch flexible pipe Meter 70 12.00 840E079 MR Wooden Gatta Packet 15 189.00 2835E080 1711 Single pole, blanking plate Each 5 5.50 27.5

E081 1408Step type modular fan regulator (2 module) Each 10 239.50 2395

E082 MR 18W LED lamp Each 500 531.00 265500E083 MR LED lamp mounting clip Each 600 9.50 5700E084 MR LED lamp cover fixing screw Each 600 3.50 2100E085 MR 18 W LED Lamp Each 2000 531.00 1062000E086 MR 9W LED Lamp Each 1000 383.50 383500E087 MR 20W LED Tube Light Retrofit Each 600 484.00 290400E088 MR 22W LED Tube Light Retrofit Each 600 538.00 322800E089 MR 20W LED Glass Tube Each 600 342.00 205200E090 MR 10W LED 2' Tube Light Each 100 259.50 25950

A Total 3195747.50

Seal and Signature of Contractor Page 50

BService Charge as Contractors Profit % (In Words Percent ) on Total amount at Sl no 'A'

C Applicable GST on Service Charge % (on Amount at Sl No B)

D Grand Total ( Sl No A+B+C)

Important Note1. Service Charges as Contractors Profit to be quoted by Contractor in Percentage on Above Scheduled Rates for Supplying of Electrical Material. 2. All the rates are Including GST And other TAX.

Annexure- IFINANCIAL BID

Supplying of On-Call Labour

Sl No

DSR 16 Code No/ MR Description of Work Unit Quantity Rate Amount

1 0116 Fitter (grade 1) day 200 539.50 107900.00

2 0122Mason (for plaster of paris work) 1st class day 30 539.50 16185.00

3 0123 Mason (brick layer) 1st class day 250 539.50 134875.004 0119 Glazier day 50 496.00 24800.005 0131 Painter day 150 496.00 74400.006 0129 Sewer man day 100 432.00 43200.007 0114 Beldar (Helper) day 500 407.00 203500.00

A Total 604860.00

BService Charge as Contractors Profit % (In Words Percent ) on Total amount at Sl no 'A'

C Applicable GST on Service Charge % (on Amount at Sl No B)

Seal and Signature of Contractor Page 51

D Grand Total (Sl No A+B+C)

Important Note1. Service Charges as Contractors Profit to be quoted by Contractor in Percentage on Above Scheduled Rates for Supplying of On-Call Labour. 2. All the rates are Including GST And other TAX.

ANNEXURE-K

FINANCIAL BID FOR ABSTRACT OF COSTFor Part- A

Sl No Annexure Description Amount

1 F Deployment of Manpower

2 G Supply of Materials for Civil works (Plumbing, Carpentry, Horticulture and other)

3 H Supply of Materials for Electrical works

4 I Supply of Labour On-Call basis

Grand Total ______________________

RUPEES ( In Words)

Seal and Signature of Contractor Page 52

ONLY

Signature of Bidder:

Date: Full Name:

Place: Seal:

Please note that , for finalization of contract, the Tenderer whose Grand Total of Annexure-F, G, H & I above is lowest in comparison to other Tenderers (and adhering to all statutory stipulations) will be considered as the Lowest Tenderer for Part A.

Signature of Authorised Officer Signature of Contractor

Annexure-J

FINANCIAL BID ( PART – ‘B’ ) Minor Civil Works

Sl No.

DSR/Non DSR Description of work Unit Quantity Rate Amount

A Earth Work

12.1

Earth work in surface excavation not exceeding 30 cm in depth but exceeding 1.5 m in width as well as 10 sqm on plan including getting out and disposal of excavated earth up to 50 m and lift up to 1.5 m, as directed by Engineer-in-Charge:

2.2.1 All kinds of soil sqm 1000.000 59.27 59270.002 2,6 Earth work in excavation by mechanical means

(Hydraulic excavator) /manual means in foundation trenches or drains (exceeding 30cm in depth 1.5 m in width or 10 sqm on plan) including disposal of the excavated earth within a lead of 50 m.

Seal and Signature of Contractor Page 53

2,6.1 All kind of Soil Cum 200.000 139.53 27906.00

3 2.25Filling of available excavated earth in trenches, plinth, etc in layers not exceeding 20 cm in depth. Cum 200.000 139.31 27862.00

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 3000.000 7.98 23940.00

B Concrete Work

44.1

Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level :

4.1.21:1½:3 (1 Cement: 1½ coarse sand (zone-III) : 3 graded stone aggregate 20 mm nominal size). Cum 5.000 6563.33 32816.65

5 4.1.51:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded stone aggregate 20 mm nominal size). Cum 20.000 5458.13 109162.60

C Brick Work

6.1Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in:

6 6.1,1Cement mortar 1:4 (1 cement : 4 coarse sand)

Cum 20.000 5506.10 110121.97

7 6.4

Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level upto floor V level in: Cement mortar 1:4 (1 cement : 4 coarse sand)

Cum 10.000 6426.90 64269.02

86.12

Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundations and plinth in :

6.12.1Cement mortar 1:3 (1 cement : 3 coarse sand)

sqm 150.000 684.62 102693.06

D Stone Work

7

7.38

Stone tile work for wall lining upto 10 m height with special adhesive over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand), including pointing in white cement with an admixture of pigment to match the stone shade

7.38.18mm thick (mirror polished and machine cut edge)

7.38.1.1 Granite stone of any colour and shade sqm 50.000 1990.33 99516.44

Seal and Signature of Contractor Page 54

8

8.2

Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels.

8.2.2 Granite of any colour and shade

8.2.2.1 Area of slab upto 0.50 sqm sqm 50.000 3713.29 185664.51

E Finishing

914.1

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.

14.1.1 With cement mortar 1:4 (1 cement : 4 fine sand) Sqm 500.000 293.35 146672.72

1013.1 12 mm Cement Plaster of mix:

13.1.1 ( 1 Cement : 4 Fine sand ) Sqm 300.000 191.59 57478.20

11 13.215 mm cement plaster on the rough side of single or half brick wall of mix :

13.2.1 1:4 (1 cement: 4 fine sand) Sqm 100.000 221.84 22183.70

12 13.8

Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.

Sqm 3000.000 96.77 290298.99

13

13.41Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

13.41.1New work (two or more coats) over and including water thinnable priming coat with cement primer Sqm 2500.000 103.80 259502.15

13 13.50.1

Applying Priming Coat With ready mixed pink or Grey primer of approved brand and manufacture on wood work (hard and soft wood) Sqm 1000.000 38.72 38717.61

Seal and Signature of Contractor Page 55

14 13.50.3

Applying Priming Coat With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanised iron/steel works Sqm 1500.000 32.24 48355.47

15 14.46

Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. Complete.

Sqm 10000.000 11.96 119642.40

1614.45

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

14.45.1 Old work (one or more coats) Sqm 15000.000 36.95 554176.95

17 14.53Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade:

14.53.1 One or more coats on old work Sqm 1000.000 61.21 61205.95

18 14.54Painting with synthetic enamel paint of approved brand and manufacture to give an even shade :

14.54.1 Two or more coats on new work Sqm 3000.000 56.83 170490.42

1913.44

Finishing wall with water proofing cement paint of required shade

13.44.1New Work (Two or more coats applied @ 3.84 Kg/10 Sqm Sqm 500.000 65.14 32569.32

2014.67

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade

14.67.1Old work (Two or more coats applied @ 1.43 ltr/ 10 sqm) Sqm 200.000 78.38 15675.37

20 14.69Varnishing with varnish of approved brand and manufacture: with copal varrnish Sqm 350.000 52.01 18203.92

21 24.2Providing and fixing double scaffolding system Upto 25 meter height Sqm 1600.000 177.36 283774.05

2226.31

Providing, mixing and applying bonding coat of approved adhesive on chipped portion of RCC as per specifications and direction of Engineer-In-charge complete in all respect.

26.31.2Epoxy bonding adhesive having coverage 2.20 sqm/kg of approved make Sqm 200.000 348.90 69780.32

F Demolision/Cleaning

23 2.28

Surface Dressing of the ground including removing vegetation and inequalities not exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m

Sqm 2000.000 15.45 30907.62

Seal and Signature of Contractor Page 56

24 2.31

Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and saplings of girth upto 30 cm measured at a height of 1 m above ground level and removal of rubbish upto a distance of 50 m outside the periphery of the area cleared.

Sqm 3000.000 7.98 23928.48

25 15.2

Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 meters lead as per direction of Engineer - in – charge.

15.2.1 1:3:6 or richer mix Cum 10.000 1104.53 11045.32

26 15.3

Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 meters lead as per direction of Engineer - in- charge. Cum 10.000 1611.35 16113.50

2715.7

Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in-charge.

15.7.4 In cement mortar Cum 10.000 933.60 9335.98

2815.13

Taking out doors, windows and clerestory window shutters (steel or wood) including stacking within 50 metres lead:

15.13.1 Of area 3 sq. metres and below Each 30.000 67.85 2035.58

2915.23

Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 metres lead.

15.23.1 For thickness of tiles 10 mm to 25 mm Sqm 200.000 34.95 6990.22

30 15.36Dismantling barbed wire or flexible wire rope in fencin including making rolls and stacking within 50 m lead Kg 300.000 16.67 5001.72

31 15.44Dismantling G.I. Pipes including excavation and refilling trenches after taking out the pipes. 15 mm to 40 mm dia

Meter 150.000 70.51 10576.72

32 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 meters lead.

Sqm 200.000 24.81 4962.94

33 15.6Disposal of rubbish / malba / similar unserviceable, dismantled or waste materials beyond 50 m initial leads.

Cum 200.000 133.55 26709.06

G Flooring

Seal and Signature of Contractor Page 57

3411.3

Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete.

11.3,140mm thick with 20mm nominal size stone aggregate.

Sqm 50.000 401.69 20084.41

35 11.36

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade Complete

Sqm 100.000 825.09 82508.94

36 11.37

Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to 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), jointing with grey cement slurry @ 3.3kg/sqm including pointing the joints with white cement and matching pigmentetc., complete

200.000 740.40 148079.63

3711.41

Providing and laying polished vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption's less than 0.08% and conforming to IS : 15622 of approved make in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand) including grouting the joints with white cement and matching pigments etc., complete.

11.41.2 Size of Tile 60x60 cm Sqm 50.000 1240.07 62003.57

38 11.43

Fixing glazed/ Ceramic/ Vitrified floor tiles with cement based high polymer modified quick-set tile adhesive (Water based) conforming to IS: 15477 , using 5kg. adhesive per sqm of tile area, in average 3mm thickness. Complete.

Sqm 200.000 427.83 85566.47

H SteelSeal and Signature of Contractor Page 58

3910.25

Steel work welded in built up sections/ framed work, including cutting,

10.25.2In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works kg 2000.000 95.22 190430.82

I wood work

409.1

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately).

9.1.2 Sal wood Cum 1.000 94591.66 94591.66

41

9.6

Providing and fixing 35 mm thick factory made laminated veneer lumberdoor shutter conforming to IS : 14616 and TADS 15:2001 (Part B), including ISI marked M.S. pressed butt hinges bright finished of required size with necessary screws, all complete as per directions of Engineerin-charge and panelling with panels of :

9.6.3

12 mm thick one side Pre-laminated particle board (decorative lamination on one side and other sides balancing lamination) grade -1, medium density flat pressed, three layer particle board FPT - I or graded wood particle board FPT-1 conforming to IS : 3087 bonded with BWP type synthetic resin adhesive as per IS : 848 and pre-laminated conforming to IS : 12823, Grade -1, Type II marked :

sqm 100.000 2935.67 293567.00

42 9.12

Extra for providing frosted glass panes 4 mm thick instead of ordinary float glass panes 4 mm thick in doors, windows and clerestory window shutters. (Area of opening for glass panes excluding portion inside rebate shall be measured).

sqm 100.000 82.36 8236.49

439.71

Providing and fixing IS : 12817 marked stainless steel butt hinges (heavy weight) with stainless steel screws etc. complete :

9.71,2 100x60x2.50 mm each 50.000 65.25 3262.47

44 9.96.2

Providing and fixing aluminium sliding door bolts, ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868), transparent or dyed to required colour or shade, with nuts and screws etc. complete 250 x 16 mm

Each 25.000 209.60 5239.89

Seal and Signature of Contractor Page 59

45 9.97.4

Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with necessary screws etc. complete : 150 x 10 mm

Each 100.000 71.23 7123.15

46 9.100.1

Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with necessary screws etc. complete

Each 50.000 56.61 2830.43

47

9.118Providing and fixing to existing door frames.

9.118.2

30 mm thick factory made Polyvinyl Chloride (PVC) door shutter made of styles and rails of a uPVC hollow section of size 60x30 mm and wall thickness 2 mm (± 0.2 mm), with inbuilt decorative moulding edging on one side. The styles and rails mitred and joint at the corners by means of M.S. galvanised/ plastic brackets of size 75x220 mm having wall thickness 1.0 mm and stainless steel screws. The styles of the shutter reinforced by inserting galvanised M.S. tube of size 25x20 mm and 1mm (± 0.1 mm) wall thickness. The lock rail made up of 'H' section, a uPVC hollow section of size 100x30 mm and 2 mm (± 0.2 mm) wall thickness fixed to the shutter styles by means of plastic/ galvanised M.S. 'U' cleats. The shutter frame filled with a uPVC multi-chambered single panel of size not less than 620 mm, having over all thickness of20 mm and 1 mm (± 0.1 mm) wall thickness . The panels filled vertically and tie bar at two places by inserting horizontally 6 mmgalvanised M.S. rod and fastened with nuts and washers, complete as

sqm 30.000 2157.99 64739.83

Seal and Signature of Contractor Page 60

48 9.11 9

Providing and fixing factory made P.V.C. door frame of size 50x47 mm with a wall thickness of 5 mm, made out of extruded 5mm rigid PVC foam sheet, mitred at corners and joined with 2 Nos of 150 mm long brackets of 15x15 mm M.S. square tube, the vertical door frame profiles to be reinforced with 19x19 mm M.S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65/100 mm size, complete as per manufacturer’s guideline

metre 70.000 486.05 34023.31

49 9.76

Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles of approved quality with necessary screws etc. complete.

each 50.000 616.44 30821.77

509.79

Providing and fixing special quality bright finished brass cupboard or ward robe locks with four levers of approved quality including necessary screws etc. complete.

9.79.1 40 mm Each 50.000 180.68 9034.11

51 9.8Providing and fixing 50 mm bright finished brass cup board or wardrobe knob of approved quality with necessary screws. each 50.000 54.39 2719.65

52 9.82Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete.

each 50.000 95.10 4755.23

53 9.84

Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width rom 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete.

each 50.000 430.27 21513.48

J Aluminium work

54

21.1

Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/

21.1.1 For Fixed Portion Seal and Signature of Contractor Page 61

21.1.1.2Powder coated aluminium (minimum thickness of powder coating 50 micron) kg 2500.000 425.95 1064872.75

5521.1.2

For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)

21.1,2.2Powder coated aluminium (minimum thickness of powder coating 50 micron) kg 1500.000 492.86 739290.33

5621.2

Providing and fixing 12 mm thick relaminated particle board flat pressed three layer or graded wood particle board conforming to IS: 12823 Grade l Type ll, in panelling fixed in aluminum doors, windows shutters and partition frames with C.P. Brass / stainless steel screws etc. complete as per architectural drawings and directions of Engineer-in-charge.

21.2.2Pre-laminated particle board with decorative lamination on both sides sqm 1000.000 960.02 960019.48

5721.3

Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directionsof Engineer-in-charge . (Cost of aluminium snap beading shall be paid in basic item):

21.3.2 With float glass panes of 5.50 mm thickness sqm 500.000 1112.18 556087.91

5821.4

Providing and fixing double action hydraulic floor spring of approved brand and manufacture conforming to IS : 6315, having brand logo embossed on the body / plate with double spring mechanism and door weight upto 125 kg, for doors, including cost of cutting floors, embedding in floors as required and making good the same matching to the existing floor finishing and cover plates with brass pivot and single piece M.S. sheet outer box with slide plate etc. complete as per the direction of Engineer-in-charge.

21.4.1With stainless steel cover plate minimum 1.25 mm Thickness Each 30.000 2275.86 68275.93

Seal and Signature of Contractor Page 62

59 21.5

Providing and fixing powder coated aluminium work (minimum thickness of powder coating 50 micron) consisting of tee/ angle sections, of approved make conforming to IS : 733 in frames of false ceiling including aluminium angle cleats with necessary C.P. Brass/ stainless steel sunk screws, aluminium perimeter angles fixed to wall with stainless steel rawl plugs @ 450 mm centre to centre and fixing the frame work to G.I. level adjusting hangers 6 mm dia. With necessary cadmium plated machine screws all complete as per approved architectural drawings and direction of the Engineer-incharge (level adjusting hangers, ceiling cleats and expansion hold fasteners to be paid for separately).

kg 20.000 530.47 10609.40

6021.8

Filling the gap in between aluminium frame & adjacent RCC/ Brick/ Stone work by providing weather silicon sealant over backer rod of approved quality as per architectural drawings and direction of Engineer-in-charge complete.

21.8,1 Upto 5mm depth and 5 mm width metre 100.000 69.18 6918.21 H Drainage

19.19Providing and fixing in position pre-cast R.C.C. manhole cover and frame of required shape and approved quality M D – 10

61 19.19.2.1 Square shape 450 mm internal dimension Each 5.000 1195.70 5978.5262 19.19.2.2 Circular shape 500 mm internal diameter Each 15.000 1006.27 15094.05

63 19.21

Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand), finished with a floating coat of neat cement and making necessary channels for the drain etc. Complete

19.21.1 For pipes 100 to 250 mm diameter Each 20.000 433.32 8666.32 K Water Supply

64 12.41 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes 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.

Seal and Signature of Contractor Page 63

12.41.2 110 mm diameter Meter 45.000 262.16 11797.24

18.7

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.

65 18.7.1 15 mm nominal outer dia Pipes Meter 500.000 158.36 79180.0166 18.7.2 20 mm nominal outer dia Pipes Meter 750.000 199.35 149511.4667 18.7.3 25 mm nominal outer dia Pipes Meter 200.000 239.51 47901.2768 18.7.5 40 mm nominal outer dia Pipes Meter 60.000 427.06 25623.41

L Sanitary

69 17.18

Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete.

17.18.1 10 litre capacity – White Each 20.000 921.14 18422.71

70 Non DSR

Providing and fixing white glazed vitreous chaina wall mounting type (European type) water closet Hindware make cat no 20028 or approved equivalent with SS bolts, nuts CI chair or other hanging arrangement, white solid plastic seat with lid, CP brass hinges and rubber buffers, white vetreous chaina dual flushing cistern(6/3 litres) and PVC connector, CP brass screws and washers complete, including cutting and making good the walls floors whereever required

each 12.000 15396.00 184752.00

M Vinyl Flooring

71 Non DSR

Providing and Fixing Flexible PVC sheet flooring with static dissipative Properties and carbon content in 2.0 mm thickness. It shall be homogeneous and monolayer in construction. The static dissipative properties must be present throughout the full product thickness.

sqm 100.000 2000.00 200000.00

N Waterproofing Works

Seal and Signature of Contractor Page 64

72 Non DSR

Free flow Epoxy Pointing for toilet joint and junctions: cut opening the tiles joint, Nahani Trap, Door Frame, Junction of Wall and tiles removing dust and loose particles cleaning with brush and air blower and fixing masking tape on both edges of joint, Applying free flow epoxy, cleaning, finishing, packing with modifire motor gaps of traps, Door frames etc complete. The epoxy material supplied from Forsrock, Sika, J K Epoxy or any other approved quality, as per direction of ESIC and Manufacturers specification.

Mtr 1500.000 95.00 142500.00

73 Non DSR

Polyurethane injection grouting works: Water proofing of the entire RCC structure area by means of pressure grouting, drill a hole of 14mm dia x 250 mm to 500 mm depth and fix non return vulve by quick setting cement or epoxy morter and allowed to dry mix resin and hardner of polyurethane grout homogeneously and inject the same by a reciprocating pump through a pre fixe non return valve eith pressure 75-100 kg/cm2 till the refusal of the material. Remove the non returned valves and resurface of the area with polymer morter or work to be carried out as per manufacturer specification. ( considering atleast 1 kg PU material per point)

Per Point 110.000 1975.00 217250.00

NSUB HEAD 2.0:HORTICULTURE AND LAND SCAPING (Published by CPWD, DSR, ANALYSIS OFRATES AND SPECIFICATIONS (HORTICULTURE & LANDSCAPING)2016

74 2.1

Trenching in ordinary soil up to a depth of 60 cm including removal and stacking of serviceable materials and then disposing of surplus soil, by spreading and neatly leveling within a lead of 50 m and making up the trenched area to proper levels by filling with earth or earth mixed with sludge or / and manure before and after flooding trench with water (excluding cost of imported earth, sludge or manure).

cum 500.000 45.85 22925

75 2.33

Providing and laying Neelgiri/Mexican grass turf with earth 50mm to 60mm thickness of existing ground prepared with proper level and ramming with tools wooden (Dhurmos) and than rolling the surface with light roller make the surface smoothen and light watering with sprinkler and maintenance for 30 days or more till the grass establish properly, as per direction of officer-in-charge.

sqm 500.000 203.90 101950

Seal and Signature of Contractor Page 65

76 2.36

Cutting of Hedge/Edge including removing of cut material, cleaning, hoeing of hedge/edge bed watering, manureing and applying insecticides and fungicides etc.(excluding the cost of material)

sqm 3000.000 11.00 33000.000

A Total 9021315.25

BRates Offered by the Contractor in Percentage % , (In Words Percent)

C Grand Total ( Sl No A+B )

Important Note1. 'Offered Rates' to be quoted by Contractor in Percentage Below (-) or Above (+) on Above Scheduled Rates for Minor Civil Works. 2. All the rates are Including GST and other TAXES.

ANNEXURE- L

FINANCIAL BID FOR ABSTRACT OF COSTFOR PART- B

Sl No Annexure Description Amount (In Rupees)

5 J Minor Civil Works

RUPEES ( In Words) ONLY

Seal and Signature of Contractor Page 66

Signature of Bidder:

Date: Full Name:

Place: Seal:

Please note that , for finalization of contract, the Tenderer whose Grand Total in Annexure-J above is lowest in comparison to other Tenderers (and adhering to all statutory stipulations) will be considered as the Lowest Tenderer for Part B.

Signature of Authorized Officer Signature of Contractor

Enclosure ICOMPLAINT REGISTRATION FORM

Date:Time:

Nature of complaint:

Signature of Complainant _________ ___

Name _________________ __

Complaint attended _________________________ (Name) Date

Time From To

Seal and Signature of Contractor Page 67

Certified that the complaint has been satisfactorily attended.

Contractor Complainant

Date:

To be submitted along with running bills.

Seal and Signature of Contractor Page 68

Seal and Signature of Contractor Page 69

Enclosure-II

MISCELLANEOUS REGISTER’S FORMATS

DAY TO DAY COMPLAINTS for Civil, Electromechanical and Electrical works

MONTH:

1 2 3 4 5 6 7 8

Signature of the Contractor/Supervisor

Note: Report to be submitted along with monthly bill.

S1.No .

Service Centre

No. Of complaints received complaint

No of complaint attended in this month

Complaints pending ate the end of the month

Remarks/reasons for delay in the attending complaints assistance required

B/F from previous month

Received during the month

No .

Date oldest complaint

Enclosure- III

Seal and Signature of Contractor Page 70

Seal and Signature of Contractor Page 71

FORMAT FOR BOREWELL MAINTENANCE REGISTER

Bore Well

BW No.1

BW No.2BW No.3

BW No.4

BW No.6

BW No. 7

Remarks:

Signature of Operator Signature of shift In-charge

Bore Well

BW No.1BW No.2BW No.3BW No.4BW No.6BW No. 7Remarks:

Signature of Operator Signature of shift In-charge

Bore Well

BW No.1BW No.2BW No.3BW No.4BW No.6BW No. 7Remarks:

1 st S HIFT

06.00 am to 07.00 am

07.00 am to 08.00 am

08.00 am to 09.00 am

09.00 am to 10.00 am

10.00 am to 11.00 am

11.00 am to 12.00 pm

12.00 pm to 01.00 pm

01.00pm to 02.00pm

2nd S HIFT

02.00 pm to 03.00 pm

03.00pm to 04.00 pm

04.00 pm to 05.00 pm

05.00 pm to 06.00pm

06.00 pm to 07.00 pm

07.00 pm to 08.00 pm

08.00 pm to 09.00 pm

09.00pm to 10.00pm

3 rd S HIFT

10.00 pm to 11.00 pm

11.00 pm to 12.00 am

12.00am to 01.00 am

01.00 am to 02.00 am

02.00 am to 03.00 am

03.00 am to 04.00 am

04.00 am to 05.00 am

05.00 am to 06.00 am

Seal and Signature of Contractor Page 72

Wages Stracture

Sl No

Description Highly Skilled Skilled Semi Skilled Unskilled

1

Min Wages per Day as perCLC ( C ),F. No.1/13(3)/2017-LS-II, Dated:20/04/2017

710.00 653.00 593.00 536.00

2 Min Wages per month / 26days (Basic Pay)

18460.00 16978.00 15418.00 13936.00

3NFH 8 days / year

473.33 435.33 395.33 357.33

4Bonus @8.33% of Min wages( Ref to Payment of BonusAct, 1965, amendment 2015)

1537.72 1414.27 1284.32 1160.87

5EPF @ 13.36% (Em ployercontribution) Not applicable Not applicable Not applicable 1861.85

6ESI @ 4.75% (Employercontribution) 876.85 806.455 732.355 661.96

7 Gross Salary 21347.90 19634.06 17830.01 17978.01

Enclosure-IV

Enclosure V

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

In consideration of the ESIC having agreed under the terms and conditions of the Agreement No._____ dated ________ made between ESIC and Second Party (herein called the said Construction Agency ______________ for the work ____________ hereinafter called the said agreement) to production of irrevocable bank guarantee for Rs. ______________________________(Rupees_______________________________________________________________ only)as a security/Guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement,

We___________________________________(hereinafter referred as to ‚the Bank‛ hereby)(Indicate the name of the bank)Undertake to pay to the ESIC an amount not exceeding Rs. ___________________ (Rupees______________________________________ Only) on demand by the ESIC.

2. We _____________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________ (Rupees ________________ only).

3. We, the said bank further undertake to pay to the ESIC any money that is demanded not with standing any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal.Seal and Signature of Contractor Page 73

The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment.

4. We __________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the second party and accordingly discharges this guarantee.

5. We __________________________ (indicate the name of Bank) further agree with the ESIC that, the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or form time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reasons of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. The guarantee will not be discharged due to the change in the constitution of the Bank or the contractor.

7. We_____________________ lastly undertakes not to revoke this guarantee except with the previous consent of the ESIC in writing.

8. This guarantee shall be valid up to _______ . Unless extended on demand by ESIC.Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. _________ (Rupees _______________________________________________only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.Dated the _______ day of ____________________ for ______________________________(Indicate the name of bank).

Seal and Signature of Contractor Page 74

Enclosure-VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ‚Contract‛) is made the ________ day of the month of ___________ 2017 between ESIC MODEL Hospital RAJAJINAGAR, BANGALORE-10 on the one hand (hereinafter called the Employer) and on the other and__________________________________________________________(hereinafter called the Contractor) Whereas

a.) The client has accepted the offer of the Contractor to provide certain services for Annual Repairs & Maintenance (Civil & Electrical) works of ESIC MODEL Hospital, UG &PG HOSTEL RAJAJINAGAR,BANGALORE .

b.) The contractor, having represented to the client that they have the required professional skills, personnel and technical resources, have agreed to provide the services on the terms and conditions set forth in this contract Agreement.

The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the contract; in particular:

a. The Contractor shall carry out the services in accordance with the provisions of the contract; andb. The client shall make payments to the contractor in accordance with the provision of the contract,

In witness whereof, the parties hereto have caused this contract to be signed in their respective names as of the day and year first above written.Seal and Signature of Contractor Page 75

FOR AND ON BEHALF FOR AND ON BEHALFOF (CLIENT) OF (CONTRACTOR)

Seal and Signature of Contractor Page 76