name of work :-repair and maintenance (civil and ... · repair and maintenance (civil and...
TRANSCRIPT
1
Seal & Signature of Bidder
Signature of ESIC Official
REGIONAL OFFICE (KARNATAKA)
EMPLOYEES' STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India)
No. 10, BINNYFIELDS, BINNYPET BENGALURU-560 023
Ph:080-26742485 FAX:080-26741307
Web Site: www.esic.nic.in & www.esickar.gov.in
--------------------------------------------------------------------------------------------------------------------------------------------
NOTICE INVITING e-TENDER
BID DOCUMENT
Name Of Work :-Repair and Maintenance (Civil and Electrical)
services in ESIC NURSING COLLEGE Indira Nagar Bengaluru
2019-2020
--------------------------------------------------------------------------------------------------------------------------------------------
2
Seal & Signature of Bidder
Signature of ESIC Official
Sl. Item Details
1 Name of work Repair and Maintenance (Civil and Electrical) services in ESIC
NURSING COLLEGE Indira Nagar Bengaluru 2019-2020
2 Time for
Completion 365 Days
3 Estimated Cost Rs. 4061782/- (Rs. Forty Lakh sixty one thousand seven hundred eighty two only)
4
Earnest Money Deposit
(EMD)/Cost of Tender
The Total amount of Rs. 81736./-(EMD Rs 81236 /-+Cost of Tender Rs 500/-) which shall be in the form of Demand Draft Or Bankers Cheque scheduled Bank issued / drawn in favor of ‘ESI FUND ACCOUNT No.1’, payable at Bengaluru. The unsuccessful bidder will get only EMD amount.
Note: - Exemption letter of EMD issued by any Government bodies are Not Valid.
5 Tender Document
The tender document may be downloaded from www.esic.nic.in/tenders, www.esickarnataka.gov.in and https://esictenders.eproc.in from 28/02/2019 to 11/03/2019 upto 11 hrs
6 Last Date of submission
Technical bid and Financial bid must be submitted online at https://esictenders.eproc.in during the period 28/02/2019 to 11/03/2019 upto 11 hrs. further Only those who participated in online process the hard copy of tender(Financial and Technical ) have to be drop the sealed tender in tender box placed in the RO office Bengaluru.
7 Pre Bid Meeting Pre Bid Meeting will be held on 06/03/2019 at 15 hrs.
3
Seal & Signature of Bidder
Signature of ESIC Official
8 Date of opening of
tender
The technical bids of tenders shall be opened in the presence of the tenderers who desire to be present on 11/03/2019 at 15 hrs in Conference Hall at 3rd Floor, RO Binnypet,Bengaluru. In case 11/03/2019 is declared a public holiday, tenders shall be opened as per above schedule on next working day. The date for opening of Financial Bids of those bids who are found technically qualified shall be communicated separately. Further it is advised that hard copy of the financial bid and the technical bid may be dropped duly sealed into the tender box placed in the Regional Office of ESI Corporation situated in Bangalore.
Table of Contents
TERMS & CONDITIONS (Annexure A) ............................................................................................ 7
SECTION-I Introduction and scope of work ................................................................................ 11
TECHNICAL BID (Annexure B) ................................................................................................... 18
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS ............................ 20
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS ............... 26
FINANCIAL BID (Annexure C) ...................................................................................................... 28
MAN POWER DEPLOYMENT AND WAGE SCHEDULE ........................................................... 28
CIVIL MATERIALS ....................................................................................................................... 29
Electrical Materials ....................................................................................................................... 48
Civil Item Work ............................................................................................................................. 59
SUMMARY OF SCHEDULES .................................................................................................... 65
DECLARATION FROM BIDDER (Annexure D) .............................................................................. 67
DETAILS OF STAFF (Annexure E) ................................................................................................. 68
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)....... 69
SECTION III .................................................................................................................................. 70
SPECIAL TERMS AND CONDITIONS........................................................................................... 70
4
Seal & Signature of Bidder
Signature of ESIC Official
Section IV ...................................................................................................................................... 72
GENERAL CONDITIONS OF CONTRACT (GCC) .......................................................................... 72
COMPLAINT REGISTRATION FORM( Annexure – G) ................................................................ 85
Important Instructions for Bidders(Annexure H) ................................................................................ 87
Sir/Madam
Subject: ESI Corporation Regional Office, (Karnataka) invites E-Tender from registered agency in
CPWD/KPWD/MES/Railways/Statutory bodies/PSU departments for Repair and Maintenance (Civil
and Electrical) & services, providing operating personnel for operation and Maintenance of LT Panel,
Compact Sub-station, internal Electrification, periodical servicing, internal water supply, sanitary,
plumbing, storm drainage system and other allied works at Nursing College Indira Nagar Bengaluru
2019-2020 on contractual basis for a period of one year under two bid system.
2. The tender document can be downloaded from www.esic.nic.in, and https://esictenders.eproc.in from
28/02/2019 onwards. The interested bidders should submit the tender online at https://esictenders.eproc.in in
the prescribed Performa. The last date and time for submission of tender online is 11/03/2019 upto 11 hrs.
3. All the Bidders are advised to go through the “Important Instructions to Vendors” placed at
Appendix ‘G’ for registering themselves with e-Procurement Portal https://esictenders.eproc.in to participate in
e-Tendering.
4. The main eligibility conditions are:-
(i) The applicant should have also successfully completed similar work in building repair/maintenance(civil &
electrical) and services of equipments in central Govt. office / State Govt. office / attached office / Statutory
bodies / PSU departments during last three years ending < last day of the month previous to the one in which
applications are invited > either of the following:
a) Three similar completed works costing not less than the amount equal to 40% of estimate cost put to tender.
Or
b) Two similar completed works costing not less than the amount equal to 60% of estimate cost put to tender.
Or
c) One similar completed works costing not less than the amount equal to 80% of estimate cost put to tender.
5
Seal & Signature of Bidder
Signature of ESIC Official
(ii) The bidders/Associate/Contractor should have a valid labor license and Registered / Branch Office in
Bengaluru .
5. Apart from online E-tender the documents should also be submitted by eligible bidders in the
Performa downloaded from the website in two separate Bids i.e. - Technical and Financial, as per prescribed
Performa (Annexure ‘B’ and Annexure ‘C’) to this office. The hard copy along with necessary documents of
the two Bids should be submitted in two separate sealed envelopes super scribed "Technical Bid for ESI
Nursing College Indira Nagar Bengaluru 2019-2020’’ ". Both sealed envelopes should be put in a third sealed envelope super scribed "Tender for Repair and
Maintenance (Civil and Electrical) in RO, ESIC, Bengaluru". The bid shall be valid for 180 (one hundred and
eighty) days from the last date of tender submission.
6. The contractor / agency should submit the sealed envelope containing the two bids in the tender box
kept in 1st floor at ESIC, Regional Office, and Bengaluru in person or sent through registered post, so as to
Each this office by 11/03/2019 on or before 11 hrs Quotations/bids received after 11 hrs on 11/03/2019 will
not be accepted / entertained
7. The Technical Bid should be accompanied by an Earnest Money Deposit (EMD)+ Cost of tender
amounting to Rs 81736/- (Rupees Eighty One Thousand Seven Hundred Thirty six only) in the form of
Demand Draft/Pay Order from a nationalized/commercial bank drawn in favor of E.S.I. Fund A/c No. 1,
payable at Bengaluru. It should remain valid for a period of 90 days submission of tender. In the absence of
EMD, the tender shall be rejected summarily. The earnest money shall be refunded to the unsuccessful bidders
after finalization of the contract. It shall be refunded to the successful bidder on receipt of performance
Guarantee of 5% of Tendered amount. No interest is payable on the EMD.
8. The declaration form as per Annexure ‘D’ should be submitted along with the technical bid.
9. Technical Bid shall be opened on 11/03/2019 at 15 hrs in ESIC, Regional Office (Karnataka) in the
presence of bidders who wish to be present. The Financial bid will be opened only if the applicant/Contractor
fulfills the stipulated conditions for technical bid. After scrutiny of the technical bids, financial bid will be
opened in respect of bidders who qualify in Technical bids on the next day.
10. The period of this contract shall be for one year from the date of award of contract. The same shall
be extendable only at the discretion of the ESIC subject to satisfactory completion of work during the contract
period/extended contract period. The decision of the ESIC shall be final and binding on the contractor in this
regard.
11. Each page of the Tender document should be signed and stamped by authorized representative of
bidder in acceptance of the terms and conditions laid down by ESIC. The tenderer shall also enclose the latest
all applicable tax clearance (income tax, GST, cess etc) certificate and ESI, EPF payment proof.
11.A In case of any increase or decrease of co-efficient of ESI/EPF/GST, necessary action will be taken by
this department to pay/recover the difference actual amount paid for the compliance. For this purpose base date
will be taken as 01.01.2019.
12. Any additional conditions/ deviation by the bidders, whatsoever shall be rejected.
6
Seal & Signature of Bidder
Signature of ESIC Official
13. The agency / contractor shall quote the rates in English language and International numerals. These
rates shall be entered in figures as well as in words. In case of difference in rates between words and figures,
rates mentioned in words shall be treated as valid and final.
14. All entries in the bids shall be typed / written in ink. Erasers and over writing are not permitted and
may render such quotations liable for rejection. The bidders shall duly attest Each cancellations and insertions.
15. ESIC reserves itself to allot the work partly or wholly to single or different contractors. ESIC do not
bind itself to accept the lowest or any quotation and reserves the right to reject any or all the quotations in full
or part, without assigning any reasons thereof.
16. The bidders must obtain for himself on his own responsibility and at his own cost all the information
which may be necessary for the purpose of submitting a quotation and entering into a contract and may visit
the sites and inspect the buildings to be maintained and acquaint himself with all the local conditions, means of
access to the work, nature of work, and all matters pertaining thereto. Once the bidder submits the quotations
for the work, no claim at later date on account of insufficient knowledge of the site and working conditions will
be entertained. It is understood that the bidder has satisfied himself on the information and knowledge required
before submitting the quotation.
17. The offer shall include all taxes and duties levied from time to time. Necessary documentary
evidence as and when called for must be furnished in support of having paid the taxes / duties for reimbursing
the same.
18. If the bidders deliberately give wrong information in his bids, ESIC reserves the right to reject such bids at
any stage or to cancel the contract, if awarded and forfeit the Earnest Money/Performance Guarantee /Security
deposit/any other money due.
19. The contract will be awarded on acceptance of terms & conditions as per Annexure ‘A’.
20. The financial bid & technical bid received without the signature of authorized person will not be
entertained and will be rejected.
21. Bidders shall quote for all item of works failing which the bid shall be considered non responsive.
Conditional Tenders / Tender incomplete in any form will be rejected outright.
22. No bidder will be allowed to withdraw after submission of the tenders within the bid validity period
otherwise the EMD submitted by the bidding firm would stand forfeited.
23. In case the successful bidder declines the offer of Contract, for whatsoever reason(s), his EMD will
be forfeited.
24. The successful agency shall not sub-let part of the contract work without written permission of the
ESIC. The agency is fully responsible for all execution, satisfactorily as per the terms & conditions of the
contract awarded to him.
25. Any dispute or difference whatsoever arising between the parties out of or relating to the
construction, meaning, scope, operation or effect of this contract or the validity or the brEach thereof shall be
settled by Arbitration by sole arbitrator to be nominated by The Additional Commissioner/Regional Director,
ESIC, Karnataka. The provisions of arbitration & conciliation Act-1996 as amended up to date, shall apply to
such arbitration proceedings. The venue of arbitration shall be Bengaluru.
26. Emergency work shall be completed within 24 hours and other works within 7 days, failing so
penalty clause will be applicable.
27. Successful tendered may be required to establish office on temporary basis during the work period
within the site of work in the space provided by ESIC and details of approved specification would be made
available at the location head(ph no. 080-26742485).
28. The contractor may visit the site of work on any working days during office hours before the closure
of this tender.
29. The Additional Commissioner/Regional Director, ESIC, Regional Office (Karnataka) reserves
the right to withdraw/relax any eligibility criteria and in such a situation the bidders will be given
sufficient time to take such changes into account. However, no relaxation will be given as far as statutory
7
Seal & Signature of Bidder
Signature of ESIC Official
requirements are concerned, explicit/implicit
Sd/-
Additional Commissioner/ Regional Director
ESI Corporation (Karnataka)
Annexure A
TERMS & CONDITIONS (Annexure A)
1. Minimum Qualification and Experience
Sl No. Type of work man Category Min.Qualification
Min
Experience No. of
worker
1 DG/Lift/Pump Operator (Semi Skilled) ITI 2 years 1
2 HVAC Operator/AC Technician (Semi Skilled) ITI 3 years 1 3 Fire man/ Technician (Semi Skilled) ITI 2 years 1 4 Supervisor cum Electrician ( Skilled) ITI 3 years 1 5 Plumber (Semi Skilled) ITI 3 years 1 6 Carpenter ( Skilled) Matriculate 5 years 1 7 Helper Cum Sewer man Civil (Un Skilled) Non Matriculate 1 year 1
Note: - The number of manpower required is likely to increase or decrease depending upon the actual requirement.
2. The contractor shall ensure the regular supervision and control by the contractor himself or by his supervisor
on the workmen deployed by them under due intimation.
3. The bidders should have sufficient employees on its rolls or rolls of its Associates/Contractor specifically
trained for Repair and Maintenance (Civil and Electrical) work.
8
Seal & Signature of Bidder
Signature of ESIC Official
4. The contractor shall also submit the details and two copies of their passport size photographs of its workers to
ESIC as per Annexure ‘E’ and they should certify the antecedents and background verified.
5. The workmen engaged by the contractor / agency shall observe safety precautions connected with the work
as stipulated in the relevant statutes.
6. Contractor shall provide shoes, masks and gloves as basic needs to protect the health from the very nature of
duties performed by their employees.
7. The staff employed by the contractor for performance of the contracted jobs, shall be of sound health, be
mentally alert and physical fit. The contractor shall be bound to change the personnel deployed, if any, if found
unsuitable by ESIC and decision of the ESIC in this regard shall be final and binding on the contractor.
8. In the absence of personnel’s, alternate arrangements shall be made, failing which suitable deductions shall
be made in the contractor’s monthly bill.
9. Any miscellaneous work related to cleaning as allotted by this office will have to be done at no extra cost. No
work shall be carried out without the knowledge of this office.
10. The workmen will work in an orderly manner without causing damage / loss to the Corporations property or
equipment. The Contractor is responsible for making good any damage / loss to Corporation’s property / equipment
in case of such damage by his workmen, failing which the amount incurred shall be recovered from the bill.
11. At the time of the execution of the work, the workmen should be in proper uniform and wear identity cards.
The contractor shall be responsible for any injury / loss of life caused to persons or things,
(fittings/fixtures/furnishings, etc) any damage caused to any property of ESIC etc, which may arise from the
operations or neglect of any person of the quotations/contractor team or any person engaged by him for any purpose
related to the execution of this contract. The bidder / contractor shall indemnify ESIC against all liabilities arising out
of these operations in any way under any acts of the Government and also in award of any compensation or damaged
consequent upon any claim arising out of above.
12. ESIC shall not be liable for any breach or delay in carrying out any of the contractual obligations as result of
strike, lock out, industrial / labor disturbance, fire / accidents damages, any act of God, riot, war or any conditions
arising from similar causes beyond the control of the Corporation.
13. Contractor shall indemnify and keep ESIC indemnified against brEach of Acts, Rules, Laws and Regulations
and / or non compliance thereto by its employees. In case of delay in attending / non attending of complaint due to
shortage of labour for or otherwise within the time specified by the Authority and if the work get executed thorough
other agency then the expenditure so incurred plus 10% of the same shall be recovered from the contractor’s
payment. In case of any dispute, the decision of Regional Director of ESIC, Bengaluru shall be final and binding on
the contractor.
14. The bidder/contractor shall indemnify ESIC under Workmen’s/Worker’s compensation Act, Personal Injuries
Act, Insurance Act, etc and or other Industrial Legislation in force from time to time. The contractor shall be
responsible for any violation/non-compliance of the Labour laws and ESIC shall stand indemnified against any claim
or compensation of whatsoever nature in this regard by the bidder/contractor.
15. Materials: The contractor should keep minimum inventory for common miscellaneous sundry materials like
9
Seal & Signature of Bidder
Signature of ESIC Official
latest sealing material, washer, nut bolts, nails, screws, blade, Insulation tape, Zinc paste, cleaning compound, Fuse
wire, lugs, hacksaw, other tools and plants, soap, broom, waste cloth and thread etc which is a necessity for attending
day to day repair works/complaints. The rate quoted shall be deemed to be included for this provision also. Tools also
to be provided by the Contractor. The materials used for repair/replacement should be conforming to BIS
standards/CPWD specification/materials of good quality available in the market. Sample of materials to be
supplied/used may be produced and got approved from the concerned Engineer I/c/BO/Office in Charge. If specified
approved material mentioned in this tender is not available, then necessary certificate need to be submitted from
manufacturer/authorized dealer. In case of non availability of approved item, equivalent brand shall be selected in
consultation with the concerned ESIC Officers/Engineers and any nominated staff.
Further if any Item which are to be used & rate not already approved (non tender item), the contractor has to
obtain prior approval of the competent authority and purchase bills to be submitted along with the monthly bill in the
prescribed format.
16. The ESIC reserved the right to increase or decrease of man power deployment or quantity of materials or item
of work. The contractor should not have any objection in carrying out the work at the quoted rates.
17. Escalation: No escalation in case of Repair and Maintenance (Civil and Electrical item of works and
materials) service provided in ESIC on any account shall be permitted after the submission of the quotations and
during the currency or extended period of the contract. However the escalation in the wages on account of increase in
the minimum wages/grant of increase in dearness allowance declared by the Central Government to the workers is
permitted and payable. In case of any dispute in the escalation value, the decision of the ESI Corporation will be
final.
18. Penalty: In the event of failure to maintain the Repair and Maintenance (Civil and Electrical) services on any
day as per terms and conditions of this quotation in part or in full, the Repair and Maintenance (Civil and Electrical)
service agency shall be liable for payment for damage charges @ Rs. 5000/- besides proportionate deduction which
shall be recovered from the monthly bills. If ESIC finds the agency misusing the facilities provided by ESIC for the
services or for other purposes not covered under the contract, ESIC will be free to levy damages which may extend
up to Rs 5000/- per event.
19. Payment Terms:
i) The contractor shall submit his monthly bill in triplicate along with the challans of the EPF, ESI, and Tax
paid challans, monthly muster sheet and payment register, bank statement copy showing the credit of salary
to the workers to the Regional Office, ESIC, and Bengaluru by 5th of Each month. The Payment shall be
released through ECS/NEFT payment system only in the bank account of the contractor after necessary
deductions of statutory dues, etc duly certified by the Engineer/caretaker/Admin division.
ii) TDS and other statutory taxes shall be deducted at source from the monthly bills.
iii) The payment will be made on monthly basis of the personal deployed by the contractor and based on the
attendance sheets and other supporting documents duly verified by the ESIC Engineer/caretaker/User
Department. No other claim on whatever account shall be entertained by this office.
iv) The contractor will ensure that the workers engaged by him must receive their entitled wages on time. The
following procedure shall be adopted.
a) The contractor shall pay the wages of the personnel on or before 7th of the calendar month following
for which the services were rendered. This payment of wages must not be linked to payment / clearance
of the bill by this office.
b) The payment to such workers must be made by the agency through cheque/ECS. Under no
circumstances payments shall be made in cash. If the agency does not make payment to its workers
through cheque/ECS, the contract may be terminated and the security deposit will be forfeited.
v) In order to ensure that workers get their entitled wages, the billing cycle for the agency is to be calendar
10
Seal & Signature of Bidder
Signature of ESIC Official
month. The bills must be submitted along with all the certificates / documents as follows:
a) The wages of workers for the last month credited to their bank account and the details of payment with
bank account No’s and bank statement enclosed.
b) Proof of payment of ESI/EPF/Other statutory dues amounting be submitted. (Copy of paid challans to be
enclosed)
c) Employee wise details of ESI and EPF contribution paid is too submitted every month/quarter as
applicable.
d) Undertaking that all statutory labor laws including minimum wages act is being complied with.
e) Proof of payment of service tax. (Copy of paid challans to be enclosed)
f) Compliant Register format as specified in Annexure G , needs to be attached along with the bill.
20. Compliance with Labour Laws: The contractor is responsible for compliance of the following points given
below:
i) It shall be the sole liability of the contractor to obtain and to adhere by all necessary licenses/permissions
from the concerned authorities as provided under the provisions of the contract Labour (Regulation &
Abolition) Act 1970.
ii) The contractor shall discharge obligations as provided under various statutory enactments including the
Employees Provident Fund, Miscellaneous Provision Act 1952, Employees State Insurance (ESI) Act 1948,
the contract (R&R) Act 1970, Minimum Wages Act 1948, Payment of Wages Act 1948, Workmen’s
Compensation Act 1923, the payment of Bonus Act 1965 and other relevant acts, rules and regulation
enforced from time to time. Non observance of the provisions under above shall grant right of termination
forthwith.
iii) The contractor shall be responsible for required contributions towards PF, ESI or any other statutory
payment shall deposit these amounts on or before the prescribed dates. The contractor shall submit the proof
of depositing the employee’s and employer’s contributions. The contractor shall also be responsible to pay
any administrative / inspection charges thereof, wherever applicable, in respect of the personnel employed by
him for the work of ESIC. Any dispute related to PF, ESI, Labour Act shall be dealt with by the contractor
entirely at contractors risk and costs. All the records shall be maintained by the contractor and shall produce
for inspection to ESIC as and when required. In case ESIC is called upon to make payment on the direction,
decree or proceeding of court/criminal court or by statutory authority then ESIC shall have all the rights to
recover the said amount in full and shall be authorized to deduct the same directly from the payment to be
made to the contractor or by invocation of Performance Security so kept with ESIC.
iv) The contractor shall be solely responsible for the payment of wages and other dues to the personnel
deployed by him latest by 7th of the following month through Bank A/cs. The contractor shall be directly
responsible for and shall indemnify ESIC against all charges, dues, claims, etc arising out of the disputes
relating to the dues of the personnel deployed by him. Penalty as per discretion of The Additional
Commissioner/Regional Director would be levied on the contractor in case of receipt of complaint of any
nature like lower payment of wages, non disbursal of bonus, etc from the personnel deployed by the
contractor for the work of ESIC and contract is liable to be cancelled.
v) Income Tax/other taxes/duties at the prevailing rate as applicable from time to time shall be deducted from
the contractor’s bill.
21 Inspection of the Work: The work is subject to inspection at all times by the Caretaker /Engineers of ESIC
and any nominated Officers by ESIC.
22. Working Hours: The services are required for all the days from 9 AM to 5.30 PM or as decided by ESIC.
23. TA is applicable for attending user complaints on emergency basis from Hospital to Dispensary/Branch
11
Seal & Signature of Bidder
Signature of ESIC Official
Office/Staff Quarters and verify the user certificate on submission of ordinary bus/train tickets for
reimbursement.
24. Contractor shall use materials of preferred make as specified.
SECTION-I Introduction and scope of work
Employees State Insurance Corporation is a central Government statutory body Under Ministry of
Labour having various buildings of Hospitals/ Dispensaries/ Offices/Staff quarters throughout the state.
Annual repair and maintenance works, minor seepage work/painting/replacement of door/windows in
respect of the buildings is being undertaken by the Corporation.
NURSING COLLEGE:-The Building Was Constructed During the year 2016.The contractor should
take utmost care to see that there is no disruption of water supply to the houses/offices. Any complaint
like leakages, overflow, proper distribution of water by controlling valves etc. should be attended
immediately.
The Agency should open a service centre in the premises of the layout, with communication
arrangement. The contractor should give his contact number to the Engineer in charge/Caretaker and
display in notice board of service centre.
A clerk/Supervisor should be employed for maintenance of complaint register, register of
released/damaged materials, attendance register of man power deployed and over all supervision of
works.
HOSTEL ATTACHED TO ESIC NURSING COLLEGE
The Building Was Constructed During the year 2016.Regular Maintenance is required for Day today to
upkeep the building. The Building Located at Indira Nagar Bengaluru.
Contractor should take utmost care to ensure that there is no disruption of water supply to houses. Pump
should be kept in good condition by doing periodical servicing. However any major repair of pump and
pump set such as rewinding, change of spare parts are out of scope of the contract.
Provision of trades men , plumber cum fitter, Electrician (General Duty), Cum General duty cum
pump operator, beldar / sweeper, mason , carpenter , in man power schedule is to be deployed / utilized
for repair and maintenance work at different work places/units comes under the scope of this tender , as
required in consultation of Engineer concerned / care taker
Internal & External Electrical Works -
Block has got individual service cable laid from overhead pole by BESCOM to Panel board in ground
floor near staircase and individual energy meters installed for every house.
Internal wiring is provided to houses. Complaints noticed / received from occupants are to be recorded in
complaint register and to be attended for both inside quarters, common area, panels etc.
Complaints received should be attended immediately without giving any room for dissatisfaction,
including for services provided by LOCAL civic Bodies as above
Electrician and helper in man power deployment schedule is to be utilized for attending to Electrical
complaints and maintenance of these BUILDINGS
A complaint register to be maintained to register the complaints from the residential, branches,
dispensaries and staff quarters attached to the dispensaries. Tradesmen will attend the complaints from
other branches, dispensaries and staff quarters from this center. Trades men will have all the necessary
12
Seal & Signature of Bidder
Signature of ESIC Official
electrical meters and tools & plants required for the work. The tradesman required for the work other
than deployed at center ( e.g plumber, carpenter, mason , electrician etc ) to be deployed from one
center to other center as and when required , to smooth functioning of the maintenance work as directed
by engineer / caretaker
Trades men will maintain the internal and external electrical system, water supply system pumps
bore well pumps and drainage system of the Branch office, dispensary and staff quarters attached to the
dispensary.
. SCOPE OF WORK –II (Brief Description of Trades men Duty)
a) The successful Tenderer will have to provide experienced technical person to maintain and smooth
functioning of repair and maintenance work
b) The Contractor shall have to arrange at site all the necessary tools, electrical measuring devices,
plants (etc.) necessary for the repair of the equipments. Also he will maintain at site the necessary spare-
parts for maintenance/repair.
c) In case of absence of staff from duty during duty hours, recovery at double the rates of the wages of
staff for the period of absence on prorate basis shall be made.
d) The agency shall submit the name, address & character certificate of the worker/ staff employed by
them at the site of work to the Engineer in charge before start of the work
Qualification & Responsibilities
1. Electrical Supervisor (Skilled) :
Qualification : Diploma in Electrical Engineering with 2 years of working experience / ITI with 3years experience in
maintenance and running of operation of substation, DG sets, LT, HT cable line work and all electrical
installation etc,.
Responsibilities: The supervisor is under control of ESIC Regional Office. Supervisor will receive complaints record
it, detail tradesmen attend the complaints , maintain documents of complaint register, Complaint compliance
register, register of released/damaged materials, maintenance of old /new materials store , attendance register of
man power deployed, controlling of man power under him and over all supervision of works. Liaison with external
agencies like BESCOM, BWSSB, arranging external work force if required and liaison with department Engineer
concern/ care taker for smooth functioning of the work Monitoring the maintenance works in respects of complaints.
Inspecting facilities such as carpentry, water supply, drainage, structures etc periodically to determine problems and
necessary maintenance required and it must be brought to the notice of the Engineer. Preparing weekly maintenance
scheduled and allocation of works to the sub ordinate employees and also monitoring the quality and quantity of
works. Co-ordination with the other supervisors and the AMC provider. Workers notebook/Job book, records pertain
to manpower engagement, stock ledgers, issue vouchers, consumption certificates, identification of Repair works and
complained reports to be maintained. During inspection of ESIC authority, the supervisor should produce the said
records and oblige. The item of work are to be executed against the requirement of users/CT and these items of work
completion are to be certified by users/Care takers
13
Seal & Signature of Bidder
Signature of ESIC Official
Duties and Responsibilities
i) He should have electrical competency and supervisor certificate.
ii) Maintenance of running of Operation of sub-station of distribution of transformers.
iii) Keep record for proper up-keep for DG Set, transformers, Panel boards and batteries.
iv) Daily allocation/shifts for proper up- keep and operation of DG Sets.
v) He should maintain check list daily/weekly/monthly/yearly.
vi) All the panel boards, switches, batteries and other related electrical equipments should be maintained in neat
and clear condition.
vii) Check list maintenance/log book entries of electrical equipments.
viii) AMC/CMC of all the electro mechanical equipments validity period to be followed up.
ix) Safety precaution to be followed up.
x) Attending break down then and there immediately.
2. AC Technician (Semi Skilled) :
Qualification: ITI or equivalent with 3 years experience in AC installation. Trouble shooting of split units, ducted
split units & package units in high rise buildings.
3. Plumber (Semi Skilled) :
Qualification: ITI with 3 years experience. Plumber cum fitter tradesmen will maintain the water supply lines in good
working condition, repair , maintenance , replacement of water taps, wash basin tapes water connections, wash basin
drain pipe ( waste pipe ) connection/replacement, Geyser input –out put lines, any other trade concern work etc as
directed by the concern engineer/ ESIH Users. Contractor will provide required tools required for the work
Cleaning and maintaining all water rising mains, maintaining water supply system pipe lines in good
working condition .Repairing and replacing damaged pipes, fittings and valves , water tapes as and when reported
by the users / residents, Removal of defective pump and arranging for repair and replacing the water pump,
connecting the delivery line and suction line of water pumps , repairing and replacing of foot valve, float valve of
water tanks etc as directed by Engineer/ ESIH Users and replacing motors.
4. Electrician (Skilled)
Qualification : ITI with 3 years experience as Electrician cadre, should have knowledge in electrical equipments,
repair of panels, starters, switches and maintaining all equipments, responsible for starters switches, panels and
replacement of electrical contractors, overload relay, times and circuit fuse carriers, fixing / installation of new
14
Seal & Signature of Bidder
Signature of ESIC Official
starters switches, panels, light fixtures, cable laying, upkeep electrical panels / fixtures responsible for preventive
maintenance, replacement of spares, etc,. Electrical tradesmen will carry out the maintenance and repair work of trade
concern like electrical installation, Diesel Generator set, lift operation, any other trade concern work etc at different
ESIH & Staff Quarters as directed by concern engineer/ ESIH Users. Contractor will provide required tools and
measuring meters like megger, AVO meter etc. required for the work.
Ensure all indication bulbs in panels are functional Ensure ventilation in LT/Transformer/ DG room is proper and
adequate, Ensure all ACBs/ MCCBs are healthy and ensure that Capacitor panels are functional, All alarms to be
checked and logged, Check all electrical installation viz. Panel rooms, LT/HT Room/ DG Room for any abnormality.
The manpower to be employed by the contractor has been described in Man power deployment schedule of this
tender and contractor has to depute the staff in general as well as shift duties as per requirements of Engineer in
charge/ ESIH Users. The duty hours have to be finalized by the Contractor in consultation with Engineer in charge /
ESIH Users.
The staff has to wear uniforms with name plate which is to be provided by the contractor for which no extra cost shall
be payable by ESIC.
The Contractor has to arrange for bonafide use, consumable like cotton waste, cloth, soap bar, duster, fuse wire, black
tape, etc. and carry out all the mandatory checks as recommended by the manufacturers. Nothing extra shall be paid
to the agency / contractor by the dept.
The agency has to ensure that sufficient fuel (HSD) is available at all the times in the tanks including the main tank
for D. G. Sets...
Safety of the staff employed will be the responsibility of the agency that must insure the staff adequately. This office
will not be responsible for any mishap, injury or death of the staff.
All the equipments and installations will be maintained in neat and clean condition. Watch and ward for the
installations and materials will be the responsibility of the agency.
DG set installations operation shall be maintained in all the working days and as instructed by Engineer / care
taker/nominated officer of ESIS.
The trade’s men deployed in Annual Maintenance Contract will co-ordinate/ assist the AMC Agency of equipment
like DG set, Transformer, LT Panel, sub-station etc.
Repairing and replacing starters, circuit breakers, capacitors, repair, rewinding of motors, submersible pumps and
motors, cables and electrical panels, relays, MCBs etc., during breakdowns.
Tradesmen will be deployed to different ESIS premises to carry out their duty as required and as directed by the
engineer/ / ESIH Users
5. DG Operator (Semi Skilled) :
15
Seal & Signature of Bidder
Signature of ESIC Official
Qualification: ITI in Electrical Engineering with 2 years experience in relevant field. Should have knowledge in DG
repairs, operation, preventive maintenance, replacement of spares, etc.
6. Lift Operator (UnSkilled) :
Qualification: Must passed SSLC, minimum 2 years experience in lift operating and maintenance in a reputed
company. The scope of work comprises running and operation of the lifts installed in ESIC Nursing College. The
agency has to depute staff for operation of lift. Duty timing shall be half an hour before and half an hour later of the
office working hours. However, the duty hours can be changed as per direction of ESIC engineer/ ESIH Users. They
shall attend immediately when the lift is stuck up or on the alarm calls of the passengers from any of the lifts.
In case of emergency the staff may have to work beyond normal working hours for which extra payments shall be
made by the ESIC.
In case of absence of staff from duty, recovery at the rates of the lift operators/staff wages on pro rata basis for the
period of the absence shall be made.
Workers can be deployed in shift duty as per requirement & as per direction of The Additional
Commissioner/Regional Director / Engineer/ ESIH Users /nominated officer by ESIC.
lf the behavior of the Worker/staff is not found satisfactory, the agency has to change the worker/staff within 3 (three)
days failing which, The Additional Commissioner/Regional Director will have the authority to cancel the contract,
and the agency shall have no claim of compensation.
The watch and ward of the lifts installations will be the responsibility of the Contractor.
The general cleaning of the lift, machine room shall be the responsibility of the Contractor.
The lift operator should operate and maintain the lifts as per provisions of operating manual of the lifts as supplied by
manufacturer. Only those persons are to be employed who have requisite experience in Operation & Maintenance of
automatic lifts and capable of reading / writing in Kannada/Hindi/English.. The up-keep of the machine room will
have to be under the scope of this work.
Any accident involving damage to lift machinery, equipment or injury / loss of human life due to negligent operation
of lift by the staff of agency will be responsibility of the contractor. The contractor has to make good the losses, by
way of replacement of machinery, equipment or compensation to the person etc. Regional Director‘s decision in this
regard shall be final and the binding on the firm.
In case of break down or stoppage of lifts between the landings on account of any interruption in Power supply the
rescue operation shall have to be performed by the lift operator. The Lift Operator/ Supervisor will call the original
manufacturer/supplier for its rectification within 4 hrs of breakdown.
7. FIRE TECHNICIAN (Semi Skilled):
16
Seal & Signature of Bidder
Signature of ESIC Official
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 regulation
8. Pump Operator (Unskilled):Qualification:
Must passed SSLC with minimum 2 years experience in PUMP operating and maintenance in a reputed
company and Minimum 2 years experience in relevant field (WTP and RO maintenance services) The pump operator
to ensure continuous operation of supply of water to all the residential quarters and as required. Preventive
maintenance, periodical maintenance to be maintained for all pumps. Housekeeping in and around the pump house by
removing rank vegetation, cob web cleaning, cleaning of motor pump house and other equipments on daily basis.
Maintaining of receiving of BWSSB water, Bore well water, and water through tankers, levels of sumps, Bore well
etc , Operating and generation water from Bore wells. Prevent misuse/wastage of water and ensure its use for
bonafide purpose. Experienced person to be deployed for operation of pumps/motors/ valves. Pump operator will
water supply as per schedule/ as directed by the engineer/ ESIH Users.
Pump operator to be provided on all the week days and holidays at ESIH & staff quarters.
9. CARPENTER/MASON
Mason Non Matriculate with 5 years experience, and Carpenter Matriculate with 5 years experience. The
tradesmen like mason, carpenter or any specialized work men will provided by the contractor as required, for minor
repair works, on call basis as directed by the concern Engineer / care taker to carry out the directed work .
17
Seal & Signature of Bidder
Signature of ESIC Official
The carpenter tradesmen will carry out the repair and restore to good condition of doors and windows, ward
robes, other wood fixtures etc in ESIH & residential quarters. Replacing of hinges, tower bolts door latch, door locks,
joinery work of wood where ever required etc. as directed by engineer / ESIH Users.
10. PERFORMANCE GUARANTEE:
The successful contractor will be required to furnish an irrevocable performance guarantee of 5% (Five percent) of
the tendered amount in addition to other deposit mentioned elsewhere in the contract for his proper performance of
the contract (not withstanding and /or without prejudice to any other provisions in the contract) within 10 days from
the date of issue of letter of acceptance of tender. Contract for due and satisfactory performance of the contract and
shall be refunded only after completion of the agreement period and on adjustment of dues, if any. No interest shall
be payable by ESIC on the security deposit. The guarantee shall be in the form of Demand Draft/ Banker’s Cheque in
favor of ESI Fund A/c No. 1 Payable at Bengaluru of any scheduled bank.
11. SECURITY DEPOSIT
The contractor shall permit ESIC at the time of making any payment to him for work done under the contract to
deduct a sum at the rate of 5% of the gross amount of Each running bill/ value of the work. Such deductions will be
made and held by ESIC by way of Security Deposit. Security Deposit would be released after completion of contract
period/final bill.
On acceptance of the tender, the name of the accredited representative(s) of the contractor, who would be responsible
for taking instructions from the Engineer/Authority, shall be communicated in writing to the ESIC.
12. Termination of Contract:
In the event, the contractor fails to execute the work with due diligence or expedition or shall refuse or neglect to
comply with any order given to him in writing by the ESIC or on behalf of the ESIC within the scope of the contract,
or shall contravene the provisions of the contract, the ESIC may terminate the contract after giving one month notice
in writing to the contractor. Such notice may be served either by hand delivery or through post at the address given in
the contract. This shall be deemed to be served on the contractor. The contractor who does not provide proof of
payment of statutory dues will be terminated after giving one month notice. Child labor is strictly not allowed and
will result in termination of the contract with immediate effect. The disputes if any arising on account of any
difference in opinions, specifications, scope of work etc, between ESIC and the contractor, the decision of The
Additional Commissioner/Regional Director, ESIC, Regional Office, Karnataka shall be final and binding on both the
parties.
13. Ensure that all the requisite information/documents as per Annexure ‘F’
14. Along with the above works, Contractor should execute any other/unforeseen works likely to arise during the
course of contract period pertaining to maintenance, upliftment of building/arrest of seepage/leakage, replacement of
damaged items etc as directed by the competent authority. The rate for these works will be allowed as per Schedule
Rate of CPWD/KPWD or actually claimed by the contractor, whichever is less.
18
Seal & Signature of Bidder
Signature of ESIC Official
Annexure-B
TECHNICAL BID (Annexure B)
FORMAT –I
BRIEF DESCRIPTION OF THE FIRM
(With the outline of the experience of the firm for similar works during last three years)
Sl. o. Description
19
Seal & Signature of Bidder
Signature of ESIC Official
1. Name of Tendering Company /Firm /
Selected Tenderers
2. Name of owner / Partners /Directors
3 Type of Firm ( Individual /Proprietary/
Limited / company or any other )
4 Year of Registration
5. Full Particulars /address of Office Telephone
No. / Fax Email Address
6. FULL PARTICULARS OF THE BANKERS
OF COMPANY / FIRM /.Name address of
the Bank Branch IFS Code Email Address
7. PAN/GIR No.
8. Service Tax Registration No./ G S T
9 Prof. tax Registration No.
10. EPF Registration No.
11. ESI Registration No.
12. Any Other Information
b) In house facility available in the following fields –
Field Manpower with 5 to 10 and
more than 10 years
experience
Manpower with 3 to 5 years
experience Manpower with 1 to 3 years
experience
Original Work /
Repair works(Civil )
20
Seal & Signature of Bidder
Signature of ESIC Official
Laying/Repairs of
water supply,
plumbing &
sewerages, drainage
etc.,
Electrical works
Note: Provide documents in support of the details provided in above format, failing which the authenticity of the
information may not be accepted.
Details of satisfactory performance certificate from PSU/Govt. Companies where the bidder has worked during the
last 3 years (along with proof) if any
Sl
No Name of the PSU/Govt., Company Period of contract
Work experience (along with proof)
Sl
No Name & Address of the
Organization Value of
Contract Duration from To
(Use Separate sheet if required, details should be as per the above serial No’s)
Date: Signature of Authorised Person
Place: Name:
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS
No. Materials Approved Brands
1 Cement (Grey) Ambuja, Birla, ACC, Ultra Tech.,, Birla J & k,
ZUARI or Equivalent
21
Seal & Signature of Bidder
Signature of ESIC Official
2 Steel SAIL/ TISCO/Jindal Steel/ RINL or other primary
producer of steel as approved by Ministry of Steel
or Equivalent .
3 Floor Tiles (Mosaic) ISI
marked
Shyam Tiles, Super Tiles, Hind Mosaic, or
Equivalent
4 Floor Tiles (Chequered)
(ISI marked only)
Shyam Tiles, Super Tiles, Hind Mosaic, or
Equivalent
5 C.P. Brass Bib Cock,
Pillar Cock, Stop Cock
etc. (ISI marked only)
Cera, Marc, Hindware, Parryware or Equivalent
6 C.P. Brass Shower Rose
125 mm dia
Marc, Kohler, Grohe. or Equivalent
7 C.P. Brass Towel rail Marc, Hindware, Parryware, kohler,grohe or
Equivalent
8 C.P. Brass Flush Valve
(ISI Marked)
Marc , Hindware, Parryware, Kohler, Grohe or
Equivalent.
9 C.P. Brass Waste
Coupling
Cera,Kohler, Grohe, , Marc, or Equivalent
10 Urinal Stalls (ISI Marked
only)
Hindware, Neycer, Parryware, Cera or Equivalent
11 Squatting Pan (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
12 P.V.C. Flush Tank (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
13 Wash Basin (ISI Marked
only)
Hindware, Neycer, Parryware, Cera or Equivalent
14 Water Closets (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
22
Seal & Signature of Bidder
Signature of ESIC Official
15 Kitchen Sink (Fire Clay)
(ISI Marked only) (IS771)
Sunfire, Padmani, R.K.C.P, Prayag,
Jayna,Neelkanth or Equivalent
16 Kitchen Sink (Stainless
Steel)(ISI Marked only)
Nirali, Blue Star, Prayag, Jayna,Neelkanth
17 G.I. Pipes (ISI Marked
only)
Asian, Tata, Jindal or Equivalent
18
PVC Tanks (ISI Marked
only) Sintex, Electroplasto, Plastoor or Equivalent
19
C.I. Pipes (ISI Marked
only)(IS:1536) Truform Engineers, Neco, Kapilansh or Equivalent
20 D.I. Pipes
Electro Steel Castings Limited, Kapilansh or
Equivalent
21
Flush Door Shutters (ISI
Marked only)
Kutty, Kenwood, Swastik, Duro, Kitply, Century.or
Equivalent
22
Aluminium Door Fittings
(ISI Marked only) Classic, Prestige, Shalimar or Equivalent
23
Oxidised M.S. door
Fittings ISI Marked only
24
Black Enamelled M.S.
Hinges ISI Marked only
25
Steel Door / Window
Frames
AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or
Equivalent
26
Mortice Lock (ISI Marked
only) Godrej, Harrison, Dorset or equivalent
27
Steel Sectional Windows/
Ventilators
AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or
Equivalent
28
Particle Board/ Plywood
(ISI Marked only) Kitboard, Anchor, Archid, Duro, National
23
Seal & Signature of Bidder
Signature of ESIC Official
29
Aluminium Extruded
Body Diescast Door
Closures (ISI Marked
only) (IS :3564) Hardywyn, Everite , or Equivalent
30
Stone Ware Pipes
Grade-A (ISI Marked
only) Sonya, Supertech, Cherry or equivalent
31
Centrifugally Cast Soil
Pipes (ISI Marked only) NECO, BIC, Kapilansh or Equivalent
32
C.I. Rain Water pipes (ISI
Marked only) NECO, BIC, Kapilansh or Equivalent
33
UPVC Rain Water Pipes
(ISI Marked only)(IS
:13592)
Astron Fittings (14375), Finolex, Supreme, Prince
or equivalent
34
Steel Tubes for structural
purposes (ISI Marked
only) (IS: 1161) TATA , Jindal, Surya or equivalent
35
Manhole Covers (ISI
Marked only)(IS:1726) Neco, Kapilansh or equivalent
36
Water Proofing
Compound (ISI Marked
only) Fosroc, Pidilite, Sapseal, STP, or equivalent
37 Ceramic Floor Tiles
Kajaria, Somany, Orient-BellJhonson, or
equivalent
38 Ceramic Wall Tiles
Kajaria, Somany, Orient-Bell, Jhonson, or
equivalent
39
Putty (ISI Marked only)
(IS:419) J K , Birla Shalimar or equivalent
24
Seal & Signature of Bidder
Signature of ESIC Official
40
Anodized Aluminium
Section (ISI Marked only) Jindal, Indalco, Hindalco, or equivalent
41
Factory made concrete
blocks Sabar, Ved PMC , JK, Eco green or equivalent
42
White cement (ISI
Marked only) Birla White, J.K. White or equivalent
43
Glass sheet (Float /
Plain) (ISI Marked only) Modi Float, Saint Gobin, Asahi or equivalent
44
PTMT Ball Cock (ISI
Marked only) Prayag Jaquar, Kohler, Grohe or Equivalent
45
PTMT Accessories (ISI
Marked only) Prayag , cera, POLYTUF or Equivalent
46 G.I. Fittings R. Brand, DRP, Zolto, ICs, Unik or Equivalent
47 Clamps for pipes
Chilly, PROTO, FACOM, RIDGID, SNAP-ON,
WIHA or Equivalent
48 Gate Valves (ISI Marked) Zoloto , Leader, Sant or equivalent
49 CPVC Pipes Astral, Supreme, Kissan,Ashirvad or equivalent
50
External Premium Acrylic
Paint
Apex Ultima of Asian Paints, DuluxNerolac,Berger
or equivalent
51
External Smooth Acrylic
Paint
Apex of Asian Paints,Nerolac,Berger, Dulux or
equivalent
52 Acrylic Plaster NITCO, Asian Paints or equivalent
53 Interlocking Paver Blocks Super, Duracrete, NITCO, Vyyara or equivalent
54 Vitrified floor tiles Kajaria, Somany, Orient-Bell, RAK, or equivalent
55
Oil Bound Washable
Distemper / Acrylic
distemper Asian paint / Berger/ Dulux / Nerolac or equivalent
25
Seal & Signature of Bidder
Signature of ESIC Official
56 Cement Primer Asian paint / Berger/ Dulux / Nerolac or equivalent
57
Red Oxide Zinc
Chromate primer
Asian paint / Berger/ Dulux / Nerolac or equivalent
58 Plastic Emulsion Paint Asian paint / Berger/ Dulux / Nerolac or equivalent
59 Synthetic Enamel Paint Asian paint / Berger/ Dulux / Nerolac or equivalent
60 Pigment Asian paint / Berger/ Dulux / Nerolac or equivalent
61 Plaster of Paris Birla, JK or equivalent
62 Epoxy Paint Asian Paint, Berger, Dulux/ Nerolac or equivalent
63 Plastic Seat with lid
Parry ware, Hindware, Seabird, Orient (Coral) or
equivalent
64 PVC Shutters & Frame Rajashree, Plastiwood or equivalent
65 PVC Rigid Pipes Duke, Supreme, Prince, or equivalent
66 RMC Plant L & T, RMC, ACC, Ultratech, Godrej or equivalent
67 APP Sheet for water
proofing treatment Asian paint, Shalimar S.T.P.
68 Acrylic Polymer
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
69 Rusticide
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
70 Passivator
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
71
Water Proofing
Compound
Fosrock, CICO, Pidillite, BASF, Laticrete, Ardex,
Endira. or equivalent
26
Seal & Signature of Bidder
Signature of ESIC Official
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS Sl No. MATERAILS MAKE /BRAND
1 RIGID FR PVC CONDUIT PIPE NIHIR, PRECESION, POLYCAB OR EQUAIVELENT
2 ACCESSORIES OF CONDUIT ( I.E. BEND, SAME MAKE OF PIPE OR EQUAIVELENT
3 COPPER WIRE /CONDUCTOR
FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT
4 MODULAR TYPE MK , LEGRAND, ANCHOR, HAVELLS OR EQUAIVELENT
5 MCB / ELCB/ RCCB/ MCBDP/TP
LEGRAND, ABB, HAGER, SCHEINDLER L&T, OR EQUAIVELENT
6 MCCB / ACB ABB, SCHEINDER, SIMENS, L&T OR EQUAIVELENT
7 LIGHTING FIXTURES & LAMPS PHILIPS, CROMPTON, WIPRO, HAVELLS OR EQUAIVELENT
8 CEILING FANS & EXHAUST FAN
CROMPTON, ORIENT, HAVELLS, BAJAJ, USHA OR EQUAIVELENT
9 GEYSER RECOLD, HAVELLS, BAJAJ, USHA, AO SMITH OR EQUAIVELENT
10 PVC TAPE STEEL GRIP, ANCHOR , JONSON OR EQUAIVELENT
11 CALL BELL ANCHOR, ORPAT, MAX OR EQUAIVELENT
12 DISTRIBUTION BOARD INDOCAPP, HAVELLS, SIMENS,L&T OR EQUAIVELENT
13 STREET LIGHT FIXTURES AND LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT
14 CFL LAMPS/ LED LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT
15 TELEPHONE WIRE RRCABLE, FINOLEX, DELTON, POLYCAB OR EQUAIVELENT
16 LAN WIRE TYCO ELE.(AMP), SCHEINDER, R&M, OR EQUAIVELENT
17 TELEPHONE TAG BOX KRONE OR EQUIVELENT BRAND OR EQUAIVELENT
18 TELEPHONE/ TV SOCKET ISI MARKED ONLY
27
Seal & Signature of Bidder
Signature of ESIC Official
19 MAIN LT CABLE FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT
20 CABLE LUGS DOWELLS, JOHNSON, HEX OR EQUAIVELENT
21 CABKLE GRANDS DOWELLS, SIMENS, CROMPTON, HEX OR EQUAIVELENT
22 CONNECTORS L&T, SCHINDER, SIMENS, ABB OR EQUAIVELENT
23 CABLE JOINTING KIT RAYCHEM, DENSON, M-SEAL OR EQUAIVELENT
24 WINDOW/ SPLIT TYPE A.C. MACHINE HITACHI, Bluestar, Daiken, OR EQUAIVELENT
25 WATER COOLER VOLTAS, USHA, BLUESTAR OR EQUAIVELENT
26 MOTOR PUMP SET CROMPTON, KIRLOSKAR, KSB OR EQUAIVELENT
27 MS CONDUIT BEC, AKG, STEELCRAFT, NIC, RMCON OR EQUAIVELENT
28 CABLE TRAY INDIANA, RUSHABH , PROFAB, AKB OR EQUAIVELENT
29 IRON KEW, TRISHUL, SUPER, C&S OR EQUAIVELENT
30 METALCLAD HAVELLS, KEW, C&S, INDOASIAN OR EQUAIVELENT
31 PROTECTION RELAY L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT
32 ANALOG L&T, SCHIENDER, ABB, HPL OR EQUAIVELENT
33 TRANSFORMER KIRLOSKAR,VOLTAMP,ABB,T&R, OR EQUAIVELENT
34 HT VCB SIEMENS, ABB, L&T, CROMPTON
35 HT CABLE HAVELLS, FINOLEX, POLYCAB, TORRENT, OR EQUAIVELENT
36 PUSH BUTTON SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT
37 INDICATING LED LAMP SIEMENS, ABB, L&T, WIPRO OR EQUAIVELENT
38 PUSH BUTTEN SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT
39 TIMERS L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT
40 SELECTOR SWITCH L&T, HPL, CUMMINS, HAVELLS OR EQUAIVELENT
41 CTS & PTS KAPPA, L&T, AREVA, MAXWELL OR EQUAIVELENT
42 SCREW RK, ACTION OR EQUAIVELENT
28
Seal & Signature of Bidder
Signature of ESIC Official
Annexure- C
FINANCIAL BID (Annexure C)
MAN POWER DEPLOYMENT AND WAGE SCHEDULE
Sr.No. Type of work man Category Qualification
Bascic
wage/
day
(Rs.){A}
No. of
worker{B} No. of
days{C} Amount (in
Rs.){AMT=A*B*C}
1 DG/Lift/Pump Operator (Semi Skilled) ITI
1
312
2 HVAC Operator/AC Technician (Semi Skilled) ITI
1
312
3 Fire man/ Technician (Semi Skilled) ITI 1 312
4 Supervisor cum Electrician ( Skilled) ITI
1
312
5 Plumber (Semi Skilled) ITI 1 312
6 Carpenter
( as requirement) ( Skilled ) Matriculate
1 150
7 Helper Cum Sewer
man Civil (Un Skilled) Non
Matriculate
1 312
TOTAL in Rs:
In case of requirement/emergency, extra man power shall be requested by ESI, and the agency shall depute the
Manpower. Accordingly corresponding amount will be paid to the contractor.
Quoted Rates:
i) Shall include all applicable wages and allowances (as per minimum wages Act applicable on the day), etc to
workmen.
ii) The rates to include component of Provident fund, ESI contribution, statutory bonus(annual), statutory
charges/duties, etc including applicable GST.
iii) The quoted prices shall be inclusive of all taxes, duties, work contract tax, etc, if any.
(Use Separate sheet if required, details should be as per the above serial Nos.)
29
Seal & Signature of Bidder
Signature of ESIC Official
CIVIL MATERIALS Sr. no.
DSR 2016
Description Unit Qty. Rate Amount (Rs.)
1 8219
Stainless steel butt hinges (heavy weight) 125x64x2.5 mm IS : 12817 marked
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
2 8220
Stainless steel butt hinges (heavy weight) 100x60x2.5 mm IS : 12817 marked
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
3 8221
Stainless steel butt hinges (heavy weight) 75x50x2.5 mm IS : 12817 marked
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
4 8211
Stainless steel screws 40 mm
Each 150
Rs_________
Rupees____________________________________
_______
Rs_______
5 8212
Stainless steel screws 30 mm
Each 150
Rs_________
Rupees____________________________________
_______
Rs_______
6 525
Chromium plated Brass butt hinges (light/ordinary) type 125x70x4mm
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
7 526
Chromium plated Brass butt hinges (light/ordinary) type 100x70x4 mm
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
8 527
Chromium plated Brass butt hinges (light/ordinary) type 75x40x2.5 mm
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
30
Seal & Signature of Bidder
Signature of ESIC Official
9 528
Chromium plated Brass butt hinges (light/ordinary) type 50x40x2.5 mm
Each 60
Rs_________
Rupees____________________________________
_______
Rs_______
10 555
Chromium plated Brass handles 125 mm with plate 175 x32 mm
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
11 556
Chromium plated Brass handles 100 mm with plate 150 x 32 mm
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
12 557
Chromium plated Brass handles 75mm with plate 125x32 mm
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
13 558
Chromium plated Brass mortice latch and lock 100x65 mm with 6 levers and a pair of brass lever handles
Each 5
Rs_________
Rupees____________________________________
_______
Rs_______
14 587
Chromium plated Brass screws 30 mm Each 150
Rs_________
Rupees____________________________________
_______
Rs_______
15 588
Chromium plated Brass screws 25 mm Each 150
Rs_________
Rupees____________________________________
_______
Rs_______
16 698
Anodised Aluminium tower bolt (barrel type) 300x10 mm
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
17 699
Anodised Aluminium tower bolt (barrel type) 250x10 mm
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
31
Seal & Signature of Bidder
Signature of ESIC Official
18 700
Anodised Aluminium tower bolt (barrel type) 200x10 mm
Each 5
Rs_________
Rupees____________________________________
_______
Rs_______
19 703
Anodised Aluminium handles 125 mm with plate 175 x 32 mm
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
20 704
Anodised Aluminium handles 100 mm with plate 150 x 32 mm
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
21 8636
Chlorinated Polyvinyl - chloride (CPVC) pipe 15 mm outer dia
metre 20
Rs_________
Rupees____________________________________
_______
Rs_______
22 8637
Chlorinated Polyvinyl - chloride (CPVC) pipe 20 mm outer dia
metre 80
Rs_________
Rupees____________________________________
_______
Rs_______
23 8638
Chlorinated Polyvinyl - chloride (CPVC) pipe 25 mm outer dia
metre 100
Rs_________
Rupees____________________________________
_______
Rs_______
24 8639
Chlorinated Polyvinyl - chloride (CPVC) pipe 32 mm outer dia
metre 50
Rs_________
Rupees____________________________________
_______
Rs_______
25 7119
Flexible (coil shaped) PVC waste pipe for sink and wash basin 32 mm dia with length not less than 700 mm i/c PVC waste fittings
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
32
Seal & Signature of Bidder
Signature of ESIC Official
26 7120
Flexible (coil shaped) PVC waste pipe for sink and wash basin40 mm dia with length not less than 700 mm i/c PVC waste fittings
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
27 1687
Unplasticised P.V.C. connection pipe with brass union 30 cm long 15 mm bore
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
28 1688
Unplasticised P.V.C. connection pipe with brass union 30 cm long 20 mm bore
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
29 1689
Unplasticised P.V.C. connection pipe with brass union 45 cm long 15 mm bore
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
30 1690
Unplasticised P.V.C. connection pipe with brass union 45 cm long 20 mm bore
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
31 7188
U-PVC pipes (working pressure 4 kg / cm²) Single socketed pipe 75 mm dia
metre 100
Rs_________
Rupees____________________________________
_______
Rs_______
32 7189
U-PVC pipes (working pressure 4 kg / cm²) Single socketed pipe 110 mm dia
metre 150
Rs_________
Rupees____________________________________
_______
Rs_______
33 7190
U-PVC pipes (working pressure 4 kg / cm²) Rubber (Seal) Ring 75 mm dia
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
33
Seal & Signature of Bidder
Signature of ESIC Official
34 7191
U-PVC pipes (working pressure 4 kg / cm²) Rubber (Seal) Ring 110 mm dia
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
35 7192
uPVC coupler for UPVC drainage pipes 75 mm Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
36 7193
uPVC coupler for UPVC drainage pipes 110 mm Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
37 7194
uPVC pushfit coupler (single) 75 mm thick Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
38 7195
uPVC pushfit coupler (single) 110 mm thick Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
39 7196
uPVC single equal Tee (without door) 75x75x75 mm
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
40 7197
uPVC single equal Tee (without door) 110x110x110 mm
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
41 7198
uPVC single equal Tee (with door) 75x75x75 mm Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
42 7199
uPVC single equal Tee (with door) 110x110x110 mm Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
43 7208
UPVC bend 87.5° 75 mm bend
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
34
Seal & Signature of Bidder
Signature of ESIC Official
44 7209
UPVC bend 87.5° 110 mm bend
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
45 7212
UPVC plain shoe 75 mm bend
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
46 7213
UPVC plain shoe 110 mm bend
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
47 7214
UPVC pipe clip 75 mm bend
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
48 7215
UPVC pipe clip 110 mm bend
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
49 1922
H.P. or L.P. ball valve with polythene floats: 15 mm dia
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
50 1923
H.P. or L.P. ball valve with polythene floats: 20 mm dia
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
51 1924
H.P. or L.P. ball valve with polythene floats: 25 mm dia
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
52 2468
Nickled Chromium Brass cupboard lock 40 mm size
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
53 2469
Nickled Chromium Brass cupboard lock 50 mm size
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
35
Seal & Signature of Bidder
Signature of ESIC Official
54 2470
Nickled Chromium Brass cupboard lock 65 mm size
Each 30
Rs_________
Rupees____________________________________
_______
Rs_______
55 2471
Nickled Chromium Brass cupboard lock 75 mm size
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
56 7257
C.P. Brass bibcock 15 mm
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
57 7258
C.P. Brass long nose bibcock 15 mm Each 5
Rs_________
Rupees____________________________________
_______
Rs_______
58 7259
C.P. Brass long body bibcock 15 mm Each 3
Rs_________
Rupees____________________________________
_______
Rs_______
59 7260
C.P. Brass stop cock (concealed) 15 mm Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
60 7261
C.P. Brass angle valve 15 mm
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
61 7363
15 mm C.P. brass tap with elbow operation lever ( pillar cock )
Each 8
Rs_________
Rupees____________________________________
_______
Rs_______
62 593
C.P. Brass Extension Nipple (1/2"x2" size) Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
63 8704
Stainless steel roller for sliding arrangement in racks/ cupboards/ cabinets shutter
Each 50
Rs_________
Rupees____________________________________
_______
Rs_______
36
Seal & Signature of Bidder
Signature of ESIC Official
64 8750
Zinc alloy (white powder coated) casement handle for uPVC window/door
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
65 8752
Zinc alloy body with single nylon roller (weight bearing capacity to be 40 Kg) for uPVC sliding window
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
66 1875
White plastic seat (solid) with lid C.P. brass hinges and rubber buffers
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
67 1926
Gun metal gate valve with C.I. wheel 20 mm nominal bore
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
68 1927
Gun metal gate valve with C.I. wheel 25 mm nominal bore
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
69 1928
Gun metal gate valve with C.I. wheel 32 mm nominal bore
Each 8
Rs_________
Rupees____________________________________
_______
Rs_______
70 1545
G.I. pipes 15 mm dia
metre 25
Rs_________
Rupees____________________________________
_______
Rs_______
71 1546
G.I. pipes 20 mm dia
metre 80
Rs_________
Rupees____________________________________
_______
Rs_______
72 1547
G.I. pipes 25 mm dia
metre 100
Rs_________
Rupees____________________________________
_______
Rs_______
37
Seal & Signature of Bidder
Signature of ESIC Official
73 1548
G.I. pipes 32 mm dia
metre 30
Rs_________
Rupees____________________________________
_______
Rs_______
74 1549
G.I. pipes 40 mm dia
metre 15
Rs_________
Rupees____________________________________
_______
Rs_______
75 1608
G.I. tees (equal) 25 mm
Each 20
Rs_________
Rupees____________________________________
_______
Rs_______
76 1641
G.I. Union 15 mm nominal bore
Each 5
Rs_________
Rupees____________________________________
_______
Rs_______
77 1642
G.I. Union 20 mm nominal bore
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
78 1643
G.I. Union 25 mm nominal bore
Each 15
Rs_________
Rupees____________________________________
_______
Rs_______
79 1644
G.I. Union 32 mm nominal bore
Each 8
Rs_________
Rupees____________________________________
_______
Rs_______
80 1645
G.I. Union 40 mm nominal bore
Each 5
Rs_________
Rupees____________________________________
_______
Rs_______
81 2609
M S Brackets
Kg. 50
Rs_________
Rupees____________________________________
_______
Rs_______
82 7059
Aluminium hanging floor door stopper with twin rubber & stopper
Each 10
Rs_________
Rupees____________________________________
_______
Rs_______
38
Seal & Signature of Bidder
Signature of ESIC Official
83 7060
Hydraulic door closer tubular type Aluminium section body
Each 25
Rs_________
Rupees____________________________________
_______
Rs_______
KPWD
84 400
MS CLAMPS
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
85 417
BOLTS & NUTS
Kg. 5
Rs_________
Rupees________________________________________
___
Rs_______
86 328 Mathi / Nandi wood
cum 1.2
Rs_________
Rupees________________________________________
___
Rs_______
MARKET RATE
PVC S W R Drainage pipes conforming to working pressure 6 kg/cm2
87 M R
75 mm dia meter D/S
meter 60
Rs_________
Rupees________________________________________
___
Rs_______
88 M R
110 mm dia meter D/S
meter 100
Rs_________
Rupees________________________________________
___
Rs_______
PVC fittings/ accessories Approved quality & ISI marked:
89 M R
PVC Plan Bend 75
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
90 M R
PVC Plan Bend 110
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
91 M R
PVC Plain Tee 75
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
39
Seal & Signature of Bidder
Signature of ESIC Official
92 M R
PVC Plain Tee 110
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
93 M R
PVC Cross Plain Tee 75
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
94 M R
PVC CrossPlain Tee 110
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
95 M R
PVC Door Bend 75 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
96 M R
PVC Door Bend 110 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
97 M R
PVC Y 110
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
98 M R
PVC Coupler 75
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
99 M R
PVC Coupler 110
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
100 M R
PVC vent cowel 75
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
101 M R
PVC vent cowel 110
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
40
Seal & Signature of Bidder
Signature of ESIC Official
102 M R
PVC Clamp 75
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
103 M R
PVC Clamp 110
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
104 M R
PVC repair coupler75mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
105 M R
PVC repair coupler 100 mm Each 15
Rs_________
Rupees________________________________________
___
Rs_______
106 M R
PVC Rubber Ring 75 mm
Each 40
Rs_________
Rupees________________________________________
___
Rs_______
107 M R
PVC Rubber Ring 110 mm
Each 40
Rs_________
Rupees________________________________________
___
Rs_______
108 M R
PVC Door cap 75 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
109 M R
PVC Door cap 110 mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
110 M R
PVC Reducing Tee 110x75
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
111 M R
PVC Reducing Door Tee 110x76 Each 8
Rs_________
Rupees________________________________________
___
Rs_______
41
Seal & Signature of Bidder
Signature of ESIC Official
112 M R
PVC Solvent Cement 237 ml Each 30
Rs_________
Rupees________________________________________
___
Rs_______
CPVC fittings/ accessories
113 M R
CPVC Elbow 90 15*15 mm (Brass) Each 10
Rs_________
Rupees________________________________________
___
Rs_______
114 M R
CPVC Elbow 90 20*15 mm (Brass) Each 10
Rs_________
Rupees________________________________________
___
Rs_______
115 M R
CPVC Elbow 90 20*20 mm (Brass) Each 15
Rs_________
Rupees________________________________________
___
Rs_______
116 M R
CPVC Elbow 15 mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
117 M R
CPVC Elbow 20 mm
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
118 M R
CPVC Elbow 25 mm
Each 75
Rs_________
Rupees________________________________________
___
Rs_______
119 M R
CPVC Reducing Elbow 20mm to 15mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
120 M R
CPVC Reducing Elbow 25mm to 15mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
121 M R
CPVC Reducing Elbow 25mm to 20mm
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
42
Seal & Signature of Bidder
Signature of ESIC Official
122 M R
CPVC Tee 15mm
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
123 M R
CPVC Tee 20mm
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
124 M R
CPVC Tee 25mm
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
125 M R
CPVC Reducer Tee 20*20*15
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
126 M R
CPVC Reducer Tee 25*25*15
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
127 M R
CPVC Reducer Tee 25*25*20
Each 30
Rs_________
Rupees________________________________________
___
Rs_______
128 M R
CPVC Coupling ( collar) 15 mm Each 50
Rs_________
Rupees________________________________________
___
Rs_______
129 M R
CPVC Coupling 20 mm
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
130 M R
CPVC Coupling 25 mm
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
131 M R
CPVC Reducing Coupling 20 *15
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
43
Seal & Signature of Bidder
Signature of ESIC Official
132 M R
CPVC Reducing Coupling 25 *15
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
133 M R
CPVC Reducing Coupling 25 *20
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
134 M R
CPVC MAPT 15 mm
Each 3
Rs_________
Rupees________________________________________
___
Rs_______
135 M R
CPVC MAPT 20mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
136 M R
CPVC MAPT 25 mm
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
137 M R
CPVC Reducing MAPT 20*15 mm
Each 8
Rs_________
Rupees________________________________________
___
Rs_______
138 M R
CPVC Reducing MAPT 25*20 mm
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
139 M R
CPVC FAPT 15 mm
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
140 M R
CPVC FAPT 20 mm
Each 8
Rs_________
Rupees________________________________________
___
Rs_______
141 M R
CPVC FAPT 25 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
44
Seal & Signature of Bidder
Signature of ESIC Official
142 M R
CPVC Reducing FAPT 20*15 mm Each 8
Rs_________
Rupees________________________________________
___
Rs_______
143 M R
CPVC Union 20 mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
144 M R
CPVC Union 25 mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
145 M R
CPVC End cap 15 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
146 M R
CPVC End cap 20 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
147 M R
CPVC End cap 25 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
148 M R
CPVC Elbow 45 15 mm
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
149 M R
CPVC Elbow 45 20 mm
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
150 M R
CPVC Elbow 45 25 mm
Each 8
Rs_________
Rupees________________________________________
___
Rs_______
151 M R
CPVC Bushing 15 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
45
Seal & Signature of Bidder
Signature of ESIC Official
152 M R
CPVC Bushing 20 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
153 M R
CPVC Bushing 25 mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
154 M R
CPVC Reducer Bushing 20*15 mm Each 30
Rs_________
Rupees________________________________________
___
Rs_______
155 M R
CPVC Reducer Bushing 25*15 mm Each 30
Rs_________
Rupees________________________________________
___
Rs_______
156 M R
CPVC Reducer Bushing 25*20 mm Each 25
Rs_________
Rupees________________________________________
___
Rs_______
157 M R
Tank nipple (Adaptor) 20 mm Each 10
Rs_________
Rupees________________________________________
___
Rs_______
158 M R
Tank nipple (Adaptor) 25 mm Each 15
Rs_________
Rupees________________________________________
___
Rs_______
159 M R
End plug 15 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
160 M R
End plug 20 mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
161 M R
Power coated metal clamp 15 mm Each 25
Rs_________
Rupees________________________________________
___
Rs_______
46
Seal & Signature of Bidder
Signature of ESIC Official
162 M R
Power coated metal clamp 20 mm Each 50
Rs_________
Rupees________________________________________
___
Rs_______
163 M R
Power coated metal clamp 25 mm Each 50
Rs_________
Rupees________________________________________
___
Rs_______
164 M R
Long radius bend 20mm
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
165 M R
Long radius bend 25mm
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
166 M R
Step over bend 15mm
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
167 M R
Step over bend 20mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
168 M R
Ball valve / gate valve 15mm Each 10
Rs_________
Rupees________________________________________
___
Rs_______
169 M R
Ball valve / gate valve 20mm Each 25
Rs_________
Rupees________________________________________
___
Rs_______
170 M R
Ball valve / gate valve 25mm Each 25
Rs_________
Rupees________________________________________
___
Rs_______
171 M R
IPS weld- on 500 CTS adhesive solution ( Yellow) 50 ml.
Each 120
Rs_________
Rupees________________________________________
___
Rs_______
47
Seal & Signature of Bidder
Signature of ESIC Official
172 M R
Tefflon Tape
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
173 M R
Health foucet
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
TOTAL
48
Seal & Signature of Bidder
Signature of ESIC Official
Electrical Materials Sr. No.
DSR 2018
Details of Items
Unit Qty. Rate Amount
(Rs.)
1 1101
1.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Mtr 1000
Rs_________
Rupees________________________________________
___
Rs_______
2 1102
2.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Mtr 800
Rs_________
Rupees________________________________________
___
Rs_______
3 1103
4.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Mtr 1500
Rs_________
Rupees________________________________________
___
Rs_______
4 1104
6.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Mtr 500
Rs_________
Rupees________________________________________
___
Rs_______
49
Seal & Signature of Bidder
Signature of ESIC Official
5 1224
20 mm dia. ISI marked, PVC conduit Each 500
Rs_________
Rupees________________________________________
___
Rs_______
6 1225
25 mm dia. ISI marked, PVC conduit Each 400
Rs_________
Rupees________________________________________
___
Rs_______
7 1226
32 mm dia. ISI marked, PVC conduit Each 300
Rs_________
Rupees________________________________________
___
Rs_______
8 1231
32 mm PVC bends
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
9 1234
20 MM PVC coupler
Each 120
Rs_________
Rupees________________________________________
___
Rs_______
10 1235
25 MM PVC coupler
Each 130
Rs_________
Rupees________________________________________
___
Rs_______
11 1236
32 MM PVC coupler
Each 80
Rs_________
Rupees________________________________________
___
Rs_______
12 1239
20 mm PVC junction box, one way Each 40
Rs_________
Rupees________________________________________
___
Rs_______
13 1240
20 mm PVC junction box, two way Each 30
Rs_________
Rupees________________________________________
___
Rs_______
14 1300
Modular GI box for 2 module Each 40
Rs_________
Rupees________________________________________
___
Rs_______
50
Seal & Signature of Bidder
Signature of ESIC Official
15 1301
Modular GI box for 3 module Each 30
Rs_________
Rupees________________________________________
___
Rs_______
16 1302
Modular GI box for 4 module Each 40
Rs_________
Rupees________________________________________
___
Rs_______
17 1303
Modular GI box for 6 module Each 30
Rs_________
Rupees________________________________________
___
Rs_______
18 1304
Modular GI box for 8 module Each 30
Rs_________
Rupees________________________________________
___
Rs_______
19 1402
S.P. 5/6 amps, one way modular switch, ISI marked
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
20 1403
S.P. 5/6 amps, two-way modular switch, ISI marked
Each 80
Rs_________
Rupees________________________________________
___
Rs_______
21 1404
S.P. 15/16 amps, one-way modular switch, ISI marked
Each 65
Rs_________
Rupees________________________________________
___
Rs_______
22 1405
3 pin 5/6 amps’ modular socket outlet, ISI marked
Each 75
Rs_________
Rupees________________________________________
___
Rs_______
23 1406
6 pin 15/16 amps’ modular socket outlet, ISI marked
Each 65
Rs_________
Rupees________________________________________
___
Rs_______
51
Seal & Signature of Bidder
Signature of ESIC Official
24 1407
Modular bell push, ISI marked Each 30
Rs_________
Rupees________________________________________
___
Rs_______
25 1408
Stepped type Modular Fan regulator Each 30
Rs_________
Rupees________________________________________
___
Rs_______
26 1409
Telephone Socket outlet modular type
Each 30
Rs_________
Rupees________________________________________
___
Rs_______
27 1421
Modular base & cover plate for 2 modules
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
28 1422
Modular base & cover plate for 3 modules
Each 60
Rs_________
Rupees________________________________________
___
Rs_______
29 1423
Modular base & cover plate for 4 modules
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
30 1424
Modular base & cover plate for 6 modules
Each 35
Rs_________
Rupees________________________________________
___
Rs_______
31 1425
Modular base & cover plate for 8 modules
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
32 1431
S.P. 5/6 amps, one way switch, piano type ISI marked
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
33 1432
S.P. 5/6 amps, two way switch, piano type ISI marked
Each 75
Rs_________
Rupees________________________________________
___
Rs_______
52
Seal & Signature of Bidder
Signature of ESIC Official
34 1433
S.P. 15/16 amps, one way switch, piano type ISI marked
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
35 1434
3 pin 5/6 amps socket outlet, piano type ISI marked
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
36 1435
6 pin 15/16 & 5/6 amps socket outlet, piano type ISI marked
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
37 1436
Bell push, piano type
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
38 1444
Call bell/ buzzer, single phase Each 20
Rs_________
Rupees________________________________________
___
Rs_______
39 1708
6 amps. to 32 amps. ratings, DP MCB, "C" curve, 10 KA breaking capacity
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
40 1709
6 amps. to 32 amps. ratings, TP MCB, "C" curve, 10 KA breaking capacity
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
41 1710
6 amps. to 32 amps. ratings, TPN MCB, "C" curve, 10 KA breaking capacity
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
53
Seal & Signature of Bidder
Signature of ESIC Official
42 1711
Single pole, blanking plate Each 250
Rs_________
Rupees________________________________________
___
Rs_______
43 1718
40 amps. rating, 2 pole RCCB, 30mA Each 5
Rs_________
Rupees________________________________________
___
Rs_______
44 1721
63 amps. rating, 2 pole RCCB, 30mA Each 5
Rs_________
Rupees________________________________________
___
Rs_______
45 1734
2+2 way, SPN, single door, MCB DB
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
46 1735
2+4 way, SPN, single door, MCB DB
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
47 1736
2+6 way, SPN, single door, MCB DB
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
48 2133
Brass compression gland for (25mm) 4X16 sq. mm 1.1 KV grade cable
set 50
Rs_________
Rupees________________________________________
___
Rs_______
49 2134
Brass compression gland for (28mm) 4X 25 sq. mm 1.1 KV grade cable
set 50
Rs_________
Rupees________________________________________
___
Rs_______
50 2201
Aluminium lugs for 6 sq. mm cable Each 250
Rs_________
Rupees________________________________________
___
Rs_______
54
Seal & Signature of Bidder
Signature of ESIC Official
51 2202
Aluminium lugs for 10 sq. mm cable Each 300
Rs_________
Rupees________________________________________
___
Rs_______
52 2203
Aluminium lugs for 16 sq. mm cable Each 500
Rs_________
Rupees________________________________________
___
Rs_______
53 2204
Aluminium lugs for 25 sq. mm cable Each 500
Rs_________
Rupees________________________________________
___
Rs_______
54 2857
PVC fastener 40 mm long
Each 2000
Rs_________
Rupees________________________________________
___
Rs_______
55 2858
PVC clip for fixing cable
Each 2000
Rs_________
Rupees________________________________________
___
Rs_______
KPWD Schedule Rates
56 ix/44
PVC casing capping with acessories -20mm
Mtr 750
Rs_________
Rupees________________________________________
___
Rs_______
57 ix/45
PVC casing capping with acessories -25mm
Mtr 500
Rs_________
Rupees________________________________________
___
Rs_______
58 ix/55
PVC insulated multi strand copper wire-1sq mm
Mtr 500
Rs_________
Rupees________________________________________
___
Rs_______
59 xv/320
TPN MCB 40-63 Amps
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
55
Seal & Signature of Bidder
Signature of ESIC Official
60 xvi/3
31
ELMCB (earth leakage MCB) -16-32 Amps 2 Pole
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
61 xvi/3
32
ELMCB (earth leakage MCB) -32-40 Amps 4 Pole
Each 5
Rs_________
Rupees________________________________________
___
Rs_______
62 xvi/3
34
ELMCB (earth leakage MCB) -40-63 Amps 4 Pole
Each 3
Rs_________
Rupees________________________________________
___
Rs_______
63 xi/13
7
32 Amps DP Projected/flush type Switch with indicator
Each 25
Rs_________
Rupees________________________________________
___
Rs_______
64 x/10
7
16 Amps Combined switch & socket with neon indicator
Each 30
Rs_________
Rupees________________________________________
___
Rs_______
65 x/13
6
6 Amps bell buzzer
Each 30
Rs_________
Rupees________________________________________
___
Rs_______
66 106/16.2
2
20/40 watt flourescent tube starter Each 60
Rs_________
Rupees________________________________________
___
Rs_______
67 xii/218
20/40/65/80wattferromaganeticcopperballast/choke
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
68 x/13
3
6 Amp lanp holder
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
56
Seal & Signature of Bidder
Signature of ESIC Official
69 xi/14
4
GLS Lamp 40/60/100 watts Each 50
Rs_________
Rupees________________________________________
___
Rs_______
70 xi/14
3
Zero watt clear/coloured Each 25
Rs_________
Rupees________________________________________
___
Rs_______
71 xi/15
1
4' 28W T5 Fluorescent tube Each 50
Rs_________
Rupees________________________________________
___
Rs_______
72 xi/15
3
40 Watt 4' long
Flourescent tube lamp
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
73 xii/202
LED Light fittings 2x2' 14 W Each 50
Rs_________
Rupees________________________________________
___
Rs_______
2/4 PINWATTS CFL
74 xi/14
5
CFL Lamp 9-11 watt
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
75 xi/14
6
CFL Lamp 14 watt
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
76 xi/14
7
CFL Lamp 18 watt
Each 75
Rs_________
Rupees________________________________________
___
Rs_______
77 xi/14
8
CFL Lamp 36watt
Each 100
Rs_________
Rupees________________________________________
___
Rs_______
78 xi/15
6
Halogen lamp 24V 150W Each 50
Rs_________
Rupees________________________________________
___
Rs_______
57
Seal & Signature of Bidder
Signature of ESIC Official
79 xi/15
7
Sodium Vapour Lamp-250 Watt
Each 35
Rs_________
Rupees________________________________________
___
Rs_______
80 85/11.2.1
Computer LAN UTP cable-CAT-6/6E
Each 700
Rs_________
Rupees________________________________________
___
Rs_______
81 xxii/5
76
Telephone cable -1pair
Mtr 500
Rs_________
Rupees________________________________________
___
Rs_______
82 xxii/5
77
Telephone cable -2pair
Mtr 500
Rs_________
Rupees________________________________________
___
Rs_______
83 xxii/5
80
Telephone cable -5pair
Mtr 250
Rs_________
Rupees________________________________________
___
Rs_______
84 xxi/5
55
Wall mount fan 300 mm
Each 10
Rs_________
Rupees________________________________________
___
Rs_______
85 31/4.38.33.1
Capacitor for ceiling fan
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
86 xi/14
2
C.G. Holder
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
87 x/11
1
RJ 45 M Socket
Each 15
Rs_________
Rupees________________________________________
___
Rs_______
88 MR
Fluorescent Starter
Each 80
Rs_________
Rupees________________________________________
___
Rs_______
58
Seal & Signature of Bidder
Signature of ESIC Official
89 MR
Tube lamp side holder
Each 50
Rs_________
Rupees________________________________________
___
Rs_______
90 MR
Tube lamp starter holder Each 50
Rs_________
Rupees________________________________________
___
Rs_______
91 MR
20 W LED Tube light retrofit Each 75
Rs_________
Rupees________________________________________
___
Rs_______
92 MR
24W LED Tube light retrofit Each 60
Rs_________
Rupees________________________________________
___
Rs_______
93 MR
10 W LED 2' tube liht
Each 65
Rs_________
Rupees________________________________________
___
Rs_______
94 MR
Teliphone RJ-11 socket
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
95 MR
Internet RJ-45 connector
Each 20
Rs_________
Rupees________________________________________
___
Rs_______
TOTAL
59
Seal & Signature of Bidder
Signature of ESIC Official
Civil Item Work Sr. no.
DSR 2016 Description
Unit Quantity Rate Amount (Rs.)
1 1.1.18
"Disposal of moorum/ building rubbish/ malba/ similar unserviceable, dismantled or waste material by mechanical transport including loading, transporting, unloading to approved municipal dumping ground for lead upto 10 km for all lifts, complete as per directions of Engineer-in-Charge.
cum. 50
Rs_________
Rupees________________________________
___________
Rs_______
60
Seal & Signature of Bidder
Signature of ESIC Official
2 22.5
Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying :(a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/ sqm. This layer will be allowed to air cure for 4 hours. (b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipe and masonry with polymer mixed slurry.
sqm.
25
Rs_________
Rupees________________________________
___________
Rs_______
3 2.31
Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and saplings of girth up to 30 cm measured at a height of 1 m above ground level and removal of rubbish up to a distance of 50 m outside the periphery of the area cleared.And terrace cleaning Two times in a year
sqm.
3000
Rs_________
Rupees________________________________
___________
Rs_______
4 4.1 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level (CAST IN SITU)
4.1.2
1:1½:3 (1 Cement: 1½ coarse sand (zone-III) : 3 graded stone aggregate 20 mm nominal size). cum.
1
Rs_________
Rupees_______________________________
____________
Rs_______
4.1.3
"1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded stoneaggregate 20 mm nominal size). cum.
2
Rs_________
Rupees_______________________________
____________
Rs_______
5 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.
10
Rs_________
Rupees________________________________
___________
Rs_______
61
Seal & Signature of Bidder
Signature of ESIC Official
6 11.39
Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622, of approved make, in colours 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 grouting the joints with white cement and matching pigments etc., complete.
sqm.
15
Rs_________
Rupees________________________________
___________
Rs_______
7 13.4.1 12 plaster of mix : cement 1:4 (1 cement: 4 coarse sand)
sqm 15
Rs_________
Rupees________________________________
___________
Rs_______
8 13.41
Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :New work (two or more coats) over and including water thinnable priming coat with cement primer
sqm. 250
Rs_________
Rupees________________________________
___________
Rs_______
9 14.5 Renewing glass panes, with putty and nails wherever necessary including racking out the old putty:Float glass panes of thickness 4 mm
sqm.
10
Rs_________
Rupees________________________________
___________
Rs_______
10 14.9 Renewal of old putty of glass panes (length)
meter 150
Rs_________
Rupees________________________________
___________
Rs_______
11 14.10 Refixing old glass panes with putty and nails
sqm. 10
Rs_________
Rupees________________________________
___________
Rs_______
12 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.
250
Rs_________
Rupees________________________________
___________
Rs_______
62
Seal & Signature of Bidder
Signature of ESIC Official
13 14.53 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade: One or more coats on old work
sqm. 4000
Rs_________
Rupees________________________________
___________
Rs_______
14 14.61
Painting (one or more coats) with black Japan paint of approved brand and manufacture to give an even shade.14.66.2 Old work (One or more coat applied @ 0.90 ltr/10 sqm).
sqm. 300
Rs_________
Rupees________________________________
___________
Rs_______
15 14.54 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade: One or more coats on old work
sqm. 500
Rs_________
Rupees________________________________
___________
Rs_______
16 14.75
Repair to plaster of thickness 12mm to 20 mm in patches of area 2.5 sqm and under, including cutting the patch in proper shape, raking out joints and preparing plastering the wall surface with white cement based polymer modified self curing mortar, including disposal of rubbish, all complete as per the direction of Engineer-In- Charge.
sqm. 30
Rs_________
Rupees________________________________
___________
Rs_______
17 14.77
Cleaning of chocked sewer line by diesel running vehicle mounting hydraulic operated high pressure suction cum jetting sewer cleaning machine fitted with pump having 4000 litres suction capacity and 6000 litres water jetting tank capacity including skilled operator, supervising engineer etc. for cleaning and partial desilting of manholes and dechocking of sewer lines. Dechocking and flushing of sewer line from one manhole to another by high pressure jetting system of 2200 PSI for sewer line from 150mm dia upto 300mm dia for all depth.
meter
100
Rs_________
Rupees________________________________
___________
Rs_______
63
Seal & Signature of Bidder
Signature of ESIC Official
18 14.78
Cleaning of under ground sump, Over Head R.C.C. Tank (independent staging) including disposal of slit and rubbish, all as per direction of Engineer-in-Charge. The cleaning shall consist following operations:- (i) Tank shall be emptied of water by pumping & bottom shall be cleaned of slit and other deposits. (ii) Entire surface area of the sump shall then scrubbed thoroughly with wire brush etc. and pressure washed with water. (iii) Chlorination of RCC internal surface by liquid chlorine. (iv) The treated surface shall be dried using air jetting and all loose particles shall be removal from the surface. (v) Finally the surface shall be treated with ultraviolet radiation etc. as per direction of Engineer-in-Charge.
sqm.
300
Rs_________
Rupees________________________________
___________
Rs_______
19 15.2
Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge. Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix)
cum. 3
Rs_________
Rupees________________________________
___________
Rs_______
20 15.23.1 Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 metres lead.
sqm. 15
Rs_________
Rupees________________________________
___________
Rs_______
21 15.48
Taking out C.I. cover with frame from R.C.C. top slab of manholes of various sizes including demolishing of R.C.C. work manually/ by mechanical means and stacking of useful materials near the site and disposal of unserviceable materials within 50 metres lead as per direction of Engineer-in-charge.
Each 2
Rs_________
Rupees________________________________
___________
Rs_______
22 15.56
Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead.
sqm. 25
Rs_________
Rupees________________________________
___________
Rs_______
64
Seal & Signature of Bidder
Signature of ESIC Official
23 17.3.1
Providing and fixing white vitreous china pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush bend with fittings & C.I. brackets, 40 mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required :W.C. pan with ISI marked white solid plastic seat and lid.
Each
2
Rs_________
Rupees________________________________
___________
Rs_______
24 17.11.2
Providing and fixing white vitreous china laboratory sink with C.I. brackets, C.P. brass chain with rubber plug, 40 mm C.P brass waste and 40mm C.P. brass trap with necessary C.P. brass unions complete, including painting of fittings and brackets, cutting and making good the wall wherever required :Size 600x450x200 mm
Each
1
Rs_________
Rupees________________________________
___________
Rs_______
25 18.8
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge.Concealed work, including cutting chases and making good the walls etc.
15 mm nominal outer dia Pipes
meter 25
Rs_________
Rupees________________________________
___________
Rs_______
20 mm nominal outer dia Pipes
meter 30
Rs_________
Rupees________________________________
___________
Rs_______
26 19.19 Providing and fixing in position pre-cast R.C.C. manhole cover and frame of required shape and approved quality .
Circular shape 500 mm internal diameter
Each 2
Rs_________
Rupees________________________________
___________
Rs_______
KPWD
27 16.42
Removing of existing old or broken Water closet Indian / Eurpoean and disposing it with all cost and conveyance labour for all items of work, HOM with all lead and lift, loading and unloading, transportation charges and all other incidental charges etc., complete as per specification and directions of the Engineer-in-charge of the work.
65
Seal & Signature of Bidder
Signature of ESIC Official
Each 3
Rs_________
Rupees________________________________
___________
Rs_______
28 16.47
Cleaning sub surface drains including removing of dirt dust etc.,using suitrable soap powder , coconut broomstick, squeezers /wipers/ rubber brushes, coir brushes, plastric brushjes, mugs, booster pumps with portable arrangement, hose pipe etc., complete
meter 450
Rs_________
Rupees________________________________
___________
Rs_______
TOTAL
SUMMARY OF SCHEDULES
66
Seal & Signature of Bidder
Signature of ESIC Official
Figures may be written in words as well as figures. In case of any discrepancy between figures and words,
the written in words will be taken for consideration.
Contract will be awarded to the lowest bidder based on the consolidated annual bid amount of above mentioned
items (12 months value of the Repair and Maintenance (Civil and Electrical) contract) No cutting or over-writing will be
allowed. Any financial bid with over – writing or cutting will be disqualified
The obligation to pay the statutory dues to the respective employees will lie solely with the contracting agency.
ESIC reserves the right to call for requisite information as when required and/or to inspect the relevant account. The
invitation of Bids does not guarantee the award of contract and ESIC also reserves the right to accept/reject Bids.
Date: Signature of Authorized Person
Place: Name:
Company Seal
Total of Schedule of Wages : Rs _____________
Total of SCHEDULE Brought forward from
Civil (Item Work) : Rs _____________
Total of SCHEDULE Brought forward from
Electrical (Item Work) : Rs _____________
Total of SCHEDULE Brought forward from
Civil (Material) : Rs _____________
Total of SCHEDULE Brought forward from
Electrica (Item work) : Rs _____________ Total : Rs _____________
67
Seal & Signature of Bidder Signature of ESIC Official
Annexure-D
DECLARATION FROM BIDDER (Annexure D)
1. I, .............................................................. Son/ Daughter of Shri ……………………………… Proprietor/ Partner/
Director/ Authorized Signatory is/ am competent to sign this declaration and execute this tender document.
2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of
the same.
3. I/ we, am/ are hereby declare that the agency has not declared as black listed in any government department.
4. Compliance under statutory provisions are in order and not being violated.
5. The information/ documents furnished along with the above application are true and authentic to the best of my
knowledge and belief. I/ we, am/ are well aware of the fact that furnishing of any false information/ fabricated document
would lead to rejection of my
Date: Signature of Authorized Person
Place: Name:
Company Seal:
NB: The above declaration, duly signed and sealed by the authorized signatory of the company, should be enclosed with
Technical Bid.
68
Seal & Signature of Bidder Signature of ESIC Official
Annexure-E
DETAILS OF STAFF (Annexure E)
Sr.
No.
Name
Employee
Code
Qualification ESI No. P.F. No. Experience in
Repair and
Maintenance
Civil and
Electrical)
services (Yr.)
Home
Address
69
Seal & Signature of Bidder Signature of ESIC Official
Annexure - F
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)
Kindly confirm the enclosure of all the below listed documents without which the technical-bid may be treated
as non-responsive.
Sl.No Items Confirm (Yes/No)
1. Earnest Money Deposit 2. Tender form with complete technical bid with all pages serially
numbered , signed and stamped on Each page
3. Audited Balance sheet of last five years with details of annual
turnover , profit & loss account etc.
4 Income tax returns of last five years. 5. Attested Photo copy of PAN Card 6. ESI Registration certificate copy with last three year payment
details.
7. EPF Registration certificate copy with last three year payment
details.
8. GST registration certificate with details of the last payment.
9. Registration certificate under labour law authorities. Copy of valid
labour license.
10. Documents in support of contracts fulfilled in last 5 years along
with their values in support of the experience and financial
credibility. Copies of the TDS certificates (form-16A) in respect
of these contracts are also to be enclosed.
11 Satisfactory completion of contract certificate from previous
organizations.
12. Declaration as per Annexure ‘D’.
13. Online submission of tender
70
Seal & Signature of Bidder Signature of ESIC Official
SECTION III
SPECIAL TERMS AND CONDITIONS
(For Electrical Works)
1. The maintenance contract consists of operation and maintenance of compact RMU; HT & LT control panels and its
associated AMF panels, underground cables, raising mains. D.G. sets, external and internal electrification, Telephone
connections of R.O and staff Quarters as detailed in schedule accompanying the notification and tender documents.
2. The operating personnel shall be authorized persons having valid permit obtained from the Electrical Inspectorate. The
supervisory staff shall also possess valid supervisory permit obtained from the Electrical Inspectorate. The Bio-data of the
operating personnel of the agency desires to engage, the documentary evidence of the operators/supervisors permit
issued by the Chief Electrical Inspector Government of Karnataka shall be given by the agency before commencement of
the work.
3. The operating / Supervisor staff shall possess the Knowledge of fire fighting and first aid.
4. The operating/supervisor personnel shall have the basic Knowledge and technical skill of the DG set / HT equipment and
shall be capable of independently carrying out the emergency repair works on generator/ AMF panel.
5. The contractor / operator / supervisory personnel shall have a clear working Knowledge of the various electrical circuits
and shall not meddle / alter the electrical circuits without the permission of the Engineer in charge.
6. The power factor of the installation has to be maintained / monitored daily and monthly as per the statutory requirements
of KPTCL / BESCOM.
7. Due to negligence of operator if any, “ the power factor” goes below 0.9 lag during the month, P.F. penalty will be
imposed and recovered from the monthly maintenance bill (as per rate of Electricity Board.)
8 Electrician has to maintain the earthing point/ stations of the electrical power system, adding water & salt and keeping
the station in good conductive //wet, at least once in a month regularly and keep that the earthing system is in good
condition.
9. The bio-data of the operating personnel along with the recent passport size photo is to be furnished.
10. Need based man power to be positioned as and when required in addition to the regular operation staff to carry out
preventive maintenance and breakdowns.
11. All the accessories, equipment comprising of batteries, battery chargers. Control panel, switch boards shall be operated
and maintained by the agency.
12. The salary and other emoluments to the employees / staff shall be from the contractor / agency and shall be strictly
complied with all rules and regulation, statutory or otherwise under labour laws.
13. It is the responsibility of the contractor to make payments for any kind of compensation to these employees in the event
of accidents of any other unforeseen circumstances and the ESIC will not be responsible for such acts. Necessary safety
measures are to be taken by the Agency while operation or during break down or any other unforeseen
circumstances.
14. R.D., ESIC will issue procedures to be followed, shift duties, etc., to the agency which have to be carried out and
complied.
71
Seal & Signature of Bidder Signature of ESIC Official
SPECIAL TERMS AND CONDITIONS (For Civil works)
1. The operating personnel for operations and maintenance shall check daily without fail sewer lines, closet and soil pipe
and Inspection chambers and clean immediately the blockages if any. 2. The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any
consequence arising out of execution of the Repair and maintenance work.
3. The contractor shall ensure proper record and storing of irreparable / dismantled materials. 4. Leakages in water supply pipe line and sanitary lines shall be repaired as soon as complaints are received. The
common miscellaneous sundry materials such as thread, Zinc paste, Cleaning compound, Hacksaw blade, fuse wire,
insulation tape, lugs, screws, nails, etc. shall be provided by the contractor. Materials like bends, collars, Tees,
Unions, Nipples, Electric holders; chokes, switches etc. shall be procured by contractor as and when required and with
the approval of the Engineer in charge.
5. The rain water vent in the terrace and chajjas shall be opened up frequently to avoid the blockage of 6. the rain water, once in a month Terrace should be cleaned regularly.
7. The sewer man / scavenger shall ensure that all lines are maintained in clean condition by carrying out preventive
cleaning of all lines at least once Each month
8. All the rubbishes shall be disposed off at the earliest and place be kept clean and orderly at the end of the Each
day’s work. 9. M.S. stays and handles of steel windows requiring repairs shall be attended. 10. All registers such as complaint register, registers of released/damaged materials and other records as desired by the
engineer in charge shall be maintained and up dated daily and kept ready for inspection of officers.
SPECIAL TERMS AND CONDITIONS(GENERAL)
1 Work is to be done in occupied staff quarters. Accordingly contractor has to work in close coordination with the residents
of the staff quarter, Care taker and Engineer in charge .Nothing extra admissible for waiting time/ wastage of labour.
Workers shall be provided with approved uniform.
1. Utmost care should be taken to avoid in convenience to the allot tees / occupants.
2. Care should be taken to avoid any damages to the building, fittings and articles in the house. Any damages Should be made good at contractors own cost.
3. Unused and left out materials/ rubbish shall be immediately removed from the premise.
4. Contractor has to deploy good behavioral workers under proper supervision.
5. Children of labourers should not be present at the work site. .
72
Seal & Signature of Bidder Signature of ESIC Official
Section IV
GENERAL CONDITIONS OF CONTRACT (GCC)
1 Definitions
In the Contract (as hereinafter defined) the following words and expressions shall have the meanings
hereby assigned to them except where the context otherwise requires:
(i) “Employer” means the Employees' State Insurance Corporation and the legal successors in
title to Employees' State Insurance Corporation.
(ii) “Engineer” means the person appointed by Employees' State Insurance Corporation to act as
an Engineer for the purpose of the Contract.
(iii) “Contractor” means an individual or firms whether incorporated or not, that has entered into
contract (with the employer) and shall include his/its heirs, legal representatives, successors and
assignees. Changes in the constitution of the firm, if any, shall be immediately brought to the notice of
the employer, in writing and approval shall be obtained for continue performance of the contract.
(iv) “Contract” means the conditions, the Specifications, the Bill of Quantities, the Tender, the
Letter of acceptance, the Contract Agreement (if completed) and such other documents as may be
expressly incorporated in the Letter of Acceptance or Contract Agreement.
(v) “Specification” means the specification of the works included in the contract and any
modification thereof. The items of works shall be executed in strict accordance of CPWD
specifications.
(vi) “Drawings” means all the completion drawings, calculations and technical information of a like
nature provided by the Engineer to the Contractor under this contract and all drawings, calculations,
samples, patterns, models, Repair/Repairs and Maintenance Manuals and other technical information
of a like nature submitted by the Contractor and approved by the Engineer.
73
Seal & Signature of Bidder Signature of ESIC Official
(vii) “Bill of Quantities” means the priced and completed bill of quantities forming part of the Tender.
(viii) “Tender” means the Contractor's priced offer to the Employer for the execution and satisfactory
completion of the works and the remedying of any defects therein in accordance with the provisions
of the Contract, Specification as accepted by the Letter of Acceptance. The word Tender is
synonymous with “Bid” and the words “Tender Documents” with “Bidding Documents”.
(ix) “Letter of Acceptance” means the formal acceptance of the tender by Employees' State
Insurance Corporation in writing.
(x) “Contract Agreement” means the contract agreement (if any) referred to contract agreement
(xi) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to these
Conditions.
(xii) “Commencement Date” means the date from which the Contractor is directed by ESIC to start
the works in writing.
(xiii) “Time for Completion” means the time period for which the contract has been allowed to be
completed by the employer to the contractor.
(xv) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the
Contractor for the execution and completion of the Works and removing of any defects therein in
accordance with the provisions of the Contract.
(xvi) “Extra Item Price” Any items of works if it is not available in Bill of Quantities and required to be
executed in the interest of completion of work.
(xvii) “Substitute Item Price” Any items of works required to be executed in the interest of completion
of work and replace by the similar item available in Bill of Quantities.
74
Seal & Signature of Bidder Signature of ESIC Official
(xviii) “Retention Money” means the aggregate of amount retained by the Employer as Security
Deposit.
(xix) “Works” means the Permanent Works and the Temporary Works or either of them to be
executed in accordance under the contract and contract specifications.
(xx) “Site” means the places provided by the Employer to the Contractor.
(xxi) “Cost” means all expenditure properly incurred or to be incurred, whether on or off the Site,
including over head and other charges but does not include any allowance for profit.
2. Engineer’s Duties and Authority
The Engineer shall carry out the duties as specified in the Contract.
3. Custody and Supply of Drawings and Documents
The Drawings shall remain in the sole custody of the Employer but copies as required thereof shall be
provided to the Contractor for free solely for the purpose of this contract.
4. Sufficiency of Tender
The Contractor shall be deemed to have based his Tender on the data made available by the
Employer and on his own inspection and examination of this site conditions. The acceptance of
tender is deemed to have visited the site and made themselves conversant with the type of works
incorporated in this tender.
5. Contractor's Employees
The Contractor shall provide qualified and experienced technical staff on the site of work in
connection with the works and for remedy of any defects therein.
75
Seal & Signature of Bidder Signature of ESIC Official
6. Engineer at Liberty to Object
The Engineer shall be at liberty to object, to remove forthwith from the Works, any person provided by
the Contractor who, in the opinion of the Engineer, misconducts himself, or is incompetent or
negligent in the proper performance of his duties, or whose presence on site is otherwise considered
by the Engineer to be undesirable and such person shall not be again allowed upon the Works
without the consent of the Engineer. Any person so removed from the Works shall be replaced
immediately.
7. Safety, Security and Protection of the Environment
The Contractor shall, throughout the execution and till completion of the Works remedying of any
defects therein:
(i) Have full regard for the safety of all persons entitled to be upon the site and keep the site (so
far as the same is under his control) and the Works (so far as the same are not completed or
occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such
persons, and
(ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching,
when and where necessary or required by the Engineer or by any duly constituted authority for the
protection of the Works or for the safety and convenience of the public or others, and
(iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others, resulting from pollution, noise or other
causes arising as a consequence of his methods of doing work activities under the contract.
(iv) All safety rules prescribed by the Government should be complied and shall be strictly
observed to execute the work and safety of manpower deployed.
8. Insurance of work by the Contractor for his liability:
76
Seal & Signature of Bidder Signature of ESIC Official
(i) During the execution of the work any loss or damage to the property and life of his employee
arising from a cause for which contractor is responsible.
(ii) For loss or damage occasioned by the Contractor in the course of any work carried out by him
for the purpose of complying with his obligations.
(iii) It shall be the responsibility of contractor to notify the Insurance Company of any charge in the
nature and extent of the works and to ensure the adequacy of the Insurance cover at all times during
the period of contract.
9. Accident or injury to Workmen
The Employer shall not be liable for or in respect of any damages or compensation payable to any
workman under Compensation Act for death or injury resulting from any act or default of the
contractor. The contractor shall indemnify and keep indemnified the Employer against all such
damages and compensation and expenses whatsoever in respect thereof or in relation thereto.
10.1 Evidence and Terms of Insurance
The contractor shall take out appropriate insurance to cover his work, workers and staff employed by
him fully. The contractor shall provide evidence to the Employer as soon as practicable after the
respective insurance have been taken out but in any case prior to the start of work at the Site that
insurance required under the Contract have been effected.
10.2 Compliance with Statutes and Regulations:
The Contractor shall conform in all respects, including by giving all notices and paying of all
fees/charges, with the provision of:
77
Seal & Signature of Bidder Signature of ESIC Official
(a) Any National or State Statute, Ordinance or other Law or any regulation or bye-law of any local
or other duly constituted authority in relation to the execution and completion of the Works and the
remedying of any defects therein, and
(b) The rules and regulations of all public bodies and companies whose property or rights are
affected or may be affected in any way by the Works, and the Contractor shall keep the Employer
indemnified against all penalties and liabilities of every kind for brEach of any such provision.
(c) Any changes required for approval due to revision of the local laws.
11. Default contractor in Compliance
In case of default on the part of Contractor in carrying out such instruction within the time specified
therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other
persons to carry out the same and all costs consequent thereon or incidental thereto shall be
determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may
be deducted by the Employer from any payments due or to become due, to the Contractor and the
Engineer shall notify the Contractor accordingly.
12. Time for Completion
The time limit of work shall be as mentioned in the letter of commencement/Work Order and shall
start from the date of issue of letter or as informed by through Letter/Work Order or as decided by
Additional Commissioner/Regional Director.
13. Extension of Time for Completion
The extension of the period for completion of work can only be granted on the valid and unavoidable
grounds by the competent authority as per same terms and conditions of Contract and based on the
requirements of Employer/Users.
78
Seal & Signature of Bidder Signature of ESIC Official
14. Termination of Contract:
The employer reserves it’s right to terminate the contract/works by giving 30 days notice at any time
during currency of the contract, if the services of the contractor are not found satisfactory as per the
opinion of employer or his representative for which no claim or compensation shall be entertained by
the Employer.
15. Defect Identification and its rectifications
Contractor shall immediately attend the defects and complaints after getting intimation at site. Defect
Liability period shall be 12 months from the date of completion of work under Bill of Quantities for
measurable works. The contractor shall rectify at his own expenses, any defect in the work carried
out by him during this period. On failure of the contractor to do so, the same shall be executed by the
Employer through other means as deemed fit, at the risk and cost of the contractor.
16. Compensation for Delay
If the Contractor fails to complete the work in time then the Employer can impose liquidated damages
on the contractor @ 1% per day maximum of 10 % of estimated cost.
In case of default on the part of the Contractor in carrying out defect rectification works, the Employer
shall be entitled to employ and pay other persons/agency to carry out the same and if such work, in
the opinion of the Employer, the Contractor was liable to do at his own cost under the Contract, then
all costs consequent thereon or incidental thereto shall be determined and recovered from the
Contractor by the Employer and may be deducted from any payment due or to become due to the
Contractor.
17. Method of Measurement
The Engineer shall determine by measurement of the value of actual work done in accordance with
the Contract and shall be paid proportionately. The works shall be measured net, notwithstanding any
general or local custom, except where otherwise provided in the Contract. The method of
measurements shall be followed as per the CPWD Norms / Specifications.
79
Seal & Signature of Bidder Signature of ESIC Official
18. Deduction of Income tax
The amount to be deducted towards the income tax shall be at the rate applicable.
19. Labour Welfare Cess
Rate on the work done shall be deducted from Each bill as per statutory requirements, as applicable.
20. Correction of Certificates:
The Engineer may have issued any Interim Payment Certificate, the correction or modification in any
previous Interim Payment Certificate which has been issued by him, and shall have authority, if any
work is not being carried out to his satisfaction, to omit or to reduce the value of such work in any
Interim Payment Certificate.
21. Final Certificates:
Within 60 days after receipt of the Final Statement, and the written discharge, the Engineer shall
report to the employer (with a copy to the Contractor) with a Final Certificate stating:
(a) The amount which, in the opinion of the Engineer, is finally due under the Contractor, and
(b) After giving credit to the Employer for all amounts previously paid by the employer and for all
sums to which the Employer is entitled under the contract.
22. Default of Contractor:
80
Seal & Signature of Bidder Signature of ESIC Official
If the performance of the contract is not satisfactory and not corrected within 15 days of receiving
notice, then employer shall be at liberty to terminate the contract and get the work executed through
other means at the risk and cost of the Contractor.
23. Any of the Clauses/Conditions which have not been covered in this contract General
clauses/conditions of contract, CPWD 2014 will be referred and Will apply
24. Arbitration:
Any dispute and differences relating to the meaning of the specifications, designs, drawings
and instructions herein before mentioned and as to the quality of workmanship of materials used in
the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of
or relating to the contract, designs, drawings, specifications, estimates, instructions or these
conditions or otherwise concerning the works or the execution of failure to execute the same whether
arising during the progress of the work or after the completion or abandonment thereof in respect of
which amicable settlement has not been rEached shall be referred to the Sole Arbitrator appointed by
The Additional Commissioner/Regional Director, ESIC whose decision shall be final and binding on both the
parties as per the Arbitration Act, 1996.
25. The Work under the contract shall continue, during the Arbitration proceedings.
26. The award of the Arbitrator shall be final, conclusive and binding on both the parties (the
Employer and the Contractor).
27. Payment on Termination:
In the event of termination of the contract, employer shall be at liberty to get balance work done at the
risk and cost of the contractor and due payment of the contractor, if any, shall be released after the
completion of whole of the works.
28. General Conditions:
81
Seal & Signature of Bidder Signature of ESIC Official
a. The persons deployed by the Contractor should be properly trained, have requisite experience and skills for carrying
out a wide variety of running, operation and maintenance with required materials and tools/equipments.
b. The Contractor should ensure Health and safety of the workers. ESIC may also conduct health check of the staff
deployed at regular intervals.
c. The Contractor must employ adult and skilled labour only. Employment of child labour will lead to the termination of
the contract. The Contractor shall engage only such workers, whose antecedents have been thoroughly verified,
including character and police verification and other formalities. The Contractor shall be fully responsible for the
conduct of his staff.
d. The Contractor at all times should indemnify ESIC against all claims, damages or compensation under the provisions
of Payment of Wages Act, 1936; Minimum Wages Act, 1948; Employer’s Liability Act, 1938; the Workman
Compensation Act, 1923; Industrial Disputes Act, 1947; Maternity Benefit Act, 1961; or any modification thereof or
any other law relating thereto and rules made there under from time to time. ESIC will not own any responsibility in
this regard.
e. The contract shall initially be valid for period of One year and may be extended further for a period of One year
subject to satisfactory performance, on the same terms and conditions.
f. The rates quoted by the bidder shall remain unchanged during the period of Contract. ESIC, however, reserves the
right to terminate the contract by serving one month’s notice, in writing without assigning any reasons whatsoever.
The Contract may be terminated with mutual consent by giving one month notice.
g. In case of brEach of any terms and conditions attached to the contract, the Performance Security Deposit of the
Contractor is liable to be forfeited by ESIC, besides annulment of the contract and initiating other legal action.
h. The Contractor must provide standard liveries to its staff/supervisors/managers. The staff shall be in proper uniform
with their identity properly displayed. Samples of liveries will have to be submitted by the Contractor for approval of
ESIC.
i. ESIC will provide space for setting up a control room and stores to the Contractor in the premises. The contractor will
arrange for all other items, viz, time keeping machine, computerized inventory of stores computerized daily duty
roster chart, etc. He shall provide the Telephone nos. of all the persons employed.
j. ESIC will provide space for a store room to the Contractor in the premises. The storekeeper/supervisor deployed by
the contractor will store all their liveries, materials, equipments in the store room and maintain a computerized record
of the stores which shall be opened to inspection by ESIC staff during working hours.
k. Tools required for all maintenance works should be arranged by the contractor and tools must be available at the site.
l. AMC/CMC required for all Electro Mechanical equipments are entered /being entered into directly by ESIC with
Original manufacturer/Supplier. The Contractor should co-ordinate and liaison with AMC/CMC provider for efficient
and smooth running of all Electro Mechanical equipments.
m. All maintenance staff will report to ESIC Engineers/ care taker and the contractor will maintain the following
registers: 1. Attendance Register
82
Seal & Signature of Bidder Signature of ESIC Official
2. Leave Register 3. Payment of wages / Statutory dues 4. Record of weekly off / compensatory Holiday 5. Register of employees. These registers will be verified and cross checked by ESIC for actual deployment.
II. Payment Procedure The Billing cycle would be calendar month and the Contractor is to submit the bill complete in all respects up to
10th of Each month and ESIC will settle the claim within 15 working days from the date of receipt of Bill. However, the
Contractor must make payment to their workers through Bank Transactions on or before 7th of Each month and this
payment is not linked to the clearing of bill by ESIC. The bill is to be submitted with the following documents:-
(a) The wages of workers for last month credited to their Bank Account and the details of payment along
with bank Account No. should be displayed in the notice board in the space provided to the Contractor.
No cash payment is permissible and such payments are to be treated at par with non-payment of wages.
There must be no deviation whatsoever in this regard.
(b) ESI/EPF/ GST/ other statutory dues amounting to Rs._______ for the month of (previous month)
deposited on _____ (copy of challans to be enclosed).
(c) Employee-wise details of ESI, EPF Prof. Tax contribution paid is to be submitted every month.
(d) All the original claims for material / consumables for the month incurred, duly certified by ESIC
engineers.
(e) Undertaking that all statutory Central Labour Laws including Minimum Wages Act are complied with.
(f) Monthly statement of complaint received, attended , pending and reason for pending to be submitted If the Bill is complete in all respect it will be finalized at the earliest. If Bills are not submitted by the last date of
the following month, ESIC reserve the right not to process the bill.
III. Liquidated damages: Whenever and wherever it is found that in the maintenance work carried out / not up to the mark, it will be
brought to the notice of the supervisory staff of the Contractor by ESIC and if no action is taken within time schedule
mention in Para XI liquidated damages @Rs.500/- per complaint per day shall be imposed. The decision of ESIC official
In charge shall be final, in this regard.
IV. Materials / Consumables All the materials/consumables required for the work will be supplied by the contractor and ESIC will pay them as
per quoted rates. If items not available in the sanctioned BOQ and same needs for works, and ordered by engineer-in-
charge. Then item DSR/KPWD/Government body SR rates are payable. In case of non available in DSR market rate plus
10% OH charges will be paid subject to reasonability of the price/rates as determined by ESIC Engineers. The materials
conforming to BIS standards/CPWD specification/materials of good quality generally available in the market should be
used.
83
Seal & Signature of Bidder Signature of ESIC Official
V. Complaint / Rectification
The Contractor will maintain complaint cell / Office for receiving / attending the complaints. The complaints will
be in writing or registered in the complaint cell/Office or oral intimation through telephone should be considered as
sufficient. The complaint lodged over telephone should be acknowledged with complaint number. Each complaint has to
be attended immediately. If any complaint which could not be rectified within 24 hrs, it should be informed to the
representatives of ESIC. All life threatening complaint should be attended immediately. Any deviation from the above
will attract penalty as per Para VIII.
VI. Risk Clause The Contractor shall at all times have standby arrangements for carrying out the work under the Contract. In case
of failure of the existing arrangement. ESIC reserves the right for termination of the contract at any time by giving one
month Written notice, if the services are found unsatisfactory and also has the right to award the contract to any other
selected renderers at the cost, risk and responsibilities of Contactor and excess expenditure incurred on account of this will
be recovered by ESIC from the Contractor Security Deposit or pending bill or by raising a separate claim.
All necessary reports and other information will be supplied on a mutually agreed basis and regular meetings will
be held with the ESIC. Contractor and his staff shall take proper and reasonable precautions to preserve from loss, destructions, waste or
misuse the areas of responsibility given to them by the ESIC and shall not knowingly lend to any person or company any
of the effects or assets of the ESIC under its control. In the event of loss/damage of equipments / items etc. at the premises of the ESIC due to negligence/ carelessness
of Contract staff, then the Contractor shall compensate the loss to ESIC.
VII. Dispute Settlement: It is mutually agreed that all differences and disputes arising out of or in connection with this Agreement shall be
settled by mutual discussions and negotiations. If such disputes and differences cannot be settled and resolved by
discussions and negotiations then the same shall be referred to the Sole Arbitrator appointed by The Additional
Commissioner/Regional Director, ESIC whose decision shall be final and binding on both the parties.
VIII . Manpower
Any misconduct/misbehavior on the part of the manpower deployed by the contractor will not be tolerated and
such person will have to be replaced by the contractor at his own costs, risks and responsibilities immediately, with
written intimation to ESIC. The Contractor should ensure to maintain adequate number of manpower as per Annexure and also arrange a pool
of stand by manpower for any absentees from duty from work place. The reliever of equal status shall be provided by the
Contractor from an existing pool of Operation and maintenance staff. If the required numbers of
workers/supervisor/manager are less than the minimum required as per Annexure/manpower deployment schedule a
penalty @Rs.500/- per worker per day will be deducted from the bill. Also the recovery of wages for that absent period
84
Seal & Signature of Bidder Signature of ESIC Official
IX MAN Power Control
1) Man Power Position is only indicative for reporting to duty. However the working hours will be adjusted
according to the local conditions. An attendance register and a complaint register shall be maintained at service
centre in the approved format. 2) Tradesmen deployed are as per present requirement. Tradesmen may be increased or decreased as required or
reorganized at any time of contact period. The additional place of maintenance like branch office staff quarters
dispensaries may be included at the discretion of Regional Director. The available tradesmen will be deployed for
duty to additional area/location as per instruction of regional director/ Engineering in charge / care taker 3) Only qualified / licensed/ certified Electrician / operators shall be deployed. Preferably the other skilled worker
deployed shall also be qualified / licensed / certified. Certificate/License of the Electrician, certificates of
technical/ qualification of tradesmen are to be produced after acceptance of tender. All the staff of the contract
shall wear uniform and badges identifying their category and name in English and Kannada Language
4) The tradesmen are to be deployed on call to any unit/ work site as and when required, to carry out the
complaints/work as per instruction of engineer / care taker. 5) Provision of trades men , plumber cum fitter, Electrician (General Duty), Sewer man /scavenger Cum General
duty , mason , carpenter , in man power schedule will be deployed / utilized for repair and maintenance work at
different work places/units comes under the scope of this tender , as required , in consultation of Engineer
concerned / care taker
6) Man power in the schedule should be deployed on call to any other places as required /directed by the engineer /
care taker 7) Regional Director, ESIC reserves the rights to reduce or increase the scope of the work without assigning any
reasons or which contractor should not have any objection and should be ready to work without any extra cost. 8) The old materials recovered in the process of R & M is property of the ESIC. Contractor has to return all the
metallic scrap materials like brass cocks, electrical choke, GI pipes and GI accessories etc which has resale /scrap
value to the ESIC store/ Care taker and obtain the receipt. Material return receipt be enclosed
`
85
Seal & Signature of Bidder Signature of ESIC Official
Annexure - G
COMPLAINT REGISTRATION FORM( Annexure – G)
DATE: NAME OF THE OFFICE/DISP. SECTION/QUARTERS. NO.:
TIME
NATURE OF COMPLAINT/s:
COMPLAINANT’S NAME
SIGNATURE
COMPLAINT ATTENDED
DATE:
TIME FROM: TO:
Certified that the complaint has been satisfactorily attended. Details of the work attended
Details of the Materials used:
Contractor:
Complainant
86
Seal & Signature of Bidder Signature of ESIC Official
Date:
SUMMARY OF THE ANNUAL REPAIR & MAIN. BILL FOR THE MONTH 1- Total No. of the complaints received during the month
2- Total No. of the complaints attended during the month
3- Total No. of the complaints resolved during the month
4- Total No. of the complaints pending during the month
87
Seal & Signature of Bidder Signature of ESIC Official
Annexure - H
Important Instructions for Bidders(Annexure H)
All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E- Tenders.
Bidders should get Registered at https://esictenders.eproc.in.
Bidders should add the below mentioned sites under Internet Explorer → Tools → Internet Options → Security → Trusted Sites → Sites of Internet Explorer :
https://esictenders.eproc.in https://www.tpsl-india.in https://www4.ipg-online.com
Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer → Tools → Internet Options → Advanced Tab → Security.
Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or NetBanking for participating in the Tender.
Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp