regional office karnataka employees' state …€¦ · regional office karnataka employees' state...

146
1 Seal & Signature of Bidder Signature of ESIC Official REGIONAL OFFICE KARNATAKA EMPLOYEES' STATE INSURANCE CORPORATION Ministry of Labour & Employment, Govt. of India REGIONAL OFFICE, KARNATAKA NO.10, BINNYFIELDS, TANK BUND ROAD (NEAR BINNYMILL, NEXT TO ETA MALL) Web Site: www.esic.nic.in & www.esickar.gov.in -------------------------------------------------------------------------------------------------------------------------------------------- NOTICE INVITING e-TENDER BID DOCUMENT Name Of Work :-Repair and Maintenance of Civil works of ESIC Hospital Peenya 2019-2020 --------------------------------------------------------------------------------------------------------------------------------------------

Upload: others

Post on 19-Oct-2020

11 views

Category:

Documents


0 download

TRANSCRIPT

  • 1

    Seal & Signature of Bidder

    Signature of ESIC Official

    REGIONAL OFFICE KARNATAKA

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

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

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

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

    NOTICE INVITING e-TENDER

    BID DOCUMENT

    Name Of Work :-Repair and Maintenance of Civil works of ESIC

    Hospital Peenya 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 Hospital

    Peenya 2019-2020

    2 Time for Completion

    365 Days 3 Estimated Cost Rs.1,65,16,669 /- (Rs. One crore sixty five lakh sixteen thousand six hundred sixty

    nine only)

    4 Earnest Money Deposit

    (EMD)/Cost of

    Tender

    The Total amount of Rs.3,30,833/-(EMD Rs 3,30,333/-+Cost of Tender Rs 500/-)

    which shall be in the form of Demand Draft Or Bankers Cheque scheduled Bank

    issued / drawn in favor of ‘ESI FUND ACCOUNT No.1’, payable at Bengaluru.

    The unsuccessful bidder will get only EMD amount.

    Note: - Exemption letter of EMD issued by any Government bodies are Not Valid

    for the purpose of tender.

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

    www.esickarnataka.gov.in and www.esictenders.eproc.in from 28/02/2019 to

    11/03/2019 upto 11.00 hrs

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

    https://esictenders.eproc.in during the period from 28/02/2019 to 11/03/2019 upto

    11.00 hrs. further Only those who participated in online process the hard copy of

    tender(Financial and Technical ) have to be drop the sealed tender in tender box

    placed in the RO office Bengaluru.

    7 Pre Bid Meeting Pre Bid Meeting will be held on 06/03/2019 at 15.00 hrs.

    8 Date of opening of tender

    The technical bids of tenders shall be opened in the presence of the tenderers who

    desire to be present on 11/03/2019 at 15.00 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.

  • 3

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    Electrical Materials ............................................................................. Error! Bookmark not defined.

    CIVIL MATERIAL ......................................................................................................................... 30

    Civil Item Work ............................................................................................................................. 58

    Electrical Item Works .................................................................................................................. 112

    SUMMARY OF SCHEDULES .................................................................................................. 124

    DECLARATION FROM BIDDER (Annexure D) ............................................................................ 125

    DETAILS OF STAFF (Annexure E) ............................................................................................... 126

    CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)..... 127

    SECTION III ................................................................................................................................ 128

    SPECIAL TERMS AND CONDITIONS......................................................................................... 128

    Section IV .................................................................................................................................... 130

    GENERAL CONDITIONS OF CONTRACT (GCC) ........................................................................ 130

    COMPLAINT REGISTRATION FORM( Annexure – G) .............................................................. 143

    Important Instructions for Bidders(Annexure H) .............................................................................. 145

  • 4

    Seal & Signature of Bidder

    Signature of ESIC Official

    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 ESIC Hospital Peenya 2019-2020 on contractual basis for a period of one year under two bid system.

    2. The tender document can be downloaded from www.esic.nic.in, www.esickar.gov.in. and

    https://esictenders.eproc.in from 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 11.00 hrs.

    3. All the Bidders are advised to go through the “Important Instructions to Vendors” placed at

    Appendix ‘G’ for registering themselves with e-Procurement Portal https://esictenders.eproc.in to participate in

    e-Tendering.

    4. The main eligibility conditions are:-

    (i) The applicant should have also successfully completed similar work in building repair/maintenance(civil &

    electrical) and services of equipments in central Govt. office / State Govt. office / attached office / Statutory

    bodies / PSU departments during last three years ending < last day of the month previous to the one in which

    applications are invited > either of the following:

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

    tender.

    Or

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

    Or

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

    (ii) The bidders/Associate/Contractor should have a valid labor license and Registered / Branch Office in

    Bengaluru.

    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 ESIC

  • 5

    Seal & Signature of Bidder

    Signature of ESIC Official

    Hospital Peenya 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

    reach 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 of

    Rs.3,30,833 /- (Rupees Three lakh thirty thousand eight hundred eighty three 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.

    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.

  • 6

    Seal & Signature of Bidder

    Signature of ESIC Official

    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. 080-23579467)

    28. The contractor may visit the site of work on any working days during office hours before the closure

    of this tender.

    29. The Additional Commissioner/Regional Director, ESIC, Regional Office (Karnataka) reserves

    the right to withdraw/relax any eligibility criteria and in such a situation the bidders will be given

    sufficient time to take such changes into account. However, no relaxation will be given as far as statutory

    requirements are concerned, explicit/implicit

    Sd/-

    Additional Commissioner/ Regional Director

    ESI Corporation (Karnataka)

  • 7

    Seal & Signature of Bidder

    Signature of ESIC Official

    TERMS & CONDITIONS (Annexure A)

    1. Minimum Qualification and Experience

    Sl.

    No. Tradesmen Category

    Min.Qualif

    ication

    Min

    Experie

    nce No.

    1. Facility Manager

    Highly

    Skilled

    B-

    Tech/Diplo

    ma 2 years 1

    2. Technical Supervisor

    Skilled Diploma 3 years 1

    3. Plumber- cum -

    fitter

    Semi-

    Skilled ITI 3 years 1

    4. DG Operator/Pump

    Operator/Boiler

    Operator

    Un-skilled

    Matriculate

    2 year

    4 (shiftwise)

    5 Fire Officer

    Highly

    Skilled

    B-

    Tech/Diplo

    ma

    2 years 1

    6 Fire Man Un-skilled Matriculate 2 years 4 (shiftwise) 7 Gas Manifold

    Operator Un-Skilled Non

    Matriculate 1 year

    4 (shiftwise)

    8 AC Technician

    Skilled Diploma/IT

    I 2 years

    4 (shiftwise)

    9 Helper/Sewer

    Man

    Un-skilled Non

    Matriculate 2 years

    2

    10 Mason on Call

    Basis (100 Days)

    Skilled Non

    Matriculate 5 years

    100 (Days)

    11 STP/ETP

    Operator

    Un-skilled Non

    Matriculate 2 years

    4 (shiftwise)

    12 Lift Operator

    Un-skilled Non

    Matriculate 2 years

    4 (shiftwise)

    13 Carpentor

    Semi-

    Skilled

    Non

    Matriculate 5 years

    1

    14 Electrician Skilled ITI 3 years 2

    15 Electrical Helper

    Un-skilled Non

    Matriculate 2 years

    2

  • 8

    Seal & Signature of Bidder

    Signature of ESIC Official

    TOTAL 36

    Note: - The number of manpower required is likely to increase or decrease depending upon the actual requirement.

    2. The contractor shall ensure the regular supervision and control by the contractor himself or by his supervisor

    on the workmen deployed by them under due intimation.

    3. The bidders should have sufficient employees on its rolls or rolls of its Associates/Contractor specifically

    trained for Repair and Maintenance (Civil and Electrical) work.

    4. The contractor shall also submit the details and two copies of their passport size photographs of its workers to

    ESIC as per Annexure ‘E’ and they should certify the antecedents and background verified.

    5. The workmen engaged by the contractor / agency shall observe safety precautions connected with the work

    as stipulated in the relevant statutes.

    6. Contractor shall provide shoes, masks and gloves as basic needs to protect the health from the very nature of

    duties performed by their employees.

    7. The staff employed by the contractor for performance of the contracted jobs, shall be of sound health, be

    mentally alert and physical fit. The contractor shall be bound to change the personnel deployed, if any, if found

    unsuitable by ESIC and decision of the ESIC in this regard shall be final and binding on the contractor.

    8. 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

  • 9

    Seal & Signature of Bidder

    Signature of ESIC Official

    other agency then the expenditure so incurred plus 10% of the same shall be recovered from the contractor’s

    payment. In case of any dispute, the decision of Regional Director of ESIC, Bengaluru shall be final and binding on

    the contractor.

    14. The bidder/contractor shall indemnify ESIC under Workmen’s/Worker’s compensation Act, Personal Injuries

    Act, Insurance Act, etc and or other Industrial Legislation in force from time to time. The contractor shall be

    responsible for any violation/non-compliance of the Labour laws and ESIC shall stand indemnified against any claim

    or compensation of whatsoever nature in this regard by the bidder/contractor.

    15. Materials: The contractor should keep minimum inventory for common miscellaneous sundry materials like

    latest sealing material, washer, nut bolts, nails, screws, blade, Insulation tape, Zinc paste, cleaning compound, Fuse

    wire, lugs, hacksaw, other tools and plants, soap, broom, waste cloth and thread etc which is a necessity for attending

    day to day repair works/complaints. The rate quoted shall be deemed to be included for this provision also. Tools also

    to be provided by the Contractor. The materials used for repair/replacement should be conforming to BIS

    standards/CPWD specification/materials of good quality available in the market. Sample of materials to be

    supplied/used may be produced and got approved from the concerned Engineer I/c/BO/Office in Charge. If specified

    approved material mentioned in this tender is not available, then necessary certificate need to be submitted from

    manufacturer/authorized dealer. In case of non availability of approved item, equivalent brand shall be selected in

    consultation with the concerned ESIC Officers/Engineers and any nominated staff.

    Further if any Item which are to be used & rate not already approved (non tender item), the contractor has to

    obtain prior approval of the competent authority and purchase bills to be submitted along with the monthly bill in the

    prescribed format.

    16. The ESIC reserved the right to increase or decrease of man power deployment or quantity of materials or item

    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

  • 10

    Seal & Signature of Bidder

    Signature of ESIC Official

    Department. No other claim on whatever account shall be entertained by this office.

    iv) The contractor will ensure that the workers engaged by him must receive their entitled wages on time. The

    following procedure shall be adopted.

    a) The contractor shall pay the wages of the personnel on or before 7th of the calendar month following

    for which the services were rendered. This payment of wages must not be linked to payment / clearance

    of the bill by this office.

    b) The payment to such workers must be made by the agency through cheque/ECS. Under no

    circumstances payments shall be made in cash. If the agency does not make payment to its workers

    through cheque/ECS, the contract may be terminated and the security deposit will be forfeited.

    v) In order to ensure that workers get their entitled wages, the billing cycle for the agency is to be calendar

    month. The bills must be submitted along with all the certificates / documents as follows:

    a) The wages of workers for the last month credited to their bank account and the details of payment with

    bank account No’s and bank statement enclosed.

    b) Proof of payment of ESI/EPF/Other statutory dues amounting be submitted. (Copy of paid challans to be

    enclosed)

    c) Employee wise details of ESI and EPF contribution paid is too submitted every month/quarter as

    applicable.

    d) Undertaking that all statutory labor laws including minimum wages act is being complied with.

    e) Proof of payment of service tax. (Copy of paid challans to be enclosed)

    f) Compliant Register format as specified in Annexure 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

  • 11

    Seal & Signature of Bidder

    Signature of ESIC Official

    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 4 PM or as decided by ESIC.

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

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

    reimbursement.

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

    SECTION-I Introduction and scope of work

    Employees State Insurance Corporation is a central Government statutory body Under Ministry of Labour

    having various buildings of Hospitals/ Dispensaries/ Offices/Staff quarters throughout the state. Annual repair

    and maintenance works, minor seepage work/painting/replacement of door/windows in respect of the buildings

    is being undertaken by the Corporation.

    ESIC Peenya HOSPITAL:-The Building of plinth area 23000 sq mtr(lumpsum) was Constructed during the

    year 2012. Regular Maintenance is required for Day today to upkeep the building. The Building Located at

    survey no. 11-55-1, plot no. 1, 5th main road (FTI campus) Yeshwanthpur suburb, Yeshwanthpur P.O

    Bengaluru 560022.

    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.

    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

  • 12

    Seal & Signature of Bidder

    Signature of ESIC Official

    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 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 3

    years 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

  • 13

    Seal & Signature of Bidder

    Signature of ESIC Official

    for smooth functioning of the work Monitoring the maintenance works in respects of complaints.

    Inspecting facilities such as carpentry, water supply, drainage, structures etc periodically to determine

    problems and necessary maintenance required and it must be brought to the notice of the Engineer.

    Preparing weekly maintenance scheduled and allocation of works to the sub ordinate employees and

    also monitoring the quality and quantity of works. Co-ordination with the other supervisors and the

    AMC provider. Workers notebook/Job book, records pertain to manpower engagement, stock ledgers,

    issue vouchers, consumption certificates, identification of Repair works and complained reports to be

    maintained. During inspection of ESIC authority, the supervisor should produce the said records and

    oblige. The item of work are to be executed against the requirement of users/CT and these items of

    work completion are to be certified by users/Care takers

    Duties and Responsibilities

    i) He should have electrical competency and supervisor certificate.

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

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

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

    v) He should maintain check list daily/weekly/monthly/yearly. vi) All the panel boards, switches, batteries and other related electrical equipments should be

    maintained in neat and clear condition.

    vii) Check list maintenance/log book entries of electrical equipments. viii) AMC/CMC of all the electro mechanical equipments validity period to be followed up. ix) Safety precaution to be followed up. x) Attending break down then and there immediately.

    2. AC Technician (Semi Skilled) : Qualification: ITI or equivalent with 5 years experience in AC installation. Trouble shooting of split

    units, ducted split units & package units in high rise buildings.

    3. Plumber (Semi Skilled) :

    Qualification: ITI with 3 years experience. Plumber cum fitter tradesmen will maintain the water supply

    lines in good working condition, repair , maintenance , replacement of water taps, wash basin tapes water

    connections, wash basin drain pipe ( waste pipe ) connection/replacement, Geyser input –out put lines, any

    other trade concern work etc as directed by the concern engineer/ ESIH Users. Contractor will provide

    required tools required for the work

    Cleaning and maintaining all water rising mains, maintaining water supply system pipe lines

    in good working condition .Repairing and replacing damaged pipes, fittings and valves , water tapes as

    and when reported by the users / residents, Removal of defective pump and arranging for repair and

    replacing the water pump, connecting the delivery line and suction line of water pumps , repairing and

    replacing of foot valve, float valve of water tanks etc as directed by Engineer/ ESIH Users and replacing

    motors.

    4. Electrician (Skilled)

    Qualification : ITI with 3 years experience as Electrician cadre, should have knowledge in electrical

  • 14

    Seal & Signature of Bidder

    Signature of ESIC Official

    equipments, repair of panels, starters, switches and maintaining all equipments, responsible for starters

    switches, panels and replacement of electrical contractors, overload relay, times and circuit fuse carriers,

    fixing / installation of new starters switches, panels, light fixtures, cable laying, upkeep electrical panels /

    fixtures responsible for preventive maintenance, replacement of spares, etc,. Electrical tradesmen will carry

    out the maintenance and repair work of trade concern like electrical installation, Diesel Generator set, lift

    operation, any other trade concern work etc at different ESIH & Staff Quarters as directed by concern

    engineer/ ESIH Users. Contractor will provide required tools and measuring meters like megger, AVO

    meter etc. required for the work.

    Ensure all indication bulbs in panels are functional Ensure ventilation in LT/Transformer/ DG room is

    proper and adequate, Ensure all ACBs/ MCCBs are healthy and ensure that Capacitor panels are functional,

    All alarms to be checked and logged, Check all electrical installation viz. Panel rooms, LT/HT Room/ DG

    Room for any abnormality.

    The manpower to be employed by the contractor has been described in Man power deployment schedule of

    this tender and contractor has to depute the staff in general as well as shift duties as per requirements of

    Engineer in charge/ ESIH Users. The duty hours have to be finalized by the Contractor in consultation with

    Engineer in charge / ESIH Users.

    The staff has to wear uniforms with name plate which is to be provided by the contractor for which no extra

    cost shall be payable by ESIC.

    The Contractor has to arrange for bonafide use, consumable like cotton waste, cloth, soap bar, duster, fuse

    wire, black tape, etc. and carry out all the mandatory checks as recommended by the manufacturers.

    Nothing extra shall be paid to the agency / contractor by the dept.

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

    main tank for D. G. Sets...

    Safety of the staff employed will be the responsibility of the agency that must insure the staff adequately.

    This office will not be responsible for any mishap, injury or death of the staff.

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

    installations and materials will be the responsibility of the agency.

    DG set installations operation shall be maintained in all the working days and as instructed by Engineer /

    care taker/nominated officer of ESIS.

    The trade’s men deployed in Annual Maintenance Contract will co-ordinate/ assist the AMC Agency of

    equipment like DG set, Transformer, LT Panel, sub-station etc.

    Repairing and replacing starters, circuit breakers, capacitors, repair, rewinding of motors, submersible

    pumps and motors, cables and electrical panels, relays, MCBs etc., during breakdowns.

    Tradesmen will be deployed to different ESIS premises to carry out their duty as required and as directed

    by the engineer/ / ESIH Users

    5. DG Operator (Semi Skilled) :

    Qualification: ITI in Electrical Engineering with 2 years experience in relevant field. Should have

    knowledge in DG repairs, operation, preventive maintenance, replacement of spares, etc.

    6. Lift Operator (UnSkilled) :

  • 15

    Seal & Signature of Bidder

    Signature of ESIC Official

    Qualification: Must passed SSLC, minimum 2 years experience in lift operating and maintenance in a

    reputed company. The scope of work comprises running and operation of the lifts installed in ESIH Peenya.

    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):

    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

  • 16

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    MWSSB water, Bore well water, and water through tankers, levels of sumps, Bore well etc ,

    Operating and generation water from Bore wells. Prevent misuse/wastage of water and ensure its use

    for bonafide purpose. Experienced person to be deployed for operation of pumps/motors/ valves.

    Pump operator will water supply as per schedule/ as directed by the engineer/ ESIH Users.

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

    9. CARPENTER/MASON

    Non Matriculate with 5 years experience The tradesmen like mason, carpenter or any specialized work

    men will provided by the contractor as required, for minor repair works, on call basis as directed by the

    concern Engineer / care taker to carry out the directed work .

    The carpenter tradesmen will carry out the repair and restore to good condition of doors and

    windows, ward robes, other wood fixtures etc in ESIH & residential quarters. Replacing of hinges, tower

    bolts door latch, door locks, joinery work of wood where ever required etc. as directed by engineer /

    ESIH Users.

    10. PERFORMANCE GUARANTEE:

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

    11. SECURITY DEPOSIT

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

  • 17

    Seal & Signature of Bidder

    Signature of ESIC Official

    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.

    Annexure-B

  • 18

    Seal & Signature of Bidder

    Signature of ESIC Official

    TECHNICAL BID (Annexure B)

    FORMAT –I

    BRIEF DESCRIPTION OF THE FIRM

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

    Sl. o. Description

    1. Name of Tendering Company /Firm / Selected Tenderers

    2. Name of owner / Partners /Directors

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

    4 Year of Registration

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

    6. FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.Name address of

    the Bank Branch IFS Code Email Address

    7. PAN/GIR No.

    8. Service Tax Registration No./ G S T

    9 Prof. tax Registration No.

    10. EPF Registration No.

    11. ESI Registration No.

    12. Any Other Information

  • 19

    Seal & Signature of Bidder

    Signature of ESIC Official

    b) In house facility available in the following fields –

    Field Manpower with 5-10 years experience

    Manpower with 3 to 5 years

    experience Manpower with 1-3 years

    experience

    Original Work /

    Repair works(Civil )

    Laying/Repairs of

    water supply,

    plumbing &

    sewerages, drainage

    etc.,

    Electrical works

    Note: Provide documents in support of the details provided in above format, failing which the authenticity of the

    information may not be accepted.

    Details of satisfactory performance certificate from PSU/Govt. Companies where the bidder has worked during the

    last 3 years (along with proof) if any

    Sl

    No Name of the PSU/Govt., Company Period of contract

    Work experience (along with proof)

    Sl

    No Name & Address of the

    Organization Value of

    Contract Duration from To

    (Use Separate sheet if required, details should be as per the above serial No’s)

    Date: Signature of Authorised Person

  • 20

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    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

  • 21

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    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

  • 22

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    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

  • 23

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    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

  • 24

    Seal & Signature of Bidder

    Signature of ESIC Official

    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

    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

  • 25

    Seal & Signature of Bidder

    Signature of ESIC Official

    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)

    Repair and Maintenance (Civil and Electrical) services in ESI Hospital Peenya

    2019-2020

    MAN POWER DEPLOYMENT AND WAGE SCHEDULE

    Sl.

    No. Tradesmen

    Category

    Min.Qualificatio

    n

    Bascic

    wage/

    day

    (Rs.){A

    }

    No. of

    worker{B}

    No. of

    days{C

    }

    Amount (in

    Rs.){AMT=A*B*C

    }

    1. Facility Manager Highly Skilled B-Tech/Diploma 1 312

    2. Technical Supervisor Skilled Diploma 1 312

    3.

    Plumber- cum -fitter Semi- Skilled

    ITI

    1 312

    4. DG Operator/Pump Operator/Boiler

    Operator

    Un-skilled

    Matriculate

    4 (shiftwise) 312

    5 Fire Officer Highly Skilled B-Tech/Diploma 1 312

    6 Fire Man Un-skilled Matriculate 4 (shiftwise) 312

    7 Gas Manifold Operator

    Un-Skilled Non Matriculate

    4 (shiftwise)

    312

    8 AC Technician Skilled Diploma/ITI 4 (shiftwise) 312

    9 Helper/Sewer Man Un-skilled Non Matriculate 2 312

    10 Mason on Call Basis

    (100 Days)

    Skilled Non Matriculate

    100 (Days)

    100

    (Days) 11 STP/ETP Operator Un-skilled Non Matriculate 4 (shiftwise) 312

    12 Lift Operator Un-skilled Non Matriculate 4 (shiftwise) 312

    13 Carpentor Semi- Skilled Non Matriculate 1 312

    14 Electrician Skilled ITI 2 312

    15 Electrical Helper Un-skilled Non Matriculate 2 312

    36

    TOTAL in Rs:

    In case of requirement/emergency, extra manpower shall be requested by ESI, and the agency shall depute the Manpower.

    Accordingly corresponding amount will be paid to the contractor.

    Quoted Rates:

  • 29

    Seal & Signature of Bidder

    Signature of ESIC Official

    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.)

  • 30

    Seal & Signature of Bidder Signature of ESIC Official

    CIVIL MATERIAL

    SI.

    No

    DSR

    No

    Description Unit Qty Rate per unit (in both

    figures and words)

    Amount in

    Rs.(in

    figures)

    1 7257 C.P Brass bibcock

    15mm

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    2 7259 C.P Brass long

    body bibcock

    15mm

    Each 40 Rs_________

    Rupees______________

    _____________________

    ________

    3 7260 C.P Brass stop

    cock 15mm

    Each 40 Rs_________

    Rupees______________

    _____________________

    ________

    4 1545 G.I pipes 15mm

    dia

    Meter 30 Rs_________

    Rupees______________

    _____________________

    ________

    5 1546 G.I pipes 20mm

    dia

    Meter 40 Rs_________

    Rupees______________

    _____________________

    ________

    6 1547 G.I pipes 25mm

    dia

    Meter 30 Rs_________

    Rupees______________

    _____________________

    ________

  • 31

    Seal & Signature of Bidder Signature of ESIC Official

    7 1548 G.I pipes 32mm

    dia

    Meter 30 Rs_________

    Rupees______________

    _____________________

    ________

    8 1549 G.I pipes 40mm

    dia

    Meter 20 Rs_________

    Rupees______________

    _____________________

    ________

    9 1550 G.I pipes 50mm

    dia

    Meter 10 Rs_________

    Rupees______________

    _____________________

    ________

    10 1551 G.I pipes 65mm

    dia

    Meter 10 Rs_________

    Rupees______________

    _____________________

    ________

    11 1608 G.I tees ( equal )

    25mm

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    12 1612 G.I tees ( equal )

    65mm

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    13 1641 G.I Union 15mm

    nominal bore

    Each 8 Rs_________

    Rupees______________

    _____________________

    ________

  • 32

    Seal & Signature of Bidder Signature of ESIC Official

    14 1642 G.I Union 20mm

    nominal bore

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    15 1643 G.I Union 25mm

    nominal bore

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    16 1644 G.I Union 32mm

    nominal bore

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    17 1645 G.I Union 40mm

    nominal bore

    Each 8 Rs_________

    Rupees______________

    _____________________

    ________

    18 1646 G.I Union 50mm

    nominal bore

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    19 1647 G.I Union 65mm

    nominal bore

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    20 1687 Unplasticised

    P.V.C connection

    pipe with brass

    union 30 cm long

    15mm bore

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

  • 33

    Seal & Signature of Bidder Signature of ESIC Official

    21 1689 Unplasticised

    P.V.C connection

    pipe with brass

    union 45 cm long

    15mm bore

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    22 1878 Shower rose C.P

    brass for 15 to

    20mm inlet 100

    mm dia

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    23 7509 PTMT Soap

    Dish/Holder

    138*102*75mm

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    24 7508 PTMT Urinal

    spreader 15mm

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    25 7504 PTMT Tower ring

    251*200*37mm

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    26 7505 PTMT Tower Rail

    (450mm long)

    Each 15 Rs_________

    Rupees______________

    _____________________

    ________

    27 1956 Bolts and nuts

    16mm dia 60mm

    long

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

  • 34

    Seal & Signature of Bidder Signature of ESIC Official

    28 1958 Bolts and nuts

    20mm dia 60mm

    long

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    29 367 Portland Cement

    (OPC-43 Grade)

    Tonn

    e

    0.5 Rs_________

    Rupees______________

    _____________________

    ________

    30 983 Fine Sand (Zone

    4)

    Cum 4 Rs_________

    Rupees______________

    _____________________

    ________

    31 982 Coarse Sand

    (Zone 4)

    Cum 2 Rs_________

    Rupees______________

    _____________________

    ________

    32 295 Stone Aggregate

    20mm

    Cum 6 Rs_________

    Rupees______________

    _____________________

    ________

    33 1309 C.I Bracket for

    wash basin and

    sinks

    Pair 30 Rs_________

    Rupees______________

    _____________________

    ________

    34 1392 Mirror of superior

    make glass

    60*45cm

    Each 15 Rs_________

    Rupees______________

    _____________________

    ________

  • 35

    Seal & Signature of Bidder Signature of ESIC Official

    35 1871 White vitreous

    china labortary

    sink

    450*300*150mm

    Each 3 Rs_________

    Rupees______________

    _____________________

    ________

    36 1872 White vitreous

    china labortary

    sink

    600*450*200mm

    Each 2 Rs_________

    Rupees______________

    _____________________

    ________

    37 1875 White plastic seat

    with C.P Brass

    hinges and rubber

    buffers

    Each 25 Rs_________

    Rupees______________

    _____________________

    ________

    38 1885 15mm C.P Brass

    tap

    Each 40 Rs_________

    Rupees______________

    _____________________

    ________

    39 1889 C.P Brass toilet

    paper holder of

    standerd size

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    40 1947 Vitreous china flat

    back wash basin

    630*450mm

    Each 8 Rs_________

    Rupees______________

    _____________________

    ________

    41 3229 Vitreous china flat

    back wash basin

    550*400mm

    Each 8 Rs_________

    Rupees______________

    _____________________

    ________

  • 36

    Seal & Signature of Bidder Signature of ESIC Official

    42 7004 Vitreous china flat

    back wash basin

    450*300mm

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    43 593 C.P Brass

    extension nipple

    (1/2*2) size

    Each 20 Rs_________

    Rupees______________

    _____________________

    ________

    44 7363 15mm C.P Brass

    tap with elbow

    operation lever

    Each 30 Rs_________

    Rupees______________

    _____________________

    ________

    45 999 Shellac Kg 2 Rs_________

    Rupees______________

    _____________________

    ________

    46 8636 CPVC pipe 15mm

    dia

    Meter 20 Rs_________

    Rupees______________

    _____________________

    ________

    47 8637 CPVC pipe 20mm

    dia

    Meter 100 Rs_________

    Rupees______________

    _____________________

    ________

    48 8638 CPVC pipe 25mm

    dia

    Meter 100 Rs_________

    Rupees______________

    _____________________

    ________

  • 37

    Seal & Signature of Bidder Signature of ESIC Official

    49 8639 CPVC pipe 32mm

    dia

    Meter 80 Rs_________

    Rupees______________

    _____________________

    ________

    50 8640 CPVC pipe 40mm

    dia

    Meter 50 Rs_________

    Rupees______________

    _____________________

    ________

    51 8641 CPVC pipe 50mm

    dia

    Meter 20 Rs_________

    Rupees______________

    _____________________

    ________

    52 1933 Gunmetal non-

    return valve-

    horizontal

    (screwed end)

    25mm dia

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    53 1934 Gunmetal non-

    return valve-

    horizontal

    (screwed end)

    32mm dia

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    54 1935 Gunmetal non-

    return valve-

    horizontal

    (screwed end)

    40mm dia

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    55 1936 Gunmetal non-

    return valve-

    horizontal

    Each 5 Rs_________

    Rupees______________

    _____________________

  • 38

    Seal & Signature of Bidder Signature of ESIC Official

    (screwed end)

    50mm dia

    ________

    56 1937 Gunmetal non-

    return valve-

    horizontal

    (screwed end)

    65mm dia

    Each 3 Rs_________

    Rupees______________

    _____________________

    ________

    57 1938 Gunmetal non-

    return valve-

    horizontal

    (screwed end)

    80mm dia

    Each 3 Rs_________

    Rupees______________

    _____________________

    ________

    58 1954 Vitreous china

    orrisa type W.C

    pan size 580mm

    Each 2 Rs_________

    Rupees______________

    _____________________

    ________

    59 2602 Common brunt

    clay F.P.S (non-

    modular) bricks

    class designation

    7.5

    1000

    no.

    100

    0

    Rs_________

    Rupees______________

    _____________________

    ________

    60 7096 Stainless steel

    kitchen sink with

    drain board

    510*1040mm bowl

    depth 225mm

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    61 7101 Stainless steel

    kitchen sink with

    drain board

    Each 3 Rs_________

    Rupees______________

    _____________________

  • 39

    Seal & Signature of Bidder Signature of ESIC Official

    610*510mm bowl

    depth 200mm

    ________

    62 7118 Semi rigid PVC

    waste pipe for sink

    and wash basin

    40mm dia

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    63 7361 PVC automatic

    flusing cistern 10

    liters capacity

    Each 12 Rs_________

    Rupees______________

    _____________________

    ________

    64 7126 White Vitreous

    china 10 liter full

    flush capacity

    controlled low level

    flusing cistern with

    all fittings

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    65 368 white cement Tonn

    e

    0.1 Rs_________

    Rupees______________

    _____________________

    ________

    66 362 brick bats Cum 1 Rs_________

    Rupees______________

    _____________________

    ________

    67 555 Chromium plated

    brass handle

    125mm with plate

    175*32mm

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

  • 40

    Seal & Signature of Bidder Signature of ESIC Official

    68 556 Chromium plated

    brass handle

    100mm with plate

    150*32mm

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    69 558 Chromium plated

    brass mortice

    latch and lock

    100*65mm with

    levers and pair of

    brass lever

    handles

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    70 584 Chromium plated

    brass Wardrobe

    knob 50mm

    Each 30 Rs_________

    Rupees______________

    _____________________

    ________

    71 589 Chromium plated

    brass screws

    20mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    72 588 Chromium plated

    brass screws

    25mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    73 590 Chromium plated

    brass curtain rod

    12mm dia 1.25mm

    thick

    Meter 10 Rs_________

    Rupees______________

    _____________________

    ________

    74 594 Bright finished or

    black anameled

    mild steel butt

    10no. 40 Rs_________

    Rupees______________

    _____________________

  • 41

    Seal & Signature of Bidder Signature of ESIC Official

    hinges

    125*65*2.12mm

    ________

    75 595 Bright finished or

    black anameled

    mild steel butt

    hinges

    100*58*1.90mm

    10no. 40 Rs_________

    Rupees______________

    _____________________

    ________

    76 639 Bright finished or

    black enameled

    mild steel

    screws20mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    77 638 Bright finished or

    black enameled

    mild steel

    screws25mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    78 642 Oxidized mild steel

    butt hinges

    125*65*2.12mm

    10no. 60 Rs_________

    Rupees______________

    _____________________

    ________

    79 643 Oxidized mild steel

    butt hinges

    100*58*1.90mm

    10no. 60 Rs_________

    Rupees______________

    _____________________

    ________

    80 660 Oxidized mild steel

    sliding door bolt

    300*16mm

    Each 20 Rs_________

    Rupees______________

    _____________________

    ________

  • 42

    Seal & Signature of Bidder Signature of ESIC Official

    81 661 Oxidised mild steel

    sliding door bolt

    250*16mm

    Each 20 Rs_________

    Rupees______________

    _____________________

    ________

    82 662 Oxidised mild steel

    door latch

    300*20*6mm

    Each 15 Rs_________

    Rupees______________

    _____________________

    ________

    83 663 Oxidised mild steel

    door latch

    250*20*6mm

    Each 15 Rs_________

    Rupees______________

    _____________________

    ________

    84 664 Oxidised mild steel

    tower bolt (barrel

    type) 250*10mm

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    85 665 Oxidised mild steel

    tower bolt (barrel

    type) 200*10mm

    Each 50 Rs_________

    Rupees______________

    _____________________

    ________

    86 668 Oxidised mild steel

    handles 125mm

    Each 30 Rs_________

    Rupees______________

    _____________________

    ________

    87 669 Oxidised mild steel

    handles 100mm

    Each 30 Rs_________

    Rupees______________

    _____________________

    ________

  • 43

    Seal & Signature of Bidder Signature of ESIC Official

    88 686 Oxidised mild steel

    screws20mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    89 685 Oxidised mild steel

    screws25mm

    100n

    o.

    100 Rs_________

    Rupees______________

    _____________________

    ________

    90 1365 500mm dia cover

    with frame

    (medium duty)

    Each 4 Rs_________

    Rupees______________

    _____________________

    ________

    91 1357 500mm dia cover

    without frame

    (medium duty)

    Each 2 Rs_________

    Rupees______________

    _____________________

    ________

    92 1354 Rectangular cover

    455*610mm with

    frame (low duty)

    Each 2 Rs_________

    Rupees______________

    _____________________

    ________

    93 1355 Rectangular cover

    455*610mm

    without frame (low

    duty)

    Each 2 Rs_________

    Rupees______________

    _____________________

    ________

    94 1352 C.I Cover and

    frame 300*300mm

    inside

    Each 3 Rs_________

    Rupees______________

    _____________________

    ________

  • 44

    Seal & Signature of Bidder Signature of ESIC Official

    95 7359 pvc automatic

    flushing cistern 5

    ltr capacity

    Each 10 Rs_________

    Rupees______________

    _____________________

    ________

    96 423 brass casement

    window fastener

    Each 40 Rs_________

    Rupees______________

    _____________________

    ________

    97 1364 C.I grating

    100*100mm

    Each 100 Rs_________

    Rupees______________

    _____________________

    ________

    98 1366 C.I grating

    150*150mm

    Each 100 Rs_________

    Rupees______________

    _____________________

    ________

    99 1965 European type

    water closet

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    100 2456 Hydraulic door

    closer

    Each 5 Rs_________

    Rupees______________

    _____________________

    ________

    101 2459 Aluminium hanging

    door stopper

    Each 100 Rs_________

    Rupees______________

    _____________