tender document for annual repair & maintenance … · tender document can also be downloaded...

65
Page 1 EMPLOYEES‟ STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD-24 (Ministry of Labour & Employment, Govt. of India) TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE (ARM) OF CIVIL WORKS

Upload: others

Post on 22-Jan-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Pag

e 1

EMPLOYEES‟ STATE INSURANCE

CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD-24 (Ministry of Labour & Employment, Govt. of India)

TENDER DOCUMENT

FOR

ANNUAL REPAIR &

MAINTENANCE (ARM)

OF CIVIL WORKS

Pag

e 2

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Civil Date: 26

th July, 2014

RE-TENDER NOTICE

Duly sealed Tenders are invited from reputed agencies under two-bid systems for Annual Repair and

Maintenance Services of Civil Works for a period of one year at following sites:-

ESIC MODEL HOSPITAL Bapunagar

ESIC Staff Quarters, Opp. Model Hospital Bapunagar

D-16, Dispensary near Anil Starch Mill, Bapunagar

D-17, Dispensary near Manchhai Masjid, Saraspur

D-18, Dispensary, Opp. Indian hume pipe, Saraspur

D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur

D-25 Dispensary near Hathikhai, Gomatipur

The summary of the Tender is as under:-

Name of

Work

Estimated

Annual

Cost

Cost of

Tender

Document

Cost of

Earnest

Money

Deposit

Cost of

Performance

Security

Money

Sale of

Tender

Document

Last date

of tender

submission

Tender

Opening

date and

time

Annual

Repair and

Maintenance

Services of

Civil works

of ESIC

Model

Hospital

Bapunagar

Ahmedabad,

its staff

colony and

dispensary

buildings as

per above

details

Rs. 70.00

Lakhs

Rs. 2000/-

(Non-

refundable)

Rs. 1.40

Lakhs

Rs. 3.50

Lakhs

On any

working

day from

28/07/14

to

19/08/14

between

10.00 AM

to 4.00 PM

and on

Saturdays

and

20/08/14

from 10

AM to 1

PM

20/08/2014

up to 2.00

PM

20/08/2014

at 2.30 PM

The tender form can be purchased from the Construction Branch of the Hospital by making a payment

of prescribed fee through demand draft/banker‟s cheque payable in favour of “ESIC Fund Account No. 1”

payable at „Ahmedabad‟. Tender document can also be downloaded from the ESIC Headquarters website

www.esic.nic.in under „Tenders‟ tab and may be submitted along with prescribed tender form fee by stipulated

date & time. Duly filled and sealed tenders are to be dropped in the tender box available in the chamber of the

Dy. Medical Superintendent. The interested parties may remain present during opening of the tenders. A pre-bid

meeting will also be held at the ESIC Model Hospital Bapunagar to clarify queries, if any, of the tenderers on

07/08/2014.

Medical Superintendent

ESIC Model Hospital Bapunagar

Pag

e 3

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Civil Date: 26

th July, 2014

All tenderers are requested to read this tender document carefully including all terms

and conditions.

THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING:-

I. Notice Inviting Tender

II. Eligibility Criteria

III. General Scope of Services

IV. General Instructions to Tenderers

V. General Instruction to Bidders

VI. General (Commercial) Conditions of Contract

VII. Special Conditions of Contract

VIII. Technical Bid with prescribed formats

IX. Undertaking

X. Checklist

XI. Financial Bid (to be submitted in separate envelope)

Medical Superintendent

ESIC Model Hospital Bapunagar

Pag

e 4

PART-I

NOTICE INVITING TENDER

Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad invites sealed

Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

Services as per following details: -

Sl.

No Description Details

1 Name of Work Annual Repair and Maintenance Services of Civil works

2 Sites of Work:

ESIC MODEL HOSPITAL Bapunagar

ESIC Staff Quarters, Opp. Model Hospital Bapunagar

D-16, Dispensary near Anil Starch Mill, Bapunagar

D-17, Dispensary near Manchhai Masjid, Saraspur

D-18, Dispensary, Opp. Indian hume pipe, Saraspur

D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur

D-25 Dispensary near Hathikhai, Gomatipur

3 Estimated Cost: Rs. 70.00 Lakhs (Rupees Seventy Lakhs only)

4 Period of Contract: Twelve (12) Months

5 Earnest Money

Deposit:

Rs. 1.40 Lakhs/- (Rupees One Lakh and Forty Thousands only) to

be deposited along with bid, through Demand Draft favoring ESI

Fund A/c No. 1, payable at Ahmedabad. Please note that Bids

received without the EMD will not be considered and will be

summarily rejected.

6 Cost of Tender:

Rs. 2,000/- (Non-refundable) by Demand Draft in favor of 'ESI Fund

A/c No. 1' Payable at Ahmedabad. In case tender form is

downloaded from the website, Demand Draft towards cost of tender

must be enclosed with bids in separate cover. It is made clear that

bids received without the cost of tender will not be considered

and summarily rejected.

7 Date of submission

of Tender:

Up to 2:00 PM on 20/08/2014 in the tender box kept in the chamber

of Dy. Medical Superintendent, at 2nd

Floor, ESIC Model Hospital

Bapunagar, Ahmedabad (Gujarat).

8 Date of opening of

Tender:

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

choose to be present on 20/08/2014 at 2:30 PM. In case, 20/08/2014

is declared a public holiday, tenders shall be received & opened as per

above schedule on next working day.

9 Tender Document:

Tender document containing terms & conditions can be obtained in

person from Construction Branch of ESIC Model Hospital

Bapunagar, Ahmedabad (Gujarat) on submission of a demand

draft/Banker‟s Cheque of Rs. 2000/- (non-refundable) in favour of

“ESIC Fund A/c No. 1” on all working days (except Sunday and

closed/Public Holidays) between 10.00 AM to 4.00 PM w.e.f.

28/07/2014 to 19/08/2014 and up to 1.00 PM on Saturdays and on

20/08/2014.

Pag

e 5

OR

The tender document can be downloaded from the website

www.esic.nic.in and the cost of tender document can be deposited

through a separate demand draft of Rs. 2000/- payable at

Ahmedabad in favour of the “ESIC Fund Account No.1”

towards cost of tender while submitting the tender.

10 Minimum Eligibility

Criteria:

The Tenderers should have and submit:

(a) EMD in the form of Demand Draft/Banker‟s Cheque for Rs. 1.4

Lakhs as detailed above.

(b) Tender Document Cost in the form of bank demand draft /

banker‟s cheque of Rs. 2000/- in case the tender document has been

downloaded from the website.

(c) Copy of PAN/TAN/TIN,

(d)Clause by Clause compliance demonstrating substantive

responsiveness to the commercial condition by signing and stamping

on all the pages of the original bid document.

(e) Labour License under the Contractor Labour Act (R&A, Act

1970),

(f) Certificate of Incorporation/ Registration of Firm Certificate/

Memorandum and Articles of Association/Partnership Deed/

Proprietorship Deed/ Declaration of Proprietorship etc in support of

legal entity of the Tenderer, as the case may be,

(g) Copy of Income Tax Return for last three Financial Years i.e.

2013-14, 2012-13 and 2011-12,

(h) Copy of Service Tax Certificate,

(i) Copy of Sales Tax/ VAT Certificate.

(j) Sealed, Signed & Separate Technical Bid/Tender Form,

(k) Sealed, Signed & Separate Price/Financial Bid Form,

(l) Letter of Authorization to attend bid opening for representative, if

any.

(m) All the Formats forming part of this tender document duly filled,

(n) Experience certificate of similar work / Agreement / Work Order

and detail of running contracts as per the eligibility criteria laid down

in tender document,

(o) Satisfactory Certificate of similar nature of work,

(p) Undertaking should be typed on agency letterhead as per Tender.

(q) Annual Turnover of company during last three financial years i.e.

2013-14, 2012-13 and 2011-12 certified by Chartered Accountant.

(r) ESI Registration Certificate.

(s) EPF Registration Certificate.

(t)Registered as Civil Contractor under the CPWD/State

PWD/MES/Railways or any other Government Body and a

documentary certificate to that effect.

(u) Affidavit certifying that the Agency has not been blacklisted by

CPWD / State PWD / MES / Railway and any other Government

Body.

(v) Copy of Solvency certificate from Bank.

Pag

e 6

(w) Details of Captive Manpower in the prescribed format.

11 Technical Eligibility

criteria

Experience of having successfully completed similar works during

last 7 years as on 30/06/2014 should be either of the following:-

i. Three similar completed works costing not less than the

amount equal to 40% of the estimated cost i.e. Rs. 28

Lakhs.

Or

ii. Two similar completed works costing not less than the

amount equal to 50% of the estimated cost i.e. Rs. 35

Lakhs.

Or

iii. One similar completed work costing not less than the

amount equal to 80% of the estimated cost i.e. Rs. 56

Lakhs.

12 General Instruction

All the documents and photocopies submitted by Tenderer / bidder

should be attested, legible, signed and stamped by authorized

signatory; otherwise the bid is likely to be rejected.

13 Details of work of

Scope

The Contractor is required to carry out civil repair works with

complete finishing as per approved estimate and guideline of

Engineer-in-charge/ESIC. Detailed scope of work has been placed in

Part-III of this tender document.

14 Bid/Tender Validity

The prices quoted shall remain valid for 90 days from the date of

opening of the Bid and in respect of accepted bid the prices quoted

shall remain valid for 180 days.

15 Performance

Security Deposit

The bidder shall furnish a Performance Security for an amount equal

to Rs. 3.50 Lakhs through a Demand Draft/Banker‟s Cheque in

favour of “ESIC Fund A/C. No–1”, Payable at Ahmedabad. The

performance security can be forfeited to recover any amount, which is

payable by the contractor on account of any clause arising out of the

contract. It will be released after successful & satisfactory completion

of the Contract and Defect Liability Period. No interest shall be paid

on this performance security deposit.

16 Annual Turnover

Average Annual Financial Turnover during the last 3 years, ending

31st March of the previous financial year, should be at least 30% of

the estimated cost i.e. Rs. 21 Lakhs.

17 Pre Bid Meeting

A Pre-bid meeting will be held on 07/08/2014 at 2:00 PM. Tenderers

are advised to send their queries to [email protected] at

least 7 days in advance before pre bid meeting.

Pag

e 7

PART-II

ELIGIBILITY CRITERIA

1. The bidder must be registered with CPWD/State PWD/MES/Railways or any other Government

Body as Civil Contractor.

2. Experience of having successfully completed similar works during last 7 years as on 30/06/2014

should be either of the following:-

i. Three similar completed works costing not less than the amount equal to 40% of the

estimated cost i.e. Rs. 28 Lakhs.

Or

ii. Two similar completed works costing not less than the amount equal to 50% of the

estimated cost i.e. Rs. 35 Lakhs.

Or

iii. One similar completed work costing not less than the amount equal to 80% of the

estimated cost i.e. Rs. 56 Lakhs.

3. The similar nature of works means that the applicant should have completed the Building works

including the water supply, sanitary installation and drainage work or Repair and Maintenance works

including the water supply, sanitary installation and drainage work.

4. The tenderer would be required to establish his office within the site of the work in the space

provided by the ESIC MODEL HOSPITAL Bapunagar Ahmedabad.

5. Average Annual Financial Turnover during the last 3 years, ending 31st March of the previous

financial year, should be at least 30% of the estimated cost i.e. Rs. 21 Lakhs.

6. The tenderer must be registered with the following statutory authorities and must also furnish attested

copies of supporting documents:-

a. ESIC, EPF, INCOME TAX and SERVICE TAX

b. Labour License under Contract Labour (R & A) Act 1970

c. Any other registration, which is mandatory for such agencies stipulated by concerned

authorities from time to time.

7. The following documents must be submitted along with tender:-

a. Audited Balance Sheets of last three years i.e. 2013-14, 2012-13 and 2011-2012 along with

Income and Expenditure statement / Profit &Loss Account & Audit reports.

b. Income tax returns of last three years with Income Tax Clearance certificate.

c. ESIC, EPF & Service Tax upto date payment details for the last three years.

8. The Tenderer should have sufficient employees on its rolls specifically trained for the stipulated

work. A Full list of the employees, viz., name, age, employee code, designation and experience in the

field of Civil works, PF, ESI details etc. should be attached with the Technical Bid. Document in

support of Service tax, ESI, EPF deductions and details of the health and safety measures, the

tenderer takes for his workers should also be attached with the technical bid.

9. The tenderer should have at least 21 Nos. of captive manpower on his payroll on the day of filing the

tender. The tenders having captive manpower less than 21 will be rejected. Details of captive

manpower should be submitted in the prescribed format along with Technical Bid.

10. Medical Superintendent reserves the right to withdraw/relax this eligibility criteria and in such a

situation the tenderer will be given sufficient time to take the changes into account. However, no

relaxation will be given as far as statuary requirements are concerned, explicitly or implicitly.

Pag

e 8

Part-III

GENERAL SCOPE OF SERVICES

Repair and maintenance of civil works of building of hospital, staff quarters & dispensaries will

include but will not be limited to:

1. Attending blockage of drain pipes, gully traps and manholes.

2. Attending the leakage from taps and valves, sanitary fixtures, fixtures for water supply.

3. Cleaning of shafts and keeping the same functional.

4. Attending rectification of malfunctioning fittings on doors and windows.

5. Occasional replacement of broken glass panes of doors and windows.

6. Attending rectification of wall plaster and floors in patchwork.

7. Periodical white washing, colour washing, painting and external painting etc.

8. Occasional replacement of water supply fittings/sanitary fixtures.

9. Periodical cleaning of over-head tanks, underground tanks etc.

10. Testing of water for physical, chemical and bacteriological analysis.

11. Changing of fly proof mesh in doors, windows and ventilators.

12. Only Class-A Brick, fine & coarse sand, reputed brand of cement bag & TMT steel bars

should be used as materials.

13. All materials shall be tested in lab wherever necessary and the certificate will be provided by

agency and submitted at the time of the billing.

14. It will be the responsibility of the Agency to always keep the construction site clean.

15. Agency will maintain Manpower Muster Roll & Wage Register.

16. Whenever and wherever required, Agency will provide the Civil Engineer at site.

17. Agency will provide Uniform, Identity Cards, Name bearing Plates etc to each and every

deployed Staff.

18. All Tools & tackles, Plants, machineries, equipments and materials required to carry out the

Civil work at site shall be provided by the Agency at his own cost.

19. The Agency shall have to display on signboard, Facility Manager/Engineer/Supervisor‟s

name to be contacted with Telephone Nos, in case in emergency or urgent work required.

20. The agency shall be responsible to depute their supervisor on working site to meet

MS/DMS/DD/AD/ESIC Engineer/any other official.

21. The agency shall provide materials (Civil) as per ISI norms and quality mentioned.

22. The agency should ensure all safety precautions for its labourers.

23. Any other works as and when directed by the authorized person from ESIC other than

mentioned above falling under the domain of Civil Works.

Pag

e 9

PART-IV

GENERAL INSTRUCTIONS TO TENDERERS

1. All the interested parties are advised to go through this tender document carefully as it may

contain some terms and condition, which may be different from other similar tenders.

2. Eligible and willing agencies may visit the sites to get assess the work on any working day

between 10.00 AM to 03.00 PM and on Saturday from 10.00 AM to 12.00 PM by taking due

permission from the Deputy Director or Medical Superintendent, ESIC Model Hospital

Bapunagar, Ahmedabad.

3. Sale of Tender form will begin from 28/07/2014 from 10.00 AM onwards.

4. Last date of submission of tenders is 20/08/2014 up to 2.00 PM.

5. The Tender will be opened at 2.30 PM on 20/08/2014 at ESIC Model Hospital, Bapunagar,

Ahmedabad in the presence of the authorized representatives of the tenderers, who wish to be

present at that time.

6. A pre-bid meeting will be held at the ESIC Model Hospital, Bapunagar, Ahmedabad to

clarify queries of the tenderers on 07/08/2014 at 02.30 PM. Tenderers are instructed to send

their queries to [email protected] at least 7 days in advance prior to pre-bid

meeting.

7. The Tenders are to be submitted as per two-bid system i.e. Technical bid and Financial Bid.

8. TECHNICAL BID should contain the supporting documents in support of the eligibility

criteria, experience, satisfactory performance, undertaking as per instructions, work plan and

list of the equipments, tools and tackles required for the job.

9. FINANCIAL BID should contain the rates quoted for the items / services to be provided as

per instructions given in the tender document. The tenderer shall quote for all the items of

Financial Bid, failing which the bid shall be considered non-responsive, incomplete and will

be summarily rejected.

10. Rates for all the items shall be quoted in the FINANCIAL BID of this tender form and the

amount for each item should be worked out and requisite totals be given. Special care should

be taken to write the rates in figures as well as in words in such a way that interpolation is not

possible. The total amount should be written both in figures and in words. In case of any

dispute, rates appearing in words shall be treated final.

11. Both the bids should be submitted in two separate sealed envelopes super scribed as

“TECHNI CAL BID FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK”

and “FINANCIAL BID FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL

WORK”.

12. Earnest Money Deposit to the tune of Rs. 1.40 Lakhs in the form of Demand Draft or

Bankers‟ Cheque only of any scheduled bank bearing a date after the date of advertisement

shall accompany the TECHNICAL BID. All sealed envelopes should be put in a third sealed

envelope and should be super scribed “TENDER FOR ANNUAL REPAIR &

MAINTENANCE OF CIVIL WORK”. Sealed tenders should be addressed to the Medical

Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

13. The completely filled Tender should be dropped in the Tender Box kept in the office of the

Pag

e 1

0

Dy. Medical Superintendent, ESIC Model Hospital, Bapunagar, Ahmedabad by the stipulated

date and time.

14. Tender submitted or received after the closing date and time will not be considered. Also, in

the absence of EMD, the tender will be summarily rejected. No other mode or

adjustment against any Old Security Deposit or EMD will be allowed in lieu of EMD of

this tender. Also, in case of tender document downloaded from website, in the absence

of tender document fee, the tender will be summarily rejected.

15. Tender form shall be completed in all respect. Incomplete tender or conditional tenders shall

be treated as invalid and will be summarily rejected.

16. Each page of the Tender document and papers submitted alongside, should be numbered,

signed and stamped by the authorized signatory as a token of acceptance of the terms and

conditions laid down by the ESIC Model Hospital.

17. All entries in the Tender form should be legible and filled clearly. Any overwriting or

correction which is unavoidable has to be signed by the authorized signatory.

18. The Technical Bid will be scrutinized by the Technical Evaluation Committee (TEC) as

constituted by the Medical Superintendent to check all requisite and relevant documents and

their authenticity. The Tenderers, whose Technical Bids are accepted will be informed about

the date and time of opening the Financial Bids.

19. The financial bid of the tenderers, who qualify in the technical bid, will be opened in the

presence of only those successful tenderers, who choose to attend the opening of financial

bid.

20. The Earnest Money Deposit will be refunded to the unsuccessful tenderer only after

finalization of the contract. In case of the successful tenderer EMD will be refunded after

receipt of the performance security deposit. No interest will be paid on the EMD.

21. The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in

respect of accepted bid the prices quoted shall remain valid for 180 days.

22. No Tenderer will be allowed to withdraw his tender after submission during the bid validity

period (180 days). In case the tenderer does not honour his bid, the EMD submitted by the

tendering firm would stand forfeited.

23. Medical Superintendent reserves the right to accept or reject any tender or all tenders or

part of tender without assigning any reason whatsoever.

24. Award of Work:(i) The selection of the agency will be at the sole discretion of the ESIC

who reserves its right to accept or reject any or all the proposals without assigning any reason

whatsoever, (ii) Upon evaluation of offers the notification on award of contract will be

intimated to the successful tenderer.

25. The contract with the agency, which does not provide proof of payment of statutory dues

/levies, will be terminated right away by giving one month‟s written notice.

26. Rates quoted shall be deemed to be inclusive of cost of manpower, material, machinery,

tools and plants, all taxes, duties and levies, insurance etc. No escalation of whatsoever

nature, shall be payable in future due to any revision/amendment in any act/statute

governing this contract.

27. Sales tax, Purchase tax, Service tax or any other tax, labour-cess, in respect of the contract,

shall be payable by the contractor and ESIC, will not entertain any claim whatsoever in

respect of the same.

28. Rates quoted by the agency shall also be inclusive of 1% (one percent) Cess on the work done

as applicable on the building & other construction workers welfare act 1966 due to the

introduction of “The building & other construction works (Regulation of Employment &

Conditions of Services) Act 1966”.

Pag

e 1

1

29. In case the successful Tenderer declines the offer of Contract, for whatsoever reason(s), his

EMD will be forfeited.

30. A formal contract shall be entered into with the successful tenderer. In this contract, the

successful tenderer shall be defined as Contractor.

31. The successful tenderer will have to deposit the Performance Security Deposit of Rs. 3.50

Lakhs in the form of Demand Draft, of any scheduled bank, drawn in favour of “ESIC Fund

A/c No. 1” payable at Ahmedabad and commence the work within 15 days of acceptance of

tender otherwise the contract may be cancelled and EMD will be forfeited. The Performance

Security can be forfeited to recover any amount, which is payable by the contractor on

account of any clause arising out of the contract. It will be released after successful &

satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid

on Performance Security Deposit.

32. An agreement between Successful Bidder & Medical Superintendent will be entered into on

Rs. 100/- Non Judicial Stamp Paper. Stamp value will be borne by the successful bidder.

33. Canvassing, whether directly or indirectly, in connection with tenders is strictly prohibited

and the tenders submitted by the contractors who resort to canvassing will be liable to

rejection.

34. Medical Superintendent reserves the right to withdraw/relax/modify any of the terms and

conditions mentioned in this tender document if it is felt necessary in the benefit of the

hospital.

35. These instructions shall form a part of the contract document.

Pag

e 1

2

PART-V

GENERAL INSTRUCTIONS TO BIDDERS

1. DEFINITIONS

(a) "The Purchaser" means the ESIC Model Hospital Bapunagar, Ahmedabad.

(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.

(c) "The Supplier" means the individual or firm providing/supplying the services/goods under the

contract.

(d) "The Services/Goods" means all the services/stores/materials, which the Supplier is required to

supply to the Purchaser under the contract.

(e) "The Advance Work Order" means the intention of Purchaser to place the Work Order on the

bidder.

(f) "The Work Order" means the order placed by the Purchaser on the Supplier signed by the

Purchaser including all attachments and appendices thereto and all documents

incorporated by reference therein. The Work Order shall be deemed as “Contract" appearing in the

document.

(g) "The Contract Price" means the price payable to the Supplier under the Work Order for the full

and proper performance of its contractual obligations.

2. COST OF BIDDING

The bidder shall bear all costs associated with the preparation and submission of the bid. The

Purchaser, will in no case, be responsible or liable for these costs, regardless of the conduct or

outcome of the bidding process.

3. BID FORM

The bidder shall complete the Tender/Bid Form and the appropriate Price Schedule furnished in the

Bid Documents, indicating the goods to be supplied, a brief description of the goods and quantity.

4. BID DOCUMENTS

4.1 The goods required, bidding procedures and contract terms are prescribed in the Bid Documents.

The Bid Documents include:

I. Notice Inviting Tender

II. Eligibility Criteria

III. General Scope of Services

IV. General Instructions to Tenderers

V. General Instruction to Bidders

VI. General (Commercial) Conditions of Contract

VII. Special Conditions of Contract

VIII. Technical Bid with prescribed formats

Pag

e 1

3

IX. Undertaking

X. Checklist

XI. Financial Bid ( to be submitted in separate envelope)

4.2 The Bidder is expected to examine all the instructions, forms, terms and specifications in this

Tender Document. Failure to furnish all information required as per the Bid Documents or submission

of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk

and may result in rejection of the bid.

5. CLARIFICATION ON BID DOCUMENTS

5.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser

in writing or by e-mail/Fax at the Purchaser's mailing address indicated in the Invitation for Bids at

least 7 days prior to pre-bid meeting. The Purchaser shall clarify the same during pre-bid meeting.

5.2 Any clarification issued by ESIC Model Hospital Bapunagar, Ahmedabad in response to query

raised by prospective bidders shall form an integral part of bid document and it may amount to an

amendment of relevant clauses of bid document. A copy of such clarification may be enclosed along

with bid document for ready reference.

6. AMENDMENT OF BID DOCUMENTS

6.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid

documents by amendments.

6.2 The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on

the address intimated at the time of purchase of bid document from the purchaser and these

amendments will be binding on them.

6.3 In order to afford prospective bidders reasonable time in which to take the amendments into

account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the

submission of bids suitably.

7. BID PRICES

7.1 The bidder shall give the total composite price inclusive of all statuary levies and taxes. The offer

shall be firm and in Indian Rupees.

7.2 Prices indicated in the Financial Bid on the Price Schedule shall be entered in the following

manner:

(i) The price of the goods / work shall be quoted as total unit price for each individual work/item.

(ii) The bidder shall quote only one price for each work/item.

(iii) The total price for each individual work/item shall be entered after multiplying the quantity with

total unit price.

7.3 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in

respect of accepted bid the prices quoted shall remain valid for 180 days.

Pag

e 1

4

7.4 “DISCOUNT”, if any, offered by the bidders shall not be considered. Bidders desiring to offer

discount shall therefore modify their offers, suitably while quoting and shall quote clearly net price

taking all such factors like Discount, free supply, etc. into account.

7.5 The price approved by the ESIC Model Hospital Bapunagar, Ahmedabad for Contract will be

inclusive of levies and taxes, packing, forwarding, freight, insurance etc as mentioned in Para 7.1

above.

8. DOCUMENTS ESTABLISHING CONFORMITY TO BID DOCUMENTS:

8.1 The documentary evidence in conformity with the Bid Documents may be in the form of literature

and data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical

specifications and commercial conditions demonstrating substantial responsiveness to the Technical

Specification and commercial conditions in the form of signing & stamping all the pages of the

original bid document by the authorized person/persons. In Case of deviations a statement of

deviations and exceptions to the provision of the Technical Specifications and commercial conditions

shall be given by the bidder. A bid without clause-by- clause conformity shall not be considered.

9. FORMATS AND SIGNING OF BIDS

9.1 The copy of the Bid shall be typed or printed and all the pages be numbered consecutively and

shall be signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to

the contract. The letter of authorization shall be accompanied with written power-of-attorney. All

pages of the original bid shall be signed and stamped by the person or persons authorized for signing

the bid. The bids submitted shall be sealed properly.

9.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct

errors made by the bidder in which case such corrections shall be signed by the person or persons

authorized for signing the bid.

10. SUBMISSION OF BIDS

10.1 SEALING AND MARKING OF BIDS: The bidder shall submit both TECHNICAL BID and

FINANCIAL BID in two separate envelopes and put them in third bigger envelop, which should

bear the name ““TENDER FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK”.

10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:

To,

The Medical Superintendent

ESIC Model Hospital

Bapunagar, Ahmedabad

(b) All the envelope shall bear the Tender name, the tender number and the words „DO NOT OPEN

BEFORE‟ (due date & time).

(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned

unopened in case it is declared „late‟ or rejected.

Pag

e 1

5

(d) Tender may be sent by Registered Post/ Speed Post/ Courier or delivered in person. The

responsibility for ensuring that the tenders are delivered in time would rest with the bidder.

11. LATE BIDS

11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the

Purchaser, shall be rejected and returned unopened to the bidder.

12. MODIFICATION AND WITHDRAWAL OF BIDS

No Modification/withdrawal shall be allowed after submission of bids.

13. OPENING OF BIDS

13.1 The purchaser shall open bids in the presence of bidders or their authorized

representatives who chose to attend on opening date and time. The bidder‟s representatives, who are

present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the

representative before they are allowed to participate in bid opening.

13.2 The Bidder's names, documents submitted and such other details will be announced at the time

of opening of bids, if the purchaser considers it appropriate.

13.3 The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised

date of schedule will be notified. However, in absence of such notification, the bids will be opened in

the next working day, time and venue remaining unaltered.

14. CLARIFICATION OF BIDS:

14.1 To assist in the examination, evaluation and comparison of bids the Purchaser may, at its

discretion ask the bidder for the clarification of its bid. The request for clarification and the response

shall be in writing. However, no post bid clarification at the initiative of the bidder shall be

entertained.

15. TECHNICAL EVALUATION:

Purchaser shall evaluate the bids to determine whether they are complete, whether any computational

errors have been made, whether required sureties/documents have been furnished/submitted,

whether the documents have been properly signed and whether the bids are in order.

16. EVALUATION AND COMPARISION OF SUBSTANTIALLY

RESPONSIVE BIDS:

16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be

substantially responsive bids.

16.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between

the unit price and total price that is obtained by multiplying the unit price and quantity, the

unit price shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy

between words and figures, the amount in words shall prevail. If the Supplier does not accept the

correction of the errors, his bid shall be rejected.

Pag

e 1

6

16.3 The evaluation and comparison of responsive bids shall be done on the price of the works / items

offered inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight

and insurance etc. as indicated in the Financial Bid Document.

16.4 The evaluation shall be done to find out L-1(lowest bidder) of total Cost.

16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which

does not constitute a material deviation, provided such waiver does not prejudice or affect the relative

ranking of any bidder.

17. PLACEMENT OF ORDER

The Purchaser shall consider placement of work order to the bidder whose offer has been found

technically, commercially and financially acceptable. The Purchaser reserves the right to accept

counter offer price(s) against price(s) quoted by any bidder.

18. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY

OR ALL BIDS

The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at

any time prior to award of contract without assigning any reason whatsoever and without thereby

incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.

19. SIGNING OF CONTRACT:

The issue of firm Work Order and Signing of agreement with Competent Authority of ESIC, and

Signing of Contract Form shall constitute the award of contract to the bidder.

20. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of the tender shall constitute

sufficient ground for the annulment of the award and forfeiture of the bid security in which event the

tender shall be cancelled and ESIC may call for new bids.

21. Purchaser reserves the right to disqualify/blacklist a supplier for a suitable period who habitually

failed to perform as per the agreement/contract in time and satisfactorily.

22. The bidder should give a certificate to the effect that none of his/her near relative is working in

the ESIC in the undertaking. The Bidder or its authorized signatory should furnish certificate stating

that none of the near relative of proprietor OR all partners of partnership firm excluding Government

of India/ Financial institution nominees and independent non-Official part time appointed by Govt. of

India or the Governor of the state is working in the unit where the tender is being applied. Due to any

breach of these conditions by the company or firm or any other person the bid will be cancelled and

Bid Security will be forfeited at any stage whenever it is noticed and ESIC MODEL HOSPITAL

BAPUNAGAR, AHMEDABAD will not pay any damage to the company or firm or the concerned

person. The company or firm or the person will also be debarred from further participation in

the concerned unit.

The near relatives for this purpose are defined as: - (a) Members of a Hindu undivided family (HUF).

(b) Husband and Wife.(c) If one is related to the other in the manner as Father, Mother, Son(s) &

Pag

e 1

7

Son‟s wife (daughter- in-law), Daughter(s) and Daughter‟s husband (son-in-law), Brother(s) and

Brother‟s wife, Sister(s) and Sister‟s husband (brother-in-law).

21. FRAUD AND CORRUPTION

It is expected that the interested parties, bidders, Suppliers, Contractors and consultants, observe the

highest standard of ethics during the participation, procurement and execution of the contract. ESIC

will reject a proposal for award or bid or the contract if it determines or becomes aware that the

bidder / tenderer, recommended / participating, has directly or through an agency, engaged in corrupt,

fraudulent, coercive or collusive practice in competing for the contract in question. a) For the purpose

of this provision, these terms are defined as follows but not limited to: -

i. “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly of

anything of value to influence the action of a public official in the procurement process or

bidding process or in contract execution;

ii. “Fraudulent Practice” means a misrepresentation or omission of facts in order to influence a

procurement process or execution of contract.

iii. “Collusive Practice” means a scheme or arrangement between two or more bidders, with or

without the knowledge of the borrower, designed to establish bid prices at artificial, no

competitive levels.

iv. “Coercive practice” means harming or threatening to harm directly or indirectly person or

their property to influence their participation in the procurement process of affect to execute

on of a contract.

Pag

e 1

8

PART-VI

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

DEFINITIONS AND INTERPRETATION

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 ESIC Model Hospital Bapunagar and the legal successors in title to ESIC;

ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the

Contract;

iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or

not that has entered into contract (with the employer) and shall include his/its heirs, legal

representatives, successors and assigns. Changes in the constitution of the firm, if any shall be

immediately notified to the employer, in writing and approval obtained for continued performance

of the contract;

iv) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter

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

expressly incorporation in the letter of Acceptance or Contract /Agreement (if completed);

v) “Specification” means the specification of the Works included in the Contract and any

modification thereof;

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

nature provided by the Engineer to be Contractor under the Contract and all drawings,

calculations, samples, patterns, models, Repair and Repair and Maintenance manuals and other

technical information of a like nature submitted by the Contractor and approved by the Engineer;

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 completion

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

Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid“

and the words “Tender Documents” with “Bidding Documents”

ix) “Letter of Acceptance” means the formal acceptance of the tender by ESIC;

x) “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause;

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

Conditions;

xii) “Commencement Date” means the date upon which the Contractor receives the notice to

commence the works;

xiii) “Time for completion” means the time period for which the contract of Repair and operation

and Maintenance has been awarded by the employer to the contractor.

xiv) “Retention Money” means the aggregate of all monies retained by the Employer;

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

executed in accordance with the contract;

xvi) “Site/Sites” means the places provided by the Employer for Repair and Maintenance of ESI

Hospital/Dispensaries / Staff Quarters, Ahmedabad;

xvii) “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

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

Pag

e 1

9

3. Custody and Supply of Drawings and Documents: The Drawings and documents related with

this contract shall remain in the sole custody of the Employer/Engineer, but copies as required thereof

as per availability in the record shall be provided to the Contractor free solely for the purpose of this

contract.

4. Sufficiency of Tender: The Contractor shall be deemed to have based his Tender on the data made

available by the employer and on his own inspection and examination of this site conditions.

5. Contractor‟s Employees: The Contractor shall provide on the site qualified and experienced

technical staff only for the Repair and Maintenance Works and the remedying of any defects therein.

The contractor should submit documents in support of qualification and experience of the employees.

These may be called for inspection at any time by the Employer to ensure actual deployment as per

the Bid Document. The minimum staff shall be as per description mentioned in Financial Bid.

6. Employer / Engineer at Liberty to object: The Employer / Engineer shall be at liberty to object

to and require the contractor to remove forthwith from the Works, any person, provided by the

contractor who, in the opinion of the Employer / Engineer, misconducts himself, or is in incompetent

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

considered by the Employer / Engineer to be undesirable, and such person shall not be again allowed

upon the Works without the consent of the Employer / Engineer. Any person, so removed from the

works shall be replaced immediately by a qualified person approved by the Employer / Engineer.

7. Safety, Security and Protection for the Environment: The Contractor shall, throughout the

execution and completion of the Works and the remedying of any defects therein:

i) Have full regard for the safety of all persons entitled to be upon the Site and keep the Site (so far as

the same is under his control) and the Works (so far as the same are not completed or occupied by the

Employer) in an orderly state appropriate to the avoidance of danger to such persons, and

ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when

and where necessary or required, by the Engineer or by any duly constituted authority for the

protection of the Works or for the safety and convenience of the public or others, and

iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or

nuisance to persons or to property of the public or others resulting from pollution, noise or other

causes arising as a consequence of his methods or Repair.

8. Insurance of work by the Contractor for his liability: i) During the Repair and Maintenance

period for loss or damage to property and life arising from a cause for which contractor is responsible.

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

for the purpose of complying with his obligations. It shall be responsibility of contractor to notify the

Insurance Company of any change in the nature and extent of the works and to ensure the adequacy

of the Insurance cover at all times during the period of contract.

9. Damage to Persons and Property:

The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer

against all losses and claims in respect of:

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

(b) Loss or damage to any property (other than the Works): Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects

therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever

in respect thereof.

Pag

e 2

0

10. Accident or injury to Workmen:

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

workman for death or injury resulting from any act or default of the contractor. The Contractor shall

indemnify and keep indemnified the Employer against all such damages and compensation and

expenses whatsoever in respect thereof or in relation thereto.

11. Evidence and Terms of Insurance

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

him, fully. The contractor shall provide evidence to the Employer after the respective insurance have

been taken prior to the start of work at the Site that insurance required under the Contract have been

effected.

12. Compliance with Statutes, Regulations etc.:

The Contractor shall conform in all respects, including by replying to all notices and the paying of all

fees, with the provision of:

a) Any national or State Statute, ordinance, or other law, or any regulation, or 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 Contactor shall keep the

Employer indemnified against all penalties and liability of every kind for breach of any such

provision.

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

12. Time for completion:

The Repair and Maintenance work shall be for a period of One year or as mentioned in the letter of

commencement and shall start from the date issue of letter commencement and shall stands

terminated after the expiry of One Year.

13. Extension of Time for Completion:

The Repair and Maintenance contract may be extended on the written mutual consent of both

Employer and Contractor for a further period may be up to one year. However, employer reserve it‟s

right to terminate the Repair and Maintenance contract by giving 30 days notice at any time during

the currency of the contract if the services of the agency are not satisfactory as per the opinion of

employer or its representative.

14. Force Majeure

If, at any time, during the continuance of this contract, the performance in whole or in part by either

party of any obligation under this contract is prevented or delayed by reasons of any war or hostility,

acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine

restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of

happenings of any such eventuality is given by either party to the other within 21 days from the date

of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract

nor shall either party have any claim for damages against other in respect of such non-performance or

delay in performance, and services under the contract shall be resumed as soon as practicable after

Pag

e 2

1

such an event come to an end or cease to exist, and the decision of the Employer as to whether the

services have been so resumed or not shall be final and conclusive. Further if the performance in

whole or part of any obligation under this contract is prevented or delayed by reasons of any such

event for a period exceeding 30 days, either party may, at its option, terminate the contract.

14. Defect identification and its rectifications:

Agency shall immediately attend the defects and complaints noticed / reported at site. The agency

shall provide and develop a system for regular Repair and Maintenance of all the services which

includes defect identification and its immediate rectification so, that services are not affected. It shall

be the sole responsibility of the Repair and Maintenance agency that all the services are kept in

functional condition round the clock during the currency of the contract. Defect Liability period

shall be 12 months from the date of completion of work under BOQ measurable works. The

contractor shall rectify at his own expenses any defect in the work carried out by him during

this period. On failure of the contractor to do so, the same shall be completed by the employer

at the risk and cost of the contractor.

15. Liquidated damages for delay:

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of

engineer delay is on the part of Repair and Maintenance agency, the employer can impose liquidated

damages on the contractor as detailed in the particular conditions.

16. Contractor‟s failure to carry out Instructions:

In case of default on the part of the Contractor in carrying out defect / rectification / repair /

maintenance works, the Employer shall be entitled to employ and pay other persons to carry out the

same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost

under the Contract, then all costs including penalty for delay in attending to the complaint consequent

thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the

Contractor by the Employer, and may be deducted by the Employer from any monies due or to

become due to the Contractor.

17. Instructions for Variations:

(a) Quantities given in the BOQ / Bid are estimated quantities. The quantity of any particular item

may vary to any extent. Variation in quantity in particular items or total exclusion of certain items of

BOQ from the work executed or overall cost, does not entitle contractor to claim any extra cost.

(b) Notice to be given by the contractor for execution of Planned civil works:-

It shall be duty of the contractor to give notice of at least three working days for execution of planned

civil Works like whitewashing, painting, replacement of window glass panes which is other than day

to day maintenance jobs so that prior sanction may be obtained to start the work and also to check the

quality of materials to be used. If no notice is given, the work executed will not be considered for

payment.

MEASUREMENT

18. Works to be measured for BOQ items

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

the Contract and the Contractor shall be paid accordingly. No part payment / rate shall be made for

any part of BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of Lump

Pag

e 2

2

Sum items and to decide the part rate for any particular item.

19. Method of Measurement

The works shall be measured net, notwithstanding any general or local custom, except where

otherwise provided in the Contract.

CERTIFICATES AND PAYMENTS

20. Monthly Statements/Bills:

The contractor shall submit a bill in 3 copies to the Engineer by 7th day of each month for the work

executed up-to the end of previous month in tabulated form approved by the Engineer, showing the

amounts to which the Contractor Considers himself to be entitled. The bill must be supported with the

documents. While submitting the bill for the next month, the Contractor must file a certificate

certifying the following along with ESI contribution sheet downloaded from ESIC Insurance Portal:-

a. Wages of workers were credited to their bank accounts on _________ (Acknowledgment by

bank enclosed).

b. ESI Contribution relating to workers amounting to Rs.______________ was deposited on

_________ (Copy of Challan enclosed with contribution sheet).

c. EPF Contribution relating to workers amounting to Rs.______________ was deposited on

______ (copy of the Challan enclosed with contribution sheet).

d. We are complying with all statutory Labour Laws including Minimum Wage Act.

The payment would be made on monthly basis on verification of attendance sheets, wage

register, monthly ESIC/EPF/Service Tax challan, and documents in support of salary disbursement

through ECS. Workers of contractors should get the wages on the seventh day of each month. The

payment of wages shall not be linked to the payment of bill by ESIC. If the contractor fails to provide

proof of payment of statutory dues, his contract shall be terminated after serving one month‟s notice.

It may also be noted that cash payment made to the workers will be considered as no payment at all

and such disbursement will be disallowed from the Monthly Bill of the Contractor.

21. Deduction of Income Tax:

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

22. Monthly Payments:

After submission of monthly bill complete in all respects by the contractor, Engineer shall check the

bill with the help of contractor and certify for payment within 10 days and then Employer will process

the Bill.

23. Performance Guarantee:

The Contractor shall submit Performance Security Deposit amounting to Rs. 3.50 Lakhs in the shape

of Demand Draft / Banker‟s Cheque for proper performance of the contract in favour of ESIC Fund

Account No.1 payable at Ahmedabad. The performance security can be forfeited to recover any

amount, which is payable by the contractor on account of any clause arising out of the contract. It will

be released after successful & satisfactory completion of the Contract and Defect Liability Period. No

interest shall be paid on Performance Security Deposit.

Pag

e 2

3

24. Correction of certificates:

The Engineer may make any correction or modification in any previous payment Certificate, which

has been issued by him, and shall have authority, if any work is not being carried out to his

satisfaction, to omit or reduce the value of such work in any Payment Certificate.

25. Final Certificates:

Within 28 days after receipt of the Final Statement, and the written discharge, the Engineer shall issue

to the employer (with a copy to the Contractor) a Final Certificate stating: a). The amount which, in

the opinion of the Engineer, is finally due under the contract, and b). After giving credit to the

Employer for all amounts previously paid by the Employer and for all sums to which the Employer is

entitled under the Contract.

Based on the certificates, the Employer will process the bills as per the conditions laid down in this

contract.

26. Default of Contractor

26.1 If the performance of the contractor is not found satisfactory or if the contractor fails to

meet/fulfill any of the terms/conditions/obligations laid down in this tender document as wells as the

agreement, Contractor shall be served a notice to take corrective action within 7 days. If the

contractor fails to rectify or conform (to be decided by the employer), the employer shall be at liberty

to terminate the contract without any further notice.

26.2 If the Contractor leaves this Contract during its currency, it will be treated as „Default‟ by the

Contractor and will be terminated immediately. In such event, Performance Security Deposit shall be

forfeited in full and Contractor shall be blacklisted by the Employer.

27. Risk Clause

27.1 In the event of termination due to default of Contractor, the employer shall be at liberty to get the

work executed through other means at the cost, risk and responsibilities of Contractor and excess

expenditure incurred on account of this will be recovered by the Employer from the Contractor‟s

Performance Security Deposit or pending bills or by raising a separate recovery claim.

27.2 Contractor and its staff shall take proper and reasonable precautions to preserve from loss,

destructions, waste or misuse the areas of responsibility given to them by the Hospital, and shall not

knowingly lend to any person or company any of the effects or assets of the Hospital, under its

control.

27.3 In the event of loss/damage of building, equipments etc. of the employer due to

negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to

Employer.

27.4 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. Termination For Insolvency:

The Employer may at any time terminate the Contract by giving written notice to the Contractor,

without compensation to the supplier, if the supplier becomes bankrupt or otherwise insolvent as

declared by the competent court provided that such termination will not prejudice or affect any right

of action or remedy, which has accrued or will accrue thereafter to the purchaser.

Pag

e 2

4

PART-VII

SPECIAL CONDITIONS OF CONTRACT

1. CPWD norms and specifications shall be followed. Wherever, the same are not available, BIS /

Engineering practice as directed by the Engineer / ESIC shall be followed.

2. The materials shall be got approved prior to its use for ARM from the Engineer In-charge of the

ESIC. The material shall be in original packing from the manufacturer clearly indicating

manufacturing date, expiry date & price etc. Any item found defective should be replaced free of

cost to the satisfaction of ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

authorities.

3. Complaints shall be made in the format prescribed be the hospital administration.

4. A complaint register in the format prescribed by the hospital administration shall be maintained

in the Office of the contractor where all complaints received shall be documented.

5. All Repair and Maintenance related complaints shall be attended within two hour failing which a

recovery of Rs. 500 per event per hour shall be made from the subsequent payment of the

contractor.

6. The Sewer man shall ensure that all lines are maintained in a clean condition by carrying out

preventive cleaning.

7. As the work will have to be carried out in building and area in use the contractor shall ensure:-

a) That the normal functioning of Employer is not effected as far as possible.

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

traffic.

c) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the

end of each day‟s work.

d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for

their part of work. He shall be responsible for their conduct. The staff should behave in a

courteous manner. The contractor shall be held responsible for any loss or damage to

Employees' State Insurance Corporation property.

e) 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.

f) When instructed to do so, the contractor shall ensure proper record keeping and storing of

irreparable/dismantled material.

Pag

e 2

5

8. Water and electricity shall be made available free of cost at nearby source of work. The

contractor has to make his own arrangement for use of the same including extending temporarily

lines etc. The responsibility to follow relevant rules, regulations and loss in the regard shall be

entirely that of the contractor. Any shortcomings, loss or damages due to this regard shall be

borne entirely by contractor.

9. Award of contract will be issued after the bidder selected is found to be technically and

financially acceptable to ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD.

10. The agreement shall be in force for a period of twelve months. However, it may be extended for

further period but not beyond 12 months on the same price/ terms and conditions by giving one

week‟s notice in writing to the contractor, if decided upon to do so by ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD.

11. The Bid Security/Performance Security deposit of the bidder would be forfeited, in case he

refuses to honor the letter of intent/Work Order issued by the ESIC MODEL HOSPITAL,

BAPUNAGAR for supply of the materials or work.

12. Selected bidder has to execute an agreement in a non-judicial bond paper of value of not less

than Rs.100/-(Hundred rupees only) for ARM services, as per the intent of the ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD. Cost on this account shall be borne by the bidder.

13. The service clerk & the skilled worker should be facilitated with mobile phone to contact on

urgent basis & their numbers should be displayed at various places and forwarded to Hospital

Administration.

14. The worker should be issued identity cards after getting due verification. Uniform should be

worn by the worker having monogram of the firm.

15. The contractor shall have to attend the local bodies like AMC, Gujarat Police, SPWD, Labour

officer and all other government authorities to fulfill all the requirements of the Contract.

16. The workers on duty after 4.00 PM will have to be available at the service center created by the

contractor & should have mobile phone. ESIC may, at any point of time, verify physical

presence of workers and in case of absence of any of the workers, Rs. 500/- will be levied as

penalty for each instance.

17. Contractor will ensure that the payment to the worker is being made in accordance with

the minimum wages circulated by the Central Government from time to time and

conditions made in this tender document.

18. The rate of any item not available in the attached BOQ shall be derived from the latest Delhi

Schedule of Rates circulated by CPWD by applying the prevailing cost index of the period of

execution of the item. However, any item not available in the DSR may be derived from market

rate of the period of execution which should be lowest market rate.

19. The contractor, to whom the work is awarded, will execute the work himself. He will not be

allowed to sublet the work to any other agency or sub-contract it.

Pag

e 2

6

20. Water should be tested from a Govt. approved lab on the quarterly basis and report must be

submitted to the employer.

21. Contractor‟s Supervisor (Civil Engineer) should be available at the site to supervise the works

and co-ordinate with the Engineer/ESIC officials.

22. All tools & tackles, plants, machineries, equipments and materials to carry out the ARM work at

site shall have to be provided by the contractor at his/her own cost.

23. The agency shall have to display on notice board in Hospital, its name along with the

Supervisor‟s name to be contacted with telephone nos. for lodging the complaints.

Pag

e 2

7

PART-VIII

EMPLOYEES‟ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 38

(Ministry of Labour & Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM)

OF CIVIL WORKS FOR 2014-15

TECHNICAL

BID

Pag

e 2

8

TECHNICAL BID

DETAILS OF TENDERER

NAME OF WORK: Annual Repair and Maintenance Services of (Civil) works at ESIC

MODEL HOSAPITAL BAPUNAGAR, its various Dispensaries and Staff Quarters for the

period of one year.

1 NAME OF TENDERING COMPANY / FIRM / TENDERER:

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

2 NATURE OF FIRM:

______________________________________________________________________________

3 NAME OF OWNER / DIRECTORS:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

4 FULL PARTICULARS OF OFFICE:

(a) Address:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

(b) Telephone No.:_________________________________________________________________

(c) Fax No.:_______________________________________________________________________

(d) E-Mail Address.________________________________________________________________

5 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.

(a) Name of the Bank:

_________________________________________________________________________________

(b) Address of the Bank:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

(c) Telephone No. _________________________________________________________________

Pag

e 2

9

6 REGISTRATION DETAILS:

(a) PAN / GIR No._________________________________________________________________

(b) Service Tax Registration No._____________________________________________________

(c) E.P.F. Registration No.__________________________________________________________

(d) E.S.I. Registration No.___________________________________________________________

(e) Labour License No.______________________________________________________________

(f) Details of Registration as Civil Contractor with CPWD/State PWD/MES/Railways or any

other Government Body_____________________________________________________________

_________________________________________________________________________________

(f) Any other registrations/licenses which are mandatory for such agencies stipulated by

Concerned Authorities

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

______________________________________________________________________________

7 DETAILS OF EARNEST MONEY DEPOSIT:

(a) Amount (Rs.):__________________________________________________________________

(b) D.D. / B.C. No. and Date: ________________________________________________________

(c) Drawn on Bank: _______________________________________________________________

(d) Valid up to:____________________________________________________________________

8 Total Turn Over of three preceding years

2013-14______________ 2012-13_________________ 2011-12______________________

9 Total Nos. of Captive Manpower as on the day of filing the tender______________________

The above format is to be used to provide requisite details

Date:

Place:

Name:

Seal:

Signature of Tenderer

Pag

e 3

0

FORMAT-I

(To be used with Technical Bid)

WORK EXPERIENCE

(Use separate sheet for each work)

(Experience of Annual Repair and Maintenance Services of Civil works completed and ongoing

Contracts as per the eligibility criteria)

1. Project title and Location

2. Name of the Client and Address

3. Describe area of Participation

(Specific Work done/Services

rendered by the applicant)

4. Period of Work Done/Services

rendered for the project

5. Total cost of work

6. Date of start of the work and the

present status

7. Any other details

NOTE:

Supporting documents like work order, satisfactory certificate etc from the clients in support of each

of the above projects to be furnished.

Signature of Contractor

Pag

e 3

1

FORMAT-II

(To be submitted with Technical bid)

DETAILS OF THE EXISTING CONTRACTS

Sr.

No.

Name and Address of the

Organization, Name,

Designation and Contact

Telephone / Fax No. of the

Officer concerned

Details of

regarding

the

Contract

Value of

Contract

(Rs.)

Duration of Contract

From

To

DD/MM/YYYY

DD/MM/YYYY

A

B

C

Additional information, If

any

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Pag

e 3

2

FORMAT-III

(To be submitted with Technical bid)

DETAILS OF CAPTIVE MANPOWER

Sr. No. Name Employee

Code, if any Qualification ESI No. E.P.F. No

Experience of

Civil Works

in years

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place: Seal:

Pag

e 3

3

PART-IX

(TO BE TYPED ON BIDDER‟S LETTER HEAD)

UNDERTAKING

To,

The Medical Superintendent

ESIC Model Hospital

Bapunagar, Ahmedabad

Subject: Tender for providing of Annual Repair and Maintenance Services of (Civil) works at

ESIC Model Hospital Bapunagar & its various Dispensaries, Building and Staff quarters under

ESIC Model Hospital Bapunagar, Ahmedabad for the period of one year.

Sir,

1. I/We hereby agree to abide by all terms and conditions laid down in tender document.

2. This is to certify that I/We before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myself/ourselves abide by the said terms

and conditions.

3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Service tax,

TIN number, from time to time.

4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance Services of

(Civil) works at ESIC Model Hospital Bapunagar & its various Dispensaries, Building and Staff

quarters under ESIC Model Hospital Bapunagar, Ahmedabad shall be ensured by our Agency, as

well as any other assignment considered by the Medical Superintendent, ESIC Model Hospital

Bapunagar, Ahmedabad.

5. I/We do hereby certify that none of my relative(s) is/are employed in ESIC as per details given in

tender document. In case at any stage, it is found that the information given by me is false / incorrect,

ESIC Model Hospital Bapunagar, Ahmedabad shall have the absolute right to take any action as

deemed fit/without any prior intimation to me.

(Signature of the Bidder)

Name and Address of the Bidder:

Telephone No:

Pag

e 3

4

PART-X

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible

to participate in the tender.

S. No. Items Confirm

(Yes/No)

1. Earnest Money Deposit (EMD)

2.

Tender form with completely filled Technical bid and Financial bid,

with all pages serially numbered, signed and stamped along with

supporting documents

3. Audited Balance sheet of last three years with details of annual turnover

and profit & loss account etc. (2013-14, 2012-13 & 2011-12)

4 Income tax returns of last three years. (2013-14, 2012-13 & 2011-12)

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. Service Tax registration certificate with details of the last payment.

9. Registration certificate under central labour law authorities. Copy of

valid labour license.

11.

Documents in support of completed and ongoing contracts along with

their values in support of the experience and financial credibility as per

the eligibility criteria.

14. Undertaking as per part-IX

15. Document in support of Civil Contractor Registration with the

CPWD/State PWD/MES/Railways or any other Government Body

16. Captive Manpower details in format III of Technical Bid.

Signature

Date: Full Name:

Place: Company‟s Seal:

Pag

e 3

5

PART-XI

EMPLOYEES‟ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 38 (Ministry of Labour & Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM)

OF CIVIL WORKS FOR 2014-15

FINANCIAL

BID

Pag

e 3

6

FINANCIAL BID

Part – 'A'

Name of work: - A.R.M. (Civil) works for ESIC Model Hospital Bapunagar its various Dispensaries,

Building & Staff Quarters under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2014-2015.

ABSTRACT FOR MAINTENANCE STAFF ENGAGEMENT

Maintaining an office in space provided by ESIC MODEL HOSPITAL and attending to Repairs and

maintenance work with the following maintenance Staff with all required tools and plants in attendance and

contractor shall provide one qualified & experience supervisor (civil engineer) on site to supervise the

repairing work and new work and reporting to employer day to day progress of work. All the

maintenance staff must have requisite qualification & experience, if any, to perform the duty for that

particular post/work.

Sr.

No. Description of Item Nos.

Monthly

expended

deployment

Rate per day Amount per

month

Amount per

year

1 2 3 4 5 6 7

A Supervisor (Civil

Engineer) 1 No Full month

B Plumber 6 Nos. Full month

C Sewerman 6 Nos. ''

D Helpers 6 Nos. ''

E Carpenter 1 Nos. 10 days in

month

F Mason 1 Nos. 10 days in

month

Total of PART-A

Above quoted rates should be inclusive of all allowances, statutory levies like ESI & EPF etc. Contractor

must ensure that the deployed manpower shall be paid wages not below the Minimum Wages set by the

Central Govt. In case of absence of any of the above mentioned manpower without providing suitable

replacement an amount of Rs. 500 per day shall be recovered as liquated damages per person per day

from the bills.

Pag

e 3

7

PART:-'B'

Name of work: - A.R.M. (Civil) works for ESIC Model Hospital Bapunagar its various Dispensaries,

Building & Staff Quarters under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2014-2015.

ABSTRACT OF QUANTITY (BOQ)

Sr

No.

Item Description Quantity Rate Unit Amount

1 Carriage of materials by mechanical transport

including loading, unloading and staking up to 5 km.

lime, moorum, building rubbish.

20 cmt One

cmt

2 Earth Work in rough excavation., banking excavated

earth in layers not exceeding 20 cm in depth,

breaking clods watering, rolling each layer with tonne

roller or wooden or steel rammers, and rolling every

3rd

and top- most layer with power roller of minimum

8 tones and dressing up in embankment for roads,

flood banks, marginal banks and guide banks or

filling up ground depressions, lead up to 50 m and lift

up to 1.5 m :

All kinds of soil

100 cmt

one

cmt

3 Earth work in excavation by mechanical means

(Hydraulic excavator)/ manual means in foundation

trenches or drains (not exceeding 1.5 m in width or 10

sqm on plam), including dressing of sides and

ramming of bottoms, lift upto 1.5 m, including getting

out the excavated soil and disposal of surplus

excavated soil as directed, within a lead of 50 m.

(a) All kind of soil

50 cmt

one

cmt

4

(a)

(i)

(ii)

(iii)

Excavating trenches of required width for pipes,

cables, etc including excavation for sockets, and

dressing of sides, ramming of bottoms, depth up to

1.5 m including getting out the excavated soil, and

then returning the soil as required, in layers not

exceeding 20 cm in depth including consolidating

each deposited layer by ramming, watering, etc and

disposing of surplus excavated soil as directed, within

a lead of 50 m:

All kinds of soil

Pipes, cables etc, not exceeding 80 mm dia.

Pipes, cables etc. exceeding 80 mm dia, But not

exceeding 300 mm dia.

Pipes, cables etc. exceeding 300 mm dia but not

exceeding 600 mm.

50 mt

120 mt

50 mt

one

mt

one

mt

one

mt

5 Filling available excavated earth (excluding rock) in

trenches, plinth, sides of foundations etc. in layers not

exceeding 20 cm in depth, consolidations each

deposited layer by ramming and watering, lead up to

50 m and lift up to 1.5 m.

100 cmt

one

cmt

Pag

e 3

8

Sr

No.

Item Description Quantity Rate Unit Amount

6 Supplying and filling in plinth with Sabarmati sand

floors including, watering, ramming, consolidating

and dressing complete.

20 cmt

one

cmt

7 Surface dressing of the ground including removing

vegetation and in-equalities not exceeding 15 cm deep

and disposal of rubbish, lead up to 50 m and lift up to

1.5 m.

All kinds of soil.

1000 smt

one

smt

8 Clearing jungle including uprooting of rank

vegetation, grass, brush wood, trees and sapling 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.

11000

smt

one

smt

9 Supplying chemical emulsion in sealed containers

including delivery as specified.

Chlorpyriphos / Lindane emulsifiable concentrate of

20%

10 lit

one

lit

10

(a)

Diluting and injecting chemical emulsion for

POSTCONSTRUCTIONAL anti- termite treatment

(excluding the cost of chemical emulsion) :

With chlorpyriphos / Lindane E.C. 20% with 1%

concentration.

500 smt

one

smt

b With chlorpyriphos /Lindane E.C. 20% with 1%

concentration

100 smt

one

smt

11

(a)

Providing and laying in position cement concrete of

specified grade excluding the cost of centering and

shuttering – All work up to plinth level :

1:2:4 (1 cement: 2 coarse sand :4 graded stone

aggregate 20 mm nominal size.)

12 cmt

one

cmt

b) 01:05:10 (1 cement :5 fine sand :10 graded stone

aggregate 40 mm nominal size)

5 cmt

one

cmt

12

(a)

Centering and shuttering including strutting, propping

etc and removal of work for

Foundations, footing, bases for columns

20 smt

one

smt

Pag

e 3

9

Sr

No.

Item Description Quantity Rate Unit Amount

13 Providing and laying in position specified grade of

reinforced cement concrete excluding the cost of

centering, shuttering, finishing and reinforcement -

All work up to plinth level :

a) 1:2:4 (1 cement : 2 coarse sand : 4 graded

stone aggregate 20 mm nominal size)

2 cmt

one

cmt

14 Providing precast cement concrete Jali 1:2:4 (1

cement : 2coarse sand : 4 graded stone aggregate

6mm nominal size) reinforced with 1.6 mm dia mild

steel wire including centering and shuttering,

roughening cleaning, fixing and finishing in cement

mortar 1:3 (1 cement: 3 fine sand) etc. complete

excluding plastering of the jambs, sills and soffits.

a) 40 mm thick

10 smt

One

smt

15 Reinforcement for R.C.C. works including

straightening, cutting, bending, placing in position

and binding all complete.

a) Cold twisted bars

100 kg

One

kg

16

(a)

Brick work with F.P.S. Bricks of class designation 75

in foundation and plinth in :

cement mortar 1:6 (1 cement : 6 coarse sand)

15 cmt

one

cmt

17

(a)

Brick work with F.P.S. Bricks of class designation 75

in superstructure above plinth level up to floor five

level in all shapes and size in :

cement mortar 1:6 (1 cement : 6 coarse sand)

15 cmt

one

cmt

18 Half brick masonry with F.P.S. bricks of class

designation 75 in superstructure above plinth level up

to floor V level.

a) Cement mortar 1:4 (1 cement :4 coarse sand)

5 smt

One

smt

19

(a)

(i)

Providing and fixing 18mm thick gang saw cut mirror

polished premoulded and prepolished) machine cut

for kitchen platforms, vanity counters, window sills,

facias and similar location of required size of

approved shade, colour and texture laid over 20mm

thick based cement mortar 1:4 (1 cement : 4 coarse

sand) with joints treated with white cement mixed

with matching pigment, epoxy touch ups, including

rubbing , curing, moulding and polishing to edge give

high gloss finis etc. complete at all levels.

Granite of any colour and shade

Area of slab over 0.50 sqm.

20 smt

one

smt

Pag

e 4

0

Sr

No.

Item Description Quantity Rate Unit Amount

20 Mirror polishing on marble work / granite work / store

work ever required to give high gloss finish complete. 200 smt

one

smt

21 Providing wood work in frames of doors, windows,

clerestory windows and other frames, wrought framed

and fixed in position :

(a) Sale wood

1.50

Cmt

One

cmt

22 Providing wood work in frames of false ceiling,

partitions etc. sawn and put up in position :

(a) Sal wood

0.50

Cmt

one

cmt

23 Providing and fixing panelled or panelled and glazed

shutters for doors, windows and clerestory windows

including ISI marked M.S pressedbutt hings bright

finished of required xize with necessary screws, per

direction of Engineer-in-charge.

a)Kiln seasoned and chemically treated hollock wood.

i) 35 mm thick shutters

ii) 30 mm thick shutters

10 smt

10 smt

one

smt

one

smt

24 Providing and fixing panelling and glazing in panelled

or panelled and glazed shutters for doors, windows

and clerestory windows (Area of opening for panel

inserts excluding portion inside grooves or rebates to

be measure). Panelling for panelled or panelled and

glazed shutters 25mm to 40 mm thick

a Particle board 12 mm thick

Particle Board 12 mm thick plain particle board 10 smt One

smt

(i) Pre-laminated particle board with decorative

lamination on both sides, Grade. Type II IS:12823

marked

50 smt one

smt

(b) Float glass panes

(i) 4 mm thick glass pane 20 smt

one

smt

(ii) 5.5 mm thick glass panes 20 smt

one

smt

Pag

e 4

1

Sr

No.

Item Description Quantity Rate Unit Amount

25 Providing and fixing ISI marked flush door shutters

conforming to IS: 2202 (Part I) non-decorative type,

core of block board construction with frame of 1st

class hard wood and well matched teak 3 ply

veneering with vertical grains or cross bands and face

veneers on both faces of shutters.

a) 35 mm thick including ISI marked Stainless

Steel butt hinges with necessary screws.

12 smt

One

sq.

mt

26 Extra for providing lipping with 2nd class teak wood

battens 25 mm minimum depth on all edges of

shutters (over all area of door shutter to be measured)

Over item no. 25

12 smt

One

smt

27 Providing and fixing plywood 4 mm thick one side

decorative veneer conforming to IS: 1328 (type-1) for

plain lining / cladding with necessary screws, priming

coat on unexposed surface with:

Decorative veneer facings of approved manufacture.

10 smt

One

smt

28 Providing and fixing fly proof galvanized M.S. Wire

gauge to windows and clerestory windows using wire

gauge with average width of aperture 1.4 mm in both

directions with wire of dia 0.63 mm all complete.

i) With 2nd class teak wood beading 62X19 mm.

ii) With 12 mm mild steel U beading

50 smt

50 smt

one

smt

one

smt

29 Providing and fixing ISI marked oxidised M.S.

Pressed Parliamentary hings with necessary screws

etc. Complete.

a)100x125x20x2.24 mm

10 nos

Each

30 Providing and fixing ISI marked oxidised M.S. double

acting spring hinges with necessary screws etc.

complete

a) 100 mm

10 nos

Each

Pag

e 4

2

Sr

No.

Item Description Quantity Rate Unit Amount

31 Providing and fixing ISI marked oxidised M.S. sliding

door bolts with nuts and screws etc. complete :

a) 250x16 mm

10 nos

Each

32 Providing and fixing ISI marked oxidised M.S. tower

bolt black finish, (Barrel type) with necessary screws

etc. complete :

a) 200x10 mm

10 nos

Each

33 Providing and fixing ISI marked oxidised M.S. door

latches conforming to IS:5930 with screws etc.

complete :

a) 250x20x6 mm

5 nos

Each

34 Providing and fixing special quality bright finished

brass cupboard or ward robe locks with four levers of

approved quality including necessary screws etc.

complete.

a) 40 mm

b) 50 mm

c) 75 mm

20 nos

20 nos

20 nos

Each

Each

Each

35 Providing and fixing bright finished brass handles

with screws etc. complete :

125 mm

100 nos

Each

36 Providing and fixing aluminium die cast body tubular

type universal hydraulic door closer (having brand

logo with ISI, IS:3564, embossed on the body, door

weight upto 35 kg and door width up to 700 mm),

with necessary accessories and screws etc. complete.

5 nos

Each

37 Providing and fixing aluminium extruded section

body tubular type universal hydraulic door closer (

having brand logo with ISI, IS:3564, embossed on the

body, door weight up to 36 kg to 80 kg and door

width from 701 mm to 1000 mm,) with double speed

adjustment with necessary accessories and screws etc.

complete.

20 nos

Each

38 Providing and fixing bright finished brass hasp and

staple (safety type with necessary screws etc.

complete:

a) 90 mm

100 nos

Each

39 Providing and fixing chromium plated brass 100 mm

mortice latch and lock with 6 levers and a pair of

lever handles of approved quality with necessary

screws etc. complete:

10 nos

Each

40 Providing and fixing chromium plated brass 50 mm

cupboard or wardrobe knobs with nuts complete.

a) 125 mm

20 nos

Each

Pag

e 4

3

Sr

No.

Item Description Quantity Rate Unit Amount

41 Providing and fixing aluminum sliding door bolts, ISI

marked anodised ( anodic coating not less than grade

AC 10 as per IS:1868), transparent or dyed to

required colour or shade, with nuts and screws etc.

complete.

a) 250 X 16 mm

20 nos

Each

42 Providing and fixing aluminium tower bolts, ISI

marked, anodised (anodic coating not less than grade

AC 10 as per IS:1868) transparent or dyed to required

colour or shade, with necessary screws etc. complete:

a) 250 X 10 mm

b) 200x10 mm

b) 150 X 10 mm

c) 100 X 10 mm

30 nos

10 nos

30 nos

20 nos

Each

Each

Each

Each

43 Providing and fixing aluminium handles, ISI marked,

anodized (anodic coating not less than grade AC 10 as

per IS: 1868) transparent or dyed to required colour or

shade, with necessary screws etc complete:

a) 125 mm

b) 100 mm

10 nos

10 nos

Each

Each

44 Structural steel work riveted, bolted or welded in built

up sections, trusses and framed work, including

cutting, hoisting, fixing in position and applying a

priming coat of approved steel primer all complete.

700 kg

one

kg

45 Providing and fixing 1mm thick M.S. sheet door with

frame of 40x40x6mm angle iron and 3mm M.S.

gusset plates at the junctions and corners, all

necessary fittings complete, including applying a

priming coat of approved steel primer.

Using M.S. angels 40x40x6 mm for diagonal braces.

75 smt

one

smt

46 Steel work welded in built up sections/ framed work

including cutting, hoisting, fixing in position and

applying a priming coat of approved steel primer

using structural steel etc. as required.

a) In gratings, frames, guard bar, ladder,

railings, brackets, gates and similar works.

1000 kg

one

kg

47 Cement concrete flooring 1:2:4 (1 cement : 2 coarse

sand : 4 graded stone aggregate) finished with a

floating coat of neat cement including cement slurry,

but excluding the cost of nosing of steps etc.

complete.

a) 40mm thick with 20mm nominal size stone

aggregate.

30 smt

one

smt

Pag

e 4

4

Sr

No.

Item Description Quantity Rate Unit Amount

48 Cement concrete pavement with 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate 20 mm

nominal size), including finishing complete.

5 cmt one

cmt

49 Marble chips skirting up to 30 cm height, rubbed and

polished to granolithic finish, top layer 6 mm thick

with white, black, chocolate, grey, yellow or green

marble chips of sizes from smallest to 4 mm nominal

size, laid in cement marble powder mix 3:1 (3 cement

: 1 marble powder) by weight in proportion of 4:7 (4

cement marble powder mix : 7 marble chips) by

volume:

i) Medium shade pigment with 50% white cement and

50% ordinary cement

5 smt

one

smt

50 Kota stone slab flooring over 20 mm (average) thick

base laid over and jointed with grey cement slurry

mixed with pigment to match the shade of the slab

including rubbing and polishing complete with base

of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

a) 25 mm thick.

30 smt

one

smt

51 Providing and fixing Ist quality ceramic glazed wall

tiles conforming to IS : 15622 (thickness to be

specified by the manufacture ) 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.

10 smt

one

smt

52 Providing and laying vitrified floor tiles in different

sizes (thickness to be specified by the manufacture)

with water absorption less than 0.08% and

conforming to IS: 15622, of approved make, in all

colours and shades, laid on 20 mm thick cement

mortar 1:4 (1 cement : 4 coarse sand), including

grouting the joints with white cement and matching

pigments etc., complete.

a) Size of tiles 500 X 500 mm

b) Size of tiles 600 X 600 mm

20 smt

20 smt

one

smt

one

smt

53 Fixing glazed/Ceramic/Vitrified floor tiles with

cement based high polymer modified quick-set tile

adhesive (Water based) conforming to IS:15477, in

average 3 mm thickness.

10 smt

one

smt

Pag

e 4

5

Sr

No.

Item Description Quantity Rate Unit Amount

54 Providing corrugated G.S sheet roofing including

vertical/curved surface fixed with polymer coated J or

L hooks, bolts and nuts 8 mm diameter with bitumen

and G.I. Limpet washers or with G.I. Limpet washers

filled with white lead, including a coat of approved

steel primer and two coats of approved paint on

overlapping of sheets complete (up to any pitch in

horizontal/vertical or curved surfaces), excluding the

cost of purlins, rafters and trusses and including

cutting to size and shape wherever required.

0.80 mm thick with zinc coating not less than 275

gm/m2

10 smt

one

smt

55 Providing and fixing flat pressed 3 layer medium

density particle board or graded particle board (Grade

I) IS: 3087 marked, in ceiling with necessary nails etc.

complete (frame work to be paid separately):

a) 12 mm thick

10 smt

one

smt

56 Providing 10 mm thick plaster of Paris (gypsum

anhydrous) ceiling up to a height of 5 m above floor

level over first class kail wood strips 25*6 mm with

10 mm gap in between and reinforced with rabbit wire

mesh fixed to wooden frame (frame work to be paid

separately) :

a) Flat surfaces

20 smt

one

smt

57 Providing and fixing on wall face unplasticised Rigid

PVC rain water pipes conforming to IS : 13592 Type

A, including jointing with seal ring conforming to IS :

5382, leaving 10 mm gap fir thermal expansion, (i)

single socketed pipes.

a) 75 mm diameter

b) 110 mm diameter

10 mt

40 mt

one

mt

one

mt

58 Providing and fixing on wall face unplasticised –

PVC moulded fittings/accessories for unplasticised

Rigid PVC rain water pipes conforming to IS : 13592

Type A including jointing with seal ring conforming

to IS : 5382 leaving 10 mm gap for thermal

expansion.

a) Coupler

75 mm

110 mm

Single tee without door

75x75x75

110x110x110

b) Bend 87.5

75 mm bend

110 mm bend

c) Shoe (Plain)

110 mm Shoe

5 nos

15 nos

5 nos

5 nos

5 nos

10 nos

5 nos

Each

Each

Each

Each

Each

Each

Each

Pag

e 4

6

Sr

No.

Item Description Quantity Rate Unit Amount

59 Providing and fixing unplasticised-PVC pipe clips of

approved design to unplasticised – PVC rain water

pipes by means of 50 x50 x50 mm hard wood plugs,

screwed with M.S screws of required length,

including cutting brick work and fixing in cement

mortar 1:4 (1 cement : 4 coarse sand) and making

good the wall etc. complete.

a) 75 mm

b) 110 mm

5 nos

30 nos

Each

Each

60 12 mm cement plaster of mix:

1:6 (1 cement: 6 fine sand)

50 smt

one

smt

61 12 mm cement plaster finished with a floating coat of

neat cement of mix.

a) 1:4 (1 cement : 4 fine sand)

100 smt

one

smt

62 18 mm cement plaster in two coats under layer 12 mm

thick cement plaster 1:5 (1 cement: 5 coarse sand) and

a top layer 6mm thick cement plaster 1:3 (1 cement: 3

coarse sand) finished rough with sponge.

10 smt

one

smt

63 White washing with lime to give an even shade

New work (three or more coats)

100 smt one

smt

64 Colour washing such as green, blue or buff to give an

even shade

i) New work (two or more coats) with a base coat of

white washing with lime

100 smt

one

smt

65 Distempering with oil bound washable distemper of

approved brand and manufacture to give an even

shade:

a) New work

200 smt

one

smt

66 Finishing with Epoxy paint (two or more coats ) at all

locations prepared and applied as per manufacturer's

specifications including appropriate priming coat,

preparation of surface, etc, complete.

a) On steel work

b) On concrete work

50 smt

50 smt

one

smt

one

smt

67 Repairs to plaster of thickness 12 mm to 20 mm in

patches of area 2.5 sq. meters and under, including

cutting the patch in proper shape, raking out joints

and preparing and plastering the surface of the walls

complete, including disposal of rubbish to the

dumping ground within 50 metres lead :

a) With cement mortar 1:4 (1 cement : 4 fine sand)

220 smt

one

smt

Pag

e 4

7

Sr

No.

Item Description Quantity Rate Unit Amount

68 Fixing chowkhat in existing opening in brick / RCC

wall with dash fasteners / chemical fasteners of

appropriate size (3 nos on each vertical member of

door chowkhat and 2 nos on each vertical member of

window chowkhats), including cost of dash fastener/

chemical fastener.

5 nos

Each

69 Making the opening in brick masonry including

dismantling in floor or walls by cutting masonry and

making good the damages to walls, flooring and

jambs complete, to match existing surface i/c disposal

of mulba/rubbish to the nearest municipal dumping

ground.

a) For door/window/ clerestory window

5 smt

one

smt

70 Renewing glass panes, with putty and nails wherever

necessary including racking out the old putty.

a) Float glass panes of thickness 4 mm

b) Float glass panes of thickness 5.5 mm

30 smt

20 smt

one

smt

one

smt

71 White washing with lime to give an even shade :

a) Old work ( two or more coats) 7200 smt one

smt

72 Removing white or colour wash by scrapping and

sand papering and preparing the surface smooth

including necessary repairs to scratches etc. complete.

7200 smt one

smt

73 Distempering with oil bound washable distemper of

approved brand and manufacture to give an even

shade:

a) Old work (one or more coats)

9100 smt

one

smt

74 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.

9100 smt one

smt

75 Wall painting with Synthetic enamel paint of

approved brand and manufacture of required colour to

given an even shade :

a) One or more coats on old work.

3000 smt

one

smt

76 Painting with aluminium paint of approved brand and

manufacture to give an even shade :

a) One or more coats on old work

20 smt

one

smt

77 Finishing walls with water proofing cement paint of

required shade:

i) Old work (one or more coats applied @ 2.20 kg/10

sqm) over priming coat of primer applied @ 0.80

litrs/10 sqm complete including cost of Priming coat.

2000 smt

one

smt

78 Demolishing cement concrete manually/ by

mechanical means including disposal of material

within 50 metres lead as per direction of Engineer –

in- charge.

a) Nominal concrete 1:3:6 or richer mix (i/c

equivalent design mix)

15 cmt

one

cmt

Pag

e 4

8

Sr

No.

Item Description Quantity Rate Unit Amount

79 Demolishing R.C.C work manually/ by mechanical

means including stacking of steel bars and disposal of

unserviceable material within 50 metres lead as per

direction of Engineer-in-charge.

7 cmt one

cmt

80 Demolishing brick work manually/ by mechanical

means including stacking of serviceable material and

disposal of unserviceable material within 50 meters

lead as per direction of Engineer -in-charge.

a) In cement mortar

15 cmt

one

cmt

81 Dismantling doors, windows and clerestory windows

(steel or wood) shutter including chowkhats,

architrave, holdfasts etc. complete and stacking within

50 metres lead:

a) Of area 3 sq. metres and below

20 nos

Each

82 Dismantling tile work in floors and roofs laid in

cement mortar including stacking material within 50

metres lead.

a) For thickness of tiles 10 mm to 25 mm

20 smt

one

smt

83 Dismantling of C.I. Sluice valve including stacking of

useful materials within a lead of 50 metres.

a) Up to 150 mm diameter

5 nos

Each

84 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 as directed by Engineer-in-charge.

20 smt one

smt

85 Dismantling aluminium/Gypsum partitions, doors,

windows, fixed glazing and false ceiling including

disposal of unserviceable surplus material and

stacking of serviceable material with in 50 meters

lead as directed by Engineer-in-charge.

20 smt one

smt

86 Disposal of building rubbish / malba / similar

unserviceable, dismantled or waste materials by

mechanical means, including ground or as approved

by Engineer-in charge, beyond 50 m initial lead, for

all leads including all lifts involved.

20 cmt one

cmt

87 Providing and fixing water closet squatting pan

(Indian type W.C. Pan) with 100 mm sand cast iron P

or S trap, 10 litre low level white device (handle

lever) conforming to IS : 7231, with all fittings and

fixtures complete, including cutting and making good

the walls and floors wherever required.

a) White vitreous china Orissa pattern W.C pan of

size

580X480 mm with integral type foot rests

5 nos

Each

88 Providing and fixing pedestal type water closet

(European type one piece EWC'S with inbuilt

flushing cistern, seat covers etc complete of cera or

equivalent brand suit to existing fitting

5 nos

Each

Pag

e 4

9

Sr

No.

Item Description Quantity Rate Unit Amount

89 Providing and fixing white vitreous china water closet

squatting pan (Indian type)

a) Orissa pattern W.C. pan of size 580x440 mm

5 nos

Each

90 Providing and fixing solid plastic sat with lid for

pedestal type W.C pan complete:

a) White solid plastic seat with lid

20 nos

Each

91 Providing and fixing white vitreous china wash basin

including making all connections but excluding the

cost of fittings :

a) Flat back wash basin of size 550x400mm.

30 nos

Each

92 Providing and fixing counter wash basin (under/over)

of size 550X405 mm or equivalent as per existing on

site Camry of cera brand or equivalent.

5 nos

Each

93 Providing and fixing wash basin with pedestal with

C.I brackets 15 mm CP brass pillar taps, 32 mm C.P

brass waste of standard pattern including all a per

direction of engineer -in -charge washbasin of size

610S500 mm with pedestal cera brand or equivalent

as per existing on site

5 nos

Each

94 Providing and fixing P.V.C waste pipe for sink or

wash basin including P.V.C waste fittings complete.

a) Flexible pipe

i) 40 mm dia

30 nos

Each

95 Providing and fixing 100 mm sand cast iron grating

for gully trap. 20 nos

Each

96 Providing and fixing mirror of superior glass (of

approved quality) and of required shape and size with

plastic moulded frame of approved make and shade

with 6 mm thick hard board backing.

a) Rectangular shape 453 mm x 357 mm dia.

5 nos

Each

97 Providing and fixing soil, waste and vent pipes:

a) 100 mm dia

i) Centrifugally cast iron socket & spigot (S &S)pipe

as per

IS: 3989

b) 75 mm diameter

i) Centrifugally cast iron socketed pipe as per

IS:3989

10 mt

10 mt

one

smt

one

smt

98 Providing and fixing single equal plain invert branch

of required degree:

a) 100x100x100 mm

i) Sand cast iron S&S as per IS 3989

b) 75x75x75 mm

i) Sand cast iron S&S as per IS 3989

5 nos

5 nos

Each

Each

Pag

e 5

0

Sr

No.

Item Description Quantity Rate Unit Amount

99 Providing fixing collar:

a) 100 mm

i) Sand cast iron S&S as per IS 3989

b) 75 mm

i) Sand cast iron S&S as per IS 3989

5 nos

5 nos

Each

Each

100 Providing lead caulked joints to sand cast

iron/centrifugally cast (spun) iron pipes and fitting of

diameter :

a) 100 mm

b) 75 mm

10 nos

10 nos

Each

Each

101 Providing and fixing trap of self cleansing design with

screwed down or hinged grating with or without vent

arm complete, including cost of cutting and making

good the walls and floors.

a) 100 mm inlet and 75 mm outlet

i) Sand cast iron S&S as per IS - 3989

5 nos

Each

102 Providing and fixing PTMT Waste Coupling for wash

basin and sink, of approved quality and colour.

a) Waste coupling 38 mm dia of 83 mm length and

77 mm

breadth, weighing not less than 60 gms

10 nos

Each

103 Providing and fixing PTMT Bottle Trap for Wash

basin and sink.

a) Bottle trap 38 mm single piece moulded with

height of 270 mm, effective length of tail pipe 260

mm from the centre of the waste coupling, 77 mm

breadth with 25 mm minimum water seal, weighing

not less than 263 gms

10 nos

Each

104 Providing and fixing white vitreous china battery

based infrared sensor operated urinal of approx. size

610x390x370 mm having pre & post flushing with

water (250ml & 500 ml consumption), having water

inlet from back side, including fixing to wall with

suitable brackets all as per manufactures specification

and direction of Engineer-in-charge as per the existing

brand American standard or equivalent.

2 nos

Each

Pag

e 5

1

Sr

No.

Item Description Quantity Rate Unit Amount

105 Providing and fixing Chlorinated polyvinyl Chloride

(CPVC) pipes, having thermal stability for hot & cold

water supply, including all CPVC plain & brass

threaded fittings, including fixing the pipe with

clamps at 1.00 m spacing. This includes jointing of

pipes & fittings with one step CPVC solvent cement

and testing of joints complete as per direction of

Engineer in charge.

Internal work – Exposed on wall

a) 15 mm

b) 20 mm

c) 25 mm

d) 40 mm

90 mt

80 mt

30 mt

100 mt

one

mt

one

mt

one

mt

one

mt

106 Providing and fixing Chlorinated polyvinyl Chloride

(CPVC) pipes, having thermal stability for hot & cold

water supply, including all at 1.00 m spacing. This

includes jointing of pipes & fittings with one step

CPVC solvent cement and cost of cutting chases and

making good the same including testing of joits

complete as per direction of Engineer in charge.

Concealed work, including cutting chases and making

good the walls etc.

a) 15 mm nominal outer dia Pipes

b) 20 mm nominal outer dia Pipes

c) 25 mm nominal outer dia Pipes

d) 32 mm nominal outer dia Pipes

20 mt

20mt

20 mt

20mt

one

mt

one

mt

one

mt

one

mt

107 Providing and fixing Chlorinated polyvinyl chloride

(CPVC) pipes having thermal stability for hot & cold

water supply including all CPVC plain & brass

threaded fittings This includes jointing of pipes &

fittings with one step CPVC solvent cement,

trenching, refilling & testing of joints complete as per

direction of Engineer in charge

External work

a) 15 mm nominal outer dia Pipes

b) 20 mm nominal outer dia Pipes

c) 25 mm nominal outer dia Pipes

d) 32 mm nominal outer dia Pipes

e) 40 mm nominal outer dia Pipes

f) 50 mm nominal outer dia Pipes

g) 75 mm nominal outer dia Pipes

10 mt

10 mt

50 mt

50 mt

20 mt

100 mt

50 mt

one

mt

one

mt

one

mt

one

mt

one

mt

one

mt

one

mt

Pag

e 5

2

Sr

No.

Item Description Quantity Rate Unit Amount

108 Providing and fixing G.I. pipes complete with G.I.

fittings and clamps, including cutting and making

good the walls etc.

a) 15 mm dia. nominal bore

b) 20 mm dia. nominal bore

c) 25 mm dia. nominal bore

d) 40 mm dia. nominal bore

50 mt

20 mt

20 mt

10 mt

one

mt

one

mt

one

mt

one

mt

109 Providing and fixing G.I. pipes complete with G.I.

fittings including trenching and refilling etc.

a) 40 mm dia. nominal bore

b) 50 mm dia. nominal bore

10 mts

10 mts

one

mt

one

mt

110 Providing and fixing gun metal gate valve with C.O.

Wheel of approved quality (screwed end):

a) 25 mm nominal bore

b) 32 mm nominal bore

c) 40 mm nominal bore

d) 50 mm nominal bore

e) 80 mm nominal bore

7 nos

5 nos

7 nos

7 nos

5 nos

Each

Each

Each

each

Each

111 Providing and fixing ball valve (brass) of approved

quality, High or low pressure, with plastic floats

complete:

a) 15 mm

b) 20 mm

5 nos

5 nos

Each

Each

112 Providing and fixing gun metal non-return valve of

approved quality (screwed end):

a) 80 mm nominal bore

i) Horizontal

2 nos

Each

Pag

e 5

3

Sr

No.

Item Description Quantity Rate Unit Amount

113 Painting G.I. pipes and fittings with synthetic enamel

white paint over a ready mixed priming coat, both of

approved quality for new work :

a) 15 mm diameter pipe.

b) 20 mm diameter pipe.

c) 25 mm diameter pipe.

d) 40 mm diameter pipe.

50 mt

20 mt

20 mt

10 mt

one

mt

one

mt

one

mt

one

mt

114 Providing and placing on terrace (at all floor levels)

polyethylene water storage tank, ISI : 12701 marked,

with cover and suitable locking arrangement and

making necessary holes for inlet, outlet and overflow

pipes but without fittings and the base support for

tank.

15000 lit

per

lit

115 Providing and fixing C.P. Brass bib cock of approved

quality conforming to IS:8931

a) 15 mm nominal bore

25 nos

Each

116 Providing and fixing C.P. Brass long body bib cock of

approved quality conforming to IS standards and

weighing not less than 690 gms.

a) 15 mm nominal bore

20 nos

Each

117 Providing and fixing C.P. brass stop cock (concealed)

of standard design and of approved make conforming

to IS:8931.

a) 15 mm nominal bore.

5 nos

Each

118 Providing and fixing C.P. Brass angle valve for basin

miser and geyser points of approved quality

conforming to IS:8931

a) 15 mm nominal bore

5 nos

Each

119 Providing and fixing PTMT grating of approved

quality and colour.

a) circular type

i) 100 mm nominal dia

ii) 125 mm nominal dia with 25 mm waste hole

b) Rectangular type with openable circular lid

i) 150 mm nominal size square 100 mm diameter of

the inner

hinged round grating

20 nos

10 nos

20 nos

Each

Each

Each

120 Providing and fixing unplasticised P.V.C. Connection

pipe with PTMT Nuts, collar and bush of approved

quality and colour.

a) 15 mm nominal bore with 45 cm length

20 nos

Each

Pag

e 5

4

Sr

No.

Item Description Quantity Rate Unit Amount

121 Providing, laying and jointing glazed stoneware pipes

class SP-1 with stiff mixture of cement mortar in the

proportion of 1:1 (1 cement : 1 fine sand) including

testing of joints etc. complete:

a) 150 mm diameter

b) 250 mm diameter

c) 300 mm diameter

40 mt

10 mt

10 mt

one

mt

one

mt

one

mt

122 Providing and laying cement concrete 1:5:10 (1

cement : 5 coarse sand : 10 graded stone aggregate 40

mm nominal size) all-round S.W. Pipes including bed

concrete as per standard design :

a) 150 mm diameter S.W. Pipe

b)250 mm diameter S.W. pipe

10 mt

10 mt

one

mt

one

mt

123 Providing and fixing square- mouth S.W. Gully trap

class SP-1 complete with C.I. Grating brick masonry

chamber with water tight C.I. Cover with frame of

300x300 mm size (inside) the weight of cover to be

not less than 4.50 kg and frame to be ot less than 2.70

kg as per standard design :

a) 100x100 mm size p type

i) With common burnt clay F.P.S. (non modular)

bricks of

class designation 7.5

b) 150x100 mm size P type

With common burnt clay F.P.S (non modular)

bricks of class

designation 7.5

5 nos

5 nos

Each

Each

124 Dismantling of old S.W. Pipes including breaking of

joints and bed concrete stacking of useful materials

near the site within 50 m lead and disposal of

unserviceable materials into municipal dumps :

a)150 mm diameter

b) 250 mm diameter

c) 300 mm diameter

10 mt

10 mt

10 mt

one

mt

one

mt

one

mt

Pag

e 5

5

Sr

No.

Item Description Quantity Rate Unit Amount

125 Constructing brick masonry manhole in cement

mortar 1:4 ( 1 cement : 4 coarse sand ) R.C.C. top slab

with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded

stone aggregate 20 mm nominal size), foundation

concrete 1:4:8 mix (1 cement : 4 coarse sand : 8

graded stone aggregate 40mm nominal size) inside

plastering 12mm thick with cement mortar 1:3 (1

cement : 3 coarse sand) finished with floating coat of

neat cement and making channels in cement concrete

1:2:4 (1 cement : 2 coarse sand : 4 graded stone

aggregate 20mm nominal size) finished with a

floating coat of neat cement complete as per standard

design :

a) Inside size 90x80 cm and 45 cm deep

including C.I. cover with frame (light duty)

455x610 mm internal dimensions total

weight of cover and frame to be not less than

38 kg (weight of cover 23 kg and weight of

frame 15 kg)

1) With F.P.S. bricks with class designation 75

5 nos

Each

126 Extra for depth for manholes

With common burnt clay F.P.S (non modular) bricks

of class designation 7.5

2 mt one

mt

127 Supplying and fixing C.I cover without frame for

manholes:

a) 455x610 rectangular C.I. Cover (light duty) the

weight of

the cover to be not less than 23 kg

b) 500 mm diameter C.I. Cover (medium duty) the

weight of

the cover to be not less than 58 kg

c) 560 mm diameter C.I. Cover (heavy duty) the

weight of the

cover to be not less than 108 kg

5 nos

5 nos

5 nos

Each

Each

Each

128 Providing and fixing in position pre-cast R.C.C

manhole cover and frame of required shape and

approved quality

a) LD- 2.5

i) Rectangular shape 600x450 mm internal

dimensions

b) H.D 20

i) Circular shape 560 mm internal dia

25 nos

5 nos

Each

Each

129 Supplying and fixing C.I cover 300x300 mm without

frame for gully trap (standard pattern) the weight of

cover to be not less than 4.5 kg

20 nos Each

130 Providing and fixing S.S Jali on N.T-

Size 150x150 mm 30 nos Each

Pag

e 5

6

Sr

No.

Item Description Quantity Rate Unit Amount

131 Welding work to existing doors and window, frames

including cost of welding machine transportation

materials required for welding work including labour

etc complete as per the direction of engineer-in-

charge.

15 nos Each

132 Providing and fixing of Jet spray for toilet with all

accessories complete jaquare/surya brand or

equivalent.

20 nos Each

133 Providing and fixing aluminium work for doors,

windows, ventilators and partitions with extruded

built up standard tubular sections/appropriate z

sections and other sections of approved make

conforming to IS: 733 and IS: 1285, fixing with dash

up the gaps at junctions, i.e. at top, bottom and sides

with required EPDM rubber/ neoprene gasket etc.

Aluminum sections shall be smooth, rust free,

straight, mitred and jointed mechanically wherever

required including cleat angle, Aluminium snap

beading for glazing / paneling C.P. brass/ stainless

steel screw, all complete as per architectural drawings

and the directions of Engineer-in charge.

a) For fixed portion

i) Anodised aluminium (anodised transparent or dyed

to

required shade according to IS: 1868, Minimum

anodic

coating of grade ACA15)

b) For shutters of doors, windows & ventilators

including

providing and fixing hinges / pivots and making

provision

for fixing of fittings wherever required including the

cost of

EPDM rubber / neoprene gasket required (Fittings

shall be

paid for separately)

i) Anodised aluminium (anodised transparent or dyed

to

required shade according to IS: 1868, Minimum

anodic

coating of grade AC 15)

100 kg

50 kg

one

kg

one

kg

134 Providing and fixing 12 mm thick prelaminated

particle board flat pressed three layer or graded wood

article board conforming to IS 12823 Grade I Type II,

in panelling fixed in aluminum door, windows

shutters and partition frames with C.P brass / stainless

steel screws etc. complete as per architectural

drawings and directions of engineer-in-charge.

a) Pre-laminated particle board with decorative

lamination on

both sides.

100 smt

one

smt

Pag

e 5

7

Sr

No.

Item Description Quantity Rate Unit Amount

135 Providing and fixing glazing in aluminium door,

window, ventilator shutters and partitions etc/ with

EPDM rubber / neoprene gasket etc. complete as per

the architectural drawings and the directions of

engineer-in-charge.

a) With float glass panes of 4.0 mm thickness

b) With float glass panes of 5.50 mm thickness

c) With float glass panes of 8 mm thickness

10 smt

20 smt

10 smt

one

smt

one

smt

one

smt

136 Providing and fixing double action hydraulic floor

spring of approved brand and manufacture

conforming to IS : 6315, having brand logo embossed

on the body / plate with double spring mechanism and

door weight upto 125 kg, for door, including cost of

cutting floors, embedding in floors as required and

making good the same matching to the existing floor

finishing and cover plates with brass pivot and single

piece M.S. sheet outer box with slide plate etc.

complete as per the direction of engineer-in- charge.

a) With stainless steel cover plate minimum 1.25 mm

thickness

5 nos

Each

137 Filling the gap in between aluminium frame &

adjacent RCC/Brick/ Stone work by providing

weather silicon sealant over backer rod of approved

quality as per architectural drawings and direction of

Engineer-in-chaarge complete.

a) Upto 5 mm depth and 5 mm width

50 mt

one

mt

138 Providing and fixing anodised aluminium grill

(anodised transparent or dyed to required shade

according to IS: 1868 with minium anodic coating of

grade AC 15) of approved design/pattern, with

approved standard section and fixed to the existing

window frame with C.P brass/stainless steel screws @

200 mm centre to centre, including cutting the grill to

proper opening size for fixing and operation of

handles and fixing approved anodised aluminium

standard section around the opening, all complete as

per requirement and direction of Engineer-in-charge.

(Only weight of grill to be measured for payment).

10 kg

one

kg

139 Providing and fixing 12 mm thick frameless

toughened glass door shutter of approved brand and

manufacture, including providing and fixing top &

bottom pivot & spring type fixing arrangement and

making necessary holes etc. for fixing required door

fittings, all complete as per direction of Enginner-in-

charge (Door handle, lock and stopper etc. to be paid

separately).

10 smt

one

smt

140 Providing and fixing 100 mm brass locks (best make

of approved quality) for aluminium doors including

necessary cutting and making good etc. complete.

20 nos

Each

Pag

e 5

8

Sr

No.

Item Description Quantity Rate Unit Amount

141 Cleaning of Manholes and chambers of any size

including desilting and cleaning the floor of Manholes

or chamber and disposal of silt from the site complete

as per the direction of Enginer-in-charge.

a) Depth up to 2.50 mt

b) Depth more than 2.50 mt

100 nos

25 nos

Each

Each

142 Cleaning of existing drainage lines cast iron or S.W

line by jet spray or manually by rodding etc. for

smooth flow of drain as per the direction of Engineer-

in-charge.

a) 50 mm to 100 mm dia pipes

b) 100 mm to 150 mm dia

c) More than 150 mm dia

550 mt

1500 mt

500 mt

one

mt

one

mt

one

mt

143 Cleaning of under ground and over head water storage

tank with pressure jet spray gun, In dustrial vacuum

pump, U.V radiation and anti-bacterial agents like

potassium permanganate (Kmno4), Liquid chloride

etc. complete as per the direction and satisfaction to

the engineer-in-charge and marking date of cleaning

on the tank with paint etc. complete job.

a) Water tanks up to 5000 liters capacity

b) Water tanks up to 6000 liters capacity

c) Water tank from 6000 liters to 150000 litres

capacity

d) Water tanks above 150000 litres capacity

70 nos

20 nos

10 nos

2 nos

Each

Each

Each

Each

144 Collection of water samples for physical, chemical

and bacteriological test for confirming water

portability as per BIS standard in Ahmedabad

Municipal Corporation or any Government approved

water testing laboratory as per the direction of

Engineer-in-charge.

10 nos

Each

145 Excavation in dumped stones or malba including

stacking of serviceable and unserviceable material

separately and disposal of unserviceable material, lead

up to 50 m and lift up to 1.5 m, disposed material to

be neatly dressed.

20 cmt one

cmt

Total of PART-B

Pag

e 5

9

PART – „C‟

Name of work: - A.R.M. (Civil) works for ESIC Model Hospital Bapunagar its various Dispensaries,

Building & Staff Quarters under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2014-2015.

ABSTRACT OF ITEMS RATE OF MATERIALS

Sr

No. Item Description Quantity Rate Unit Amount

1 Portland Cement 110 bags (per bag

50 kg)

2 White Cement 30 kg

per kg

3 Fine Sand 220 bags (per bag

50 kg)

4 Bricks (F.P.S) 2800 nos

Each

5 Table rubber polished stone 18 mm

thick (75x50 cm) Granite stone- 18

mm thick

20 smt one smt

6 Float glass sheet of nominal thickness

4 mm (weight not less than 10 kg/smt) 20 smt one smt

7 Float glass sheet of nominal thickness

5.5 mm (weight not less than 13.50

kg/smt)

20 smt one smt

8 Galvanised wire mesh of average

width of aperture 104 mm and nominal

dia of wire 0.63 mm

20 smt one smt

9 Hydraulic door closer tubular type

Aluminium section body 5 nos Each

10 Glass reinforced Gypsum (GRG)

board 12.5 mm thick 20 smt one smt

11 Prelaminated particle board with both

sides decorative lamination, flat

pressed 3 layer & grade (medium

density) Grade I, Type II conforming

to IS: 12823 (exterior grade), 12 mm

thick

10 smt one smt

12 12.5 mm thick glass fibre reinforced

Gypsum board 10 smt

one smt

13 Anodised aluminium sliding door bolt

250x16 mm 10 nos

Each

14 Anodised Aluminium tower bolt

(barrel type) 200x10 mm 10 nos Each

15 Anodised Aluminium tower bolt(barrel

type) 150 x 10 mm 10 nos Each

16 Anodised Aluminium handles 100 mm

with plate 150x32 mm 10 nos Each

17 Second class teak wood in scantling 0.50 cmt

one cmt

Pag

e 6

0

Sr

No. Item Description Quantity Rate Unit Amount

18 Vitrified floor tile 60x60 cm 10 smt

one smt

19 C.I. grating 150mm dia weighing not

less than 440 gm 10 nos Each

20 Water proofing materials 10 kg

one kg

21 S.C.I. gully or nahani grating 100 mm

dia 20 nos

Each

22 Mirror of superior make glass 60x45

cm 5 nos

Each

23 White plastic seat (soild) with lid C.P

brass hinges and rubber buffers 5 nos Each

24 C.P. brass high neck pillar cock 10 nos

Each

25 C.P. brass waste 40 mm 10 nos

Each

26 Flexible (coil shaped) PVC waste pipe

for sink or wash basin 32 mm dia with

length not less than 700 mm i/c PVC

waste fittings.

20 nos Each

27 Flexible (coil shaped) PVC waste pipe

for sink or wash basin 40 mm dia with

length not less than 700 mm i/c PVC

waste fittings

20 nos Each

28 PTMT Bottle trap 38/40 mm 10 nos

Each

29 Unplasticised P.V.C connection pipe

with brass union 45 cm long 15 mm

bore

70 nos Each

30 Brass full way valve with C.I. wheel

(screwed end) 40 mm dia 5 nos Each

31 Brass full way valve with C.I wheel

(screwed end) 80 mm dia 2 nos Each

32 C.P. Brass Bip cock 15 mm 140 nos

Each

33 C.P brass long body bib cock 15 mm 10 nos

Each

34 C.P. brass stop cock (concealed) 15

mm 20 nos

Each

35 P.T.M.T Ball cock 50 mm complete

with Epoxy coated Aluminium Rod &

H.D. Ball

10 nos Each

36 C.I. cover without frame 300x300 mm

inside i/c cover of 4.50 kg 5 nos Each

37 Rectangular cover 455x610 mm with

frame (low duty) 2 nos Each

38 Rectangular cover 455x610 mm

without frame (low duty) 5 nos Each

Pag

e 6

1

Sr

No. Item Description Quantity Rate Unit Amount

39 C.I. grating 150x150 mm 5 nos

Each

40 560 mm dia cover without frame

(Heavy duty) cast iron 5 nos Each

41 Neoprene/EPDM rubber gasket 50 mt

one mt

42 Double action hydraulic floor spring

with stainless steel cover plate 5 nos Each

43 Silicon sealant 5

cartridge

cartridge

44 Bitumen primer for bitumen

membrane 5 liter

one lit.

45 Polymer modified cementation coating 5 kilo

gram

one kilo

gram

46 Fibre glass cloth 10 smt

one smt

47 G.I sheet 2 mm thick 15 smt

One smt

48 M. seal bottle 90 bottle

Each

49 Taplone tap 40 nos

Each

50 Alluminium Grating 150x150 mm for

Nanhi trap 30 nos

Each

51 PTMT bib cock 15 mm dia 10 nos

Each

52 Brass stop cock 15 mm dia 50 nos

Each

53 C.P. Pillar cock 15 mm dia 50 nos

Each

54 PVC Waste pipe for wash basin 32

mm dia 2‟-0 long 60 nos

Each

55 CP brass coupling from wash basin 60 nos

Each

56 GI Tee ½ “ x ½ ” dia

40 nos

Each

57 GI Tee ¾ “ x ¾ ” dia 10 nos

Each

58 GI Tee 1” x 1” dia 5 nos

Each

59 GI Tee 1 ½ “ x 1 ½ “ dia 5 nos

Each

Pag

e 6

2

Sr

No. Item Description Quantity Rate Unit Amount

60 GI Elbow ½ “ dia 70 nos

Each

61 GI Elbow ¾ “ dia 20 nos

Each

62 GI Elbow 1 “ dia 5 nos

Each

63 GI Elbow 1 ½” Dia 5 nos

Each

64 GI Coupline ½” dia 40 nos

Each

65 GI Coupline ¾” dia 10 nos

Each

66 GI Coupline 1” dia 5 nos

Each

67 GI Coupline 1 ½” dia 5 nos

Each

68 GI Nipple ½” dia 2 inch long 40 nos

Each

69 GI Nipple ¾” dia 2 inch long 10 nos

Each

70 GI Nipple 1” dia 2 inch long 5 nos

Each

71 GI Nipple 1½” dia 2 inch long 5 nos

Each

72 GI Nipple ½” x 4 inch long 60 nos

Each

73 GI Nipple 3/4” x 4 inch long 30 nos

Each

74 GI Nipple 1” x 4 inch long 5 nos

Each

75 GI Nipple 1 ½” x 4 inch long 5 nos

Each

76 GI Nipple ½” x 6 inch long 5 nos

Each

77 GI Nipple 3/4” x 6 inch long 5 nos

Each

78 GI Nipple 1” x 6 inch long 2 nos

Each

79 GI Nipple 1 ½” x 6 inch long 2 nos

Each

80 GI Union ½” dia 10 nos

Each

81 GI Union ¾” dia 10 nos

Each

82 GI Union 1” dia 5 nos

Each

Pag

e 6

3

Sr

No. Item Description Quantity Rate Unit Amount

83 GI Union 1 ½” dia 10 nos

Each

84 GI Reducer ½” x ¾” 10 nos

Each

85 GI Reducer ¾” x 1” 5 nos

Each

86 GI Reducer 1” x 1 ½” 5 nos

Each

87 GM Lever valve ½” dia 5 nos

Each

88 GM Lever valve ¾” dia 5 nos

Each

89 GM Lever valve 1” dia 5 nos

Each

90 GM Lever valve 1 ½” dia 10 nos

Each

91 Bright finish M S Butt hinges 124 x 65

x 2.12 mm 5 nos Each

92 Bright finish M S Butt hinges 100 x 56

x 1.9 mm 120 nos Each

93 Bright finish M S Butt hinges 75 x 47

x 1.5 mm 10 nos Each

94 Allu. Anodised tower bolts 200 x 10

mm 5 nos

Each

95 Allu. Anodised tower bolts 150 x 10

mm 30 nos

Each

96 Allu. Anodised Handle 150 x 32 mm 40 nos

Each

97 Allu. Anodised Handle 175 x 32 mm 10 nos

Each

98 GI Wire mess Jali ¼ mm 0.03 mm 10 smt

one smt

99 Screw (of any size) 400 nos

Each

100 Khili (of any size) 500 gms (100

gms)

101 White plastic seat (solid) with Lid C.P.

brass hinges and rubber buffers 5 nos Each

102 C.P brass high neck pillar cock (Ecco

or equivalent) 20 nos Each

103 C.P. brass waste 40 mm 10 nos

Each

Pag

e 6

4

Sr

No. Item Description Quantity Rate Unit Amount

104 Flexible (coil shaped) PVC waste pipe

for sink and wash basin 40 mm dia

with length not less than 700 mm i/c

PVC waste fittings.

20 nos Each

105 Water proofing powder of Roff brand

or equivalent. 10 kg One kg

Total of PART-C

Pag

e 6

5

ABSTRACT

Part Description Amount

A Abstract of Maintenance Staff

engagement Rs.

B Abstract of Tendered Quantity Amount

(BOQ) Rs.

C Abstract of items rate of materials to be

supplied Rs.

Grand Total of PART A, B & C Rs.

(Rupees_________________________________________________________

__________________________________________________________only)

Signature of Bidder

Date: Full Name:

Place: Seal