66
EMPLOYEES’ STATE INSURANCE CORPORATION REGIONAL OFFICE HYDERABAD: TELANGANA (Ministry of Labour & Employment, Govt. of India) 5-9-23, Hill Fort Road, Adarshnagar, Hyderabad-500063 Ph:040-23232356/57/58/59 E-mail:[email protected] Name of the Work: ANNUAL REPAIRS AND MAINTENANCE OF BUILDINGS ( CIVIL & ELECTRICAL) WORKS FOR THE YEAR 2018-19 NIT Amount : Rs.74,98,726-00 Date: 13/12/2018 Page 1 of 66

NIT Amount - ESIC

Embed Size (px)

Citation preview

EMPLOYEES’ STATE INSURANCE CORPORATION

REGIONAL OFFICE

HYDERABAD: TELANGANA

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

5-9-23, Hill Fort Road, Adarshnagar, Hyderabad-500063

Ph:040-23232356/57/58/59

E-mail:[email protected]

Name of the Work: ANNUAL REPAIRS AND MAINTENANCE OF BUILDINGS ( CIVIL & ELECTRICAL) WORKS FOR THE YEAR 2018-19

NIT Amount: Rs.74,98,726-00

Date: 13/12/2018

Page 1 of 66

EMPLOYEES’ STATE INSURANCE CORPORATION

REGIONAL OFFICE

HYDERABAD: TELANGANA

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

5-9-23, Hill Fort Road, Adarshnagar, Hyderabad-500063

Phone Nos:040-23232356/57/58/59

E-mail: rd-ts@esic. nic. in

NIT No. 52.W/17/13/1/ARM E-TENDERS(HDC1) /2018-PMD Date: 13/12/2018

NOTICE INVITING TENDERS

Percentage Rate bids in two envelop system through e-Tender are invited from eligible and registered contractors of C.P.W.D.s /State P.W.D.s./M.E.S./ Railways/BSNL Civil and Electrical wing or any other government body as Civil & Electrical Contractor for Composite tender of ANNUAL REPAIRS AND MAINTENANCE (CIVIL & ELECTRICAL WORKS) for the year 2018-19 for the following locations at Hyderabad.

Building/Area details are as under:-

S.No Name of the Location Plinth Area in Sq.meters

1 DIMS Office, Kavadiguda, Hyderabad 1386

2 ESI Dispensary, Kavadiguda, Hyderabad 785

3 ESI Staff Quarters, Kavadiguda 785

4 ESI Dispensary, Goshamahal, Hyderabad 928

5 ESI Staff Quarters, Goshamahal, Hyderabad 293

6 ESI Hospital, Nacharam, Hyderabad 22970

Total Area of 1 to 6 above 27147

Important Information:

S.NO Description Detail

1 Name of work Annual Repairs and Maintenance of Buildings (Civil and Electrical) works for DIMS Office, Kavadiguda, ESI Dispensary, Kavadiguda, ESI

Page 2 of 66

Staff Quarters, Kavadiguda, ESI Dispensary, Goshamahal, ESI Staff Quarters, Goshamahal, & ESI Hospital, Nacharam located in Hyderabad, Telangana for the year 2018-19.

2 Estimated Cost (In Rs.) Rs.74,98,726-00

3 Earnest money (In Rs.) Rs.1,50,000-00

<<2% of Estimated cost put to Tender>>

4 Period of work 1 year

5 E-Tender document available at ESIC website / e-procurement portal

https://esictenders.eproc.in an www.esic.nic.in from

From 13/12/18 2.00 PM To 7/1/2019 up to 12.00 Noon

6 Last date and time of online submission of bid

Up to 7/1/2019 12.00 Noon

7 Last date and time for submission of hard copies of tender documents which were uploaded online duly signed along with the EMD Demand Draft in the tender box provided in Construction Branch, 1st Floor of Regional Office,ESI Corporation, Hyderabad

(The sealed cover containing hard copies should have separate sealed covers for Technical & Financial bids along with the EMD Demand Draft)

Up to 7/1/2019 2.00 PM

8 Date of pre bid conference 27/12/2018 at 11.00 AM

9 Time & date of online opening of Technical bids in the presence of the bidders

7/1/2019 at 3.00 PM

10 Time & date of opening of Online Financial Bids

Will be intimated later through mail/ phone for the technically qualified bidders

Page 3 of 66

The invitation to e-tender is subject to fulfillment of instructions and conditions as per schedules below:

Chapter I Instruction regarding e-tendering

Chapter II Instructions and Tender conditions

Any change in the tender shall be uploaded in the below mentioned website only, hence the tenderers may visit the website regularly. https://esictenders.eproc.in & https://www.esic.nic.in).

ADDITIONAL COMMISSIONER & REGIONAL DIRECTOR

Page 4 of 66

Chapter I

1. Instruction regarding e-tendering

Important Instructions for Bidders regarding Online Payment

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the ETenders.

Bidders should get Registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer - Tools - Internet Options - Security - Trusted Sites - Sites of Internet Explorer : https://esictenders.eproc.in

https://www.tpsl-india.in

https://www4.ipg-online.com

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer - Tools - Internet Options - Advanced Tab - Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or NetBanking for participating in the Tender.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Page 5 of 66

Annexure ‘A’

Chapter II

2. Instruction and Tender conditions

2.1. Details of the project for which tenders are invited are as follows:-

Annual Repairs and Maintenance of Buildings (Civil and Electrical) works for DIMS Office, Kavadiguda, ESI Dispensary, Kavadiguda, ESI Staff Quarters, Kavadiguda, ESI Dispensary, Goshamahal, ESI Staff Quarters, Goshamahal, & ESI Hospital, Nacharam located in Hyderabad, Telangana for the year 2018-19.

2.1.1 SCOPE OF THE SERVICES TO BE PROVIDED:-

1. Scope of services to be provided(Civil) :

The agency will be responsible for day to day repairs and maintenance of the following:

1. Water supply, sanitary and plumbing work.

2. Storm drainage and sewerage disposal work.

3. Building repair and maintenance of civil nature.

4. Maintenance of Landscape and lawns.

6. Periodic testing of water for quality (Test procedure enclosed).

7. Periodic cleaning of UGT/Sump (Procedure enclosed).

2. Scope of Services to be provided (Electrical):

1. Maintenance of all electrical circuits, panels, transformers, meters, earthing, lightening arrestors, electrical room, etc.,

2. Maintenance of Electrical works including 33/11KV, 11KV/440V Substations, H.T, L.T Panels, relays, ACBs, VCBs, relays, all lights, internal wiring of whole campus including sinages, staircase lights, Street Lights, UPSs and all types of pump motors etc.

3. Maintenance of Fire safety equipments (including Fire Detection and Fire Protection), other safety equipments fitted in the wall and ceiling, pump house etc.

4. Maintenance and operation of DG Sets by the trained DG operators.

Page 6 of 66

5. Maintenance and operation of Central Air Conditioning Plant including Chillers, Hot water generators, AHUs, CSUs, FCUs, Split Air Conditioners, pumps, all ducting, ventilation system and all other equipments in HVAC plant setup including BMS system complete in all respect and to carry out the operation of the plant round the clock(as required) and monitor various parameters related to operational, snags, abnormal functioning etc., Maintenance of the cooling towers.

6. Maintenance and operation of lifts as required by the hospital authority. (In addition to the AMC/CMC contract by the supplier).

7. Operation and Maintenance of Public Address System including mike, speaker, amplifier and its associated equipments etc.

8. Operation and Maintenance of Audio Visual System (Projectors etc) and CCTV System and its associated equipments.

9. Operation and Maintenance Centralised/unit RO systems and Storage Water

Coolers, Water Geysers, Solar System.

10. Maintenance of Earth pits & quarterly reading of Earth resistance.

11. Any other work directly related to the repair, additional fittings , maintenance of building, electrical meter readings, non medical equipments and operations of eletro mechanical services for smooth functioning of the hospital, assigned by the ESI Hospital authorities.

And

Any other works as and when required by the Engineer-in-charge from ESIC other than mentioned above falling under the domain of Civil and electrical works.

Page 7 of 66

2.2 INSTRUCTIONS TO THE TENDERERS

2.2.1. The interested bidders should submit the tender through online only at https://esictenders.eproc.in from 13/12/2018 2.00 PM to 7/1/2019 up to 12.00 Noon.

The tender document can be obtained by downloading it in pdf format from https://www.esic.nic.in and Central public Procurement Portal https://eprocure.gov.in. Earnest Money Deposit (EMD) in the form of DD to be submitted to “The Regional Director, Regional Office, ESI Corporation, Hyderabad” in an envelope duly super scribed with the name of work on or before the last date and time of online submission of bid along with the hard copies of the tender document.

Delay/late tenders for whatever is the reason will summarily be rejected.

2.2.2. The amount of earnest money deposit (EMD) is Rs.1,50,000/- (Rupees One Lakh fifty thousand Only) and should be paid in the form of Demand Draft/Pay Order, drawn from any scheduled Bank in favour of ESI Fund A/C No.1 payable at Hyderabad.

2.2.3. Tender form shall be duly filled up and completed in all respects. Incomplete tenders or tenders without EMD shall be treated as invalid.

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

2.2.5 Information and Instructions for bidders posted on website shall form part of bid document.

2.2.6 The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website https://esictenders.eproc.in an www.esic.nic.in free of cost.

2.2.7 The interested bidders should upload their bids along with scanned and duly signed copies of all the relevant certificates, documents, etc. in support of their technical and financial bids.

2.2.8 Pre Bid Meeting: A Pre bid meeting shall be held on 27/12/2018 at 11.00 AM at Construction Branch, 1st Floor,Regional Office, ESI Corporation, Hyderabad to clarify issues connected with the tender. Interested bidders are invited to attend

2.2.9. Each and every page of the scanned documents uploaded should bear stamp and signature of the authorized representative/quoting firm. Format I & II

Page 8 of 66

enclosed shall be filled without exception. The tenderer shall also upload the copies of documents in support of details about the firm besides Income Tax Returns, ESI, EPF & GST registration along with last six months payment Receipt and Completion Certificate for the works.

2.2.10.Conditional tender are liable to be rejected.

2.2.11.The tender for the work shall remain open for acceptance for a period of 90 days from the date of opening of tender.

2.2.12. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders without assigning any reason.

2.2.13. Date and time of opening of tender is 7/1/2019 at 3.00 PM . The tender (e-technical bid) shall be opened in presence of Tenderer/Authorised Representatives who choose to be present.

2.2.14. Percentage rate quoted shall be firm and fixed and are inclusive of cost of manpower, material, machinery, tools and plant etc., duties and levies, insurance etc. and all statutory taxes such as GST & Labour Welfare cess etc. No, escalation of whatsoever nature shall be payable later on ( Applicable GST on items & ESI/EPF/GST on manpower has also been included in the estimated amount. No Profit shall be quoted on contributions paid to ESI/EPF).

2.2.15. The responsibility toward payment of GST lies with the contractor.

2.2.16 Last date of submission of e-tender is 7/1/2019 up to 12.00 Noon

2.2.17.The site for the work is available and can be seen on any working day during office hours by contacting Engineer-in-charge.

2.2.18.Period of contract may be extended for further period as per exigencies, subject to satisfactory performance, on the same terms and conditions.

2.2.19. The EMD paid by the successful tenderer will be refunded on submission of performance Guarantee as specified in 2.2.29.

2.2.20 Tenderer to upload an Affidavit to the effect that the bidder has not been black listed by any State/ Central Department or PSU or Autonomous bodies. (Format enclosed Annexure-H).

2.2.21 Unwanted documents should not be uploaded with the bid. All documents are to be uploaded category wise each in single PDF file (for eg: Labour license, PAN card, ESI registration, EPF registration, certificate of Inc., etc to be scanned and uploaded under

Page 9 of 66

category ‘’Registration Certificates”) as given below. Thus in all only 5 pdf files are to be uploaded.

Sl.No Category Documents to be uploaded

1 Registration

Certificates

Registration with CPWD/State PWD/ MES/Railways/ BSNL Civil and Electrical wing or any other government body as Civil & Electrical Contractor, Labour license, ESI Registration, EPF Registration, PAN card, GST Registration, Certificate of Inc, etc.,

2 Accounts IT Returns, Balance Sheets and Profit and loss Accounts etc.,

3 Performance certificates

Performance Certificates, Reward/ Appreciation certificates etc., Affidavit to the effect that the bidder has not been black listed in govt/PSU.

4 Tender Documents

Tender document duly signed and stamped downloaded from ESIC/EProc website

5. Annexures All Annexures to tender documents

2.2.22. These above instructions shall form a part of the contract document.

2.2.23 Eligibility criteria:

1. The work is Estimated to Cost Rs.74,98,726-00(Civil: Rs.27,39,159.00 and Electrical: Rs. 19,56,895-00 & Manpower for both Civil & Electrical: Rs.28,02,671-00).This estimate, however, is given merely as a rough guide which is inclusive of applicable taxes GST/ESI/EPF).

2. Intending bidders may submit the bid after satisfying themselves that they fulfill the eligibility criteria.

Page 10 of 66

(A) Criteria of Eligibility

a) Tenderers should have valid Registration with C.P.W.D.s / State P.W.D.s./M.E.S./ Railways/BSNL Civil and Electrical wing or any other government body as Civil & Electrical Contractor with appropriate class.

b) The main contractor shall have to associate with the agency fulfilling the following eligibility criteria having successfully completed during last seven years ending up to previous day of last date of submission of tender as given below with completion certificate issued by an officer not below the rank of Executive Engineer or equivalent duly attested.

Three similar works each of value not less than Rs.29,99,490-00 (40% of estimated cost: Civil: Rs.17,56,921/-, Electrical:Rs.12,42,569/- ) or

Two similar works each of value not less than Rs.44,99,236-00 (60% of estimated cost: Civil: Rs.26,35,382/-, Electrical: Rs.18,63,853/-) or

one similar work of value not less than Rs.59,98,981-00 (80% of estimated cost: Civil: Rs.35,13,842/-, Electrical: Rs.24,85,1387/-) in last 7 (seven) years up to previous day of last date of submission of tenders.

Similar works means “Building work including repair works, Annual maintenance works and services if any (Both Civil and Electrical)”.

However, the Composite category contractor shall also be eligible to carry out himself with associating any specialized agency provided:

(a) He fulfills the prescribed eligibility creteria respectively for this work

or

(b) He directly procures the equipment of appropriate make from manufacturer and get it installed from aagency/ service provider of the manufacturer/ specialized agency, all as per the eligibility criteria mentioned as above.

Components of work executed other than those included in definition of similar work shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this. For the purpose, “Cost of work” shall mean gross value of the completed work including the cost of materials supplied by the Government/Client, but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer / Project Manager or equivalent.

Page 11 of 66

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple interest rate of 7% per annum, calculated from the date of completion to the last date of submission/uploading bid.

Tenderer shall quote his percentage rate as per various terms and conditions of the said form which will form part of the agreement.

c) The tenderer should have minimum three years experience in the field of annual

repair and maintenance of (Civil and Electrical) works with Government

Organisation / PSU / Autonomous bodies.

d) Average Annual financial turnover during the last three financial (2015-16, 2016-17, 2017-18) years should be at least Rs. 74,98,726-00 (100% of the estimated cost) and statement to be authenticated by Chartered Accountant. The Successful tenderer shall be required to establish its office within the site of the work in the space provided by the ESIC.

e) The Tenderer must have Electrical License in the name of Company/Agency which is not less than “EA”. Ie. Grade “A” issued by Electrical Licensing Board.

f) The tenderer must be registered with following statutory authorities and must also furnish self attested copies of supporting documents:

i) ESI, EPF, GST along with last six months payment receipts.

ii) Any other registration which is mandatory for such agencies stipulated by concerned authorities from time to time.

g) The following documents must be uploaded along with the Tender:

(i) Audited Balance Sheet of Last three financial years (2015-16, 2016-17,2017-18) along with Income and Expenditure Statement (P&L Account & Audit Reports signed by Chartered Accountant to be submitted)

(ii) Income Tax returns for last three financial years (2015-16, 2016-17,2017-18 )

2.2.24. Submission of bids: Bidders should submit the tender through online only at https://esictenders.eproc.in,

Page 12 of 66

2.2.25. After satisfying the EMD conditions the tender will be considered for evaluation of Technical Bid.

2.2.26. Evaluation of Technical Bids: After satisfying EMD, the technical bids will be evaluated to ascertain the qualifying criterion i.e. works experience, eligibility criteria, financial background etc.. The tenders will be evaluated based on the information sought for in the prescribed formats I, II & III of part A‟. All documents in support of details and work completion certificates etc., should bear the stamp and signature of the authorized representative / quoting firm and shall be uploaded with the Technical Bid.

2.2.27. Financial Bid: The financial bid of the tenderer, whose technical bid is found to be qualified as per prescribed eligibility criteria under 2.2.23 and same will be opened in the presence of the tenderer, who choose to attend the opening of financial bid. Minimum two days notice will be given to the tenderer for this purpose.

2.2.28. Award of work:

(i) Contractor to whom the work is awarded will have to execute the work himself. He will not be allowed to sub-let the work to any other agency.

(ii) 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.

(iii) The contract for the Annual Repairs & Maintenance of (Civil and Electrical) works shall be awarded to the qualified responsive tenderer who has quoted lowest.

(iv) Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer.

2.2.29. PERFORMANCE GUARANTEE:

The successful tenderer will have to submit a performance guarantee at the rate of 5% of the contract value for proper performance of contract in the format enclosed (Enclosure-III) within 15 days of award of contract. The performance guarantee shall be valid for the duration of one year contract plus 60 days period. The performance security can be encashed by ESIC to recover any

Page 13 of 66

amount which is payable by the contractor to the ESIC on account for a clause arising out of the contract. An agreement between the ESIC & successful bidder will be entered into on Rs.100/- non-judicial stamp paper. Stamp Value will be borne by the successful bidder.

2.2.30. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents.

2.2.31. The competent authority does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

2.2.32 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

2.2.33 In case of Non submission of Hard copies within stipulated time by the bidders and or any discrepancy is noticed between the documents as uploaded at the time of submission of the bid online and hard copies as submitted physically in the Regional Office, then the bid submitted shall become invalid and ESIC shall, without prejudice to any other right or remedy, be at liberty to forfeit of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

2.2.34 The competent authority reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

Page 14 of 66

ANNEXURE ‘B’

2.3. GENERAL CONDITIONS OF CONTRACT

2.3.0 Definitions and interpretation

Definitions

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

a.iii.ii.i) “Employer” means the ESIC and the legal successors in title to ESIC.

a.iii.ii.ii) “Engineer” means the person appointed by ESIC to act as Engineer-in-charge for the purposes of the Contract.

a.iii.ii.iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or not, that has entered into contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract.

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

(b.iii.ii) “Specification” means the specification of the works included in the Contract and any modification thereof.

(b.iii.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.

Page 15 of 66

(b.iv) “Bill of Quantities” means the priced and competed bill of quantities forming part of the Tender.

(b.v) “Tender” means the Contractor’s priced offer to the Employer for the execution and completion of the works and the remedying of any defects therein 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 “Bid Documents”.

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

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

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

(c)(i) “Commencement Date” means the date upon which the Contractor receives the notice to commence the works.

(a.ii) “Time for Completion” means the time period for which the contract of Repair and Maintenance has been awarded by the employer to the contractor.

(d) “Taking over Certificate” means a certificate issued by employer evidencing successful completion of the awarded work.

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

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

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

(ii.ii.ii) “Site” means the places provided by the Employer for Annual Repairs and Maintenance of (Civil and Electrical) works for DIMS Office, Kavadiguda, ESI Dispensary, Kavadiguda, ESI Staff

Page 16 of 66

Quarters, Kavadiguda, ESI Dispensary, Goshamahal, ESI Staff Quarters, Goshamahal, & ESI Hospital, Nacharam located in Hyderabad in Telangana Region for the year 2018-19.

(iii) “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.

Engineer’s Duties and Authority: The Engineer shall carry out the duties specified in the Contract.

2.3.1 The persons deployed by the Contractor should be properly trained, have requisite experience and skills for carrying out the work assigned to him.

2.3.2 The Contractor should ensure the Health and safety measures of the employees.

2.3.3 The Contractor must employ adult and skilled labour only. Employment of child labour will lead to the termination of the contract.

2.3.4 The Contractor shall engage only such workers, whose antecedents have been thoroughly verified, including character and police verification and other formalities. The Contractor shall be fully responsible for the conduct of his staff.

2.3.5 The Contractor at all times should indemnify ESIC against all claims, damages or compensation under the provisions of Payment of Wages Act, 1936; Minimum Wages Act, 1948; Employer's Liability Act, 1938; the Workmen Compensation Act, 1923; Industrial Disputes Act, 1947; Maternity Benefit Act, 1961; Local govt Shops and Establishment Act, EPF and MP Act or any modification thereof or any other law relating thereto and rules made hereunder from time to time. ESIC will not own any responsibility in this regard.

2.3.6 In case of breach of any terms and conditions attached to the contract, the Performance Security Deposit of the Contractor will be liable to be forfeited by ESIC besides annulment of the contract.

2.3.7 The staff shall be in proper uniform as approved by ESIC and with their identity properly displayed.

2.3.8 ESIC will provide space for a store room to the Contractor in the premises. The store keeper / supervisor deployed by the contractor will store all their materials &equipments in the store room and maintain a computerized record of the store items which shall be open to inspection by Engineer-in-Charge of ESIC during working hours.

Page 17 of 66

2.3.9 The contract shall initially be for a period of one year and may be extended further for a period of one year or more in case of exigencies subject to satisfactory performance, on the same terms and conditions.

2.3.10 The percentage rate quoted by the bidder shall remain unchanged during the period of contract.

2.3.11 ESIC, however, reserves the right to terminate the contract by serving one month notice, in writing. The contract may be terminated with mutual consent by giving one month notice.

2.3.12 Custody and Supply of Drawings and Documents: The drawings shall remain in the sole custody of the ESIC, but copies as required thereof shall be provided to the Contractor free, solely for the purpose of this contract.

2.3.13 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 the site conditions.

2.3.14 Contractor's Employees: The Contractor shall provide on the Site qualified and experienced technical staff in connection with the execution of the Works and the remedying of any defects therein.

2.3.15 Engineer at Liberty to Object: Engineer-in-Charge of ESIC 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-in-Charge of ESIC, 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-in-Charge of ESIC to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Engineer-in-Charge of ESIC. Any person so removed from the Works shall be replaced as soon as possible by a qualified person approved by the Engineer-in-Charge of ESIC.

2.3.16 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

Page 18 of 66

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

iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of Repair

2.3.17 Insurance of work by the Contractor for his liability:

(i) During the execution of the work 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 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.

2.3.18 Damage to Persons and Property:

The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the ESIC 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 execution of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses what so ever in respect thereof.

2.3.19 Accident or injury to Workmen:

ESIC 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.

Page 19 of 66

2.3.20. Evidence and Terms of Insurance:

The Contractor shall take out appropriate insurance to cover his work and workers and staff Employed by him fully. The Contractor shall provide evidence to ESIC as soon as practicable after the respective insurance have been taken out but in any case prior to the start of work at the site that insurance required under the Contract have been effected.

2.3.21 Compliance with Statutes, Regulations etc

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.

2.3.22. Time for Completion:The work shall start from the date of issue of letter of commencement and shall be completed in all respects within a one year.

2.3.23. Extension of Time for Completion:The time for completion of the work may be suitably extended on the written request of the Contractor for any delays caused for reasons beyond the control of Contractor as may be assessed by the Employer.

2.3.24. Defect Identification and its rectifications:

The Contractor shall immediately attend the defects noticed at the <<Work Place>>. The Contractor shall provide and develop a system for regular defects-identification and immediate rectification.

If defect is very critical , it shall be rectify within 24 hours.

If defect is critical , it shall be rectify within 2-3 days

If defect is normal , it shall be rectify within 1week.

Page 20 of 66

Defect Liability period shall be 12 months from the date of completion of the work. 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.

2.3.25. Liquidated Damages for Delay:

If the Contractor fails to complete the work or to rectify any defect in due course of time and if in the opinion of ESIC, delay is on the part of the Contractor, the ESIC can impose liquidated damages on the contractor @ 1.25% of the total value of the work per week of delay subject to a maximum of 5% of the total value of the work.

2.3.26. Contractor's Failure to carry out instructions:

In case of default on the part of the Contractor in carrying out defect rectification works, ESIC shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the ESIC, 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.

2.3.27. Instructions for Variations:

a) Quantities given in the BOQ are estimated quantities. The quantity of any particular item may vary to any extent. Variation in quantity in particular items or overall cost, does not entitle contractor to claim any extra cost.

b) The Contractor is bound to execute all contingent and supplemental items of work. The rates for such items shall be worked out based on current CPWD Manual, Latest Delhi Schedule of Rates (DSR) and Latest State Schedule of Rates, as may be applicable in each case.

c) If the Item is not available in the schedule B and schedule C ,Market rate will be allowed after verifying from DGS&D(GeM),Rate Contract ,Latest Delhi Schedule of Rates(DSR)and Latest Telangana State Schedule of Rates.

Page 21 of 66

2.3.28. MEASUREMENT

Works to be measured for BOQ/Schedule items

The Engineer of ESIC 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. Engineer of ESIC shall be at liberty to decide the breakup of Lumsum items and to decide the part rate for any particular item.

Method of Measurement

The works shall be measured net, notwithstanding any general or local custom, except where otherwise provided in the Contract.

2.3.29 CERTIFICATES AND PAYMENTS

The Contractor shall submit a bill in 3 copies to the ESIC within 7days of completion of the work along with all relevant details and measurements.

The bill must be supported with the following documents :

a. Attendance sheets as per Aadhaar based biometric attendance system along with salary certificates, wages sheets of all the workers and staff deployed.

b. Certified bills of materials executed under different heads by Engineer-in-Charge of ESIC.

c. Details of defects/complaints attended and rectified within time.

d. Attested copy of letter given to Bank for payment Wages to workers with names, account numbers, wage period, amount, etc. containing acknowledgment of Bank with signature, date and seal of Bank.

e. Attested copy of Challan for payment of ESI Contribution in respect of workers deployed

f. Attested copy of Challan for payment of EPF Contribution in respect of workers deployed

2.3.30 . Deduction of Income Tax:

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

Page 22 of 66

2.3.31 . Deduction of Labour Cess:

Labour Cess at applicable rates shall be deducted from the Contractor’s Bills.

2.3.32. Correction of Certificates: The competent authority in ESIC may by any interim Payment certificate make any correction or modification in any previous interim payment certificate which has been issued by him, and shall have authority to omit or reduce the value of such work in any interim payment certificate.

2.3.33 . Final Certificate

Within 28 days after receipt of the Final Statement, and the written discharge, the competent authority in ESIC shall issue to the Contractor a Final Certificate stating

a) The amount which, in his opinion, is finally due under the contract, and

b) After giving credit for all amounts previously paid by the ESIC and for all sums to which the ESIC is entitled under the Contract.

2.3.34 . Default of Contractor

a) If the performance of the Contractor is not satisfactory and not corrected within 15 days of receiving notice, then ESIC shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the Contractor.

b) In the event of termination of the contract, ESIC shall be at liberty to get balance work done at the risk and cost of the contractor and due payment of the contractor, if any, shall be released after the completion of whole of the works.

2.3.35 Amicable Settlement of Dispute.

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

2.3.36. Arbitration

Any dispute and differences relating to the meaning of the Specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or of materials used in the work or as to any other question, claim, right,

Page 23 of 66

matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which Amicable settlement has not been reached, shall be referred to the Sole Arbitration of the Chief Engineer, ESIC, New Delhi, who shall proceed as per the Arbitration Act, 1996 or the concerned law in force.

2.3.36.1 The work under the Contract shall continue, during the Arbitration proceedings.

2.3.36.2 The award of the Arbitrator shall be final, conclusive and binding on both the parties.

2.3.37 All the recoveries regarding Income Tax, Labour Welfare Cess etc. will be deducted from the contractors‟ payment and remittance will be made to the respective departments. In respect of Goods and Services Tax, the same shall be paid by the contractor to the concerned department and it will be reimbursed to the contractor by the competent authority after satisfying that it has been actually and genuinely paid by the contractor towards this works (or) as per the rules prevailing at the time of completion of works.

2.3.38. The Contractor shall procure all the materials required for the work and the materials shall be in accordance with the relevant specifications of CPWD/IS specification/manufacturers specifications. The materials shall be got approved by the ESIC Engineer before it is consumed into works. The contractor shall also arrange all the required plant and machinery.

2.3.39. The contractor shall also be responsible for proper handing over of the dismantled materials to ESIC Engineer along with details of the same in writing.

2.3.40. Disposal of building rubbish/malba/ similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading at the approved municipal dumping ground.

2.3.41. Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work under the Contract in case of any failure of the existing arrangement. ESIC reserve

Page 24 of 66

the right for termination of the contract at any time by giving one month written notice, if the services are found unsatisfactory and also has the right to award the contract to any other selected tenderers at the cost, risk and responsibilities of Contractor and excess expenditure incurred on account of this will be recovered from the Contractor’s Security Deposit or pending bill or by raising a separate claim. Contractor and his staff shall take proper and reasonable precautions to preserve from loss, destructions, waste or misuse the areas of responsibility given to them and shall not knowingly lend to any person or company any of the effects or assets of the ESIC under its control. In the event of loss/damage of equipments etc. at the premises of the ESIC due to negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to ESIC.

The Contractor will also maintain a suggestion book for comments on the services rendered by him. The Contractor shall, in performing his part of this Agreement, ensure the safety of the building and the persons working in or visiting the Hospital premises and shall indemnify ESIC for any loss or damage caused by any act of the Contractor or its employees or staff etc. The Contractor shall not assign or sublet this Agreement or any part thereof to any third party without the approval of competent authority. However, he may use the services of associates for providing the services in which case the Contractor shall be responsible for the performance and all acts of the associates as though they were his own. In every case the Contractor shall make alternative arrangements for meeting his contractual responsibilities in case of failure of the Associate. Measure of success will be based on the feedback from External Customers and staff which will be recorded and action report needs to be submitted every month by the Contractor. Licenses if any required for repair & maintenance services at the site will be procured by the Contractor.

2.3.42 The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so his failure will be a breach of the contract and ESIC may in its discretion without prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

Page 25 of 66

ANNEXURE `C’

2.4. PARTICULAR CONDITIONS OF CONTRACT

2.4.1 CPWD specifications shall be followed and where same is not available, BIS/Engineering practice as directed by the Engineer shall be followed.

2.4.2. Complaints shall be made in the format (Enclosure – I)

2.4.3. 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.

2.4.4. Formats of Performance Guarantee and Contract Agreement are at Enclosure III and IV respectively.

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

2.4.6. In the event of failure to attend the complaint within 3 days the Competent Authority will get the work done at the risk and cost of the agency who has been allotted the AR & M work. The expenditure for the repair & maintenance including cost of material and incidental expenditure incurred for such repairs and penalty levied on account of failure of Agency will be deducted from the subsequent payment/pending dues/security deposit of the AR&M agency

2.4.7. The Sewer man shall ensure that all lines are maintained in a clean condition by carrying out preventive cleaning of all lines at least once each month.

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

2.4.8.1. That the normal functioning of ESIC activity is not affected as far as possible.

2.4.8.2. That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.

2.4.8.3. That all rubbish etc. is disposed off at the earliest and place is left clean and orderly at the end of each day’s work.

2.4.9 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.

2.4.10 The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to ESIC property.

Page 26 of 66

2.4.11. The contractor shall ensure safety of his workers and other at site of work and shall be responsible for any consequence arising out of execution of the Repair and Maintenance work.

2.4.12. When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material.

2.4.13. Water 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 to follow the relevant rules, regulations and laws in this regard shall be entirely that of the contractor.

2.4.14 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 Engineer-in-charge.

2.4.15 The worker should be issued identity cards after getting due verification. Uniform should be worn by the worker having monogram of the firm.

2.4.16 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.

2.4.17 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.

2.4.18 The Contractor shall maintain an inventory and use common miscellaneous sundry materials (screws, nails, washers, internal fitting of taps, valves, tanks etc., plumbing thread, safeda, clamps, hooks, cement & patch repairs etc.) which are required for the work.

2.4.19 The agency shall have to display on notice board in <<Work area>>, its name along with the Supervisor’s name to be contacted with telephone nos. for lodging the complaints.

2.4.20 If the contractor fails to complete the work in time, liquidated Damages @ 1.25% of the total value of work under measurable items of work above shall be recovered subject to a maximum of 5% of the above total value.

2.4.21 Any item of work/supply not cover above shall be treated as variation. The rates shall be worked out mutually based on CPWD norms. On failure to reach an agreement, the Engineers decision shall be final and binding on both sides.

2.4.22 All the workers deployed by the contractor should mark their attendance in the Aadhaar enabled biometric attendance system in the <<Office/Work place>>and this will be taken as evidence for attendance of the workers for the purpose of calculation of wages, etc.

2.4.23 In case of absence of any of the deployed workers without providing suitable replacement, an amount of Rs.300 per day shall be recovered as liquidated damages per person per day of absence.

Page 27 of 66

3

2.4.24 Supply of workers on call:-The workers shall be available on call with 24 hours notice at the rates mentioned against each.

2.4.25 The agency to ensure timely payment of all statutory dues like ESI, EPF etc. and ensure compensation as per payment of Wages Act, Minimum Wages Act etc.

2.4.26 Payment of wages to the Workers shall be made only through bank transactions and proof thereof to be submitted along with the bill for next month. However, Payment of wagesto the staff of the contractor shall not be linked to clearance of bills by ESIC.

2.4.27 The contractor shall issue pay slips to all the workers engaged and a copy of the same shall also be submitted along with monthly wages bill.

2.4.28 Instructions for variations:

1. The contractor is bound to execute all contingent and supplemental items of work. The rates for such items shall be worked out based on current CPWD Manual, latest DSR and latest Telangana SSR, as may be applicable in each case.

2. If the item is not available in the schedules, market rate will be allowed after verifying from DGS&D(Gem portal), Rate contract, Latest DSR and latest Telangana SSR.

Page 28 of 66

ANNEXURE-‘D’

2.5 ADDITIONAL PARTICULAR CONDTIONS OF CONTRACT

For the services to be operated and maintained by the Contractor for which lump sum amount have been quoted, the following shall apply:-

2.5.1 Operation and Maintenance of DG set

All the above plant and equipments etc. shall be taken over after recording the complete details of make, date of manufacture etc. including their running conditions.

During the contract period, the same shall be operated and maintained by the Contractor including supply of all spares, materials, labour, T & P etc., and including consumables like Engine oil, transformer oil etc. complete. The maintenance and operation shall meet all the requirements of the concerned statutory authorities. A proper log book maintained with strict event to event updating without any delay. The log book should be produced for inspection to the hospital authorities as and when demanded.

At the end of the Contract Period, the equipment/system shall be handed over back in the condition in which they were taken over, normal wear and tear only is acceptable.

NOTE:

All breakdown/faults shall be attended to immediately and rectified promptly. Only genuine/original spares parts shall be used while carrying out the maintenance work.

Any major repair involving overhaul of engine, rewinding of motors, replacement of major components like compressor etc. shall be paid for on actuals. However, if the repairs/replacement arises out of negligence of the Contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior approval of the Engineer is to be obtained for any such major repair/replacement.

The Contractor shall depute qualified and experienced staff for running and maintenance of the Systems/Equipments.

The Contractor shall follow all instructions conveyed to him by the concerned ESIC officials regarding maintenance of the above.

Page 29 of 66

2.5.2. Operation and Maintenance of HVAC

Central Air Conditioning Plant including Chillers, Hot water generators, AHUs, CSUs, FCUs, Split Air Conditioners, pumps, all ducting, ventilation system and all other equipments in HVAC plant setup including BMS system complete in all respect. All operation and running the various Central Air Conditioning Plant as specified by the original manufacturer including all spares scheduled operation and maintenance, follow-up with OEM/service providers, maintain scheduled check lists, formats, attend customer’s service requisition. Temperature 23 deg +/- 1 degree or as decided by ESIC, response and resolution time less than 24 hrs. Ensure proper essence of the contract with OEM. The service provider has to keep trained operators for proper operation during the working hours and as and when required. Availability of the equipment in working condition at all times to startup the plant as required. To carry out the operation of the plant round the clock(as required) and monitor various parameters related to operational, snags, abnormal functioning etc., Maintenance of the cooling towers.

2.5.3. Operation and Maintenance of Lifts

The agency has to maintain the operation of lifts as required by the ESIC. Lift operators or maintenance staff should attend immediately when the lift is stuck up or on the alarm calls of the passengers from any of the lifts. The Lifts shall be operated on all days of the month except declared holidays by ESIC. The agency shall liaison with AMC vendor for smooth and safe functioning of the lifts. Log book, complaint register, maintenance records and MIS reports shall be maintained by the staff of the agency. In case of breakdown or stoppage of lifts between the landings on account of any interruption in Power supply, the rescue operation shall have to be performed by the agency. The agency will call the original manufacturer/supplier for its rectification within standard SLA of breakdown.

2.5.4. Agency should have the all necessary tools, test meters and equipments while doing repair and maintenance work.

Page 30 of 66

ANNEXURE – F

(TO BE TYPED ON BIDDER'S LETTER HEAD)

UNDERTAKING

To,

The Regional Director

Regional Office,

ESI Corporation,

Adarshnagar,

Hyderabad-500063

Sub: Tender for Annual Repairs and Maintenance of (Civil and Electrical) works for<<Complete Address>>Region for the year 2018-19- Reg

Sir,

1. I/We hereby agree to abide by all the 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 shall deploy only physically and mentally fit personnel.

Signature

Name

Seal

Page 31 of 66

ANNEXURE - G

Technical Bid

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 Yes/No Page No

1 EMD/ Exemption proof

2

Tender form with complete Technical bid and Financial bid, with all pages serially numbered , signed and stamped on each page (including all Annexures and Enclosures)

3

Attested copies of Income Tax Return and Audited Balance sheet of last Three financial years with details of annual turnover , profit and loss account etc.

4 Attested photo copy of PAN card

6 ESI Registration certificate copy with last six months

payment receipt details

7EPF Registration certificate copy with last six months

payment receipt details

8GST Registration certificate copy with last six months

payment receipt details

9

Documents in support of contracts fulfilled in last 3 years along with their values in support of the experience and financial credibility with TDS (Form-26 AS)Certificate

10Satisfactory completion of contract certificate from

previous organizations

11 Copy of Registration/enlistment with Central/State

Govt/PSU/Autonomous Bodies.

12 Copy of Staff / Employees qualification certificate /

Electrician license etc. as per BOQ

13Copy of Electrical License issued by the Competent

authority

14 Any other details

Page 32 of 66

Signature of Authorized Person

Date : Full name:

Place : Company's seal:

Page 33 of 66

TECHNICAL BID (PART A)

FORMAT- I

BRIEF DESCRIPTION OF THE FIRM

1 NAME OF TENDERING COMPANY/FIRM

2 NAME(S) OF OWNER /PARTNERS /

DIRECTORS

3 FULL PARTICULARS OF OFFICE

(A) ADDRESS

(B) TELEPHONE NO

MOBILE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 REGISTRATION DETAILS :

(A) PAN / GIR NO.

(B) GST REGISTRATION NO.

(C) ESI CODE NO.

Page 34 of 66

E.P.F REGISTATION NO.

5 DETAIL OF EARNEST MONEY DEPOSIT

(A) AMOUNT (RS).

(B) D.D. / P.O. NO.AND DATE

(C) DRAWN ON BANK

(D) VALID UPTO

6 Bank Details

(A) Account No.

(B) IFSC Code

(C) Branch Name

Page 35 of 66

TECHNICAL BID (PART A)

FORMAT- II

EXPERIENCE OF MAN POWER

(Experience in relevant works of completed during last three years and ongoing works).

S.No Fields Man power with more than 10 year Experience

Man power with 5 to 10 years Experience

Man power with less than 5 years Experience

1 Annual repair and Maintenance works(CIVIL)

2 Annual repair and Maintenance works

(ELECTRICAL)

NOTE :

Provide documents in support of the details provided in the above format failing which the authenticity of the information may not be accepted.

Page 36 of 66

TECHNICAL BID (PART A)

FORMAT-III

EXPERIENCE OF CONRACTOR

(Experience in relevant works of completed during last three years and ongoing works).

S.NO NAME & ADDRESS OF THE ORGANISATION

VALUE OF CONTRACT DURATION OF CONTRACT

Civil Electrical FROM TO

NOTE:

1. Work value of the Civil & Electrical for the above projects to be furnished separately with supporting documents from the clients/Govt Departments Ex:Work order/ Agreements etc.,

Page 37 of 66

TECHNICAL BID (PART A)

FORMAT-IV

TOTAL MANPOWER DEPLOYMENT SCHEDULE (Civil)

Sr. No. Category Qualification Experience

1 Suboverseer-qualified

(highly skilled)

2 Plumber (Skilled)

3 Mason(skilled)

4 Carpenter(skilled)

5 Mali (Un Skilled)

6 Sewer Men (Semi Skilled)

7 Helper ( Un Skilled)

TOTAL MANPOWER DEPLOYMENT SCHEDULE (Electrical)

Sr. No. Category Qualification Experience

1 Electrical Supervisor(Highly skilled)

2 Fire Supervisor(Highly Skilled)

3 Lift Operator( un skilled)

4 DG Operator (Skilled)

5 Electrician (Skilled)

6 HVAC Operator(skilled)

Page 38 of 66

7 Fire Technician(Skilled)

8 Switch yard Operator(Skilled)

9 Pump Operator (Skilled)

Note:

1. Skilled worker deployed shall be licensed/certified. Other certificates of technical qualification also be enclosed.

2. Sub overseer should have qualification of diploma in civil engineering with more than 2 years experience /ITI in civil with more than 5years experience in building maintenance works.

3. Electrical Supervisor should have qualification of Diploma with 05 years experience or ITI in electrical with 10 years experience.

4. Fire Supervisor should posses the relevant certificate in Diploma level from recognized body.

5. Switch Yard operator should have the experience certificate in 33/11KV, 11KV/440V switch yards

6. Plumber and pump operator should be ITI in Plumbing with more than 2 years’ experience in related field.

7. 3 to 5 years relevant experience in the building works for all technical trades.

8. No experience is required for helpers.

9. All the above staff of the Contractor shall wear uniform and badges identifying their category and name in English and Local Language.

10. Contractor must necessarily have ESI/EPF Code numbers and must be complying ESI/EPF at least for three years.

11.All safety accessories such as gloves, helmets, safety belts etc shall be provided for the labourers by the contractor.

12. The contractor is fully responsible for the safety of their labourers.

13. Staff should be well equipped with all required tools & measuring instruments.

Page 39 of 66

TECHNICAL BID (PART A)

FORMAT-V

DETAILS OF EXISTING STAFF

S.No. Name Qualification Designation Place of

posting

ESI No. EPF No.

The above format may be used to provide employee details.

If necessary separate sheet duly signed and stamped may be attached for details of the above table should be specifically mentioned with justification.

Page 40 of 66

Format VI

EXPERIENCE OF COMPANY

Experience of relevant and similar work of Annual Repair and Maintenance

(Civil and Electrical) Works completed during last three years proceeding April

2018 and on going works. Use separate sheet for each work.

1 Project title & Location

2 Name of the client and address

3Describe area of participation (Specific work

done/ services rendered by the applicant)

4Period of work done/services rendered for the

Project

5 Total cost of work/AMC cost

6 Date of start of the work and the present

status

7 Any other details

Note:-

* Self-attested supporting documents like certificates from the client in support of each of the above projects to be furnished.

Page 41 of 66

ANNEXURE-‘E’

FINANCIAL BID (PART B)

FORMAT-I

Name of the work: Annual Repairs and Maintenance (Civil&Electrical) works for the year 2018-19.

FINANCIAL BID FOR DEPLOYMENT OF MAN POWER

SCHEDULE-A

WAGE STRUCTURE

Seperate Sheet enclosed with the requirement of manpower & wages payable

Note:

1.Reliever Charges, Bonus or any other expenses will be reimbursed on actual basis if applicable.

2. Statutory payments such as ESI, EPF, Professional Tax,GST will be reimbursed on actual basis.

3. Contractor Profit will be paid at quoted rate of percentage on other allowances wherever applicable in monthly bill.

4. TDS will be deducted as applicable.

5. Replacement of duties should be look after by a successful bidder.

Page 42 of 66

ANNEXURE-‘E’

FINANCIAL BID (PART-B)

FORMAT – II

ANNUAL REPAIRS AND MAINTENANCE OF <<Facility Details>>

Schedule B: SCHEDULE OF QUANTITIES FOR CIVIL

Seperate sheets enclosed for BOQ & Estimate for Civil Works

Page 43 of 66

ANNEXURE-‘E’

FINANCIAL BID (PART-B)

FORMAT – III

ANNUAL REPAIRS AND MAINTENANCE OF <<Facility Details>>

Schedule C: SCHEDULE OF QUANTITIES FOR ELECTRICAL

Seperate Sheets enclosed

Page 44 of 66

ANNEXURE-‘E’

FINANCIAL BID (PART B)

FORMAT-IV

FINANCIAL BID FOR ABSTRACT OF COST

Format Description Amount

I A Schedule(A)Deployment of MAN POWER Rs.28,02,671-00

BSchedule(B) SCHEDULE OF QUANTITIES

FOR CIVIL WORKS & MATERIAL Rs.27,39,159-00

II CSchedule(C) SCHEDULE OF QUANTITIES

FOR ELECTRICAL Rs.19,56,895-00

Grand Total Rs.74,98,726-00

Date Signature of bidder

Full Name

Place Seal

Page 45 of 66

ANNEXURE-‘E’

ABSTRACT OF SCHEDULE

Name of Work: - ANNUAL REPAIRS AND MAINTENANCE OF CIVIL &

ELECTRICAL WORKS FOR THE YEAR 2018-19

(NACHARAM/GOSHAMAHAL/KAVADIGUDA)

NIT No. 52.W/17/13/1/ARM E-TENDERS(HDC1) /2018-PMD Dated: 13/12/2018

Estimated Cost put to tender (Rs.) Rs.74,98,726-00

Name of the Contractor

Sl.No. Name of component

Estimated cost

percentage above / below or at par the estimated cost

%

in Figures

Amount in

Rs.

Total Cost Rs.74,98,726-00

Page 46 of 66

Important Note:

1. The Percentage rate quoted by the tenderer shall be firm and inclusive of GST & all other applicable taxes, duties, cess, levies, Octroi etc.in respect of this contract and ESIC shall not entertain any claim whatsoever in this respect (Applicable GST on civil & Electrical Estimates and ESI/PF/GST on man power has also been included in arriving the above estimated amount of Rs.74,98,726-00.

2. The Estimated Cost Put to Tender has been worked out by taking into consideration the Cost Index of Hyderabad for DSR 2016 for Civil items & DSR 2018/SSR-17 for electrical items and considering the Market Rates for NDSR items.

3. The tenderer is required to quote a single consolidated Percentage only above/below Estimated Cost to cover all the rates of all the items. This column should not be left blank, otherwise the tender shall be treated as INVALID.

4. The Percentage shall be typed only in figures up to 2 (two) places of decimal along with algebraic sign.

5. The tenderer shall enable the macros before entering the figures, to see the quoted percentage and amount in words.

6. If the Percentage quoted both in words and figures are not clear, or if the rate is not quoted in Percentage, the offer will be treated as INVALID.

Signature of Contractor Regional Director

Address Telangana

Page 47 of 66

ENCLOSURE-I

EMPLOYEES’ STATE INSURANCE CORPORATION Serial No:_______

REGIONAL OFFICE , HYDERABAD , TELANGANA-500063

COMPLAINT FORM

NATURE OF COMPLAINT ELECTRICAL( ) CIVIL( )

DATE & TIME

LOCATION DETAILS

REPORTED BY: DESIGNATION: SIGN:

DESCRIPTION OF COMPLAINT:

JE REMARKS

ASSIGNED TO

(man power designation)

DATE COMPLETED TOTAL TIME : SPENT

Page 48 of 66

COMPLETED BY

(man power designation)

REMARKS OF COMPLAINANT SIGN:

REMARKS OF SUPERVISOR SIGN:

REMARKS OF CARE TAKER SIGN:

WORK COMPLETION REMARKS

BY JE(CIVIL/ELECL)

SIGN:

Page 49 of 66

ENCLOSURE-II

MAINTENANCE COMPLAINT REGISTER

Sr.No. Date and Time

Complainant Nature of complaint

Complaint attended Date and Time

Remarks Signature of Contractor

Page 50 of 66

Enclosure III

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

In consideration of the ESIC having agreed under the terms and conditions of the

Agreement No._____ dated ________ made between ESIC and Second Party (herein called

the said Construction Agency ______________ for the work ____________ hereinafter called

the said agreement) to production of irrevocable bank guarantee for Rs. __________

(Rupees_______________________________________________________________ only)

as a security/Guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement,

We___________________________________(hereinafter referred as to “the Bank” hereby)

(indicate the name of the bank)

Undertake to pay to the ESIC an amount not exceeding Rs. ___________________

(Rupees ______________________________________ only) on demand by the ESIC.

2. We _____________________ do hereby undertake to pay the amounts due and

payable under this Guarantee without any demure, merely on a demand from the ESIC stating

that the amount claimed is required to meet the recoveries due or likely to be due from the

Second Party. Any such demand made on the Bank shall be conclusive as regards the amount

due and payable by the bank under this Guarantee. However, our liability under this guarantee

shall be restricted to an amount not exceeding Rs.___________

(Rupees ________________ only).

3. We, the said bank further undertake to pay to the ESIC any money that is demanded

notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding

pending before any court or Tribunal relating thereto, a liability under this present being

absolute and unequivocal.

Page 51 of 66

The payment so made by us under this bond shall be a valid discharge of a liability

for payment there under and the Second Party shall have no claim against us making such

payment.

4. We __________________________ further agree that the guarantee herein contained

shall remain in full force and effect during the period that would taken for the performance of

the said agreement and that it shall continue to enforceable till all the dues of the ESIC under

or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or

Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said

agreement have been fully and properly carried out by the second party and accordingly

discharges this guarantee.

5. We __________________________ (indicate the name of Bank) further agree with the

ESIC that, the ESIC shall have the fullest liberty without our consent and without effecting in

any manner our obligations hereunder to vary any of the terms and conditions of the said

agreement or to extend time of performance by the said contractor(s) from time to time or to

postpone for any time or form time to time any of the powers exercisable by the ESIC against

the said Second Party and to bear or enforce any of the terms and conditions relating to the

said agreement and we shall not be relieved from our liability by reasons of any such variation,

or extension being granted to the said contractor or for any forbearance, act of omission on the

part of the ESIC or any indulgence by the ESIC to the said contractors or by any such matter

or thing whatsoever which under the law relating to sureties would, but for this provision, have

effect of so relieving us.

6. The guarantee will not be discharged due to the change in the constitution of the Bank or the contractor.

7. We_____________________ lastly undertakes not to revoke this guarantee except with the previous consent of the ESIC in writing.

8. This guarantee shall be valid upto _______. Unless extended on demand by ESIC.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.

_________(Rupees _______________________________________________only) and

unless a claim in writing is lodged with us within six months of the date of expiry of the

extended date of expiry of this guarantee all our liabilities under this guarantee shall stand

discharged.

Dated the _______ day of ____________________ for

______________________________ (indicate the name of bank).

Page 52 of 66

Enclosure-IV

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the “Contract”) is made the ________ day of the month of ___________ 2018 between Regional Office, ESIC, <<State name>>on the one hand

(hereinafter called the Employer) and on the other

and_____________________________________(hereinafter called the Contractor)

Whereas

a. the client has accepted the offer of the Contractor to provide certain services for

Annual Repairs and Maintenance of (Civil and Electrical) works for <<Facility name>> <<State>> Region for the year 2018-19.

b. the contractor, having represented to the client that they have the required professional skills, personnel and technical resources, have agreed to provide the services on the terms and conditions set forth in this contract Agreement.

Now therefore the parties hereto hereby agree as follows:

1.0 The following documents attached hereto shall be deemed to from an integral part of this contract:

1 Instruction to Tenderers Annexure ‘A’

2. General Conditions of Contract Annexure ‘B’

3

particular conditions of contract along with

enclosure I, II, III & IV A Annexure ‘C’

4. Additional Particular conditions of contract Annexure ‘D’

5.

Finance Bid (Format I to IV and Abstract of

Schedule) Annexure ‘E’

6.U undertaking Annexure ‘F’

7 checklist of documents submitted with tender Annexure ‘G’

8 Proforma of Affidavit for Non-Blacklisting Annexure ‘H’

Page 53 of 66

2.0 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the contract; in particular:

a. The Contractor shall carry out the services in accordance with the provisions of the contract; and

b. The client shall make payments to the contractor in accordance with the provision of the contract,

In witness whereof, the parties hereto have caused this contract to be signed in their respective names as of the day and year first above written.

FOR AND ON BEHALF

OF (CLIENT)

FOR AND ON BEHALF

OF (CONTRACTOR)

Page 54 of 66

“Annexure-H”

PROFORMA OF AFFIDAVIT FOR NON – BLACK LISTING

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any State/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such information comes to the notice of the department then I/we shall be debarred for bidding in ESIC in future forever. Also, if such an information comes to the notice of department on any day before date of start of work, the Engineer - incharge shall be free to cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs. 10/-

Signature of Bidder(s) or an authorized

Officer of the firm with stamp

Signature of Notary with seal

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 55 of 66

Sample letter for Acceptance of tender

By REGISTERED POSTNo. Dated,

To

(Name and Address of the contractor)

Subject: (Name of work as appearing in the tender for the work).

Dear Sir(s)

Your tender for the work mentioned above has been accepted by Regional Director, ESIC at your tendered / negotiated tender amount of Rs…………………(Rupees……………………….) which is …………..% below / above the estimated cost of Rs…………………..(Rupees……………..)

1. You are requested to submit the performance guarantee of Rs. ………………(Rupees………………….) within 7 days of issue of this letter. The Performance Guarantee shall be in any of the prescribed form as provided in General Condition of Contracts and shall be valid upto ………… On receipt of prescribed performance guarantee necessary letter to commence the work shall be issued and site of work shall be handed over to you thereafter.

2. Please note that the time allowed for carrying out the work as entered in the tender …….days, will be reckoned from ……..days from the date of issue of this letter.

Yours faithfully,

Regional Director

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 56 of 66

Sample letter for Commencement of works

By Registered Post

No. Date:

To

(Name and Address of the contractor)

Subject: (Name of work as appearing in the tender for the work).

Ref: 1. Performance guarantee submitted by you vide your letter

No ………. Dated ………… for above work.

2. This office letter of intent/ acceptance of tender No……….dt………

Dear Sir(s)

1. In continuation to the letters referred above, you are requested to attend this office to complete formal agreement within 15 days from stipulated date of start.

2. You are requested to contact the Engineer-in-charge …………… (complete address) for taking possession of site and starting the work on or before …… days from the date of letter of acceptance of tender. Please note, that the time allowed for carrying out the work as entered in the tender ( ) days, will be reckoned from …… to …..days from the date of issue of acceptance letter

Yours faithfully,

Regional Director

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 57 of 66

SUMP CLEANING PROCEDURE

1. The first stage starts with cleaning of flooring,ceiling and walls of the water tank with the special high pressure water jet cleaner. This process removes the layers of the calcinations and dirt of water tank.

2. Second stage starts after cleaning ceiling and wash of the water tank neatly. The dirty water and sludge is removed from the water tank by using a special sludge pump. This pump removes dirty water totally from water tank.

3. Third stage starts with cleaning flooring of water tank by using a industrial vacuum cleaner. In this special process the remaining dirt and sludge is again removed from the water tank.

4. Fourth stage is spraying of anti-bacterial agents on walls.

5. The final stage of Sump cleaning is using specially developed ultra violet radiator bulb/tube in the Sump which kills the remaining floating bacteria which have remained.

TESTING OF WATER PROCEDURE

1. Drinking water is to be tested periodically every 3 months.

2. The following tests are to be conducted in authorized Govt./Pvt. Laboratory in the jurisdiction of Hyderabad.

a) Physical Parameters

1. Colour

2. Turbidity (NTU)

3. Odour

4. PH at 25c

5. Electrical conductivity at 25c

b) Microbiological Analysis

1. Residual Chlorine

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 58 of 66

2. Microscopic Examination

3. Coliform Bacteria

4. E. coli

c) Chemical Characteristics

1. Calcium (as CaCo3)

2. Magnesium (as CaCo3)

3. Ammonia (as N)

4. Nitrate (as N)

5. Fluoride

3. Test report with authorized signatory of Govt/Pvt Laboratory is to be submitted along with bill.

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 59 of 66

LIST OF APPROVED/ PREFERRED MAKES (CIVIL)

No Materials Approved Brands

1. Cement (Grey) J. P. Rewa, Vikram, Shri Cement, Birla J &K & cement Corporation of India.

2. Steel SAIL/ TISCO/Jindal Steel/ RINL or other primary producer of steel as approved by Ministry of Steel

3. Floor Tiles (Mosaic) ISI marked Shyam Tiles, Super Tiles, Hind Mosaic,Vyaara Tiles

4. Floor Tiles (Chequerred) (ISI marked only)

Shyam Tiles, Super Tiles, Hind Mosaic, vyaara Tiles

5. C.P. Brass Bib Cock, Pillar Cock, Stop Cock etc. (ISI marked only)

Jaguar, Marc, Hindware,Parryware

6. C.P. Brass Shower Rose 125 mm dia Jaguar, Marc,kohler,grohe.

7. C.P. Brass Towel rail Jaguar, Marc, Hindware, Parryware,kohler,grohe.

8. C.P. Brass Flush Valve (ISI Marked) Jaguar Marc ,Hindware, Parryware,kohler,grohe.

9. C.P. Brass Waste Coupling Jaguar, Marc, kohler,grohe.

10. Urinal Stalls (ISI Marked only) Hindware, Neycer, Parryware, Cera

11. Squatting Pan (ISI Marked only) Hindware, Neycer, Parryware, Cera

12. P.V.C. Flush Tank (ISI Marked only) Hindware, Neycer, Parryware, Cera

13. Wash Basin (ISI Marked only) Hindware, Neycer, Parryware, Cera

14. Water Closets (ISI Marked only) Hindware, Neycer, Parryware, Cera

15. Kitchen Sink (Fire Clay) (ISI Marked only) (IS771)

Sunfire, Padmani, R.K.C.P, prayag,jayna,neelkanth

16. Kitchen Sink (Stainless Steel)(ISI Marked only)

Nirali, Blue Star,prayag,jayna,neelkanth

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 60 of 66

17. G.I. Pipes (ISI Marked only) Asian, Tata, Jindal

18. PVC Tanks (ISI Marked only) Sintex, Electroplasto, Plastoor Equivalent

19. C.I. Pipes (ISI Marked only)(IS:1536) Truform Engineers, Neco,Kapilansh

20. D.I. Pipes Electro Steel Castings Limited, Kapilansh

21. Flush Door Shutters (ISI Marked only) Kutty, Kenwood,Swastik, Duro, Kitply,Century.

22. Aluminium Door Fittings (ISI Marked ) Classic, Prestige, Shalimar or Equivalent

23. Oxidised M.S. door Fittings (ISI Marked only)

Ashish or equivalent

24. Black Enamelled M.S. Hinges (ISI Marked only)

Ashish or equivalent

25. Steel Door / Window Frames AGEW, SenHarvik , Shiv Mular, Steel Plast

26. Mortice Lock (ISI Marked only) Godrej, Harrison, Dorset

27. Steel Sectional Windows/ Ventilators AGEW, SenHarvik , Shiv Mular, Steel Plast

28. Particle Board/ Plywood (ISI Marked only)

Kitboard, Anchor, Archid, Duro,National

29. Aluminium Extruded Body Diescast Door Closures (ISI Marked only) (IS :3564)

Hardywyn, Everite , or Equivalent

30. Stone Ware Pipes Grade-A (ISI Marked only)

Sonya, Supertech, Cherry

31. Centrifugally Cast Soil Pipes (ISI Marked only)

NECO, BIC, Kapilansh or Equivalent

32. C.I. Rain Water pipes (ISI Marked only) NECO, BIC, Kapilansh or Equivalent

33. UPVC Rain Water Pipes (ISI Marked only)(IS :13592)

Astron Fittings (14375), Finolex Supreme, Prince

34. Steel Tubes for structural purposes (ISI TATA ,jindal,surya or equivalent

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 61 of 66

Marked only) (IS: 1161)

35. Manhole Covers (ISI Marked only)(IS:1726)

Neco,Kapilansh or equivalent

36. Water Proofing Compound (ISI Marked only)

Fosroc, Pidilite, Sapseal,STP

37. Ceramic Floor Tiles Kajaria, Somany, Orient-BellJhonson

38. Ceramic Wall Tiles Kajaria, Somany, Orient-Bell,Jhonson

39. Putty (ISI Marked only) (IS:419) J K , Birla Shalimar or equivalent

40. Anodized Aluminium Section (ISI Marked only)

Jindal, Indalco, Hindalco

41. Factory made concrete blocks Sabar, Ved PMC ,JK,Eco green

42. White cement (ISI Marked only) Birla White, J.K. White or equivalent

43. Glass sheet (Float / Plain) (ISI Marked only)

Modi Float, Saint Gobin, Asahi

44. PTMT Ball Cock (ISI Marked only) Prayag ,jaquar,kohler,grohe or Equivalent

45. PTMT Accessories (ISI Marked only) Prayag , jaquar,kohler,grohe Equivalent

46. G.I. Fittings R. Brand, DRP,Zolto,ICs,unik

47. Clamps for pipes Chilly or Equivalent

48. Gate Valves (ISI Marked) Zoloto , Leader,Sant

49. CPVC Pipes Astral, Supreme, Kissan

50. External Premium Acrylic Paint Apex Ultima of Asian Paints, Dulux Weather Shield max of ICI Dulux

51. External Smooth Acrylic Paint Apex of Asian Paints, Weather Shield of ICI Dulux

52. Acrylic Plaster NITCO, Asian Paints

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 62 of 66

53. Interlocking Paver Blocks Super, Duracrete, NITCO, Vyyara

54. Vitrified floor tiles Kajaria, Somany, Orient-Bell, RAK.

55. Oil Bound Washable Distemper / Acrylic distemper

Asian paint / Berger/ Dulux/Nerolac

56. Cement Primer Asian paint / Berger/ Dulux /Nerolac

57. Red Oxide Zinc Chromate primer Asian paint / Berger/ Dulux /Nerolac

58. Plastic Emulsion Paint Asian paint / Berger/ Dulux /Nerolac

59. Synthetic Enamel Paint Asian paint / Berger/ Dulux /Nerolac

60. Pigment Asian paint / Berger/ Dulux/ Nerolac

61. Plaster of Paris Birla, JK or equivalent

62. Epoxy Paint Asian Paint, Berger, Dulux/ Nerolac

63. Plastic Seat with lid Parryware, Hindware, Seabird, Orient (Coral)

64. PVC Shutters & Frame Rajashree,Plastiwood

65. PVC Rigid Pipes Duke, Supreme, Prince,

66. RMC Plant L & T, RMC, ACC,Ultratech, Godrej.

67. APP Sheet for water proofing treatment Asian paint,Shalimar S.T.P.

68. Acrylic Polymer Anuvi Chemical, SunandaSpe. Coating Pvt. Ltd, SKG Constn. Chemical Pvt. Ltd

69. Rusticide Anuvi Chemical, SunandaSpe. Coating Pvt. Ltd, SKG Constn. Chemical Pvt. Ltd

70. Passivator Anuvi Chemical, SunandaSpe. Coating Pvt. Ltd, SKG Constn. Chemical Pvt. Ltd

71. Water Proofing Compound Fosrock, CICO, Pidillite, BASF, Laticrete, Ardex, Endira.

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 63 of 66

LIST OF APPROVED/ PREFERRED MAKES (ELECTRICAL)

No. Materials Approved Brands

1. RIGID FR PVC CONDUIT PIPE NIHIR, PRECESION, POLYCAB

2. ACCESSORIES OF CONDUIT ( I.E. BEND, TEE COUPLER,ELBOW ETC.)

SAME MAKE OF PIPE

3. COPPER WIRE /CONDUCTOR FINOLEX, POLYCAB, RR CABLE, HAVELLS, AVOCAB, ANCHOR

4. MODULAR TYPE SWITCH/SOCKET,PLUG ETC.

MK , LEGRAND, ANCHOR, HAVELLS

5. MCB / ELCB/ RCCB/ MCBDP/TP LEGRAND,ABB,HAGER, SCHEINDLER L&T, SIMENS

6. MCCB / ACB ABB, SCHEINDER, SIMENS, L&T

7. LIGHTING FIXTURES & LAMPS PHILIPS, CROMPTON, WIPRO, HAVELLS

8. CEILING FANS & EXHAUST FAN CROMPTON, ORIENT, HAVELLS, BAJAJ, USHA

9. GEYSER RECOLD, HAVELLS, BAJAJ, USHA, AO SMITH

10. PVC TAPE STEEL GRIP, ANCHOR , JONSON

11. CALL BELL ANCHOR, ORPAT, MAX

12. DISTRIBUTION BOARD INDOCAPP, HAVELLS, SIMENS,L&T

13. STREET LIGHT FIXTURES AND LAMPS PHILIPS, CROMPTON, HAVELLS, BAJAJ, SYSKA

14. CFL LAMPS/ LED LAMPS PHILIPS, CROMPTON, HAVELLS, BAJAJ, SYSKA

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 64 of 66

15. TELEPHONE WIRE RRCABLE, FINOLEX, DELTON, POLYCAB

16. LAN WIRE TYCO ELE.(AMP), SCHEINDER, R&M, SYSTIMAX

17. TELEPHONE TAG BOX KRONE OR EQUIVELENT BRAND

18. TELEPHONE/ TV SOCKET ISI MARKED ONLY

19. MAIN LT CABLE FINOLEX, POLYCAB, RR CABLE, HAVELLS, TORRENT, AVOCAB

20. CABLE LUGS DOWELLS, JOHNSON, HEX

21. CABKLE GRANDS DOWELLS, SIMENS, CROMPTON, HEX

22. CONNECTORS L&T, SCHINDER, SIMENS, ABB

23. CABLE JOINTING KIT RAYCHEM, DENSON, M-SEAL

24. WINDOW/ SPLIT TYPE A.C. MACHINE HITACHI,DAIKIN, TOSHIBA, BLUESTAR, CARRIER

25. WATER COOLER VOLTAS, USHA, BLUESTAR

26. MOTOR PUMP SET CROMPTON, KIRLOSKAR, KSB

27. MS CONDUIT BEC, AKG, STEELCRAFT, NIC, RMCON

28. CABLE TRAY INDIANA, RUSHABH , PROFAB, AKB

29. IRON CLAD SWITCH WITH REWIREABLE FUSE /SFU

KEW, TRISHUL, SUPER, C&S

30. METALCLAD SWITCH WITH REWIREABLE FUSE /SFU

HAVELLS, KEW, C&S, INDOASIAN

31. PROTECTION RELAY L&T, SIEMENS, ABB, CULTER HAMMER

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 65 of 66

32. ANALOG / DIGITALMETER/LOAD ABB, HPL MANAGER

L&T, SCHIENDER

33. TRANSFORMER KIRLOSKAR, VOLTAMP, ABB,T&R,CROMPTON

34. HT VCB SIEMENS, ABB, L&T, CROMPTON

35. HT CABLE HAVELLS, FINOLEX, POLYCAB, TORRENT,AVOCAB

36. PUSH BUTTON SIEMENS, ABB, L&T, SCHNEIDER

37. INDICATING LED LAMP SIEMENS, ABB, L&T, WIPRO

38. PUSH BUTTEN SIEMENS, ABB, L&T, SCHNEIDER

39. TIMERS L&T, SIEMENS, ABB, CULTER HAMMER

40. SELECTOR SWITCH L&T, HPL, CUMMINS, HAVELLS

41. CTS & PTS KAPPA, L&T, AREVA, MAXWELL

42. SCREW RK, ACTION OR EQUAIVELENT

SIGNATURE OF AUTHORISED OFFICER SIGNATURE OF CONTRACTOR

Page 66 of 66