employees’ state insurance corporation … · 5. page no.24, under bill of quantity (boq), point...
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/AMC/STP/2011-PMD Date: 05th October 2016
CORRIGENDUM / CLARIFICATION
Ref: TENDER FOR REVAMPING, REPAIRING AND SERVICING OF EXISTING 300 KLD STP AND 36 KLD ETP AT ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE.
The following points are corrected in the Tender document uploaded on our website on 23/09/2016.
1. Page No.2 , Point No. 1 , Time of Completion, it should be read as six (6) weeks instead of 01 month.
2. Page No.22, Under Bill of Quantity (BOQ) point no.1 , De-silting of sludge is for both STP and ETP.
3. Page No.22, Under Bill of Quantity (BOQ) , point no.6 ,the pump mentioned in the tender has different value based on their make hence bidder are allowed quote different rate for different make.
4. Page No.22, Under Bill of Quantity (BOQ) , point no.6 it should be read as Supplying and fixing in position 3 HP , 10 meter head raw effluent pump with cutter for ETP of Kirloskar, Grunfos or ABS or any other approved make with guarantee , warranty certificate, test certificate etc instead of Supplying and fixing in position 3 HP , 10 meter head raw effluent pump for ETP of Kirloskar, Grunfos or ABS or any other approved make with guarantee , warranty certificate, test certificate etc.,.
5. Page No.24, Under Bill of Quantity (BOQ), point no. 21 it should be read as “Purity of sewage water for BOD, COD, TSS etc , NABH certified lab report is to be produced instead of Supplying reputed make standard lab kid for testing the purity of sewage water for BOD, COD , TSS etc., complete.
6. Page No.24, Under Bill of Quantity (BOQ), point no. 22, 23, and 24 are being added for
providing additional by-pass line inorder to divert the line during revamping of STP. The details of specification and quantity are added in revised BOQ, which can be downloaded from www.esic.nic.in, http:/esipgirnr.kar.nic.in.
7. No other changes in terms and conditions / last date and time of submission of tender / opening of tender.
Sd/-
Medical Superintendent
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
Visit us at: http://esipgirnr.kar.nic.in. 532/W/17/13/AMC/2012/PMD Date:5th October 2016
TENDER DOCUMENT
Name of work :- TENDER FOR REVAMPING, REPAIRING AND SERVICING OF
EXISTING 300 KLD STP AND 36 KLD ETP AT ESIC MODEL HOSPITAL,
RAJAJINAGAR, BANGALORE.
Earnest Money:- Rs. 20,000/- Tender Fee:- Rs. 1000/- Last Date & Time of Submission of Tender:- 18.10.2016 Up to 2.00 pm Date & Time of Opening of Tender:- 18.10.2016 at 2.30 pm Date of Pre-bid meeting :- 03/10/2016 at 11.00 AM Issued By:-
MEDICAL SUPERINTENDENT
ESIC MODEL HOSPITAL
RAJAJINAGAR, BANGALORE.
Contractors Signature with seal
Page 1
TENDER NOTICE Invitation of Tenders bids for:- REPAIRING, REVAMPING & SERVICING OF 300 KLD STP AND 36 KLD ETP at ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE.
Sealed tenders under two bid system are invited from the eligible contractors proficient in STP &
ETP works & enlisted in central govt./state govt./ PSU/ Autonomous bodies and industries etc. in
appropriate class for the work of REPAIRING, REVAMPING & SERVICING OF 300 KLD STP & 36 KLD ETP
AT ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. (1) Time of Completion :- Sixty Days (From the date of Issue of work order). (2)
(i) The tenderers should have minimum three years of experience as on 01.01.16 in works of similar nature
i.e . revamping , repairing and servicing of STP / ETP. (ii) Preference will be given to agencies having experience in the field of STP & ETP works in Govt.
Department offices/Staff quarters, industires etc. (iii) They should have undertaken/completed the following work in the last 3 years. (a) One similar work of value not less than 80 % of the value of work to be executed or (b) Two similar works, each of value not less than 50% of the value of work to be executed or ( c ) Three similar works each of value not less than 40% of the value of work to be executed (iv) The total annual turnover of the agency must not be less than Rs. 15.00 lacs (Fifteen lakhs only) (v) (a) Audited Balance Sheet of last three years i.e., 2012-13 and 2013-14, 2014-15, With Income and
Expenditure statement and Profit and Loss Account & Audit report of last three years. (b) Income tax statement of last three years with income tax clearance certificate. (c) VAT/Service Tax Registration certificate, All payments pertaining to, service tax should have been paid up to date. (d) PAN No. (vi) Earnest Money:-Rs. 20,000/-along with tender document in form of D.D in favour of “ESIC Fund A/c
No. 1” Bids received without EMD will not be considered and summarily rejected. (vii) The successful bidder have to deposit a sum of 10% as security money within 14 days from the Date
of Letter of Award of tender.
Contractors Signature with seal
Page 2
(3)Tender Document: - Tender documents containing terms & conditions can be downloaded from the
website www.esic.nic.in , http://esipgirnr.kar.nic.in. and the cost of tender document has to be submitted in
separate demand draft of Rs.1000.00 in favour of “ESIC Fund Account No.1” payable at BANGALORE
while submitting the tender document. (viii). Date of submission of Tender:- Up to 02:00 pm on 18.10.2016 in the tender box kept in PMD BRANCH, ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. Date of opening of Tender : - The tenders shall be opened in the presence of the tenderers who choose to be
present on 18.10.2016 at 2:30 PM in the PMD branch .In case, it is declared a public holiday, tenders shall
be received & opened as per above schedule on next working day. (ix) Incomplete, conditional or delayed bids will not be considered & summarily rejected.
Contractors Signature with seal
Page 3
INSTRUCTION TO THE TENDERERS 1. Sealed tenders under two bid system are invited from eligible contractors who are enlisted for STP /
ETP related works in central govt./state govt./ PSU/ Autonomous bodies and industries etc. in appropriate
class for the work of REPAIRING, REVAMPING & SERVICING OF 300 KLD STP & 36 KLD ETP AT
ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. 2. The amount of earnest money deposit (EMD) shall be Rs. 20,000/- only, which should be submitted
along with tender document in the form of D.D in favour of “ESIC Fund A/C No.1”. 3 . Tender form shall be completed in all respect. Incomplete tender or tenders without E.M.D shall be
treated as invalid. 4 . Last date & time of submission of tenders is on 18.10.2016, 2.00 PM
5. Date and time of opening of tender is 18.10.2016 at 02.30 PM . 6 . (i) Each and every page of the tender documents should bear the stamp and signature of the authorized
representative/quoting firm. Format I & II should be filled in without exception. 7. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in
rates, the rates written in words shall prevail and stand valid. 8. The envelope containing tender document shall be sealed and bear the name of work (Tender for STP)
and the name and address of the tenderer and addressed to Medical Superintendent. 9. The work site is ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE, The site can be visited
on any working day during office hours by contacting Engineer in-charge at ESIC MODEL
HOSPITAL,RAJAJINAGAR, BANGALORE in order to have an Idea of the Work. 10. The Competent Authority i.e MEDICAL SUPERINTENDENT ESIC MODEL
HOSPITAL,RAJAJINAGAR, BANGALORE, reserves the right to add/amend/modify/accept or reject any
tender or all tenders with out assigning any reason thereof and the decision of Medical Superintendent in
this regard is final. 11. Conditional tenders are liable to be rejected. 12. The tender form should be dropped in the tender box placed in the PMD branch, Tender sent through
post will not be accepted. 13. These instructions shall form a part of the contract document. 14. The EMD of unsuccessful tenderer shall be refunded after the award of work to the successful
tenderer.
Contractors Signature with seal
Page 4
15. Rates quoted shall be firm and fixed and are inclusive of cost of manpower, material, machinery,tools
and plant etc and all taxes (including service tax), duties and levies, insurance etc. no escalation of
whatsoever nature shall be payable thereafter. 16. Fraud and Corruption: The Bidders, Suppliers, Contractors and Consultants, shall observe the highest
standard of ethics during the procurement and execution of such Contracts. In pursuit of this,
(a) Defines, for the purposes of this provision, the terms set forth below as follows: (i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything
of value to influence the action of a public official in the procurement process or in contract execution.; (ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a
procurement process or the execution of a contract; (iii) “Collusive practice” means a scheme of arrangement between two or more Bidders, with or without the
knowledge of the borrower, designed to establish bid prices at artificial, no competitive levels. (iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, person or their
property to influence their participation in the procurement process or affect to execution of a contract. (b) Will reject a proposal for award if it determines that the Bidder recommended for aware has, directly or
through an agent, engaged in corrupt, fraudulent, collusive or coercive practice in competing for the
Contract in question. 17. Eligibility criteria: (i) The tenderer should have minimum three years experience in works of similar nature.
(ii) The tenderer should have undertaken/completed the following work in the last 2 years. (a) One similar work of value not less than 80 % of the value of work to be executed or (b) Two similar works, each of value not less than 50%of the value of work to be executed or (c)Three similar works each of value not less than 40% of the value of work to be executed 18. Submission of bids: Proposals should be submitted in two separate envelopes namely, Technical Bids
and Financial Bids. The technical and financial bids duly sealed in separate envelopes must be kept inside a
single third envelope and clearly super scribed as ) REPAIRING, REVAMPING & SERVICING OF 300
KLD STP & 36 KLD ETP AT ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. This third
envelope shall also contain the EMD.
Contractors Signature with seal
Page 5
19. Evaluation of Technical Bids: Bids received and found valid will be evaluated by the ESIC MODEL
HOSPITAL,RAJAJINAGAR, BANGALORE. ie (Nominated committee members) to ascertain the best-
evaluated bid for the complete work/ services under the specifications in accordance with tender
documents. The tenderer should take care to submit all the information sought by the ESIC MODEL
HOSPITAL,RAJAJINAGAR, BANGALORE. 20.The contractor must attach the relevant work experience certificate & work completion certificate issued
by appropriate departments for successfully completed the similar works mentioned in scope of work
during the last 3 years. a. Firm’s relevant experience and strength – Profile of agency, registration details, experience of similar
works, annual turnover, total manpower employed have to be attached. b. Qualification/ Related experience. c. In case photostat copies of certain documents are submitted in respect of profile of the firm in the format
I & II original documents will have to be produced by the biding firm /contractor for verification &
evaluation of Technical Bid. 21. Financial Bid: The financial bid of the tenderer, whose technical bid is found to be suitable, will be
opened in the presence of only those successful tenderer, who choose to attend the opening of financial bid. 22. Award of Work:- The selection of the agency will be at the sole discretion of the Medical
Superintendent who reserves its right to accept or reject any or all the proposals without assigning any
reason thereof. 23.. The work of REPAIRING, REVAMPING & SERVICING OF 300 KLD STP & 36 KLD ETP AT
ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. shall be awarded to the best qualified
responsive tenderer who have quoted lowest and agreed upon terms and conditions & specifications set in
tender document. Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer.
Duly filled Tender Document shall be deposited by hand delivery in the Tender Box kept in PMD Branch,
1st Floor, Administrative Block, ESIC Model Hospital, Rajajinagar, Bangalore on or before________ upto
2.00 PM at following address: MEDICAL SUPERINTENDENT ESIC MODEL
HOSPITAL,RAJAJINAGAR, BANGALORE-10.
24.In consideration of the corporation issuing the tender form to the tenderer through Website and
permitting him to submit his tender, the tenderer shall keep his offer open for acceptance by the corporation
for a period of three months from the date fixed for opening the tenderer or such further period as may
mutually to be agreed between the parties of the contract. Contractors Signature with seal
Page 6
25 . OBLIGATIONS OF THE CONTRACTOR: 25.1 The contractor shall ensure full compliance with tax laws and labour laws (Central) of India with
regard to this contract and shall be solely responsible for the same. The contractor shall submit copies of
acknowledgments evidencing filing of returns every year and shall keep the Employer fully indemnified
against liability of levies/ taxes, interest, penalty etc. of the contractor in respect thereof, which may arise. 25.2 Delayed /late tenders for whatever is the reason will summarily be rejected.
Contractors Signature with seal
Page 7
Format I
DETAILS OF TENDERER
Name of Work: REVAMPING, REPAIRING AND SERVICING OF EXISTING 300 KLD STP AND
36 KLD ETP AT ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE. 1 NAME OF TENDERING COMPANY / FIRM / TENDERER: ______________________________________________________________________________________
______________________________________________________________________________________ 2 NAME OF OWNER / DIRECTORS: ______________________________________________________________________________________
______________________________________________________________________________________ ______________________________________________________________________________________ 3 FULL PARTICULARS OF OFFICE: (a) Address:
______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ (b) Telephone No.:______________________________________________________________________ (c) Fax No.:____________________________________________________________________________ (d) EMail Address._____________________________________________________________________ 4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /. (a) Name of the Bank:
______________________________________________________________________________________ ______________________________________________________________________________________ (b) Address of the Bank: ______________________________________________________________________________________ ______________________________________________________________________________________ (c) Telephone No. ______________________________________________________________________ (d) Fax No.:____________________________________________________________________________ (e) E-Mail Address:_____________________________________________________________________ 5 REGISTRATION DETAILS:
Page 8 Contractors Signature with seal
(a) PAN / GIR No.___________________________________________________________________ (b) Service Tax Registration No._______________________________________________________ 6 DETAILS OF EARNEST MONEY DEPOSIT: (a) Amount (Rs.):___________________________________________________________________ (b) D.D. No. and Date:__________________________________________________________ (c) Drawn on Bank:__________________________________________________________________ (d) Valid up to:_____________________________________________________________________ The above format may be used to provide requisite details
Date: Place: Name: Seal: Signature of Tenderer NOTE:- Provide documents in support of the details provided in above format ,failing which the
authenticity of the information may not be accepted.
Contractors Signature with seal
Page 9
FORMAT II
E.S.I.C. MODEL HOSPITAL, RAJAJINAGAR, BANGALORE-10
Experience of Company (Experience of relevant and similar work of STP / ETP of last three years (certificate must attached with
the bid document)
S1.No Description
1 Project title and Location
2 Name of the Client Name
3 Address of the Client Name
4 Describe area of participation (STP / ETP)
5 Total Cost of the project
6 Present project if any
7 Any other details
NOTE: Supporting documents like certificates from the clients in support of each of the above projects to be
furnished. Signature of Contractor
Contractors Signature with seal
Page 10
DECLARATION
1. I, ………………………………………………………………… Son / Daughter of
Shri.................................................................... Proprietor / Partner / Director / Authorised
Signatory of ................................................................ am competent to sign this declaration and
execute this tender document. 2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my
acceptance of the same. 3. The information / documents furnished along with the above application are true and authentic to the
best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my tender at any stage besides liabilities
towards prosecution under appropriate law.
Signature of Authorized Person Date: Full Name: Place: Company’s Seal: Note.: The above declaration, duly signed and sealed by the authorized signatory of the company, should be
enclosed with Technical tender.
Contractors Signature with seal
Page 11
Technical Bid
E.S.I.C. MODEL HOSPITAL, RAJAJINAGAR, BANGALORE10
Check list of the documents to be submitted with the tender Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to
participate in the tender.
Sl.NO:
Description Confirm Sheet No.
1 EMD
2 Tender form with technical bid and Financial bid with all pages serially numbered, signed and stamped on each page
3 Audited Balance sheet of last three financial years
4 Income Tax statement of last three years
5 Attested photocopy of PAN
6 Service Ta Registration Certificate
7 Registration Certificate from appropriate Authority
8 Experience in the relevant Field work for last three years
9 Satisfactory completion of contract certificate from previous organization
10 Any other detail pertaining to STP / ETP work
Signature of Authorized Person Date: Full Name: Place: Company’s Seal:
Page 12 Contractors Signature with seal
ESIC MODEL HOSPITAL,RAJAJINAGAR, BANGALORE. NAME OF WORK :-REVAMPING, REPAIRING AND SERVICING OF EXISTING 300 KLD STP
AND 36 KLD ETP AT ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE.
GENERAL CONDITIONS OF CONTRACT:
Definitions and Interpretation 1. Definitions a) In the Contract (as hereinafter defined) the following words and expressions shall have the meanings
hereby assigned to them except where the context otherwise requires. (I) “Employer” means the ESIC Model Hospital, Rajajinagar, Bangalore10 and the legal successors in title
to ESIC Model Hospital, Rajajinagar, Bangalore-10. (ii) “Engineer” means the person appointed by ESIC act as Engineer for the purposes of the contract. (iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or not,
that has entered into contract (with the employer) and shall include his/its heirs, legal representatives,
successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the
employer, in writing and approval obtained for continued performance of the contract. (b)
(i) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter of
acceptance, the Contract Agreement (if completed) and such further documents as may be expressly
incorporation in the letter of Acceptance or Contract Agreement ( if completed). (ii) “Specification” means the specification of the Works included in the Contract and any modification
thereof. (iii) “Drawings” means all the completion drawings, calculations and technical information of a like nature
provided by the Engineer to the Contractor under the Contract and all drawings, calculations, samples,
patterns, models, Repair and Maintenance manuals and other technical information of a like nature
submitted by the Contractor and approved by the Engineer. (iv) “Bill of Quantities” means the priced and completed bill of quantities forming part of the tender. (v) “Tender” means the Contractor’s priced offer to the Employer for the execution and completion of the
works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid “and the
words “Tender Documents” with “Bidding Documents”.
Page 13 Contractors Signature with seal
(vi) “Letter of Acceptance” means the formal acceptance of the tender by Medical Superintendent. (vii) “Contract Agreement” means the contract agreement (if any)
(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 Repairing, revamping and servicing
of existing 300 KLD STP and 36 KLD ETP at ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE. (d) “Taking over Certificate” means a certificate issued by employer evidencing successful completion of
the awarded work. (e) (i) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the Contractor for
the execution and completion of the Works and the remedying of any defects therein in accordance with the
provisions of the Contract. (ii) “Retention Money” means the aggregate of all monies retained by the Employer. (f) (i) “Works” means the Permanent Works and the Temporary Works or either of them to be executed in
accordance with the contract. (ii) “Site” means the places provided by the Employer for Repairing, revamping and servicing of existing
300 KLD STP and 36 KLD ETP 2. ENGINEER Engineers Duties and Authority a) The Engineer shall carry out the duties specified in the Contract and he has the full right to carry out the
laboratory test of material used in work and the contractor has to carry out such test at his own cost
(contractor cost) for which no claim shall be admissible by the ESIC MODEL HOSPITAL,
RAJAJINAGAR, BANGALORE. 3. Custody and Supply of Drawings and Documents The Drawings shall remain in the sole custody of the employer/Engineer, but copies as required thereof as
per availability in the record shall be provided to the Contractor free solely for the purpose of this contract. 4. Sufficiency of Tender The Contractor shall be deemed to have based his Tender on the data made available by the employer and
on his own inspection and examination of this site conditions.
Contractors Signature with seal
Page 14
5. Contractor’s Employees The Contractor shall provide on the site qualified and experienced technical staff in connection with the
repair and Maintenance STP/ ETP and the remedying of any defects therein. 6. Engineer at Liberty to object. The Engineer shall be at liberty to object and require the contractor to remove forthwith from the Works
any person provided by the contractor who, in the opinion of the Engineer, misconducts himself, or is in
incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise
considered by the Engineer to be undesirable, and such person shall not be again allowed upon the Works
without the consent of the Engineer. Any person so removed from the works shall be replaced as soon as
possible by a qualified person approved by the Engineer incharge. 7.Safety, Security and Protection for the Environment The Contractor shall, throughout the execution and completion of the Works and the remedying of any
defects therein: (i) Have full regard for the safety of all persons entitled to be upon the Site and keep the Site ( so far as the
same is under his control) and the Works ( so far as the same are not completed or occupied by the
Employer) in an orderly state appropriate to the avoidance of danger to such persons, and (ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and
where necessary or required, by the Engineer or by any duly constituted authority for the protection of the
Works or for the safety and convenience of the public or others, and (iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or
nuisance to persons or to property of the public or others resulting from pollution, noise or other causes
arising as a consequence of his methods or Repair. (a) Insurance of work by the Contractor for his liability: (i) During the Repair and Maintenance period for loss or damage to property and life arising from a cause
for which contractor is responsible. (ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out by him for the
purpose of complying with his obligations. It shall be responsibility of contractor to notify the Insurance Company of any change in the nature and extent of the works and to ensure the
adequacy of the Insurance cover at all times during the period of contract.
Page 15 Contractors Signature with seal
8. Damage to Persons and Property The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer
against all losses and claims in respect of: (a) Death of or injury to any person, or (b) loss or damage to any property (other than the Works):Which may arise out of or in consequence of
the Repair and Maintenance of the Works and the remedying of any defects therein, and against all claims,
proceedings, damages, costs, charges and expenses whatsoever in respect thereof. 9. Accident or injury to Workmen: The Employer shall not be liable for or in respect of any damages or compensation payable to any
workman for death or injury resulting from any act or default of the contractor. The Contractor shall
indemnify and keep indemnified the Employer against all such damages and compensation and expenses
whatsoever in respect thereof or in relation thereto. 10 Evidence and Terms of Insurance: The Contractor shall take out appropriate insurance to cover his work and workers and staff employed by
him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after the
respective insurance have been taken out but in any case prior to the start of work at the Site that insurance
required under the Contract have been effected. 11. Compliance with Statutes, Regulations: The Contractor shall conform in all respects, including by the giving of all notices and the paying of all
fees, with the provision of: a. Any national or State Statute, ordinance, or other law, or any regulation, or byelaw of any local or other
duly constituted authority in relation to the execution and completion of the works and the remedying of
any defects therein, and b. The rules and regulations of all public bodies and companies whose property or rights are affected or
may be affected in any way by the works, and the Contractor shall keep the Employer indemnified against
all penalties and liability of every kind for breach of any such provision. c. It is mandatory for contractor to pay minimum wages as notified by appropriate govt from time to time
while submitting the bid the vendors are advised to take into consideration that the minimum wages are
revised in every six months no escalation in the tender bid submitted by vendor will be excepted later on
this account.
Page 16 Contractors Signature with seal
12.Time for completion: The time for completion of the above said work is 1 month from the issue of work order.
13.Extension of Time for Completion: The contract may be extended upon the consent of both the party (ESIC and Contractor firm), but the final
decision will be taken by Medical Superintendent after evaluating the actual condition and the feedback
received from the engineer in-charge of work. 14. Defect identification and its rectifications: Agency shall immediately attend the defects and complaints noticed at site. Defect Liability period shall be
12 months from the date of completion of work under BOQ measurable works. The contractor shall rectify
at his own expenses any defect in the work carried out by him during this period. On failure of the
contractor to do so, the same shall be completed by the employer at the risk and cost of the contractor. 15. Liquidated damages for delay. If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of
engineer delay is on the part of Contractor firm /agency, the employer can impose liquidated damages on
the contractor as detailed in the particular conditions. 16. Contractor’s Failure to carry out Instruction. In case of default on the part of the Contractor in carrying out defect rectification works, the Medical
Superintendent, ESIC Model Hospital, Rajajinagar, Bangalore shall be entitled to employ and pay other
persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to
do at his own cost under the Contract, then all costs including penalty for delay in attending to the
complaint consequent thereon or incidental thereto shall be determined by the Engineer and shall be
recoverable from the Contractor by the Employer, and may be deducted by the RD from the money Payable
to Contractor. 17. Instructions for Variations (a) Quantities given in the BOQ are indicative only. The quantity of any particular item may vary to any extent. Variation in quantity in particular items or total
exclusion of certain items of BOQ/quantity would be considered for payment subject to be verified by
engineer Incharge as per regulating norms. (b) Notice to be given by the contractor for execution of Planed works: It shall be duty of the contractor to give notice of at least three working days for execution of planned civil
Works like that prior sanction may be obtained to start the work and also to check the quality of materials to be
used. If no notice is given, the work executed will not be considered for payment.
Page 17 Contractors Signature with seal
MEASUREMENT 18. Works to be measured The Engineer shall determine by the measurement of the value of actual work done in accordance with the
Contract and the Contractor shall be paid proportionately. Part rate shall be made for any part of BOQ items
not fully executed. Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the
part rate for any particular item. 19. Method of Measurement The works shall be measured net, notwithstanding any general or local custom, except where otherwise
provided in the Contract. 20. The tenderers are advised to visit site and other documents pertaining to the work and samples of
materials by making prior appointment with the accepting officer giving sufficient time, tenderers shall be
deemed to have full knowledge of all relevant documents, samples, site etc., whether he/they have
inspected them or not. 21. The Contractor shall visit the site to acquaint himself/themselves with site/working conditions in details
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.
CERTIFICATES AND PAYMENTS 22. Bill Statements The contractor shall submit a bill in 3 copies to the PMD Branch of ESIC MODEL HOSPITAL,
RAJAJINAGAR, BANGALORE. 23. Deduction of Income Tax The amount to be deducted towards the advance income tax shall be at the rate applicable.
24. Bill Payments After submission of bill complete in all respects by the contractor, shall check the bill with the help of
contractor and certify for payment within 15 days after the verification done by the Engineer in Charge of
ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE. 25. Performance Guarantee Within two weeks of award of work, the Contractor shall submit a Performance Security money for proper
performance of the contract for an amount equivalent to 10% of the value of the contract. The performance
guarantee/Security money shall be valid for the duration of the contract
Page 18 Contractors Signature with seal
period plus 365 days (12 months) i.e till completion of defect liability period. The performance security can
be en cashed by the Employer to recover any amount which is payable by the contractor to the Employer on
any account for a cause arising out of the contract. 26. Final Certificates Within 28 days after receipt of the Final Statement, and the written discharge, the Engineer shall issue to
the employer (with a copy to the Contractor).The work completion certificate will be issued by engineer in-
charge ( ESIC MODEL HOSPITAL, RAJAJINAGAR, BANGALORE) of the above stated work. 26.1 Default of Contractor 25.1 If the performance of the contract and is not satisfactory and not corrected within 15 days of receiving
notice, then the MEDICAL SUPERINTENDENT ESIC MODEL HOSPITAL, RAJAJINAGAR,
BANGALORE shall be at liberty to terminate the contract and get the work executed through other means
at the risk and cost of the Contractor. 26.2 Payment on Termination In the event of termination of the contract, ESIC shall be at liberty to get balance work done at the risk and
cost of the contractor and due payment of the contractor, if any, shall be released after the completion of
whole of the works. 27. Amicable Settlement of Dispute The party shall use their best efforts amicably all disputes arising out of or in connection this contract or the
interpretation thereof. 28. Arbitration Any dispute and differences relating to the meaning of the specifications, designs, drawings and
instructions herein before mentioned and as to the quality of workmanship of materials used in the work or
as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the
contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise
concerning the works or the execution or failure to execute the same whether arising during the progress of
the work or after the completion or abandonment thereof in respect of which, Amicable settlement has not
been reached. Shall be referred to the Sole Arbitration of the MEDICAL SUPERINTENDET ESIC
MODEL HOSPITAL, RAJAJINAGAR, BANGALORE who shall proceed as per the Arbitration Act. 28.1. The work under the contract shall continue, during the Arbitration proceedings. 28.2. The award of the Arbitrator shall be final, conclusive and binding on both the parties.
Page 19 Contractors Signature with seal
Indemnification: The Contractor at all times should indemnify ESIC against all claims, damages or
compensation under the provisions of Payment of Wages Act, 1936; Minimum Wages Act, 1948;
Employer’s Liability Act, 1938; the Workman Compensation Act, 1923; Industrial Disputes Act, 1947;
Maternity Benefit Act, 1961; or any modification thereof or any other law relating thereto and rules
made there under from time to time.
ESIC will not own any responsibility in this regard.
JURISIDICTION OF COURT
The courts at BANGALORE shall have the exclusive jurisdiction to try all disputes, if any, arising out of
this agreement between the parties.
Particular Conditions of Contract CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by the
Engineer shall be followed. As the work will have to be carried out in around the Hospital complex building and area in use the
contractor shall ensure:- 1.That the normal functioning of ESI Hospital is not effected as far as possible. 2. That the work is carried out in an orderly manner without noise and obstruction to flow of traffic. 3. All rubbish / garbage etc. is disposed off at the earliest and the place is left clean and orderly at the end
of each day’s work. 4.The Contractor shall ensure that his staff are qualified for their part of work. He shall be responsible for
their conduct. The staff should behave in a courteous manner. The contractor is held responsible for any
loss or damage to ESIC property. 5.The contractor shall ensure safety of his workers and others at site of work and shall be responsible for
any consequence arising out of execution of the repairing & servicing. 6. When instructed to do so, the contractor shall ensure proper record keeping and storing of
irreparable/dismantled material. 7. Subletting the contract will not be permitted. 8. The tenders are required to take into account which quoting their rates, all Factors including any
fluctuation 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.
Contractors Signature with seal
Page 20
Scope of Work:-
1. Bar screen Chambers - Repairing and servicing as per site conditions.
2. Equilisation Tank – Cleaning to be done with required chemicals as per the specifications and
precautionary measures to be taken while carrying out the work.
3. Aerator diffuser to be repaired , serviced as per the site conditions.
4. Necessary cleaning of aeration tank to be carried out by mechanical means as per tender specification.
5. Butterfly valves where ever required should be provided of standard make and also servicing and
repairing of the existing butterfly valves.
6. Supplying and providing of new submersible motor pumps of approved brand as per tender specification
including necessary warranty, guarantee.
7. Sand Filter media – servicing including removing and filling of new media to be carried out as per the
site condition.
8. Clarifier drum MS, Stirrer, Gear box, repair , servicing to be carried out as per tender specification and
site condition.
9. Aerator II – new to be fitted as per the site requirements / old to be repaired and serviced as per site
provisions.
10. Sludge pump of various required capacity – new to be installed of approved brand as per the tender
specification.
11. Blowers – Oil servicing to be carried as per the tender specification.
12. Flow meter – new one to be installed of approved brand at the inlet and the outlet.
13. Necessary Painting to be carried to all the existing pipe lines as per site condition and as tender
specification.
14. Air blower belts to be changed where ever required.
15. MS checkered plate to be provided for all chambers including necessary painting as per tender
specification.
16. Repairing and servicing of screw pumps as per the site condition and tender specification.
17. Aerator GI pipes to be provided as per the site conditions.
18. Removing of the sludge by mechanical means and disposing away from the site.
Contractors Signature with seal
Page 21
Bill of Quantity (BOQ)
S1. No Description of item Unit Quantity Rate Amount
1 Dewatering / De-Silting of Sludge , removing from the under ground sump tank, chlorination, Chemical dosing of tank , disposal/ removal of sludge by mechanical means etc. complete as per site condition (both STP & ETP)
KLD 300
2 Supplying and fixing of 'B' Class MS pipe of approved make quality confirming to Is etc. (0125 mm ) 5” dia and 4 mm wall thickness for distribution of air
Metre 40
3 Supplying and fixing of fittings , MS elbow, Flange, Brass Valve, pipe, nipple, nuts and bolts, gas kit pads and reducers etc,. Complete
Nos. 35
4 Supplying , Providing and fixing in position MS angle frames 50 X 50 X 6 mm thick and 6 mm thick checker plates welded to frame including necessary enample paint red oxide etc,. Complete for Man hole cover for pits (14 nos. with different size)
Kg 1400
5 Supplying and Providing and fixing heat resistant hose for blower , air flow including fittings of approved make etc,.
Rolls 5
6 Supplying and fixing in position 3 HP , 10 meter head raw effluent cutter submersible pump for ETP of Kirloskar, Grunfos or ABS or any other approved make with guarantee , warrante certificate, test certificate etc.,
Nos. 2
7 Providing , supplying and fixing in position tube diffusers suited to the existing plant etc., complete
Nos. 40
8 Providing , supplying and fixing in position disk diffusers suited to the existing plants
Nos. 10
9 Supplying and filling , spreading, leveling filter medias for sand filter with 15 mm to 40 mm size pebbles , course sand, fine sand of required thickness as per design, sylex pebbles, filling layer by layer including cost of all materials, labour, lead lift as per site condition
Lot 1
10 Supplying and filling , spreading, leveling for carbon filter with 15 mm to 40 mm size pebbles antrocite of required thickness including cost all material including labour, lift as per site
Lot 1
condition
11 Providing , supplying and fixing in position 5 HP cutter submersible pump of approved make kirloskar, grundfos , ABS or any other approved make with guarantee , warantee certificate, test certificate etc., complete
Nos. 2
12 Supplying and fixing of UPVC pipes approved make with all fittings and fixtures etc,. Complete as directed by Engineer In Charge of different dia 100 mm , 80 mm, 40mm
Lot 1
13 Supplying providing and fixing in position blower non return valve of approved make etc,. Complete
Nos. 3
14 Supplying , Providing and fixing of Oil seals of approved make and brand etc,. Complete
Nos. 50
15 -Do- blower bearings of approved make and brand etc., complete
Nos. 12
16 “ - Do-” Blower gasket of approved make and brand etc., complete
Meter 6
17 “ -Do- “ Grease / Ana-bond
Lot 1
18 Repairing and Servicing of existing motor pumps, Air blowers including necessary fabrications as per site conditions for STP etc,. Complete
Lot 1
19 Providing and applying two coats of synthetic enamel paints on all steel surfaces including all necessary preparation work, cleaning inclusive of one coat of primer etc,. Complete as per site condition
19(a) on new surface (Two coat)
Sqm 40
19(b) on old surface (One or more coat)
Sqm 40
20 Providing and applying two or more coats of synthetic enamel paint on existing pipe line including cleaning etc., complete
20(a) 100 mm dia steel pipe
Meter 20
20(b) 40mm dia Steel pipe
Meter 30
21 Purity of sewage water for BOD, COD , TSS Set 1
etc., NABH certified lab report.
22 Earth work excavation in trenches for man hole chamber / laying of pipeline by mechanical means over areas.(exceeding 30cm indepth but not exceeding 1.5 m depth or width exc wide or 10 sqm on plan) of any kind of soil including dressing of sides and ramming of bottoms, lift upto 1.5m, including getting out the excavated soil of bottom lift upto 1.5m and disposal of surplus excavated soil as directed, within a lead of 50m
Cum 30
23 Constructing brick masonry man hole 1.52 m internal dia at bottom and 0.56 m dia at top in cement mortar 1:4 (1 cement : 4 Coarse sand) inside cement plaster 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement, foundation concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40 mm nominal size) and making necessary channel in cement concreate 1:2:4 ( 1 cement : 2 coarse sand : 4 gradedstone 20 mm nominal size) finished with a floating coat of neat cement, all complete as per standard design : 2.30m deep with SFRC Cover and frame (heavy duty HD-20 grade designation) 560 mm internal diameter conforming to I.S.12592, total weight of cover and frame to be not less than 182 Kg and fixed in CC 1:2:4 with 20 mm graded stone aggregate 20mm nominal size)including centering, shuttering all complete. (Excavation, foot rests and 12 m thick cement plaster at external surface )
Each 02 nos.
24 Supplying and laying in trenches 225mm dia (outer dia) low density PVC Pipe 6 kg/F/Sqm working pressure with special flange, compressive type fittings, including cost of all materials or labour charges; HOM of equipments and testing complete as per specification MR
Rmtr 30