• No results found

NOTICE INVITING E-TENDER

N/A
N/A
Protected

Academic year: 2021

Share "NOTICE INVITING E-TENDER"

Copied!
44
0
0

Loading.... (view fulltext now)

Full text

(1)

संূाः2016-13/11/एस/ संূा -

File No. : 60-W/25/14/ARM/ RO RANCHI/2021

Sub: Annual Repair and Maintenance Works (Civil & Electrical) at Namkum, Ranchi for the period from 01/04/2021 to 31/03/2022

The Additional Commissioner & Regional ESIC, Regional Office Namkum Ranchi Bid System (Technical & Financial) for executing the below mentioned work:

Name of work

Estimated tender value Period of contract

Bid Security / Earnest Money Deposit Security Deposit Money

Date of publishing e-tender Last date of online bid submission

Last date of submission of EMD with hard copy of scanned tender document to ESIC, RO, Ranchi Date & Time of Opening of technic bid

कम१चारी रा৸ बीमा िनगम ) ঒म एवं रोजगार मंআालय

, भारत सरकार

EMPLOYEES’ STATE INSURANCE CORPORATION (Ministry of Labour & Employment,

-60

/ /पीआईसीआई-

W/25/14/ARM/ RO RANCHI/2021-PMD Dated:

NOTICE INVITING E-TENDER

Repair and Maintenance Works (Civil & Electrical) at ESIC Regional Office and RD Residence for the period from 01/04/2021 to 31/03/2022.

Regional ESIC, Regional Office Namkum Ranchi invites Bid System (Technical & Financial) for executing the below mentioned work:

Annual Repair and Maintenance Works

ESIC Regional Office and RD Residence, the period from 01/04/2021 to 31/03/2022.

Rs. 11,98,437.00 (Rupees Eleven Lacs Ninty Eight Thousand Four Hundred Thirty seven Only)

1 Year ( From 01/04/2021 to 31/03/2022) Bid Security / Earnest Money Deposit EMD Rs. 24,000.00/- (Rupees Twenty four A sum equivalent to 5% of estimated cost

Last date of online bid submission

From 05/03/2021, 6:00 PM Upto 25/03/2021, 6:00 PM

Last date of submission of EMD with

Upto 26/03/2021, 6:00 PM

technical 30.03.2021 at 11.00 AM

े ीय कायालय झारख पंचदीप भवन834010-राँची

PANCHDEEP BHAWAN, NAMKUM, RANCHI Phone : 0651-2960319 Email : rd

Website : www.esic.nic.in / www.esic.in रा৸ बीमा िनगम

भारत सरकार( EMPLOYEES’ STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India)

Page | 1 Dated: 05/03/2021

ESIC Regional Office and RD Residence,

invites e-tender under Two

(Civil & Electrical) of Namkum, Ranchi for the period from 01/04/2021 to 31/03/2022.

Rupees Eleven Lacs Ninty Eight Thousand Four

(Rupees Twenty four Thousand Only)

PM े ीय कायालय झारख , नामकुम , राँची

PANCHDEEP BHAWAN, NAMKUM, RANCHI-834010 2960319 Email : rd-jharkhand@esic.nic.in

(2)

Page | 2

INSTRUCTION TO THE TENDERERS

THE TENDERER IS REQUESTED TO UPLOAD THE FOLLOWING DOCUMENTS AT THE TIME OF UPLOADING OF TENDER DOCUMENT WITHOUT WHICH THE E-TENDER WILL BE REJECTED.

LIST OF DOCUMENTS

1 Scanned and sealed & signed copy of e-tender document (each page) 2 Copy of ESI Registration.

3 Copy of EPF Registration. 4 Copy of Registration of GST.

5 Copy of valid registration of the firm with CPWD/ P.W.D.s./M.E.S./ Railways/BSNL Civil wing or any other government body as Civil Contractor (central/state Govt./PSU)

6 Copy of PAN card

7 Copy of valid Labour and trade license and Electrical License.

8 Copy of Balance sheet/ P & L Account for last three financial years (i.e. 2019-20, 2018-19,2017-18).

9 Copy of Income Tax Return for last three years (i.e. 2019-20, 2018-19, 2018-17).

10 Annual turnover of works for immediate last 3 consecutive financial year’s i.e. 2019-20, 2018-19, 2017-18). Duly certified by Chartered Accountant.

11 Complete Bank Details/ Cancelled Cheque 12 Annexure D, E, F as applicable with Duly filled.

13 Undertaking on Rs. 100/- stamp paper for the Agency / Firm is never debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India.

14 Documents in support of contracts fulfilled in last 7 years along with their values in support of the experience.

1. The interested bidders should submit the e-tender through online only at

https://eprocure.gov.in/eprocure/appfrom 05 .03.2021 to 25 .03.2021 upto 6:00 PM. 2. The e-tender document can be obtained by downloading it in PDF format from

www.esic.nic.in. In addition to e-tender which has to be filled online, the bidder also shall be required to submit Original Earnest Money Deposit (EMD).

(3)

Page | 3 The amount of EMD Rs. Rs. 24,000.00/- (Rupees Twenty four Thousand Only) in the form of DD / Banker Cheque drawn in favor of ESI FUND A/C NO 1, payable at Ranchi. Earnest Money deposit must be sent along with hard copies before the closing date and time of the e-tender to the following address - “The Regional Director, ESIC Regional Office, Namkun, Ranchi-834010 ”. At the top of the cover, the following words should be written “Annual Repair and Maintenance Works of (Civil & Electrical) of ESIC Regional Office and RD Residence Namkum Ranchi for the period from 01/04/2021 to 31/03/2022.

3. Before submitting e-tender, bidder can see the site of the work on any working day during office hours by contacting engineers of ESIC, RO, Namkum, Ranchi (Contact Details- 7979860353, 9430107785).

4. The Competent Authority of ESIC, reserve the right to accept or reject any tender or all tenders without assigning any reason. All the tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

5. Conditional e-tender is liable to be rejected.

6. The tender for the work shall remain open for acceptance for a period of Seventy-Five (75) days from the date of opening of tender.

7. The EMD of unsuccessful e-tender shall be refunded after the award of work to the successful tender.

8. Security Deposit an amount to the tune of 5% of estimated cost to be deposited to the ESI Corporation in the form of Bank Draft/Banker Cheque/Bank Guarantee of any nationalized Bank in favour of ESIC Fund A/C No. 1 payable at Ranchi by the successful tenderer on award of work. The Performance Security money will be released without interest after 60 days of successful completion of the work.

9. Rates quotes shall be firm and fixed and are inclusive of cost of manpower, material, machinery tools, plant and taxes/duties, etc. GST will be paid as per CPWD norms. The GST may be reimbursed/paid on submission of proper voucher/challan showing the remittance made by the successful bidders towards this work. However, the responsibility towards payment of GST lies with the contractor.

(4)

Page | 4 10. Eligibility Criteria:

I. The tenderers should have fulfilled minimum three years’ experience in the last Seven years as on 31-01-2021 in Central Govt/State Govt. /PSU’s/Autonomous of Works of similar nature. Similar nature means works related to repair works of building or construction of building or maintenance of building including civil, Plumbing, & electrification works.

II. The tenderer should have fulfilled one of the following works.

(a) The tenderers should have successfully completed similar works of value not less than Rupees 9.58 Lakhs each (Equal to 80% of the value of work to be executed). (b) The tenderers should have successfully completed two similar work each of value

not less than Rupees 7.19 Lakhs each (Equal to 60% of the value of work to be executed).

(c) The tenderers should have successfully completed three similar works each of value not less than Rupees 4.79 Lakhs each (Equal to 40% of the value of work to be executed.

11. Evaluation of Technical Bids:

Bids received and found valid will be evaluated by the ESIC to ascertain the best evaluated bid for the complete work/service under the specifications and documents. The tenderer should take care to submit all the information sought by the ESIC in prescribed formats. Firms relevant experience and strength -Profile of agency; registration details

including Contract License, copy of PAN card, EPF, ESIC, etc.; experience of similar works.

Financial Bids:

The financial bid of the tenderers, whose technical bids are found to be suitable, will be opened in the presence of the tenderers, who choose to attend the opening of financial bid. Minimum two- days prior notice will be given to tenderer for this purpose.

(5)

Page | 5 12. 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.

II. The Contract for the Annual Repair and Maintenance Works shall be awarded to the qualified responsive tenderer who has quoted in order lowest rate.

III. Upon evaluation of offers the notification on award of contract will be intimated to the successful tender.

13. Delay / Late tenders for whatever be the reason will summarily be rejected.

14. Tender should be uploaded by owner or has authorized person. In case of, by Authorized Person, Authorization Documents must be uploaded along with Tender Documents failing which Tender shall be liable to be rejected.

15. The intending bidder must read the terms and conditions carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

(6)

Page | 6 GENERAL CONDITIONS OF CONTRACT

Definitions and interpretation 1. Definitions

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

i) “Corporation” means the ESIC and the legal successors in title to ESIC Regional Office,Namkum, Ranchi.

ii) “Engineer means the person appointed by ESIC to act as Engineer for the purpose 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 writing and approval obtained for continued performance of the contract.

b)i) “Contract” means the conditions, the Specification, the Bill of Quantities, the Tender, the Letter of acceptance, the Contract Agreement (if completed) and such further documents as any be expressly incorporated in the Letter of Acceptance of Contract Agreement (if completed).

ii) “Specification” means the specifications of the Works, includes in the Contract and modification thereof.

iii) “Drawings” means all the completion drawings, calculations and technical Information of a like nature provided by the Engineer to the Contractor Under the Contract and all drawings, calculation, samples, patterns, Models, Repair and Maintenance manuals and other Technical Information of a like nature by the Contractor and approved by The Engineer.

iv) “Bill of quantities” means the priced and completed bill of quantities forming part of the Tender. v) “Tender” means the Contractor’s priced to the Employer for the execution and completion of the

Works and the remedying of any defects therein in accordance with the provision of the Contract, as accepted by the words “Tender Documents” with “Bidding Documents”

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

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

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

(7)

Page | 7 c) i) “Commencement Date” Means the date upon which Contractor receive the notice to commence the works.

ii) “Time for Completion” means the time period for which the contract of Annual Repair Works has

been awarded by the employer to the contractor. d) “Taking over Certificate” means a certificate issued by Corporation evidencing successful completion

of the awarded work.

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

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

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

ii) “Site” means the places provided by the Employer for Annual Repair and Maintenance Works at ESIC Regional Office and RD Residence RO Ranchi.

iii) “Cost” means all expenditure properly incurred or to be incurred, whether on or off the Site, including overhead and other charges but does not include any allowance or profit.

2. Engineer’s Duties and Authority

The Engineer shall carry out the specified duties in the contract. 3. Custody and Supply of Drawings and Documents

The Drawings shall remain in the sole custody of the Employer/ Engineer, but copies as required thereof 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 on his Tender on the data made available by the Employer and on his own inspection and examination of the site conditions.

5. Contractor’s Employees

The Contractor shall provide on the Site qualified and experienced technical staff in connection with the Repair and Maintenance of the Works and the remedying of any defects therein. The minimum

staff shall be as per description of work mentioned in BOQ

(8)

Page | 8 6. Engineer at Liberty to Object

The 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 Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Engineer. Any Person so removed from the Works shall be replaced as soon as possible.

7. Discrepancies and Adjustment of Errors

The several documents forming the Contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing and figured dimensions in preference to scale and special conditions in preference to General Conditions.

In the case of discrepancy between the schedule of Quantities, the Specifications and / or the Drawings, the following order of preference shall be observed:

(i) Description of Schedule of Quantities.

(ii) Particular Specification and Special Condition, if any. (iii) Drawings.

(iv) CPWD Specifications. (v) Bureau of Indian Standards

If there are varying or conflicting provisions made in any one document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of the document and his decision shall be final and binding on the contractor.

Any error in description, quantity or rate in Schedule of Quantities or any omission therefrom shall not vitiate the Contract or release the Contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the contract.

(9)

Page | 9

8. Safety, Security and Protection of 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.

9. Insurance of work by the contractor for his liability

(i) During the Repair and Maintenance period for loss of 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 the 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.

10. 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 :

(10)

Page | 10 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.

11. 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.

12. Compliance with Statutes, Regulations

The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provision of :

a) Any National or State Statute, Ordinance, or other Law, or any regulation, or bye – law of any local or other duly constituted authority in relation to the execution and completion of the Works and the remedying of any defects therein, and

b) The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the Works, and the Contractor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision.

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

13. Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall, be determined by the Engineer and shall be recoverable from the Contractor by the employer, and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly.

(11)

Page | 11 14. Defect Identification and it’s rectifications

Agency shall immediately attend the defects and complaints noticed at site. The agency shall provide and develop a system for regular Repair and Maintenance of all the services which includes defects identifications and it’s immediate rectification so, that services are not effected. 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 the 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. Penalty 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.The penalty will in the form of deduction of 1.0% of total cost of work/supply for every week of delay or part thereof subject to maximum of 5% of total cost of work .

16. Contractor’s Failure to Carry out Instructions

In case of default on the part of the Contractor in carrying out defect rectification works, the Employer / Engineer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the contract, then all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor.

17. Instructions for Variations

Quantities given in the BOQ are estimated quantities which may be increased or decreased based on the actual work requirement at site. The quantity of any particular item may vary to any extent as per the actual requirement at site as per direction of the Engineer. However, payment shall be made based on actual execution of work at site. If some work has be done on urgent basis, but its items are not available in BOQ then the item and its rate will be taken as per 1. DSR18 followed by 2. PWD 3. rates form GEM and if not available in three then 4. minimum three number quotation to be collected from market and the lowest rate will be considered for procedure and also at that time of bill submission GST bill must be submitted.

(12)

Page | 12

18. Time for completion

The Annual Repair and Maintenance Works shall be for a period as mentioned in the letter of commencement and shall start from the date of issue of letter of commencement.

19. Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor. The extension of the period may be granted on the valid and unavoidable grounds by the Regional Director, ESIC Regional Office, Ranchi, Jharkhand if he satisfies himself on the ground mentioned.

20. Measurement

The Engineer shall determine by measurement of the value of actual work done in accordance with the Contract and the contractor shall be paid proportionately. Part rate shall be made for any part of BOQ items not fully executed.

21. Monthly Statements for payments

1. The Contractor must pay salary to ARM Staff on/before 10th of next month.

2. Payment of Salary to ARM Staff should not be linked with submission/ clearance of previous bills.

3. Bill of 3 copies must be submitted before 20th on quarterly basis . 4. Overall penalty upto 10% can be imposed by the competent authority on late submission of bill/ delay in payment of salary to ARM Staff/Unsatisfactory work etc.

Bill The bill must be supported with the following documents:

a) Attendance sheet along with salary certificates, wages sheets of all the workers and staffs deployed in terms of the Contract.

b) Certified bills regarding miscellaneous materials purchased under different heads. c) Details of defects / complaints attended and rectified within time.

d) Details of complaints attended late.

e) Any other documents asked by ESIC related to ARM works. f) ESIC & EPF Challans with list of workers.

(13)

Page | 13 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 30 days of the submission of bill. The payment shall be made through Bank in online mode.

23. Security Deposit

The successful tenderer will have to submit a security deposit at the rate of 5% of the contract value for proper and due performance of contract in form of Demand Draft drawn in favour of ESIC Fund A/c No.1, payable at Ranchi within 15 days of award of contract. The performance guarantee shall be valid and will be retained for the duration of one year contract warranty period plus 60 days period. The security deposit can be forfeited by the ESIC in the event of failure to perform or to recover any amount which is payable by the contractor to the ESIC on account of any violation of contract or a clause arising out of the contract. An agreement between the Regional Director ,ESIC, Ranchi & successful bidder will be entered into on Rs.100/- non-judicial stamp paper. Cost of Stamp Value will be borne by the successful bidder. The security Money will be refunded without interest after satisfactory completion of work pus 60 days.

24. Correction of Interim payment Certificates / Running Bill

The Engineer may be any Interim Payment Certificate / Running Bill make any correction or modification in any previous interim payment Certificate / Running Bill which has been issued by him, and shall have authority, if any work is not being carried out to his satisfaction, to omit or reduce the value of such work in any Interim Payment Certificate. All interim payments are to be regarded as advances against final payments.

25. Final Certificate / Payment

Within 28 days after receipt of the Final Settlement / claim / Bill 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.

SIGN OF TENDERER

(14)

26. Default of Contractor & Termination of Contract

Non payment of salary/ delay payment of salary to ARM / unsatisfactory work/ non

work in time/ non submission of bills/ non compliance of statutory dues etc. may lead to termination of contract.

27. Amicable Settlement of Dispute

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

28. Arbitration

Any dispute and differences relatin herein before mentioned and as to other question, claim, right, matter designs, drawings, specifications, works or the execution or failure after the completion or abandon reached, shall be referred to the Regional Office, Ranchi who shall under the contract shall continue, The award of the Arbitrator shall be Payment on termination; In the e balance work done at the risk and released after the completion of w All the recoveries regarding Income applicable will be deducted from departments. In respect of GST, the concerned department or it may competent authority after satisfying this works (or) as per the rules/law The Contractor shall procure all accordance with the relevant specif materials shall be got approved b arrange all the required tools, plan The contractor shall also be respo with details of the same in writing Disposal of building rubbish / mal means, including loading, transporti ensured by the Contractor, and if done in consultation with ESIC, as

Default of Contractor & Termination of Contract

of salary/ delay payment of salary to ARM / unsatisfactory work/ non

work in time/ non submission of bills/ non compliance of statutory dues etc. may lead to termination

Amicable Settlement of Dispute

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

ng to the meaning of the specifications, design, drawi to the quality of workmanship or of materials used in

er of thing whatsoever in any way arising out of or relati estimates, instructions or these conditions or othe to execute the same whether arising during the pr nment thereof in respect of which amicable settl

Sole Arbitration of the Regional Director or any authorized officer, ESIC, ll proceed as per the Arbitration and Conciliation

during the Arbitration proceedings.

l be final, conclusive and binding on both the parties. event of termination of the contract, employer sha d cost of the contractor and due payment of the contra

whole of the works.

me Tax, Works Contract Tax, Labour Welfare Ces the contractor’s payment and remittance will be m the same if payable shall be paid to the contracto y be reimbursed against payment receipts to the satisfying that it has been actually and genuinely paid by the

ws prevailing at the time of execution of works. the materials required for the work and the mat specifications of CPWD / IS specification / manufacture

by the ESIC before it is consumed into works. The nt and machinery.

onsible for proper handing over of the dismantled m ng.

alba / similar unserviceable, dismantled or waste ma sporting, unloading at the approved municipal dum

if the disposal thereof is likely to yield value / reven per approved procedures.

SIGN OF TENDERER

Page | 14 of salary/ delay payment of salary to ARM / unsatisfactory work/ non- completion of work in time/ non submission of bills/ non compliance of statutory dues etc. may lead to termination

shall use their best efforts to settle amicably all disputes arising out of or in connection this

rawings and instructions in the work or as to any elating to the contract, therwise concerning the rogress of the work or tlement has not been authorized officer, ESIC, n Act, 1996. The work

all be at liberty to get tractor, if any, shall be ss, etc. as may be made to the respective

or for payment to the the contractor by the the contractor towards

aterials shall be in ers specifications. The rks. The contractor shall also materials to ESIC along aterials by mechanical mping ground, shall be enue, the same shall be

(15)

Page | 15 29. Labour Laws to be complied by the Contractor

The contractor shall obtain a valid license under the Contract Labour ( R & A ) Act, 1970, and the Contract Labour ( Regulation and Abolition ) Central Rules, 1971, before the commencement of the work, and continue to have a valid license until the completion of the work. The contractor shall also abide by the provisions of the Child Labour ( Prohibition and Regulation ) Act, 1986.

The contractor shall also comply with the provisions of the building and other Construction Workers ( Regulation of Employment & Conditions of Service ) Act, 1996 and the building and other Construction Workers Welfare Cess Act, 1996.

Any failure to fulfil these requirements shall attract the penal provisions of this contract arising out of the resultant non – execution of the work.

30. Contractor’s Personnel

The workmen including supervisory personnel deployed by the Contractor shall be appropriately qualified, skilled and experienced in their respective trades or occupations. ESIC may require the Contractor to remove ( or cause to be removed ) any person employed on the Site or Works, including Contractor’s Representative, if applicable, who :

a) persists in any misconduct or lack of care or unruly / inhuman behavior b) carried out duties incompetently or negligently,

c) fails to conform with any provisions of the Contract, or

d) persists in any conduct which is prejudicial to safety, health, or the protection of environment

Upon such requirement, the Contractor shall appoint ( or cause to be appointed ) a suitable replacement person.

31. Others Terms & Condition

1. Contractor will provide sufficient technical staff to maintain the office / prepare bill / store & other works which are to be executed under the ARM head as per CPWD norms for which no extra payment shall be made by ESIC.

2. Contractor should have valid Electrical contract license issued from Delhi Government. 3. Following Self Certificate to be provided by the Bidders:

a) He has not been blacklisted in any work by any Central / State Government / PSUs / Autonomous Bodies and have satisfactory track record of compliance of statutory liabilities such as payment of Minimum Wages, ESI, EFP and GST etc. on time.

4. It will be the responsibility of contractor to get the renewal of fire NOC and lift licence, if any from concerned department and no extra cost will be paid except legal/statutory departmental fees on production of documentary proof.

5. ESIC will provide Water & Electricity from one source to the contractor free of cost.

(16)

Page | 16 6. Space to be provided to agency by ESIC free of cost for setting up of Office as per approval of

competent authority of ESIC till maturity / completion of work.

7. The Contractor shall provide adequate nos. of mobile phone to their staff at site to enable the JE

/AE Engineer-in-charge to have easy and quick communication. Nothing extra shall be paid to the contractor on this account and his quoted rates for various items under this contract will be inclusive of this obligation also.

8. The contractor shall provide and maintain attendance register for the maintenance staff at site which shall be checked by Engineer-in-charge. complaints is to be entered in the register, the register is to be get checked by JE in-charge of the work.

9. The contractor shall submit the attested copies of credentials of all manpower to Engineer-in- Charge before start of the work and as and when demanded.

10. The firm must pay Minimum Wages alongwith other allowances etc and fulfill all statutory obligations like ESI,EPF etc all his employees covered under this contract.

11. The ESIC will not be a party in event of any dispute between contractor and his staff. The contractor is fully responsible for any dispute between him and his labourer.

12. Bio-Data as per enclosed format & location of all the deployed skilled workers alongwith updated license certificate, recent passport size photograph, duly attested by competent authority is to be submitted by the successful bidder within 15 days of issue of Work Order. Place of posting of each employee will be fixed, in case of deployment / transfer to other location will only be accepted if prior approval has been taken for the same from this office otherwise it will be considered absent form duty.

13. Bonus will be paid by the agency as per prescribed rules of Govt of India applicable rate once in a year. No overhead/agency charges will be paid on payment of Bonus to the workers.

14. The deployed workmen will never be considered for call attending to any electrical maintenance works of branch offices.

15. The agency must be solvent enough to carry out the day to day maintenance works and pay wages to the operational staffs / labourers uninterruptedly.

16. Successful bidder should follow the Contract Labour (Regulations & Abolition) Act,1970 and Central Rule,1971. The Contractor shall be responsible for ensuring compliance with the Labour Laws and all other applicable laws that may be in force from time to time. All liabilities on account of non-observance of the same shall be met by the contractor.

17. Similarly, the Contractor shall be liable to ensure compliance with the provision of Minimum Wages Act(s) that may be in force from time to time.

18. Identity Card and uniform should be issued to the employee by the agency.

(17)

Page | 17 PARTICULAR CONDITIONS OF CONTRACT

 A written contact agreement shall be executed on non-judicial stamp paper of Rs. 100 more between the successful tenderer and the ESIC Corporation.

 CPWD specification shall be followed. Where not available, BIS/ Engineering practice as directed by the Engineer-in-charge shall be followed.

 Complaints shall be made in the format (Enclosure-I)

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

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

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

 As the work will have to be carried out in building and area in use the contractor shall ensure: - (a) That the normal functioning of ESIC activity is not 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 of at the earliest and the place is left clean and orderly at the end of each day work.

(d) Quantities mentioned in the BOQ are tentative. The payment shall be made for actual quantities executed at the contract rate.

(18)

Page | 18 Annexures to the tender document-

Annexure-A- Scope of work. Annexure-B- Technical Bid Annexure-C- Financial Bid

Annexure-D- Undertaking to be submitted by the contractor on letter head Annexure-E- Check List

EXTENSION OF TIME OF SUBMISSION / RE-TENDER :-

In case ONLY ONE response / tender is received by the timeline indicated for submission of tender, the date/ time for submission of tender may be extended suitably, at the sole discretion of ESIC, which will be treated as re-tender.

FINAL DECISION ON TENDER:-

Regional Director, ESIC, RO, Ranchi reserves the right to accept or reject any or all the tenders without assigning any reason, which will be binding on the parties.

FRAUDULENT AND CORRUPT PRACTICES:-

a. If any tenderer uses any fraudulent and corrupt practices at any stage of the tendering i.e. obtaining, execution or claims/ bill submission, the tender shall be treated as void and legal action will be taken as per law.

b. The bid once submitted online and through hard copies shall be treated as final and Bidder will not be permitted to alter / modify / back out from the quoted rate after the closing of tender date & time. If bidder backs out from the rate quoted by it in the financial bid or refuse to execute the work as per rate quoted by it in financial bid, or put forth any condition for acceptance of work order, same will be treated as refusal and in that case, its tender will be cancelled and the EMD will be forfeited.

c.No claim of payment will be entertained after a period of three years from the date of arising of claim of contractor.

(19)

Page | 19

Annexure – B

TECHNICAL BID

1. GENERAL INFORMATION

Name of The Agency/ Firm Along with Address and Telephone / Mobile No and E-Mail Address

Name of Owner/ All Partners/ All Directors Type of Formation

(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)

Bank Account Number with Bank Name and Address

(20)

Page | 20

Annexure – B

2. STATUTORY AND OTHER REQUIREMENTS:

Particulars Registration Number Copy

Enclosed

Certificate of Incorporation/ Registration of Firm Electrical License

ESI Registration

EPF Registration GST Registration

PAN No. under Income Tax

Labour (Central/State) Registration Certificate, if applicable

Trade license No.

3. Copies of Income Tax Return for Financial year 2017-18, 2018-19, 2019-20:

Financial Year Income Tax Return Enclosed

(21)

Page | 21

Annexure – B

EXPERIENCE OF COMPANY

(Experience of similar nature of work / Special Repair and maintenance completed during last seven years preceding 31st January 2021). Use separate sheet for each work.

1 Project Title & Location: 2 Name of the Client & 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 similar nature of work as per completion Certificate

6 Date of start of the work 7 Date of completion of the work 8 Any other details

Note: Supporting documents like certificates from the client in support of each of the above projects to be furnished.

(22)

Page | 22 Annexure-D UNDERTAKING

(Format of undertaking to be submitted along with Tender)

1. I the undersigned hereby declare and affirm that I have gone through the terms and conditions mentioned in the tender document and under take to comply with all the terms and conditions.

2. That the rates quoted by me are valid and binding upon me for the entire period of contract.

3. That the earnest money of Rs . ……….……… deposited by me vide Demand Draft No. ……….……….. Dt. …….……… drawn on………...……… (Name of the Bank) is attached herewith.

4. That I/ We authorize the Regional Director, ESIC, Ranchi to forfeit the security deposit money submitted by me/us if any delay or failure to supply the article/completion of the work to the satisfaction of the Regional office authority. within the stipulated time of the items of desired quality.

5. That I will be in the position to provide contract as per the work explained to me to the satisfaction of the Regional office authority.

6. That there is no vigilance/CBI case or court case pending against me/ my firm debarring me/my firm to undertake contract work/ supply of items quoted.

7. That I hereby undertake to carry out the work as has been explained to me to the satisfaction of hospital authority with in stipulated period.

8. I have been informed that the Regional Director, ESIC, Ranchi has the right to accept or reject any or all the tenders without assigning any reason thereof.

9. I am ready to sign the agreement with the ESIC which was shown to me.

Signature & Address of the Tenderer

(23)

Page | 23 Annexure:- E

COMPULSORY DOCUMENTS TO BE SUBMITTED ALONG WITH THE TENDER (Checklist)

The following documents must be submitted along with the tender, without which the tender is liable to be rejected. The tenderer must make a tick against each of the following documents submitted.

(Please Tick the applicable boxes) 1. EMD worth Rs……… dated……….drawn from...

2. Copy of documents showing prior experience.

3. Copy of PAN Card.

4. Copy of Labour Licence

5. Copy of Registration of ESIC/EPF

6. Copy of Trade License

7. Copy of Electrical License/ Document showing validity of Electrical License if applicable 8. Undertaking as mentioned in Annexure-D .

9. All the tender documents from with signature & stamp of party on each page.

10. List of works completed by the agency in the last 3 years and ongoing works. 11. Audited Balance Sheet of Last 3 years i.e. for the F.Y. 2017-18, 2018-19 & 2019-20.

12. ……….…………. (Any other Document/Information, if necessary).

Name: Signature: Stamp:

(24)

Page | 24

LIST OF APPROVED MAKES for Civil & Plumbing Works

Sl.

No. Materials Approved make

1. Tiles

A. Ceramic Glazed Wall Tiles JOHNSON, SOMANY, KAJARIA, NITCO, B. Ceramic Glazed Floor Tiles JOHNSON, SOMANY, KAJARIA, NITCO,

ASIAN

C. Chequered Tiles NITCO, KK MANHOLE & GRATINGS CO. PVT. LTD. , MODERN, ULTRA,UNISTONE &

D. Rectified Glazed Ceramic Floor

Tiles JOHNSON, SOMANY, KAJARIA, NITCO, ASIAN

E. Vitrified Tiles KAJARIA, JOHNSON, MARBIITO, NITCO,

ASIAN, SOMANY,RAK

F. Mosaic Tiles NITCO, MODERN, SWASTIK

G. Terrazzo Tiles NITCO, MODERN, SWASTIK

H. Glass Mosaic Tiles ITALIA, NITCO, OPIO

2. Bathroom Fittings Jaquar, , MARC, Kohler

3. Sanitary Ware Hindware, Neycer, Cera, Parry ware, Kohler

4. Kitchen Sink (steel) Neelkanth, Jayna, Nirali

5. PVC Tank ISI marked sintex, Sheetal, SPL, Storex, Unitank

6. Non A.C. Sheets ISI marked Lotus, Charminar, Uppal, ACC

7. PVC Cistern Commander, Duralite, Hindware, Coral, Speed

Flow

8. Fibre Glass sheet and Chajjas Rooffit of Shiv Shakti fiber udhyog make, Fibreways Technology, Simba

9. Precast Cement concrete slab , Nitco, KK MANHOLE & GRATINGS CO. PVT. LTD., KONKRETE PRODUCTS CO

10. G.I. Sheet SAIL, Tata shakti, jindal, Swastik

(25)

Page | 25

12. G.I. fittings ISI marked Unik, UK, Surya, Prakash,

13. Structural M.S. Sections I &

Channels ISI marked Tisco, Jindal, Sail, Rana, Rathi

14. Structural Extruded Sections Tee iron, Angle iron, Flats etc and TMT bars

ISI marked Rana, Tata, Rathi

14a. Steel work with hot finished welded

type tubes for tubular trusses BST, Jindal, Ravindra, Surya 15. Block Board & Ply Wood &

Lamination Sheet ISI marked Century, Duro, Greenply, Merino, National Ka 16. Precast CC Interlocking paver

Block, Kerb Stone Nitco, KK MANHOLE & GRATINGS CO. PVT. LTD., KONKRETE PRODUCTS CO, , Terra Firma,

17. Precast R.C.C. manhole & gully

trap covers, frames and gratings KK MANHOLE & GRATINGS CO. PVT. LTD., KONKRETE PRODUCTS CO,

18. Oil bound washable distemper Berger, Asian, Nerolac, ICI 19. Acrylic Distemper with or without

VOC content Berger, Asian, Nerolac, ICI

20. Acrylic Emulsion paint/premium Emulsion paint having VOC content

Berger, Asian, Nerolac, ICI

21. Exterior Acrylic paint/ Premium

acrylic paint Berger, Asian, Nerolac, ICI

22 PLASTIC EMULSION PAINT Berger, Asian, Nerolac 23. Primer for all work with or without

VOC content Berger, Asian, Nerolac, ICI

24. Synthetic enamel paint with or

without VOC content Berger, Asian, Nerolac, ICI

25. Waterproofing cement paint Berger, Snowcem India Ltd, Asian paints

26. Cement OPC 43 Grade/PPC (ISI) ACC, Birla, Jaypee,

L&T, Shree, J.K., Grasim, Lafrage, Ultra Tech 27. Modular kitchen Accessories Stallion, Sparkle Top, Hettich

(26)

Page | 26 28. Brass Door window fillings Sigma, Brasses, Bush

29. Dash Fastner Hilti, Fisher, Canon

30. Hydraulic door closer Hardwyn, Godrej, Dorma

31. Lock &Latcher Godrej, Harrison, Plaza, Golden 32. Cement wall putty Birla wall care, J.K. wall care

33. APP Bitumat co. Ltd., Roflex, STP, Dermabit Apex

34. Aluminum Sections Jindal, Hindalco, Indalco

35 Tile Adhesive as pais 15477 CICO Bal Endura, PIDLITE, FERROUS 36. Centrifugally Cost & Pipe NECo, Truform, Tecno sales Corporations 37. Tempered glass/ glass pan Modi float, saint Gobain, Asahi

38. BEVELLED EDGE MIRROR ATUL,SAINT GOBAIN,MODI GUARD, GOLDEN FISH

39. PTMT Fittings Paryag,Wilson

40. White Cement J.K. White, Birla White, ACC white cement

41 Structural Steel Sail ,Tata, Jindal

42 Prelaminated Particle Board Centuary Ply, Novapan, Kitlam

43 Adhesive Pidilite, Sika, Thermoshield,

44 Dash Fastener HILTI,FISCHER,BOSCH

45 S.S. STAIR CASE RAILING JINDAL STAINLESS STEEL Ltd.,ICICH INDUSTRIES,ESSAL

46 FLOAT GLASS MODI FLOAT,SAINT GOBAIN,ASAHI

47 GRASS PAVERS UNISTONE,ULTRA,HINDUSTAN,K.K.

48 VITEROUS CHINA HARDWARE PARRYWARE,HINDWARE,CERA,NYCER

49 GUN METAL VALVES LEADER,SAINT,ZOLOTO

50 C.I. MANHOLE COVER B.C.,RIF,NEECO

51 UPVC PIPE SUPREME, PRINCE,FINOLEX,PRAKASH

(27)

Page | 27

53 MIRROR ATUL, MODI GUARD, Saint Gobain

54 READY MIX CONCRETE (RMC) LAFARGE, ALCHON, ACC, L&T, ULTRA TECH

55 UPVC WINODW/DOORS FENESTA, REHAU, POLYWOOD

56 CPVC PIPE & FITTINGS AJAY FOLOWGUARD, ASHIRWAD

FLOWGUARD

57 POP (PLASTER OF PARIS) BIRLA WHITE, SAKARNI, JK LAXMI

58 FLUSH DOOR CENTURY PLY BOARD, NATIONAL

PLYWOOD, KITPLY,

59 FRP CHAJJA & DOORS FIBEREWAYS, FIBRE ENGINEER

60 PVC CISTERN STEELBIRD, JINDAL, SEABIRD

61 Reinforcement Bars Fe500 grade of TATA, SAIL, RINL

Notes :

1. The weight and thickness of the material should be as per CPWD Specification/relevant IS Code / manufacturer specifications.

2. The above list is not exhaustive and as such materials beyond the above said list shall be used in the work only after due approval from the ESIC engineer.

(28)

Page | 28

LIST OF APPROVED MAKES for Electrical Works

Description of Items Make

1. FRLS PVC Insulated Copper conductor single core cable

Havell’s/ Polycab / Finolex / Grandlay

2. XLPE Insulated, PVC Sheathed Aluminium conductor armoured cable

Havells / CCI /Skytone /Polycab / Grandlay

3. G.I. box with modular plate / 5/6 Amp switch / 5/6 Amp socket outlet

Anchor AVE/ Legrand Myrius / MK Blenz / Seimens

4. Steel Conduit RM Con/NIC/AKG/BEC ISI Marked

5. Ceiling Fans 1200 mm sweep BEE 5 star rated

Crompton Greaves/ Havells / Orient

6. Feeder Pillar / Panel Advance / C&S / AMBIT/ ADLEC/ASPL

7. Loard Bank Havells / Legrand / HPL

8. MCB / MCB DB and sheet steel Metal enclosed industrial socket, plug top and Isolators

Legrand / Seimens/ ABB /Havells / L&T / Schneider / C&S / G.E.

9. MCCB L&T / Legrand /Siemens / ABB/ Schneider / Havells

10. LED indication light & push button BCH / C&S / L&T / Siemens

11. 300 mm Sweep Exhaust Fan 900 rpm heavy duty

Orient /Havells/ Alston/Usha/GE

12. G.I. Pipe Tata / Jindal Hisaar / Prakash Surya / Swastik/ Sail

(29)

Page | 29 14. LED Luminaries Philips/ Trilux / Wipro / GE / Osram

15. LED Smart Bright Extra Batten Philips Model No. BN021 LED 25S 6500 PSU GRS1 or equivalent in Wipro/Trilux

16. 14 watt LED aesthetically designed liner mirror light

Philips /Wipra / Trilux / Havells.

17. 21 watt wall mounted LED batten Wipro Cat No.LM31-211-XXX-57-XX or equivalent in Philips / Trilux

18. 6 watt surface/recess mounted LED luminaire

Philips / Trilux / Wipro / Havells.

19. 12 watt surface mounted LED Wipro cat No. LD80-101-XXX-60-SM or equivalent in Philips / Trilux

20. 10 watt LED type Bulkhead luminaires Philips / Trilux / Wipro / Havells.

21. 80 watt LED fittings Wipro cat no LF19-931-060-57-XX or equivalent in Philips / Trilux

22. 120 watt LED fittings Wipro cat no -LF07-122-XXX-50-V5 or equivalent in Philips / Trilux

23. Split AC Hitechi / Carrier/ Blue Star /O-General.

24. 5 KVA Stabilizer Blue bird / Logicstate/ PCI

25. Octagonal Pole Valmont/ Philips/ Crompton / Paruthi

26. Aviation obstruction light fitting Bajaj Cat no. BJAOL-1 or equivalent Philips/ Greaves / Philips / C&S

27. Brass compression gland Commet / Gripwell / Hensel /Dowells

(30)

Page | 30

29. 70mm dia HDPE pipe AKG / Duraline / Rex

30. LED SMD Panel Light Philips / Trilux / Wipro / Havells.

31. Hand Drier Euronics / Dolphy

32. Pole Box Sinthex /AKG/MK/ Hansel.

33. Straight through joint with heat shrinkable kit

M Seal / Denson / Raychem

34. Paint Nerolac / Berger / Asian/ Shalimar.

35. Change Over Switch C&S / L&T / Seimens/ABB

36. Geyser USHA/ Havells/ Recold/Crompton.

37. Pump motor starter C&S / L&T / Seimens/ABB.

Notes:

1. The material shall be conforming to CPWD Specification/relevantIS Code / manufacturer specifications etc.

2. The above list is not exhaustive and as such materials beyond the above said list, if required, shall be used in the work only after due approval from the ESIC engineer.

(31)

Unit Rate (in Rs) 1 2.32 Clearing grass and removal of the rubbish up to a distance of 50 meter outside the periphery of the area

cleared.

Sqm 400

2 4.1.8 Providing and laying in position cement concrete of specified grade(1:4:8) excluding the cost of centering

and shuttering all work up plinth level. Cum 1.2

3 5.3

Reinforced cement concrete work in beams, suspended floors, roofs having slope up to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases above plinth level up to floor five level, excluding the cost of centering, shuttering, finishing and reinforcement with 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20 mm nominal size).

Cum 1.5

4 5.9.5

Centering and shuttering including strutting propping etc. and removal of Lintels, beams, plinth beams, girders, bressumers and

cantilevers Sqm 1.2

5 5.22.6

Thermo-Mechanically Treated bars of grade

Fe-500D Reinforcement for R.C.C. works including

straightening, cutting, bending, placing in position and binding all complete

Kg 15

6 6.4.1

Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in

superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 1:4 (1 cement : 4 coarse sand)

Cum 1.5

7 9.21.1

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 commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters: 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws

Sqm 10

8 9.48.1

Providing and fixing M.S. Grills of required pattern in frames of windows etc with M.S. flat squarer or round bar etc. complete fixed to steel window by wielding as directed by Er-in-Charge.

Kg. 20

Financial Bid

Scope of Work of ARM (Civil & Electrical) of ESIC REGIONAL OFFICE AND REGIONAL DIRECTOR RESIDENCE, NAMKUM, RANCHI for the year 2021-2022

(A) CIVIL

Sl. DSR

(32)

9 9.62.2 Providing and fixing ISI Marked oxidized M.S. sliding door bolts with necessary screws etc complete 250 X 16 mm

Nos. 10

10 9.84

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 upto 700 mm), with necessary accessories and screws etc. complete

Nos. 5

11 9.85

Providing and fixing bright finished brass casement window fasteners or peg stays to windows / ventilators with necessary welding and machine screws etc. complete.

Kg 20

12 9.100.2

Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with necessary screws etc. complete : 100 mm

each 10

13 9.101.2

Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868)

transparent or dyed to required colour and shade, with necessary screws etc. complete. Twin rubber stopper

each 12

14 9.113

Providing and fixing bright finished 100 mm mortice lock with 6 levers without pair of handles of approved quality for aluminium door, with necessary screws etc complete as per direction of Engineer- in-charge.

each 2

15 11.3.1

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 40 mm thick with 20 mm nominal size stone aggregate

Sqm 15

16 11.41.2

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the

manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3kg/sqm including grouting the joints with white cement and matching pigments etc., complete

(33)

17 11.36

Providing and fixing Ist quality ceramic glazed wall

tiles conforming to IS: 15622 (thickness to be

specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete.

Sqm 18

18 13.1.1 12 mm thick cement plaster in coarse sand of mixed 1:4 Sqm 50

19 13.8

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

Sqm 60

20 13.108.1

Distempering with 1st quality acrylic distemper (ready made) having VOC content less than 50 gm per ltr. of approved manufacturer and of required shade and colour complete. as per manufacturer’s specification. One or more coats on old work

sqm 50

21 13.111.2 Finishing wall with Acrylic Smooth exterior paint of required shape : Old work (One or more coat

applied @ 0.90 ltr/10 sqm). sqm 25

22 14.1.1

Repairs to plaster of thickness 12mm to 20mm in patches of area 2.5 sq. metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 1:4

Sqm 40

23 14.43

Removing white or colour wash by scrapping and sand papering, Preparing the surface smooth including necessary repairs to scratches etc. complete.

Sqm 50

24 14.45.1 Distempering with oil bound washable distemper on Old work (one or more coats) . Sqm 50 25 14.46 Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth

including necessary repairs to scratches. Sqm 50

26 13.50.1 Applying priming coats with ready mixed pink grey of

approved brand on wood work. Sqm 20

27 14.54.1

Painting with synthetic enamel paint of approved brand and manufacture of required colour to give

(34)

28 14.75A

Cleaning of terrace/loft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes, duster etc., removal of silt, rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder @ 0.5gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge. (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made @ Rs. 0.10 per litre) (if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

litre 4000

29 14.90.1

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer, 3 mm thick water proofing membrane, black finished reinforced with glass fibre matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 litre/sqm by the same membrane manufactured of density at 25°C, 0.87 - 0.89 kg/litre and viscocity 70 - 160 cps. Over the primer coat the layer of membrane shall be laid using butane torch and sealing all joints etc., and preparing the surface complete. The vital physical and chemical parameters of the membrane shall be as under : Joint strength in longitudinal and transverse direction at 23°C as 350/300 N/5 cm. Tear

strength in longitudinal and transverse direction as 60/80N. Softening point of membrane not less than 150°C. Cold flexibility shall be upto -2°C when tested in accordance with ASTM, D - 5147. The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane : 3 mm thick

sqm 40

30 15.7.4 Demolishing bricks works including staking of serviceable materials and disposal of unserviceable materials in cement mortar.

Cum 10

31 15.6

Disposal of building rubbish/malba/similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including all lifts involved.

(35)

32 17.2.1

Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required : W.C. pan with ISI marked white solid plastic seat and lid

Each 2

33 17.23

Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of

430x260x350 mm or 340x410x265 mm sizes respectively.

Each 1

34 17.7.2

Providing and fixing wash basin with C.I. M.S brackets, 15mm c.p. brass pillar taps Kingston/Gem Techno/Parko,32mm C.P. brass waste of standard pattern., including painting of fittings and brackets , cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm c.p. brass pillar tap

Nos. 3

35 17.18.1

Providing and fixing PVC low level flushing cistern with manually controlled device (handle lever) conforming to IS: 7231, with all fittings and fixture complete -10 ltrs.

Nos. 2

36 17.28.2.2

Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete.

Flexible pipe 40 mm dia each 2

37 18.58.1.1

Providing and fixing PTMT grating of approved quality and colour Circular type 100 mm nominal dia

Each 5

(36)

39 12.52.1

Providing and fixing tiled false ceiling of specified materials of size

595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main "T" runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross "T" of size 24x25 mm made of 0.30 mm thick (minimum) sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200x600 mm and secondary cross "T" of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum) sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanised butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per specifications, drawings

Sqm 18

40 17.1.1

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 P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good

the walls and floors wherever required: White

Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests

Each 1

41 MR Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with

(37)

42 14.77

Cleaning of chocked sewer line by diesel running vehicle mounting hydraulic operated high pressure suction cum jetting sewer cleaning machine fitted with pump having 4000 litres suction capacity and 6000 litres water jetting tank capacity including skilled operator, supervising engineer etc. for cleaning and partial desilting of manholes and dechocking of sewer lines. Dechocking and flushing of sewer line from one manhole to another by high pressure jetting system of 2200 PSI for sewer line from 150mm dia upto 300mm dia for all depth

M 20

43 9.120.1

Providing and fixing factory made panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture. M.S. frame covered with 5 mm thick heat moulded PVC 'C' channel of size 30 mm thickness, 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick, 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided both side of the panel. 10 mm (5 mm x 2 ) thick, 20 mm wide cross PVC sheet be provided as gap insert for top rail & bottom rail, paneling of 5 mm thick both side PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side, and joined together with

Sqm 2

44 21.1.1.3

Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium 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 screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

Kg 20

45 2407 Float glass panes of nominal thickness 5 mm (weight not less than 12.50 kg/sqm) sqm

18

(38)

47 10.16.1

Steel work in built up tubular (round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete. Hot finished welded type tubes

kg 2

48 17.15 Providing and fixing white vitreous china pedestal type (European type/ wash down type) water closet

pan. each 1

49 17.69.1

Providing and fixing PTMT Waste Coupling for wash basin and sink, of approved quality and colour. Waste coupling 31 mm dia of 79 mm length and 62mm breadth weighing not less than 45 gms

each 2

Unit Rate (in Rs)

1 7400 15 mm PTMT bib cock each 10

2 7402 15 mm PTMT bib-cock long body with flange each 10

3 7406 PTMT pillar cock each 10

4 1641 Supply of G.I. Union 15 mm nominal bore each 5

5 1642 Supply of G.I. Union 20 mm nominal bore each 5

6 1643 Supply of G.I. Union 25 mm nominal bore each 5

7 1644 G.I. Union 32 mm nominal bore each 5

8 1645 Supply of G.I. Union 40 mm nominal bore each 5

9 1649

Supply of Polyethylene water storage tank with cover

and suitable locking Arrangement per litre 1500

10 8638 Supply of cpvc pipe 25 mm dia Metre 50

11 8636 Supply of cpvc pipe 15 mm nominal outer dia Pipes Metre 50

12 1689 Unplasticised PVC connection pipe with brass unions 45 cm long : 15 mm nominal bore Each 10

13 7509 Supply of PTMT soap dise each 5

14 7189 uPVC pipes 110mm (working pressure 4 kg / cm2 ) Single socketed pipe mm dia metre 20

15 7260 C.P. Brass stop cock (concealed) 15 mm each 4

16 1392 Supply of Mirror of superior make glass 60x45 cm each 7

17 1926 20 mm dia Gunmetal gate valve with wheel each 5

18 M.R S.S Waste Coupling of ISI approved brand each 4

19 1927 Brass full way valve with C.I. wheel (screwed end) 25 mm dia each 4

20 1952 C.P. brass waste 40 mm each 4

21 7119

Flexible (coil shaped) PVC waste pipe for sink and wash basin 32mm dia with length not less than 700 mm i/c PVC waste fittings

each 5

22 1214 Welding by gas plant cm 500

23 7492 PTMT - Waste Coupling 38/40 mm each 2

24 7375

G.I. flush pipe and C.P. brass spreader including C.P. connecting

pipe Single lipped urinal

each 2

(A) CIVIL WORK TOTAL( IN RS.)

(B) Sanitary work

Sl. Code No. Description of Items Unit Qty Amount

References

Related documents

The corona radiata consists of one or more layers of follicular cells that surround the zona pellucida, the polar body, and the secondary oocyte.. The corona radiata is dispersed

H1: SMEs representing individual clusters (based on the use of marketing communication tools and their intended use) in terms of selected attributes (enterprise size,

Results suggest that the probability of under-educated employment is higher among low skilled recent migrants and that the over-education risk is higher among high skilled

Using text mining of first-opinion electronic medical records from seven veterinary practices around the UK, Kaplan-Meier and Cox proportional hazard modelling, we were able to

In this PhD thesis new organic NIR materials (both π-conjugated polymers and small molecules) based on α,β-unsubstituted meso-positioning thienyl BODIPY have been

4.1 The Select Committee is asked to consider the proposed development of the Customer Service Function, the recommended service delivery option and the investment required8. It

National Conference on Technical Vocational Education, Training and Skills Development: A Roadmap for Empowerment (Dec. 2008): Ministry of Human Resource Development, Department

• Follow up with your employer each reporting period to ensure your hours are reported on a regular basis?. • Discuss your progress with