Upload
others
View
8
Download
0
Embed Size (px)
Citation preview
P
age1
REGIONAL OFFICE
EMPLOYEES' STATE INSURANCE CORPORATION
PANCHDEEP BHAWAN, SECTOR-16, FARIDABAD (HARYANA)
Ph: 0129-2222980, 81; Fax: 0129-2284728; e-mail: [email protected]
“NOTICE FOR E-TENDER FOR FY 2019-20”
"ववववव वववव 2019-20 वव ववव व-वववववव वव ववव ववववव"
Name of Work:- E-Tender from reputed agencies under two bid systems for Annual
Repair and Maintenance of Civil & Electrical Works at ESIC Model Hospital, Sec.-9A,
Gurugram and its attached staff quarters and Dispensaries at Udyog Vihar (Civil Lines)
& Near Shama Restaurant for the period of one year.
Working Site: - ESIC Model Hospital, Sec.-9A, Gurugram and its attached staff quarters
and Dispensaries at Udyog Vihar (Civil Lines) & Near Shama Restaurant.
TENDERING AUTHORITY:-
Sd/-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
P
age2
Sh. No. Name of Sub-Head Page No. 1 ADVERTISEMENT NOTICE
3
2 IMPORTANT INSTRUCTIONS FOR BIDDERS
REGARDING FOR ONLINE BID SUBMISSION 4
3 NOTICE INVITING E-TENDER
7-9
4 SCOPE OF WORK
10-22
5 MINIMUM MAN POWER TO BE AT SITE FOR
HOSPITAL WORKS 23-24
6 INSTRUCTION TO THE TENDERERS 25-31
7 GENERAL CONDITIONS OF CONTRACT 32-39
8 SPECIAL CONDITIONS OF CONTRACT 40-41
9 PARTICULAR CONDITIONS OF CONTRACT 42-48
10 TECHNICAL BID FORM (FORMAT I TO VIII) 49-57
11
INTEGRITY PACT DOCUMENT (FORMAT IX) 58-65
12
FORM OF PERFORMANCE SECURITY BANK
GUARANTEE BOND (FORMAT X) 66-67
13 ENCLOSURE I TO VI
68-71
14 FINANCIAL BID
Sd/-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
C O N T E N T S
P
age3
Regional Office
Employees’ State Insurance Corporation,
(Ministry of Labour and Employment, Govt. of India)
Panchdeep Bhawan, Sector- 16, Faridabad
Haryana- 121002
Tel (O):- 0129-2222980/81
E-mail- ID- [email protected]
F. No. - 13/W/13/13/2019-20/ESICMH Ggn. /Const. Date: 08/08/2019
ADVERTISEMENT NOTICE
The Additional Commissioner & Regional Director, ESI Corporation, Regional Office, Faridabad
invites on behalf of the Director General, ESI Corporation, E-Tender from reputed agencies
under two bid systems for Annual Repair and Maintenance of Civil & Electrical Works at ESIC
Model Hospital, Sec.-9A, Gurugram and its attached staff quarters and Dispensaries at Udyog
Vihar (Civil Lines) & Near Shama Restaurant for the period of one year. The site of above said
work will be,
126- Bedded ESIC Model Hospital, Sec.-9A, Gurugarm.
2 Nos. Dispensaries at Udyog Vihar (Civil Lines) & Near Shama Restaurant and its staff
quarters if any.
Sr.
Name of Work
Estimated Cost in Rupees
Cost of Earnest Money Deposit
Cost of Performance
Security Money
Submission Date of Tender
1
Annual Repair and Maintenance of Civil & Electrical Works & at ESIC Model Hospital Gurugarm and its attached staff quarters and Dispensaries at Udyog Vihar (Civil Lines) & Near Shama Restaurant.
Rs. 1,35,70,648/-
Rs. 2,71,413/-
@2% of estimated
cost
@5% of Quoted Amount
04/09/2019
Up to
02: 00 pm
Details of the Tender Document can be seen at ESIC's website http://www.esic.nic.in at Tenders.
Sd/-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
P
age4
Regional Office
Employees’ State Insurance Corporation, (Ministry of Labour and Employment, Govt. of India)
Panchdeep Bhawan, Sector- 16, Faridabad
Haryana- 121002
Tel (O):- 0129-2222980/81
E-mail- ID- [email protected]
F. No. - 13/W/13/13/2019-20/ ESICMH Ggn. /Const. Date: 08/08/2019
Important Instructions for Bidders regarding for online bid submission The tender documents are available on website https://eprocure.gov.in/eprocure/app and the
same can be downloaded as per the schedule given in the CRITICAL DATE SHEET.
Bidder should get registered at https://eprocure.gov.in/eprocure/app
Bidders/Contractors are advised to follow the instructions provided in the ‘Instructions to the Contractors/Bidders for the e-submission of the bids online through the Central Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app. Bid documents may be scanned with 100 dpi with black and white option (Clearly visible) which helps in reducing size of the scanned document. Bidders, who have downloaded the tender from Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app , shall not modify the tender form including downloaded price bid template in any manner. In case the same is found to be tampered with / modified in any manner, tender will be completely rejected and EMD shall be forfeited and the bidder is liable to be banned from doing business with ESIC.
INDICATIVE CRITICAL DATE SHEET
Date of Publishing 08/08/2019 at 09:00 AM
Bid Document Download Starts 08/08/2019 at 10:00 AM
Bid Submission Starts 08/08/2019 at 02:00 PM
Bid Submission Ends 04/09/2019 at 02:00 PM
Bid Opening Date 05/09/2019 at 02:30 PM
Sd/-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
P
age5
Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
I. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.
II. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
III. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
IV. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their profile.
V. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
VI. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the required documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / email in case there is any corrigendum issued to the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before
submitting their bids. 2. Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard
P
age6
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS 1. Bidder should log into the site well in advance for bid submission so that they can upload the bid
in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument / scan copy.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315. Foreign bidder can get help at +91-79-40007451 to 460.
P
age7
Regional Office
Employees’ State Insurance Corporation, (Ministry of Labour and Employment, Govt. of India)
Panchdeep Bhawan, Sector- 16, Faridabad
Haryana- 121002
Tel (O):- 0129-2222980/81
E-mail- ID- [email protected]
F. No. - 13/W/13/13/2019-20/ ESICMH Ggn. /Const. Date: 08/08/2019
NOTICE INVITING E-TENDER
E-Tenders under two bid systems are invited from the eligible contractors for providing services
listed under scope of work in the bid document. The details of which are as follows:-
Sl. No
Description Details
1 Name of work: - Annual Repair and Maintenance of Civil & Electrical Works & at ESIC Model Hospital Gurugarm and its attached staff quarters and Dispensaries at Udyog Vihar (Civil Lines) & Near Shama Restaurant.
2 Estimated Cost: - Rs. 1,35,70,648/- and GST will be Extra.
3 Period of Contract: - Twelve Months (12) and it may be extended for another one year after satisfactory service on same rate & terms and conditions.
4 Earnest Money Deposit: -
Rs. 2,71,413/- (Rupees Two lakhs Seventy-One Thousand Four hundred and Thirteen only) to be deposited along with tender, through Demand Draft in favour of ESI Fund A/C No. 02, payable at Faridabad. Bids received without EMD or in any other form shall not be considered and summarily rejected.
5 Cost of Tender: - Not Applicable.
6 Date of submission of Tender: -
Up to 2:00 pm on 04/09/2019 in the tender box will be kept in Regional Director, R. O. ESIC, Panchdeep Bhawan, Sector- 16, Faridabad, Haryana- 121002.
7 Date of opening of Tender:
The tenders shall be opened in the presence of the Bidders (who choose to be present) on 05/09/2019 at 2:30 PM in the conference room R. O. ESIC, Panchdeep Bhawan, Sector- 16, Faridabad, Haryana. In case that bid opening, date is a declared Public Holiday, tenders shall be received & opened as per above schedule on next working day.
8 Tender Document: - Tender documents containing terms & conditions can be obtained from online portal https://eprocure.gov.in/eprocure/app during round of clock w.e.f. 08/08/2019 to 04/09/2019. The tender document can also be downloaded from the website http://www.esic.nic.in
9 Minimum Eligibility Criteria: -
Documents to be uploaded: -
(a) EMD in the form of Bank Draft for Rs. 2,71,413/- (b) Copy of PAN Card, (c) Copy of Tender Document should be signed stamped and serial numbered on all pages. (d) Certificate of Incorporation/ Registration Certificate of Firm / Memorandum and Articles of Association/Partnership Deed/ Declaration of Proprietorship as the case may be, (e) Copy of Income Tax Return for last Three Financial Years (i.e. 2015-16, 2016-17 & 2017-18), ended on 31/03/18. (f) Copy of Balance Sheet for last Three Financial Years (i.e. 2015-16, 2016-17 & 2017-18), ended on 31/03/18.
P
age8
(g) Copy of Profit & Loss Account for last Three Financial Years (i.e. 2015-16, 2016-17 & 2017-18), ended on 31/03/18. (h) Copy of GST Certificate with Latest Challan/latest payment detail, (i) Technical Bid Forms self-filled (Format I to VIII), (j) Copy of Integrity Pact certificate (Format- IX) (k) Experience certificate of similar nature of work i.e. Annual Repair & Maintenance (Civil & Electrical) in composite category during last seven years, of prescribed value as per tender document. (l) Satisfactory completion certificate of similar nature of work Annual Repair & Maintenance (Civil & Electrical), during last seven years as per tender document, (m) ESI Certificate with Latest Challan/latest payment detail. (n) EPF Certificate with Latest Challan/latest payment detail. (o) Annual Turn Over Certificate which is signed by Chartered Accountant for last Three financial years (i.e. 2015-16, 2016-17 & 2017-18), ended on 31/03/18. (p) Valid Electrical license (HT/LT works) Registration/ Enlistment certificate in Civil & Electrical Category for execution of Civil and Electrical works (ARM /Construction works) under the CPWD/State PWD/Central Govt. / State Govt. / PSUs/MES/Railways etc. (q) Undertaking as an affidavit on Rs. 100 stamp paper that the Firm has not been Blacklisted or Debarred by any of the ESIC Institution or any Govt. Offices anywhere in India, (r) ISO Certificate for Civil & Electrical works, if applicable (s) Labour License under the Contractor Labour Act (R & A, Act 1970), if applicable Sealed, Signed Technical Bid documents & Separate Financial Bid shall be submitted otherwise tender will not be evaluated. All the documents should be self-attested and clearly visible (readable) for evaluation.
10 Technical Eligibility criteria
(i) Experience of having successfully completion of similar works (Annual Repair & Maintenance of Civil & Electrical Works) during last 7 years ending last day of previous month to the one in which applications are invited should be either of the following.
(a) Three similar completed works (Annual Repair & Maintenance of Civil and Electrical Works) costing not less than the amount equal to 40% of the estimated cost.
Or (b) Two similar completed works (Annual Repair & Maintenance of Civil and
Electrical Works) costing not less than the amount equal to 60% of the estimated cost.
Or (c) One similar completed works (Annual Repair & Maintenance of Civil and
Electrical Works) costing not less than the amount equal to 80% of the estimated cost.
(ii) (a) The bidder should have experience of Annual Repair & Maintenance of Civil & Electrical works at least 100 bedded or more bedded Hospitals, OR (b) The bidder should have experience of Annual Repair & Maintenance of Civil & Electrical Works in Government organizations. (iii) Preference will be given to the Agencies having experience in the field of ARM of Electrical works at CPWD/ State Govt. PWD/ Semi Govt./ ESIC’s/ PSUs/ MES/
P
age9
Railways) and the agency shall produce document issued from the authorities concerned for which it has worked. (iv) Experience of having satisfactory/successfully completed similar works such as ARM of Civil & Electrical Works, Documentary proof for above shall be produced along with the technical bid.
11 General Instruction The bidders should submit the documents according to Format- V offline and online for technical bid and along with self-attested photocopies. It must be legible and signed and stamped. Any overwriting must be attested by authorized signatory; otherwise the bid is likely to be rejected. Agencies / Firms already debarred/ blacklisted by any of the ESIC Institution /Government Offices anywhere in India need not apply & will be summarily rejected during the black listed / debarred period. Agency shall provide an Affidavit in support of not blacklisted or debarred from any ESIC or Government Offices with technical bid. The evaluation of technical and financial bid shall be done from online uploaded documents only. In case of any discrepancy the physical documents shall be scrutinized.
12 Details of work of Scope
The scope of work mainly consists of job of Annual Repair & Maintenance Work of Civil & Electrical and General Maintenance of ESIC owned buildings. The Contractor is required to perform Annual Repair & Maintenance works of Civil & Electrical works with complete finishing as per guideline of Manufacturer Norms & maintenance jobs shall be carried out as per instruction of Engineer- in-charge given to the Contractor’s supervisor/personnel.
13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 90 days.
14 Performance Security Money
The bidder shall furnish Performance Security Money to the purchaser for an amount equal to at the rate of 5% of total quoted Amount shall be made by Demand Draft/Bank Guarantee/FDR in favour of “ESI Fund A/C. No – 2”, Payable at Faridabad within 7 days after issuance of LOA. The performance security can be encashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.
15 Annual Turnover The Annual turnover of the agency must not be less than Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost during the last three financial (i.e. 2015-16, 2016-17 & 2017-18), ended on 31/03/18.
16 Pre Bid Meeting Pre bid meeting will be held on 14/08/2019 at 2:00 pm. Bidders are advised to send their queries to [email protected] at least 24 hours before pre bid meeting.
Sd/-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
P
age1
0
ANNEXTURE- B-I SCOPE OF WORK
The Civil work will be executed on Bill of Quantity basis.
1. Annual Repair and Maintenance of Civil works for Hospital Building & it’s attached dispensary
buildings:-
Operation for Water supply, sanitary and plumbing works.
Replacement of Water Supply and Sanitary Installation Items i.e. Plumbing, Fitting/ Fixtures etc.
Cleaning of Storm water drainage, rain water harvesting & sewage disposal works including sewer
pumps.
Cleaning of Sewer lines of the Hospital and dispensaries and Staff Quarters.
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.
All hospital & staff quarters U/G tanks O/H tanks are required to be cleaned periodically.
Operation and Maintenance of the existing Water Bore -well for uninterrupted water supply.
Carpentry works for doors & windows,
Replacement of frames, shutters and fittings / fixtures for doors/ Windows/ventilators etc.
Stoppage of seepage / leakages from toilets and water supply and sanitary installation fixtures,
Removal of blockages from Water Supply &Sanitary lines and internal & external drains.
Providing water proofing treatment to the roof & other areas by duly verifying the existing
guarantee obligations in r/o earlier done water proofing works.
Major repairs of internal roads and pavements e.g. Re-laying new road courses / pavement
Concrete etc.
Major repairs/replacement of flooring, skirting, dado and plaster.
Repair to floor / dado tiles.
Replacement of glass panes, doors & window fixtures.
Leakage / seepage control measures in toilets & roofing.
Periodic cleaning of internal and external drains, water tanks.
Only Class A Brick, fine & coarse sand, reputed brand of cement bag & TMT steel bars should be
used in materials.
Always cleaning the construction site.
Only Class- I, reputed brand, ISI marked materials would be used in repair work of civil maintenance
works.
The agency should be provided any materials for civil works are as per ISI norms and manufacturer.
The agency should be maintained all statutory records and registers.
That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.
P
age1
1 That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of
each day’s work.
2. Manpower for Annual Repair and Maintenance of Civil works
The agency shall be responsible to depute their supervisor in Hospital to meet MS/DMS/DD/AE/JE or
Maintenance In charge’s and note complaint on weekly basis.
The agency shall have to display on notice board, the name of maintaining agency along with Facility
Manager/Engineer/Supervisor’s name to be contacted with Telephone nos. for lodging the
complaints.
Whenever, Civil Engineer is required at site the agency will provide.
Man power Attendance Register, Muster Roll & Wage Register is to be maintained by the agency
and a copy of which shall be produced with monthly bill.
Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff
by the contractor. Bio - data of each staff should be maintained and whenever asked will have to be
shown immediately.
The agency should be maintained safety precaution for labourers.
Day to day maintenance activities are to be carried out by a mechanism of Service Centre where all
sorts of complaints from users of the facilities are received and attended. The Service Centre is to be
manned by various categories of unskilled / semi – skilled / skilled manpower or maintenance staff
e.g. Supervisor, Carpenter, Mason, Plumber, Sewer man, Mason, Mate, Helpers etc. under the
supervision of engineering personnel in appropriate number in order to carry out day to day
maintenance activities efficiently and effectively.
Unskilled / semi – skilled / skilled manpower or maintenance staff is to be generally decided as per
the yardsticks given in Annexure- B-III, which is as per CPWD Maintenance Manual.
3. White Wash works for Hospital Building & Staff Quarters:-
Painting after completely scrapping the existing finish and preparing the surface a fresh on external
& internal surfaces.
Re - painting of external / internal walls, Repairs to external/ internal plaster.
White Wash and Painting of Hospital and Residential Colony as per current CPWD norms.
4. Horticulture and Landscaping works:-
The constant monitoring of landscaping and horticulture works is indispensable for having desired
results. The contract document should be made comprehensively so as to cover whole gamut of
activities related to maintenance of landscaping and horticulture works, mainly the following items :
Redoing of lawns wherever required & their periodic maintenance.
Replanting of hedges wherever required & their periodic maintenance.
P
age1
2
Planting of seasonal flowers in flower beds / pots & their periodic maintenance.
Maintenance of existing plants, watering and trimming work on daily basis.
Providing and planting of new plants as per BOQ norms.
The agency should be provided Automatic (Electric Power/Diesel Power) lawn mower machine of
suitable capacity for horticulture works.
The agency should be cutting of grass, lawn mowing, hedge cutting, tree trimming, and provided
seasonal flowers on periodically basis.
SCOPE OF WORK (CIVIL/ELECTRICAL) IN ATTACHED DISPENSARIES
The agency should be cutting of grass, lawn mowing, hedge cutting, tree trimming, and provided
seasonal flowers on periodically basis.
All the dispensaries sewer line, water storm, drain lines, U/G tanks, O/H tanks, roof top are required
to be cleaned periodically.
The agency shall be responsible to depute their supervisor/technicians/others in the attached
Dispensaries to meet Dispensary Incharge/CMO/MO or Maintenance In charge’s and note complaint
on weekly basis.
Major and Minor repairs of Replacement of glass panes, water sanitary fittings/plumbing items/
white washing/ doors & window fixtures/Leakage/seepage control measures in toilets &
roofing/Periodic cleaning of internal and external drains, water tanks /internal roads and pavements
e.g. Re-laying new road courses / pavement Concrete /replacement of flooring, skirting, dado and
plaster/Repair to floor / dado tiles and any other miscellaneous items as directed by the engineer-in-
charge has to be done in the attached dispensaries.
Only Class- I, reputed brand, BIS marked materials would be used in repair work of Electrical/Civil
maintenance works.
Day to day maintenance activities are to be carried out by a mechanism of Service Centre where all
sorts of complaints from users of the facilities are received and attended. The Service Centre is to be
manned by various categories of unskilled / semi – skilled / skilled manpower or maintenance staff
e.g. Supervisor, Electrician/Technician, Helpers etc. under the supervision of engineering personnel
in appropriate number in order to carry out day to day maintenance activities efficiently and
effectively.
Check whether all control panel, fuses & instruments, DBs, electric wirings, switches & sockets,
CFL/LED lights, ceiling fans, water coolers and other miscellaneous instruments are healthy in the
building. If any material is required to be changed or repaired such as above mentioned items or any
other miscellaneous items as directed by the engineer-in-charge, it has to be immediately replaced
or repaired as per direction of Engineer-in-charge of R.O. Faridabad.
Sd /-
Additional Commissioner & Regional Director
R.O, ESIC, Faridabad (Haryana)
P
age1
3
ANNEXURE- B-II SCOPE OF WORK
The Electrical work will be executed on Bill of Quantity basis.
1. Annual Repair and Maintenance of Electrical works for Hospital Building & its attached dispensary
buildings: -
Operation for Electric substations HT/LT Sub Station (11 KV/440 V), HT/LT Transformers & HT/LT
Panels, Capacitors, CC TV & PA system, EPAB-X system, Lifts Services, & other electronically installed
equipments at ESIC Model Hospital, Sector-09A, Gurugram.
The agency shall maintain the all log book of electromechanical equipments like as DG sets, HT
meter, LT reading, etc. and should be checked & verified by ESICMH AE/Junior Engineer.
Operation & maintenance of Diesel Generator Sets & Regular update & maintained log book
whenever power cut and it should be checked & verified by ESICMH AE/Junior Engineer.
Only Class- I, reputed brand, BIS marked materials would be used in repair work of Electrical
maintenance works.
The agency should be provided any materials for Electrical works are as per ISI norms and
manufacturer.
The agency should be maintained all statutory records and registers.
That the work is carried out in an orderly manner without noise and obstruction to flow of traffic. That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of
each day’s work.
2. Manpower for Annual Repair and Maintenance of Electrical works
The agency shall be responsible to depute their supervisor in Hospital to meet MS/DMS/DD/AE/JE or
Maintenance-in-charge and note complaints on weekly basis.
The agency shall have to display on notice board, the Name of Maintaining Agency along with
Facility Manager/Engineer/Supervisor’s Name to be contacted with Telephone nos. for lodging the
complaints.
Whenever, Electrical Engineer is required at site the agency will provide.
Man power Attendance Register and Biometric attendance, Muster Roll & Wage Register is to be
maintained by the agency and a copy of which shall be produced with monthly bill.
Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff
by the contractor. Bio - data of each staff should be maintained and whenever asked will have to be
shown immediately.
The agency should be maintained safety precaution for laborers.
Day to day maintenance activities are to be carried out by a mechanism of Service Centre where all
sorts of complaints from users of the facilities are received and attended. The Service Centre is to be
P
age1
4
manned by various categories of unskilled / semi – skilled / skilled manpower or maintenance staff
e.g. Supervisor, Electrician, DG Operator, Lift Technician, Helpers etc. under the supervision of
engineering personnel in appropriate number in order to carry out day to day maintenance activities
efficiently and effectively.
Unskilled / Semi-Skilled / Skilled Manpower or Maintenance Staff is to be generally decided as per
the yardsticks given in ANNEXURE- B-III, which is as per CPWD Maintenance Manual.
3. for Electromechanically Equipments-
(A) Electrical Installation (Internal)
Persons engaged in maintenance work should be competent for the type of work involved and
should possess necessary trade license, qualification and required skills.
In any building, additions and alterations are bound to occur. When such additions/alterations
are to be undertaken, it is very important to check in advance the likely additional loading of
the distribution system so that strengthening the system is done suitably before allowing the
extra load to be connected for avoiding overloading of any part of the whole distribution
system. Even phase balancing may need to be redone so as to keep the neutral current as low
as possible. For complying with this safety aspect, the detailed distribution schematic diagram
indicating the wire/cable sizes, current rating of switchgear/ fuses, loading on individual circuit
etc. should be made available to the maintenance engineer. This may be kept up even in a
register form, with different pages for different floors/ wings for ready reference at any time.
This should be supplemented with detailed inventory.
The number of items to be maintained in a building may be many like fittings, fans, DBs, earth
sets etc. In order to achieve compliance to the prescribed periodicities for their routine
maintenance, each of these items may be divided into convenient numbers. For example, if
DBs are to be checked every month and there are 50 no. of DBs in a building, these maybe
checked at the rate of 2 or 3 DBs every day in a sequential order (programmed in advance) so
that all DBs are checked in a month. Maintenance activities carried out as per this schedule
should be noted in the Maintenance Register. When tests are carried out, the test results
should be recorded with appropriate identification / references.
The voltage of supply, total load current and power factor should be noted in log book every
day, preferably during peak loading time of the day. (In the case of isolated/unattended
buildings where it is not feasible to log daily, the period may be increased to weekly or
fortnightly as feasible).
P
age1
5
Inspection of electrical installation is intended primarily from fire safety considerations.
Following aspects need to be observed while conducting inspection and taking corrective action
with due coordination with the users.
Check that there is no sign of heating up, burning smell, discoloration or sparking in any of the
boards (SDBs /Main Boards) and Rising Mains. These may occur due to overloading or loose
terminations. Highly unbalanced loading may cause heavy neutral currents and consequent
heating of neutral conductors and terminals.
No temporary wiring should be allowed in the building in normal course.
No bare / open wiring should exist over the flooring / wall without mechanical protection by a
metallic conduit / channel.
There should not be incorrect use of socket outlets, such as connecting power load to light
socket, connection of multiple loads to one socket, use of heaters in record room, library etc. In
such cases of additional power demands, these should be provided on time after taking
approval of the competent authority
All DBs should be only of MCB type and all sockets for AC units are of industrial type controlled
by MCB.
The shafts / spaces for electrical services are not misused for storage or for dumping rubbish.
The space in front of DBs and sockets are free (without any storage of files/papers etc.)
No additions/alternations are done by the users to the electrical installations, by themselves
without consulting electrical engineer responsible for maintenance.
A record of loading up to DB level (in each phase in case of 3 phase DBs) should be maintained
after doing measurements of current using a clip on Ammeter. Such measurement should be
done, as far as possible during peak season (summer and winter) when the loads are likely to be
the highest.
The Power Factor (PF) should be maintained above 0.8 (or any such higher value as fixed by the
concerned power utility / SEB) to avoid penalty on this count. Adequacy of capacitors should be
examined for taking remedial actions, if required.
Information in the electricity bills should be examined in r/o maximum demand, pattern of
energy consumption & Power Factor etc. to ascertain the trend of loading, penal charges if any
being charged etc. for taking remedial actions on time.
While cleaning fittings and fans, the fixing/suspending arrangements should also be checked and
attended for their alignment & load carrying capacity.
Insulation test should be done during monsoon season, as per clause 16.2 of CPWD
specifications for Elect. Works Part -I Internal 2013.
P
age1
6
Earth continuity test and earth electrode resistance test should be conducted during summer
season as per clauses 16.4 and 16.5 of the above said book of CPWD specifications. Test results
should be recorded by giving references. If results are not satisfactory in any part of installation,
reason should be checked and corrective action taken immediately.
(B) Diesel Generating (DG) Sets
DG sets are normally provided as standby alternative source of electric power supply for feeding essential services in the event of failure of main supply. Provision of DG set is mandatory for multi-storied buildings & hospitals from fire safety and other considerations. It is absolutely essential that the DG sets and their control panels are maintained diligently for operational readiness at all times. All repairs and replacements should be done on priority. Activities indicated herein are basic in nature and these should be supplemented with manufacturer’s recommendations.
1. DG sets should be operated and maintained by well trained & adequately qualified
technical personnel of specialized & authorized agency.
2. As a first step towards satisfactory operation and maintenance, the concerned
maintenance engineer should know about all parts of the engine & alternator and
other associated components and their present functional condition. The
maintenance schedule basically covers aspects like keeping dirt off the engine’s
systems, lubrication, regulating the fuel, controlling the operating temperature,
engine breathing, guard corrosion and vibration etc..
3. Only genuine spare parts should be used for replacements of engine components. The
operating / maintenance personnel of engines should not wear loose garments while
on duty to avoid accidents.
4. Proper upkeep of maintenance records is very important. Log books are to be
maintained to record current, voltage, operating periods etc. Maintenance register
should indicate actual compliance to the schedule item wise. Major repairs or
replacements should be recorded in the history book.
5. Specific fuel consumption should be worked out every month and also checked by test
annually. Result must be recorded in the Log book.
6. Belt size, lubricant oil brand name and grade, and particulars of any other such
consumables should be noted on the front page of maintenance register for the
engine so that only the appropriate material is actually used in maintenance.
7. Batteries have certain limited life (3 or 4 years) and it also depends on the usage, and
rates of charging / discharging etc. The voltage readings give a fair indication in this
regard. Manufacturer should be consulted before resorting to replacement.
8. It is not uncommon that more loads are connected to the DG set over a period of
time. Do not allow the set to be loaded above 90% of its KVA rating, so as to allow for
P
age1
7
ageing. Keep a watch on the power factor of the load as well, since a lower power
factor will enable only a lower power (KW) output. Another important factor to be
kept in mind when new loads are added, is with regard to the type of load viz. motor
load, non-liner loads (like UPS, thyristor-controlled lifts etc.), as these loads will need
larger KVA rating then the steady state load KVA.
9. If major changes in pressure / temperature values are observed in comparison to
previous day readings, immediate corrective actions as necessary should be taken.
Schedule of periodical checking:
(a) Daily routine checks,
(i) Keep the DG set rooms clean. Wipe out dirt from external surface of engine, generator and
control panels.
(ii) Check the level of diesel in daily service tank, lubricating oil in engine crank case, (in case of
water cooled engines, water in radiator). Oil should not be above the High level mark on the
Dipstick, the check being done before start of the engine or after about 20 minutes after
stopping of a running Engine.
Note: Radiator Cap must be properly put in position; else, there can be aeration i.e. mixing
of air with coolant, resulting in overheating of the Engine.
(iii) Inspect the engine for any leakage of diesel oil, engine, lubricating oil, and coolant in the
respective systems.
(iv) Check that the selector in control panel is in AUTO mode (in the case of AMF sets.)
(v) Record the reading of voltage of supply, and engine battery voltage.
(b) Weekly checks.
i) Check the automatic starting of engine by switching off the main supply of the AMF panel (for
AMF sets only). Non AMF sets may be started manually and loaded. Run the set on load for 15
minutes. Observe for any abnormality of noise, vibration, bearing surface heating (whether
warm), engine pick up, voltage level and frequency.
ii) Check the level of electrolyte in the battery of the engine. Top up with distilled water as
necessary. If the battery needs charging (as can be judged by the cell voltage), arrange for its
charging early and also examine whether trickle charger (if provided) is defective.
iii) Check whether all panel lamps, fuses & instruments are healthy in the control panel.
(c) Monthly checks.
i) Check engine radiator for air restriction if any & clean up. Check the condition of drive belts,
hose and radiator cap.
P
age1
8
ii) Where heat rejection is through cooling tower, check that there is no blockage in spray nozzles
and the C/T basin is clean. Clean the strainer in the water circuit.
iii) Clean the battery terminals and apply grease to prevent corrosion. Check specific gravity of the
electrolyte.
iv) Check the exhaust system for leakage, corrosion and vibration. See whether the exhaust smoke
in not very dark.
v) Check that there are no restrictions to air flow in air cleaner.
vi) Check that oil heater in functional.
vii) Check coupling with alternator for any sign of fatigue.
(d) Six monthly check
i) Inspect the electrical control panel and starters to see that all power / control contacts are
clean, all terminations are sound and all fuses are intact. Blow out dirt from machine windings
and panels by a blower, check brushes (where provided) of alternators.
ii) Inspect all cable end terminations, including control cables & tighten as required.
iii) Check all safety controls and alarms in the set supply system.
iv) Check and change diesel filters, Engine oil, Lubricants, coolant and Air Filters of the engine after checking total hours of operation and as per Original Equipment Manufacturer (OEM) recommendation.
v) Drain and change the cooling water (in water cooled sets)
vi) Check the belt tension & tighten if required. Note: New belts will stretch within 1 hour of operation, these are to be readjusted.
vii) Change the Crankcase breather element for naturally aspirated engines, clean the screen & Turbo charged the engine.
(e) Annual checks
i) Inspect the fuel tank of any sedimentation. Clean up. ii) Replace the engine oil as per hours of operation and recommendation of the manufacturer.
iii) Check shaft alignment, and condition of anti-vibration mountings in case any abnormal noise or
vibration is observed.
iv) Blow through radiator core in a direction opposite to the normal flow of air (Reserve Flushing)
v) Conduct Megger test on all cabling, mains and control wiring of motors and earth test. (Earth
test is to be done in summer and megger test during monsoon).
vi) Paint all external MS surfaces, machine base plates, pipes, supports etc. periodically.
vii) Calibration of fuel pump and injector should be done as per manufacturer’s recommendations.
This is also necessary when engine is overhauled.
(C) Electrical Sub-station.
i) All safety procedures should be followed during maintenance in accordance with relevant
provisions of CPWD specifications / BIS code.
P
age1
9
ii) Only authorized persons should be permitted to handle electrical equipment. Names of
authorized technically qualified personnel responsible for operation & maintenance should be
displayed in the main MV panel room prominently.
iii) On line maintenance should not be undertaken in sub stations; however there is no bar to carry
out dehydration of Transformer on line condition. It must be ensured that supply concerned
lines are isolated including any likely back feeding. Caution boards should be displayed
prominently while doing maintenance so as to avoid accidental switching on.
iv) Maintenance schedule should be as per the recommendations of manufacturers of the
respective equipment. Proper record of every maintenance activity must be kept as per this
schedule of maintenance. Result of all tests must be also recorded therein. However, if there is
any repair or replacement done, the same should be recorded in the history book for future
referencing.
v) It is necessary that the concerned JE should have a thorough knowledge of the equipments and
their operation and the distribution system. The correct schematic diagram of distribution
should be displayed in MV panel room for the respective sections of distribution. Detailed
literature on the equipment panel wiring diagrams and maintenance instruction / procedures
etc. should be kept handy for ready reference.
vi) Logging of various instruments :
Instruments may be logged daily, only in attended substations. In the case of unattended
substations, logging should be done every month or at shorter intervals as feasible, As far as
possible logging may be done in peak loading time, so as to monitor the pattern of loading.
Periods of power cuts and shut downs should be indicated in attached substations.
Logging is needed for Voltage (HV/MV/battery), Current (HV/MV/battery), Power (MD),
Temperature (max.) of oil, Ambient temperature and Power Factor (PF) and Frequency
(where frequency meter is already installed).
Wherever facility of recording PF is not already provided, it should be installed at the
earliest as it is indispensible.
If any panel instrument is defective, the same should be repaired immediately.
Load on each outgoing feeder may be checked by clip ammeter once in 3 or 4 months,
preferably during peak seasons, so that redistribution, if any needed among the feeders
could be affected.
(vii) Inspection of equipment rooms and equipment: Clean up equipment rooms; remove cobwebs,
bird’s nests etc, if any. Check that the ventilators are clear, exhaust fans and other fans are operational.
The approach to equipment rooms, and yards in outdoor installations should be clear.
P
age2
0
Wipe out dirt / dust from external surfaces of equipment.
CAUTION: Never attempt to clean equipment with exposed (bare) bushing with supply ON.
Periodicity of cleaning such equipment may be increased to once a month or longer so as to
avoid frequent switching operations.
Observe for any abnormal noise, vibration, smell (usually due to overheating) and excess
temperature & investigate the reasons immediately. Radiators of transformers, LT bus bar
chambers and LT SFUs / FSUs and main LT cables (near terminations) may be touched externally
to feel for any undue heating. Apart from smell, the shining of PVC may get reduced due to
local heating. Compound may expand and come out of cable boxes due to local heating in
compound filled cable terminations.
Look for oil leakage from transformer radiator / body bushing / valves and attend immediately
to avoid serious fire hazard.
Battery should be thoroughly checked for depletion in water level & any considerable drop in
voltage. Remedial measures should be taken on priority.
Battery terminals should be cleaned properly & also greased to avoid corrosion.
(viii) Breather and oil check for Transformer :
Silica gel is blue when dry. The Transformer breathes due to varied loading over a period of
time. When silica gel absorbs moisture while the transformer is ‘breathing in’ at lower loads, it
turns pinkish. When the moisture content is over 50% and silica gel has turned pinkish,
reactivate the silica gel (till it turns blue again) by heating directly under the sun on a metal
surface or over an electric heater (Caution: not to overheated). Check that air passage is clear in
breather when reactivating the silica gel.
Check the level of oil in conservator tank. Arrange to top up with dry & tested oil, if necessary.
Do not fill beyond the upper limit level so as to allow expansion of oil when warm. Oil should
not spill into the breather. Investigate the reason, if the level of oil changes too often.
Oil colour should be checked on time (periodically), if it is dark the reason needs to be
investigated by testing the oil. Darkening may occur due to oxidation of oil accelerated by
temperature and presence of contaminants. The consequence may be increase in acidity, fall in
resistivity and increase in dielectric dissipation factor (tan delta) and formation of sludge
eventually. Dark brown colour may also be due to presence of dissolved asphalt in it.
Insulating oil used in transformers and OCBs should be periodically tested as per relevant BIS
provision for conformity.
(ix) Annual checking of Switchgears (HV and MV) and Panels
The term Switchgears cover SFUs / FSUs, MCCBs, CBs / OCBs in MV side and OCBs / VCBs / SFUs
breakers oil Switches (with or without fuses), Isolators etc. on HV side. The purpose of this
P
age2
1
activity in the maintenance schedule is to examine the interiors of the panels and the
switchgears so as to ensure that right type of fuses are in right position, mechanical operations
are smooth, bushings are not cracked / chipped ,electrical contacts are in order and dirt,
if any is removed.
Clean the interior thoroughly. Check that safety shutters (wherever provided) are closing
properly.
Examine the moving isolating contacts for discoloration, pitting or sputtering. If required,
examine the fixed contact as well (by manually opening the safety shutters). The problem may
arise due to bad alignment of contacts. Sometimes, there may be discolored / hardened grease
which will require cleaning by suitable solvent and re-greasing with grease approved quality.
Arcing contacts and main contacts should then be similarly examined. Abrasive paper should
not be used to clean the contacts, if there is any residue / pitting. Check these contacts to be
intact, clean and without any obstructions.
Mechanical linkages should be lubricated, wherever required. Test for free movements of all
operations. In the case of electrically operated breakers, Megger test the motor / solenoid and
check for their free movement & lubricate them as necessary. In the case of outdoor gang
operated switch, free operation of the switch (and proper alignment of all the 3 phases) should
be checked and ensured.
Check & ensure that the HRC fuses are in position and safety interlock (with the front cover) is
operational.
Connections at bus bars, bus ducts and switch gear (including control wiring) should be checked
& tighten as required. Clean the supports and look for any possibilities of tracking on surface.
Relays should be tested and settings checked. Relay coil insulations should be checked with LT
Megger.
Plug any kind of opening / hole in switchboard properly.
Megger test the panel and check the interior to be free from any foreign matter like cotton
waste / flint, dislodged nuts / washers / cut tapes etc. before energizing again.
Paint the outdoor steel structure wherever provided.
(x) Checking of items from overall safety considerations
Check all such items as insulating mat, caution boards, dagger boards, first aid kit, fire detection
& protection system, resuscitator (if provided), first aid chart etc. Check also whether important
contact details of concerned officers, power supply department, fire brigade and hospital are
prominently displayed on a painted board in MV panel room.
Check that the correct schematic diagram of distribution is displayed in MV panel room.
P
age2
2
Test the earth resistance of each electrode (preferably during summer and also the integrity of
earth connections.
Check the trip battery performance from log book readings and charging system for satisfactory
condition. Batteries (even maintenance free batteries) may need to be replaced in 3 or 4 years
depending on their use. Get expert advice from manufacturer before deciding on replacement.
Check the condition of spare items kept in store & replaces them if their condition is not
satisfactory so that good quality items should be available when needed.
Substation building is to be periodically inspected to ensure that it does not have any dampness
& leakage problems anywhere. Water stagnation is prohibited in and around the substation
building to avoid hazard.
Check the cable ducts thoroughly to ensure that they are all free from extraneous items such as
rubbish, water, leaves etc. and duct covers are intact.
(D) Lifts / Elevators
Entrust comprehensive maintenance of lift to original manufactures.
Lift Operator needs to be adequately trained for safe operation, upkeep and daily safety check
including safe operation of Lifts during fire and quick evacuation of trapped passengers etc..
Daily safety Check – Lift to be released for daily run only after daily safety check by lift operator.
Periodical testing, servicing – To be done as per lift manufacturer’s recommendation.
Maintenance of Log Book / History Book –all relevant testing, servicing and repair details should
be entered properly in Log Book / History Book.
Auto Rescue Device is a must for all lifts / elevators now a day.
Rescue of Trapped Passenger to be done by authorized person as per prescribed procedure.
Basic rules are as follows :
Switch ‘OFF power supply to the lift.
Never rescue with power supply ‘ON’.
Bring the lift to the nearest landing.
Open door only when lift is at the landing.
If the lift continues to be defective / unsafe ‘shut down’ the lift.
If door is defective and it remains open without getting closed, guard the lift entrance
to prevent any person from entering the lift.
Maintain Basic Safety Features like Emergency Light, Fan, Intercom System, Alarm
Replace old, outlived lifts by new lifts after examining the proposal from techno-
financial angle and ensuring fund in advance.
Note: Fatal accidents are likely to take place if adequate safety measures are
not taken.
P
age2
3
ANNEXURE-B-III
MINIMUM MAN POWER TO BE DEPLOYED
The following minimum manpower is to be deployed in daily day time shift as mentioned against each.
S.NO CATEGORY QUALIFICATION & EXPERIENCE
Nos. DUTY WORKS HOURS.
Supervisor (Highly Skilled)
01 Supervisor (Civil)
Diploma in Civil Engineering with more than 10 years experience of ARM work
01 As per assigned by Engineer-in-charge.
02 Supervisor (Electrical)
Diploma in Electrical/ Electronic Engineering with more than 10 years experience of ARM work
01 As per assigned by E/I.
Fire Operator, Lift Operator, DG Operator, Pump Operator, Electrician (Skilled)
01 Electrician
ITI in Electrician and with more than 3 years experience to related field.
03 As per assigned by E/I.
02 DG Operator
ITI in Electrician and with more than 3 years experience to related field.
03 As per assigned by E/I.
03 Plumber
An Educated /ITI with more than 3 years experience of same field.
02 As per assigned by E/I.
04 Mason
An Educated /ITI with more than 3 years experience of same field.
01 As per assigned by E/I.
05 Carpenter
An Educated /ITI with more than 3 years experience of same field.
01 As per assigned by E/I.
Semi-Skilled
01 Sewer man (Semi-Skilled)
More than 3 years experience to related field.
01 As per assigned by E/I.
Helper (Unskilled)
01 Mali/ Gardener
More than 3 years experience to related field.
04 As per assigned by E/I.
02 Helper
More than 3 years experience to related field.
04 As per assigned by E/I.
03 Mate
More than 3 years experience to related field.
01 As per assigned by E/I.
Total 22
The Nos. of Manpower may be increased or decreased as per the site requirement by the order
of AC&RD/Dean/Medical Superintendent as the case may be.
Official working hours of Hospital is from 09.00 A.M. to 04.00 P.M. from Monday to Friday &
Saturday from 09.00 A.M. to 01.00 P.M. However, manpower deployed by contractor for the
execution of Annual Repair & Maintenance works at site including Sundays & Holidays on (24X7)
basis will be on roster basis (three shifts) as per instruction of Engineer-in-Charge.
Therefore, weekly rest (off) to such workers may also to be arranged by the contractor and for
such weekly Rest (off) contractor has to make an arrangement of reliever amongst the above
P
age2
4
mentioned nos. of manpower (as per Annexure-B-III) from their respective categories for
uninterrupted functioning of Hospital services.
The above said manpower shall be available on whenever required in case of any urgent
situation even after their regular working hours and suitable compensatory off to that particular
manpower/individual will be arranged by contractor in consultation with Engineer-in-charge or
authorized person by Competent Authority.
The cost per head quoted by the bidder should including wage, Employer share contribution in
respect of ESI & EPF, Bonus and any other charges/allowance as applicable. Bidder should
provide details bifurcation of per head as quoted by the bidder.
Only workers who preferably have gained sufficient experience (Category wise experience
mentioned as per ANNEXURE-B-III) in similar work shall only be deployed.
All the above Staff on the Contract shall wear proper uniform with badges clearly mentioning
their Name and Category in Bilingual (English and Hindi both).
Whenever the need of Fitter or Welder or any related person arises the same shall be arranged
by the contractor. The payment of all such additional work will be on the basis of wage Analysis,
as per latest DSR (if available) and lowest market rate with 15% contractor’s profit as per the
opinion of Engineer-in-charge.
Revised Wages rates as per amendments of Office of the Chief Labour Commissioner (C) Labour
Department (Ministry of Labour & Employment, Govt. of India) from time to time will be
payable to the deployed manpower by contractor and same will reimbursed after submission of
sufficient documentary evidences by the contractor that he has paid the revised wages to
engaged manpower.
NOTE: - All the above Staff on the Contract shall wear uniform and badges identifying their category and
name in English and Hindi Language.
Most Important Message for bidders:-
“The agency shall quote the financial bid for manpower charges according to latest circular no:- F. No.-
1/38(3)/2018-LS-II, Dated:- 28/09/2018 Issued by:- Govt. of India, Ministry of Labour & Employment,
Office of the Chief Labour Commissioner ( C ) or time to time latest guideline issued from the authority
for statutory compliance of Labour Laws.”
P
age2
5
ANNEXURE-C- I
INSTRUCTION TO THE TENDERERS 1. Tender form shall be completed in all respect. Incomplete tender or tender without E.M.D shall be treated as invalid. 2. Last date of submission of tenders is 04/09/2019 up to 02:00 P.M. 3. Date and time of opening of tender is 05/09/2019 at 02:30 P.M. 4. Each and every page of the tender documents should bear the stamp and signature of the authorized representative/quoting firm. Format I to VIII enclosed shall be filled without exception. 5. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in rates, the rates written in words shall prevail. 6. The envelope containing tender document shall be sealed and bear the name of work and the name and address of the Bidders.
7. The work site i.e. ESIC Model Hospital Gurugram & its attached Dispensaries can be visited on any
working day during office hours by contacting Engineers in order to have an exact Idea of Work.
8. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders or part of tender without assigning any reason whatsoever.
9. Conditional tenders are liable to be rejected. Delayed/ late tenders for whatever is the reason will not be accepted.
10. The tender for the work shall remain open for acceptance for a period of ninety days (90) from the date of opening of tender.
11. These instructions shall form a part of the contract document.
12. The EMD of unsuccessful bidders shall be refunded within one month after the award of work to the successful bidder.
13. Financial Bid: The financial bid of the bidders, whom qualify in the technical bid, will be opened in the presence of only those successful bidders, whom have authorized to attend the opening of financial bid. Prior notice will be given to bidders for this purpose.
14. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or reject any or all the proposals without assigning any reason whatsoever.
(ii) Upon evaluation of offers the notification on award of contract will be intimated to the successful bidder.
15. Duly filled Tender Document shall be deposited in the Tender Box kept in Office of Regional Director, Regional Office Faridabad on or before 04/09/2019, 02.00 PM at following address:
O/O Regional Director, R. O. ESIC, Panchdeep Bhawan, Sector- 16, Faridabad, Haryana- 121002.
16. The contract with the agency whom unable to produce proof of payment of statutory dues will be terminated right away by giving one month’s written notice.
17. Agency / Firm already debarred/ blacklisted by any of the ESIC Institution / Government Offices anywhere in India need not apply & will be summarily rejected during the black listed / debarred period.
18. Agency will not employ any staff, transferred/ terminated earlier by any service providing agency on
the basis of complaint by ESIC Institution/ Hospital.
P
age2
6
ANNEXURE-C- II
INSTRUCTIONS TO THE TENDERERS
1. DEFINITIONS:
(a) "The Purchaser" means the Employees’ State Insurance Corporation Regional Office, Sector-16
Faridabad (ESIC).
(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.
(c) "The Supplier" means the individual or firm supplying the goods under the contract.
(d) "The Goods" means all the stores and/or materials, which the Supplier is required to supply to the
Purchaser under the contract.
(e) "The Work Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser
including all attachments and appendices there to and all documents incorporated by reference
therein. The purchase order shall be deemed as “Contract" appearing in the document.
(f) "The Contract Price" means the price payable to the Supplier under the purchase order for the full
and proper performance of its contractual obligations.
2. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser,
will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
3. BID FORM:
The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid
Documents, indicating the goods to be supplied, a brief description of the goods and quantity.
4. BID DOCUMENTS:
4.1 The goods required, bidding procedures and contract terms are prescribed in the Bid Documents.
The Bid Documents include:
(a) Notice Inviting Tender (as per ANNEXURE-A)
(b) Scope of Work (as per ANNEXURE-B I, II & III)
(b) Instructions to the Bidder (as per ANNEXURE C- I & II)
(c) General (Commercial) Conditions of the Contract (as per ANNEXURE-D)
(d) Special Conditions of Contract (as per ANNEXURE-E)
(e) Particular Conditions of Contracts (as per ANNEXURE-F)
(f) Details of Bidder (Format I)
(g) Work Experience (Format II)
(h) Declaration (Format III)
(i) Undertaking (Format IV)
(j) Check list and order in which the documents are to be submitted for Bid (Format V)
P
age2
7 (k) Details of Existing Contract (Format VI)
(l) Letter of Authorization for attending bid opening (Format VII) - To be given to authorized person.
(m) Certificate of Non-Participation of near relatives of ESIC in the – tender (Format VIII)
(n) Integrity Pact- (Format-IX)
(o) Form of Performance security bank guarantee bond (Format X)
(p) Enclosure Form (I - IV)
(q) Financial Bids (Part B- ANNEXURE A, B, C,)
4.2 The Bidder shall be expected to examine and read all instructions, forms, terms and specifications in
the Tender Documents. Bidder participated in tendering process will be supposed that he has read all
the tender documents and its instructions, forms, terms and specifications etc. containing the Tender
Documents and hereby bidder has agreed upon all the Instruction, Terms & conditions containing the
tender documents. Failure to furnish all information required as per the Bid Documents or submission
of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and
may result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS:
5.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in
writing or by Fax at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser
shall respond in writing to any request for clarification of the Bid Documents, which it receives not
later than 7 days prior to the date for the submission of bids. Copies of the query (without identifying
the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have
received the bid documents.
5.2 Any clarification issued by ESIC Regional Office, Faridabad in response to query raised by prospective
bidders shall form an integral part of bid document and it may amount to an amendment of relevant
clauses of bid document. A copy of such clarification may be enclosed along with bid document for
ready reference.
6. AMENDMENT OF BID DOCUMENTS:
6.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid
documents by amendments.
6.2 The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on the
address intimated at the time of purchase of bid document from the purchaser and these amendments
will be binding on them.
6.3 In order to afford prospective bidders reasonable time in which to take the amendments into
account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the
submission of bids suitably.
7. BID PRICES:
7.1 The bidder shall give the total composite price inclusive of all levies and taxes. The offer shall be firm
and fixed and in Indian Rupees. No foreign exchange will be made available by the purchaser.
P
age2
8 7.2 Prices indicated on the Price Schedule shall be entered in the following manner:
(i) The price of the goods shall be quoted as total unit price for each individual item. (ii) The bidder shall quote only one price for each item.
(iii) The total price for each individual item shall be entered after multiplying the quantity with total unit price. 7.3 Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are
inclusive of taxes and taxes shall not be paid separately.
7.4 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of
accepted bid the prices quoted shall remain valid for 90 days.
7.5 The unit price quoted by the bidder should be in sufficient detail to enable the purchaser to arrive at
prices of ARM of Civil & Electrical Materials.
7.6 “DISCOUNT”, if any, offered by the bidders shall not be considered unless they are specifically
indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers,
suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply,
etc. into account.
7.7 The price approved by the ESIC Regional Office, Faridabad for procurement will be inclusive of levies
and taxes, packing, forwarding, freight and insurance as mentioned in Para 7.1 above. Break up in
various heads like Custom duty, Excise duty, Sales Tax, Insurance freight and other taxes paid/payable as
per clause 7.2 is for the information of the purchaser and any changes in the taxes shall have no effect
on the price during the scheduled delivery period.
8. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS:
8.1 The documentary evidence in conformity with the Bid Documents may be in the form of literature &
data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical specifications
and commercial conditions demonstrating substantial responsiveness to the Technical Specification and
commercial conditions in the form of signing & stamping all the pages of the original bid document
by the authorized person/persons. In Case of deviations a statement of deviations and exceptions to
the provision of the Technical Specifications and commercial conditions shall be given by the bidder. A
bid without clause-by-clause compliance shall not be considered. The goods offered must have ability to
meet the technical specifications. Necessary document to substantiate this shall have to be submitted
along with the offer by the supplier.
9. FORMATS AND SIGNING OF BID
9.1 The copy of the Bid shall be typed or printed and all the pages numbered consecutively and shall be
signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to the
contract. The letter of authorization shall be accompanied with written power-of-attorney. All pages of
the original bid shall be signed and stamped by the person or persons authorized for signing the bid. The
bids submitted shall be sealed properly.
9.2 The bid shall contain no cutting, and overwriting except as necessary to correct errors made by the
bidder in which case such corrections shall be signed by the person or persons authorized for signing the
bid.
P
age2
9 10. SUBMISSION OF BIDS
10.1 SEALING AND MARKING OF BIDS: The bidder shall submit sealed bid in bigger envelope
and bear the name “-Tender from reputed agencies under two bid systems for Annual Repair
and Maintenance of Civil & Electrical Works & at ESIC Model Hospital Gurugarm and its
attached staff quarters and Dispensaries at Udyog Vihar (Civil Lines) & Near Shama
Restaurant for the period of one year.”
10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:
To,
The Regional Director
ESIC Regional Office, Faridabad
Panchdeep Bhawan, Sector- 16,
(Haryana-121002)
(b) All the envelope shall bear the Tender name, the tender number and the words ‘DO NOT OPEN
BEFORE’ (due date & time).
(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned
unopened in case it is declared ‘late’ or rejected.
11. LATE BIDS:
11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser pursuant to, shall be rejected and returned unopened to the bidder.
12. MODIFICATION AND WITHDRAWAL OF BIDS:
12.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the
modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission
of bids.
12.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched
as required in the case of bid submission in accordance with the provision of clause 12.1.
12.3 A withdrawal notice may also be sent by telex/Fax but followed by a signed confirmation copy by
post not later than the deadline for submission of bids.
12.4 No bid shall be modified subsequent to the deadline for submission of bids.
13. OPENING OF BIDS:
13.1 The purchaser shall open bids in the presence of bidders or their authorized
representatives who chose to attend on opening date and time. The bidder’s representatives, who are
present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the
representative before they are allowed to participate in bid opening.
13.2 A maximum of two representatives for any bidder shall be permitted to attend the bid opening.
P
age3
0 13.3 The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised date
of schedule will be notified. However, in absence of such notification, the bids will be opened in the next
working day, time and venue remaining unaltered.
14. CLARIFICATION OF BIDS:
14.1 To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for clarification and the response shall be in
writing. However, no post bid clarification at the initiative of the bidder shall be entertained.
15. TECHNICAL EVALUATION:
15.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether
the documents have been properly signed and whether the bids are generally in order.
15.2 Prior to the detailed evaluation, pursuant, the Purchaser will determine the substantial
responsiveness of each bid to the Bid document. For purposes of these clauses, a substantially
responsive bid is one, which conforms, to all the terms and conditions of the Bid Documents without
material deviations. The Purchaser's determination of bid's responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.
16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS:
16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be
substantially responsive bids.
16.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the
unit price and total price that is obtained by multiplying the unit price and quantity, the unit price
shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between
words and figures, the amount in words shall prevail. If the Supplier does not accept the correction of
the errors, his bid shall be rejected.
16.3 The evaluation and comparison of responsive bids shall be done on the price of the goods offered
inclusive of Levies & Taxes i.e. G.S.T & Excise Duty, packing, forwarding, freight and insurance etc. as
indicated in the Price Schedule given in ANNEXURE-(III) of the Bid Document.
16.4 The evaluation shall be done on L-1(lowest bid) vendor of total Cost. Preference however will be
given to contractors having office in Delhi or NCR.
16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
17. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at
any time prior to award of contract without assigning any reason whatsoever and without thereby
incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.
P
age3
1 18. SIGNING OF CONTRACT:
18.1 The issue of firm purchase Order and Signing of agreement with Competent Authority of ESIC, and
Signing of Contract Form shall constitute the award of contract to the bidder.
18.2 Consequent upon the successful bidder furnishing of performance security, the Purchaser shall
discharge its Bid security submitted along with tender document.
19. ANNULMENT OF AWARD:
Failure of the successful bidder to comply with the requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the tender shall be cancelled and ESIC may call for new bids.
19.1 Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to supply the goods in time. Further, the suppliers whose goods do not perform satisfactory in the field in accordance with the specifications may also be disqualified for a suitable period as decided by the purchaser.
19.2 Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.
19.3. The bidder should give a certificate to the effect that none of his/her near relative is working in the ESIC in Format- VIII prescribed in the tender document. The Bidder or its authorized signatory should furnish certificate stating that none of the near relative of proprietor OR all partners of partnership firm excluding Government of India/ Financial institution nominees and independent non-Official part time appointed by Govt. of India or the Governor of the state is working in the unit where the tender is being applied. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC Regional Office, Faridabad will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred from further participation in the concerned unit.
The near relatives for this purpose are defined as: - (a) Members of a Hindu undivided family (HUF). (b) Husband and Wife. (c) If one is related to the other in the manner as Father, Mother, Son(s) & Son’s wife (daughter- in-law), Daughter(s) and Daughter’s husband (son-in-law), Brother(s) and Brother’s wife, Sister(s) and Sister’s husband (brother-in-law).
20. PLACEMENT OF ORDER
The Purchaser shall consider placement of orders for commercial supplies for those bidders whose
offers have been found technically, commercially and financially acceptable and whose goods have been
approved/validated by the purchaser. The Purchaser reserves the right to accept counter offer price(s)
against price(s) quoted by any bidder.
21. INTEGRITY PACT Bidders are required to sign Integrity Pact as per format in Format- IX of this tender document and has to abide by the conditions of this Integrity Pact and specific directions, if any, of the Committee to be nominated by the ESIC at a later stage. Bidder will upload the Integrity Pact signed by them only as 2nd party and ESIC will sign the Integrity Pact as buyer & 1st party after opening the bids at a later stage.
P
age3
2
ANNEXURE -D
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. “Employer” means the ESIC and the legal successors in title to ESIC.
II. “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the
Contract, unless the context indicates the engineer of the contractor.
III. “Contractor” means an individual or firm (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 (if completed) and such further documents as may be expressly incorporated in the letter of Acceptance or Contract Agreement ( if completed).
II. “Specification” means the specification of the Works included in the Contract and any
modification thereof.
III. “Drawings” means all the completion drawings, calculations and technical information of a like
nature provided by the Engineer to be Contractor under the Contract and all drawings,
calculations, samples, patterns, models, Operation and Maintenance manuals and other
technical information of a like nature submitted by the Contractor and approved by the
Engineer.
IV. “Bill of Quantities” means the priced and complete bill of quantities forming part of the tender.
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 in accordance with the provisions of the
Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid
“and the words “Tender Documents” with “Bidding Documents”.
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 Sub Clause6 (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.
(ii) “Time for completion” means the time period for which the contract of operation 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.
P
age3
3 (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 the remedying of any defects therein in
accordance with the provisions of the Contract.
(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) “Site” means the places provided by the Employer for Operation and Maintenance of ESIC
Model Hospital, Sector-9A, Gurugram ant its attached dispensaries at Udyog Vihar (Civil Lines)
and Near Shama Restaurant and its staff quarters or any other site as directed by Engineer-in-
charge
(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.
2. ENGINEER OF THE ESI CORPORATION
Engineer’s Duties and Authority: - The Engineer shall carry out supervision as per 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
as per availability in the record shall be provided to the Contractor free solely for the purpose of this
contract.
4. Sufficiency of Tender
The Contractor shall be deemed to have based his Tender on the data made available by the employer
and on his own inspection and examination of this site conditions.
5. Contractor’s Employees
The Contractor shall provide on the site qualified and experienced technical staff in connection with the
Repair and Maintenance of the Works and the remedy of any defects therein. The minimum staff shall
be as per description of work mentioned in BOQ.
6. Engineer at Liberty to object.
The Engineer/Employer 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/Employer,
misconducts himself, or is in incompetent or negligent in the proper performance of his duties, or whose
presence on Site is otherwise considered by the Engineer/Employer 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 by a qualified person approved by the
Engineers/Employer.
7. Safety, Security and Protection for the Environment
The Contractor shall look/ take care of throughout the execution and completion of the Works and the
remedying of any defects therein:
P
age3
4
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 warning signs and watching, when and where necessary
or required, by the Engineer or by any duly constituted authority for the protection of the Works
or for the safety and convenience of the public or others, and
III. Take all reasonable steps to protect the environment on and off the Site and to avoid damage or
nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods of Repair.
(a) Insurance of work by the Contractor for his liability:
(i) During the Operation and Maintenance period, for losses or damages to the property and life
arising from a cause for which contractor is responsible.
(ii) For losses or damages 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 sole 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 equipment is insured by ESIC at all times
during the period of contract.
8. Damage to Persons and Property
The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer
against all losses and claims in respect of:
(a) Death 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 Operation 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.
9. Accident or injury to Workmen:
The Employer shall not be liable for 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.
10. Evidence and Terms of Insurance:
The Contractor shall take appropriate insurance to cover his work and workers and staff employed by
him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after
the respective insurance have been taken but in any case prior to the start of work at the Site that
insurance required under the Contract have been effected.
11. Compliance with Statutes, Regulations:
P
age3
5 The Contractor shall conform in all respects, including publication of notices and the payment of all fees,
with the provision of:
a. Any National or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or
other duly constituted authority in relation to the execution and completion of the works and the
remedying of any defects therein, and
b. The rules and regulations of all public bodies and companies whose property or rights are affected
or may be affected in any way by the works, and the Contactor shall keep the Employer indemnified
against all penalties and liability of every kind for breach of any such provision.
c. Any changes required for approval due to revision of the local laws.
12. Time for completion:
The Operation and Maintenance work shall be for a period of one year or as mentioned in the letter of
commencement and shall start from the date issue of letter commencement and shall stand terminated
after the expiry of twelve months.
13. Extension of Time for Completion:
The Operation and Maintenance contract may be extended on the written mutual consent of both
Employer and Contractor for a further period that may be up to one year. However, employer reserves
the right to terminate the supply contract by giving 30 days notice at any time during the currency of the
contract if the services of the agency are not satisfactory as per the opinion of employer or its
representative.
14. Defect identification and its rectifications:
Agency shall immediately attend the defects and complaints noticed at site. The agency shall provide
and develop a system for regular Operation and Maintenance of all the services which includes defect
identification and its immediate rectification so, that services are not affected. It shall be the sole
responsibility of the Operation and Maintenance agency that all the services are kept in functional
condition round the clock during the currency of the contract. Defect Liability period shall be 12 months
from the date of completion of work under BOQ measurable works. The contractor shall rectify at his
own expenses any defect in the work carried out by him during this period. On failure of the contractor
to do so, the same shall be completed by the employer at the risk and cost of the contractor.
15. Liquidated damages for delay.
If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of
Engineer-in-charge delay is on the part of Operation and Maintenance agency, the employer can
impose liquidated damages on the contractor as detailed in the particular conditions. This will be over
and above the punitive deduction of Rs. 1000/-(One thousand only) per incident of lapse mentioned
above.
16. Contractor’s Failure to carry out Instruction.
In case of default on the part of the Contractor in carrying out defect rectification works, the
Employer/Administration/Construction cum PMD Branch shall be entitled to employ and pay other
persons to carry out the same and all costs including penalty for delay in attending to the complaint
P
age3
6 consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable
from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to
become due to the Contractor.
17. Instructions for Variations
(a) Quantities given in the BOQ are estimated quantities. The quantity of any particular item may vary
to any extent. Variation in quantity of particular items or total exclusion of certain items of BOQ from
the work executed or overall cost, does not entitle contractor to claim any extra cost.
(b) Notice to be given by the contractor for execution of Planned works:-
It shall be duty of the contractor to give notice of at least three working days for execution of
planned works. If no notice is given, the work executed will not be considered for payment.
MEASUREMENT
18. Works to be measured
The Engineer shall determine by measurement the value of actual work done in accordance with the
Contract and the Contractor shall be paid proportionately. Partial payment shall be made for any part of
BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of Lump Sum items and
to decide the part rate for any particular item. In case over- time working of staff under item no. 1 is
required, specific permission of Authorized Officer/ Engineer is to be obtained. Payment to be made at
applicable overtime rates to the concerned employee performing over-time duty.
19. Method of Measurement
The works shall be measured net, notwithstanding any general or local custom, except where otherwise
provided in the Contract.
CERTIFICATES AND PAYMENTS
20. Monthly Statements
The contractor will submit a bill in 3 copies to the Construction Branch by 7th day of each month for the
work executed up to the end of previous month in tabulated form , showing the amounts to which the
Contractor Considers himself to be entitled. The bill must be supported by the following documents:-
a. Attendance sheets duly verified by ESIC’s Engineer-in-charge/Junior Engineer along-with salary
certificates, wages sheets of all the workers and staff deployed. Manpower Attendance sheet (engaged
by contractor on site for Annual Maintenance Work) based on AADHAAR Enabled Biometric
Attendance System (AEBAS) will be compulsory.
b. Certified bills of miscellaneous materials purchased under different heads. Details of
defects/complaints attended along with Users certificate (duly signed) and verified by Engineer-in
charge rectified within time.
d. Details of complaints attended late.
e. Test certificate of materials (if required) used and tests carried out for quality control as required by
the specification and the Engineers.
P
age3
7 f. Monthly certificates from ESIC Engineer-in-charge regarding satisfactory handling of complaints.
g. Every month the agency shall provide documentary evidence in support of satisfactorily payment of
statutory dues as ESI, EPF & GST as applicable and other if any.
h. The agency shall make payment to its Employee only through NEFT/ECS. No cash payment will be allowed in any circumstances. Note: - All abovementioned Documents should be self attested and stamped through authorize person appointed by contractor or Contractor himself and without signed and stamped documents will not be considered as part of submitted bill, hence will be invalid for further process. Such delay in submission of documents will be on part of Contractor
21. Deduction of Income Tax
The amount to be deducted towards the advance income tax shall be at the applicable rates. 22. Monthly Payments After submission of monthly bills (Manpower wages & Consumed Material) complete in all respects by
the contractor, Maintenance-in-charge shall check the bill with the help of Engineers and supporting
staff and certify for payment within 15 days.
23. Performance Guarantee
Within two weeks of award of work, the Contractor shall submit a Performance Security for proper
performance of the contract in the format enclosed as Format- X (Bank Guarantee) or either Demand
Draft/FDR @5% of Total Quoted Amount. The performance guarantee shall be valid for the duration
of the contract period plus 60 days.
The performance security can be encashed by the Employer to recover any amount which is
payable by the contractor to the Employer on any account arising out of the contract.
The Performance Security Bond will be discharged by the employer after a period of sixty days
beyond completion of the supplier’s performance obligations including any warranty obligations under
the contract.
24. Default of Contractor
If the performance of the contract is not satisfactory and not corrected within 15 days of receiving
notice, then Employer shall be at liberty to terminate the contract and get the work executed through
other means at the risk and cost of the Contractor.
25. Payment on Termination
In the event of termination of the contract, employer shall be at liberty to get balance work done at the
risk and cost of the contractor and due payment of the contractor, if any, shall be released after the
completion of whole of the works.
27. Amicable Settlement of Dispute
Contractor and Employer shall use their best efforts to settle amicably all disputes arising out of or in
connection with this contract or the interpretation thereof.
P
age3
8 28. Arbitration
Any dispute and differences relating to the meaning of the specifications, designs, drawings and
instructions herein before mentioned and as to the quality of workmanship of materials used in the
work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or
relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or
otherwise concerning the works or the execution 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 Arbitration of the Regional Director,
ESIC Regional Office, Faridabad who shall proceed as per the Arbitration & Conciliation Act - 1996 Act.
28.1. The work under the contract shall continue, during the arbitration proceedings.
28.2. The award of the arbitrator shall be final, conclusive and binding on both the parties.
29. SET OFF
Any sum of money due and payable to the bidder (including security deposit refundable to him) under
this contract may be appropriated by the employer and set off against any claim of the Employer or ESIC
or such other person or person(s) for payment of a sum of money arising out of this contract or under
any other contract made by the supplier with the employer or ESIC or such other person(s) contracting
through the ESIC.
30. Monthly Bills:
The agency shall be submitted the running/final bill in 3 copies to the Construction Branch by maximum 15th day of each month for the work executed, In case the contractor fails to submit the bill as aforesaid, he shall be liable to pay a penalty cum liquidity damages and is to be maximum 5 % of the submitted bill will be deducted from the bill.
31. Contractor’s Superintendence Throughout the currency of works and as long thereafter as is necessary to fulfill the Contractor’s obligations, the Contractor shall provide all necessary superintendence and assistance to plan, arrange, direct, manage, inspect and test the works. The operations to be carried out by the Contractor in connection with ARM work shall be such as not to cause any kinds of accidents in the building and the campus and inconvenience to hospital users in any manner. 32. 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.
P
age3
9 33. Disorderly Conduct The Contractor shall at all times take all required reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst the Contractor’s personnel, and to preserve peace and protection of persons and property on and near the site or even adjacent to it. 34. Manner of Execution The Contractor shall carry out the work:
a) In the manner (if any) specified in the Contract b) Efficiently, diligently and in a proper workmanlike and careful manner, in accordance with generally accepted professional techniques and good practices. c) Observe sound management practices, and employ advanced technology and safe and effective equipment, materials and methods; and d) With properly equipped facilities and non – hazardous Materials, except as otherwise specified in the Contract.
The Contractor shall be liable for any loss or damage caused by any actions performed by the Contractor under this Contract.
P
age4
0
ANNEXURE-E
SPECIAL CONDITIONS OF CONTRACT
1. The ESIC (Regional Office, Faridabad) is liable to follow any instructions/Circulars issued by ESIC
Headquarter and so as the Contractor.
2. The material shall be supplied in original packing from the manufacturer clearly indicating
manufacturing date, expiry date & price etc.
3. The quality of print should not be faint and should be legible and clear.
4. Any goods found defective after purchase should be replaced free of cost to the satisfaction of
ESIC Model Hospital, Sec.-9A, Gurugram authorities failing which the cost will be deducted from
/Performance Guarantee furnished by the selected vendor.
5. Award of contract will be issued to that bidder whom will found to be acceptable on basis of
evaluation based on all instructions, forms, terms and specifications in the Technical and
Financial Bid Documents by ESIC Regional Office, Faridabad.
6. The agreement shall be in force for a period of twelve months (12 Months) on the same price as
earlier contract and same terms and conditions by giving one week’s notice in writing to the
vendor, if decided upon to do so by of ESIC Regional Office, Faridabad. Competent Authority
(ESIC Regional Office, Faridabad) has all rights reserve to terminate the contract within the
contract period on his own discretion if the Contractor violates any of the Contract Agreement
or Terms & Condition mentioned into the Tender document/Contact Agreement on One
Month (1) notice.
7. The bid security/Performance security deposit of the bidder would be forfeited, in case he
refuses to honor the letter of intent/Work Order issued by the ESIC Regional Office, Faridabad
for supply of the materials.
8. Selected bidder has to execute an agreement in the prescribed Performa (Performance Security
Bond Form Format-X) and Agreement on a non-judicial bond paper of value not less than
Rs.100/-(Hundred rupees Only) for Annual Repair & Maintenance Work (Civil & Electrical),as per
the intent of the of ESIC Regional Office, Faridabad.
9. Penalty: All faults during the working period of ARM services before 22.00 Hrs. on any working
day will have to be rectified on the same day. Fault booked after 22.00 Hrs. will have to be
attended latest by next day. In case the firm fails to rectify within the time frame he has to
provide a standby identical system on the next working day before 22.00 Hrs. and take parallel
action for replacing. If the firm fails to make the system working by any of the two options,
penalty of Rs. 500/- (Rupees Five hundred only) will be imposed per working day since the next
working day of the booking of the fault.
10. CPWD specifications shall be followed, where not available, BIS/Engineering practice as directed
by the Engineer shall be followed.
11. That the normal functioning of ESIC activity is not effected as far as possible.
12. The Contractor shall ensure that Annual Repair and Maintenance staff (engaged by Contractor)
is qualified and licensed for their part of work. The Contractor will be responsible for their
conduct and any in disciplinary or misconduct could not be bearable, staff himself and
contractor will be deemed responsible for their misconduct and contractor has to take
appropriate action which may include termination from his job in consultation with ESIC
staff/Engineer-in-charge.
P
age4
1
13. The contractor is held responsible for any loss or damage to ESIC property and a suitable
recovery may be made from contractor as decided by Engineer-in-charge or authorized person
by competent authority.
14. The contractor shall ensure safety of his workers and others at the site of work and shall be
responsible for any consequence arising out of execution of the Repair and maintenance work.
15. When instructed to do so, the contractor shall ensure proper record keeping and storing
of irreparable/dismantled material.
P
age4
2
Annexure- F
Particular Conditions of Contract (PCC)
1. Definition Unless repugnant to the context or meaning thereof or defined in the Contract Agreement, the Following expressions shall have the meaning in these PCCs:
(i) “CPWD” means the Central Public Works Department of the Government of India. (ii) “DSR” means the Delhi Schedule of Rates of CPWD. (iii) “Cost Index” means Cost Index of particular place as declared by CPWD from time to time to be applicable on DSR items. (iv) “Base Date” means date on which tender for this work has been received in ESIC. (v) “NDSR Items” means Non-DSR or Non-schedule items which are not based on any DSR and as such rates for these items are to be determined based on prevailing Market Rates.
2. Extra / Substituted / Additional Items Any items which are not available in the Contract’s BOQ and have been ordered by ESIC to carry out at the site, rates for such items for payment purpose to the Contractor shall be determined as follows:
a) For DSR Items: - The rates shall be derived based on latest DSR rates + applicable Cost Index. b) For NDSR Items: - If the items neither covered into contract’s BOQ nor into the DSR the rates shall be derived based on Market Rates. An Element of Contractor’s Profit (CP) @ 15 % shall be allowed.
3. The works shall be carried out in accordance with CPWD specifications wherever CPWD specifications are not available/applicable, such items / piece of works will be carried out as per BIS/NBC/ manufacturers specifications & operation manuals and sound engineering practices etc. and as per direction of engineer. 4. The contractor shall maintain proper Maintenance office / Service centre / Sewa Kendra where complaints shall be received from the complainants either through e-mail, hard copies etc. A compliant Register shall also be properly maintained and updated daily in accordance with the direction of ESIC / Engineer-in-charge so that complaints are immediately registered and formalized in the maintenance system for their quick redressed within optimum time and with due diligence. Complaints through SMS & watts App can be lodged by the concerned ESIC officials / bona fide residents 24 X 7 to the mobile phone of the contractors / Supervisory personnel and these complaints shall also be given due weight ages. 5. The Contractor shall put all out efforts to address the complaints as immediately as possible. However, a tentative timeline for various natures of complaints are given within which the complaints are supposed to be attended by the Contractor without fail so as to maintain the hospital services smoothly.
TIME FRAME FOR ATTENDING COMPLAINTS
Sl. No Complaint Type (as defined by ESIC )
Maximum Time within which the complaints are to be attended
1 Emergent Complaints 3 hours
2 Minor Complaints 1 day
3 Major Complaints 3 days
4 Periodical Complaints 5 days
P
age4
3 Following recovery shall be made from the admissible payments for delay in attending the complaints:
(i) The recovery of Rs 500/-(Rupees Five Hundred Only) per complaint per day of delay in attending emergency complaints.
(ii) A recovery of Rs 200/-(Rupees Two Hundred Only) per complaint per day for delay in attending Major, Minor & periodical complaints beyond the time given as above.
Moreover, 6. All required register will be issued by Engineer-in-charge duly marked in chronological order but the contractor will have to arrange all such registers/stationery etc. nothing extra shall be paid on this account. The contractor will have to arrange all the required Computer, furniture etc. at his own cost pertaining to his job and he will take all these things back only after the expiry of the agreement for which nothing extra shall be paid. 7. Workmen employed by the contractor should be well behaved, polite & courteous and the worker will clean the place where he has worked while attending the complaints. Any complaint against staff for bad behavior shall be taken very seriously and such staff shall be removed by the contractor within five days from the site and arrangement of suitable substitute for the same shall be done by contractor failing which the Engineer-in-Charge shall make recovery from contractor's bill as per corresponding condition. 8. Each worker shall maintain a complaint diary and get the signature from the concerned department / official to whom the complaint pertains, regarding attending the complaints. In case, it is found that the complaint has been attended unsatisfactorily, it will be considered as unattended. List of such complaints shall be submitted to the Assistant /Junior Engineer-in-Charge or his representative preferably on daily basis. 9. Safety of the staff employed will be the responsibility of the contractor; ESIC shall not be responsible for any mishap, injury/accident or death of the staff. No claim in this regard shall be Entertained/ accepted by the department. 10. Operations in which assistance shall be provided by the maintenance agency / contractor to ESIC:
(i) Assistance for occupation and vacation for the quarters. (ii) Assisting the department in detection of unauthorized encroachments in the area being maintained. (iii) Informing to the ESIC regarding the failure in any service being provided by other departments, in so far as they affect the assets being maintained under this contract, so that they can be taken up with the concerned local body / department for rectification. (iv) Contractor or his authorized representatives / nodal officials shall ensure connectivity on mobile round the clock so that they can be contacted by the ESIC officials / authorities so as to make them aware about the urgency of the situation in connection with the maintenance of the essential services in the hospital and dispensary premises. Contractor shall provide alternate mobile / telephone nos. for ease of 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.
(vi) Contractor shall ensure to attend / respond to the individual complaints within the time prescribed.
P
age4
4
(vii) Contractor shall follow the citizen charter and model code for workers behavior as decided by Engineer-in charge.
(viii) Contractor shall facilitate visitors while they visit to service centre for lodging complaint in person or on phone.
11. The Contractor shall provide credentials of all workmen to ESIC. No claim of contractor’s employees/ staff employed for subject work in any form shall be entertained by ESIC. Police verification of every deployed by the contractor shall be got done by the contractor compulsorily and a copy of police verification shall be provided to Engineer-in-Charge after which an identity card duly countersigned by Engineer-in-Charge or his representative shall be issued to each employee of the contractor for proper identification. ESIC may ask the Contractor to authenticate the presence/attendance of required number of manpower through AADHAAR Enable Biometric Attendance System (AEBAS). 12. The contractor shall provide proper uniform along with Badges mentioning their name & designation on it and shoes within 15 days of start of work. In the event of non compliance a recovery of Rs.25/- per day per employee shall be made. The employees and labours engaged by the contractor under this Contract shall wear neat and clean uniforms along with name badges as approved by the concerned engineer. Nothing extra shall be paid on this count. 13. All T&P including ladders, wire drawing equipment, chase cutting equipment, drilling machine megger, insulation, earth resistance testing equipment etc. required for the work shall have to be arranged by the contractor no T&P will be provided by the Department (ESIC).The contractor will be responsible for any delay in disposal of work due to lack or non availability of T&P on time. 14. Unless otherwise specified, the agreement rates for all items of work of the schedule of quantities are for all heights, depths, leads and lifts involved in the execution of work. 15. The contractor shall take all precautions to avoid accidents by exhibiting caution boards, red flags, red lights and providing necessary barriers and all other measures required from time to time. The contractor shall be responsible for all damages and accidents due to negligence on his part. 16. The contractor shall give due notices to Municipality, Police and/ or other authorities that may be required under the law/ rules under force and obtain all requisite licenses for temporary obstructions/ enclosures and pay all charges which may be livable on account of his execution of the work under the agreement. Nothing extra shall be payable on this account. 17. Other agencies may also be simultaneously executing some other work entrusted to them by the Engineer-in-charge and the contractor shall offer necessary cooperation wherever required to these agencies so as not to interfere with or hinder the progress or completion of the work being performed by other contractor (s). He shall as far as possible arrange his work and shall place and dispose of the materials being used or removed, so as not to interfere with the operations of other contractors, or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-charge. 18. On account of security consideration, there could be some restrictions on the working hours, movement of vehicles for transportation of materials, the contactor hall be bound to follow all such restrictions and adjust the program for execution accordingly. Nothing extra shall be paid for idle labour due to such construction. 19. The work shall be carried out in a manner complying in all respects with the requirements of relevant bye laws of the local bodies, labour laws, minimum wages act, workmen compensation act and other statutory laws enacted by Central Govt. as well as State Govt.
P
age4
5 20. All the malba (Debris or construction loose) or rubbish obtained from dismantling or otherwise during the execution of Maintenance work shall be collected in the mobile container arranged by contractor free of cost of suitable size placed near the working place. The malba or building rubbish so collected shall be disposed off to the specified common disposal point as decided by the Engineer-in charge, where from the contractor will finally disposed off the collected malba or rubbish to the authorized municipal dhalao/dumping ground. In no case the malba / building rubbish shall be allowed to dump at ground near the working place. A recovery of Rs.1000/- shall be made by engineer-in- charge for every default per day till the final disposal of malba only after issuing a notice in writing by engineer-in-charge of work. No residential accommodation shall be provided to any of the staff engaged by the contractor. The contractor shall also not be allowed to erect any temporary set up for staff in the campus. The contractor shall depute required technical and non – technical / supporting personnel for carrying out Civil and Electro – Mechanical maintenance works as per manpower deployment schedule (vide- Annexure- B-III) so that the essential services should not get hampered in any manner for Hospital and Dispensaries & also for residential accommodations if any. 21. Contractor shall be fully responsible for any damages caused to govt. property by his or his labour in carrying out the work and same shall be rectified by the contractor at his own cost. 22. The Contractor shall follow, observe and comply with all applicable laws, rules, regulations and procedure including all Govt. of India and concerned Local Authority rules, procedures and regulations while performing Work under the Contract including planning, designing, detailing, executing, supervising etc. and obey instructions, rules and regulations of Agencies having jurisdiction as issued or applicable from time to time. The contract price and the rates under the Contract shall deem to be inclusive of all expenses required for complying with all such applicable laws, rules, regulations and procedures. The Contractor shall at all times safeguard the interests of the employer in performing the work under his scope. 23. The contractor shall maintain sufficient quantity of materials and spares at site to meet the requirement of attending the complaints as per direction of the Engineer-in-charge. Stores / bins, if available, shall be handed over to the contractor for storage of the material till existence of ongoing Annual Repair & Maintenance contract with that contractor and competent authority has all rights reserve to get that store vacant whenever desired. 24. The contractor shall have to carry out the work other than day to day maintenance according to program given by the Executive Engineer / Assistant Engineer / Junior Engineer-in-charge. The contractor shall have to adhere to this program failing which he shall be wholly responsible if or any inconvenience caused to the occupants. No claim for idle labour on any account shall be entertained. The contractor shall depute his representative daily to the site of work. His / her name and Signature shall be attested by the contractor for record in the department. 25. No special repairs and addition/ alteration work shall be carried out in any building without the approval of the representative of the Engineer-in- charge. Any work carried out without approval of the representative of the Engineer-in-charge at the site, the work shall be rejected and shall not be measured and paid for. 26. The cement mortar/cement concrete shall not be mixed or mixed cement mortar / cement concrete shall not be placed on the ground /roads/pucca floor in any case during the execution of work at site. The cement mortar / cement concrete will only be mixed on MS sheet/sheet of other material suitable size. In case of default, the Engineer-in-charge of work shall reject the cement mortar / cement concrete
P
age4
6 out rightly if cement mortar/cement concrete mixed on ground/floor/slab/road and such cement mortar/cement concrete shall be removed from the site of work by the agency at his own cost. 27. All dismantled material shall remain the property of the ESIC and shall be taken away by the contractor after taking approval of Engineer-in-charge of ESIC in writing as per “schedule of credit I & II” for dismantled materials for which deduction will be made accordingly from contractor bills. Chases, holes & drilling works etc. shall be done using power operated tools by observing due diligence so that the existing structure / facilities should not get unduly disturbed / harmed /disfigured. 28. In case of any accident during the operation / Maintenance of the equipment leading to injuries/damages to human being equipment or loss of life, the contractor shall be fully responsible for settling all claims & indemnify the department against any claims arising out of such accidents. 29. The quoted rate shall be inclusive of any prevailing taxes, duties, levies imposed by the Central /State government/Local bodies. Any new taxes levied after opening of financial bid shall be considered by ESIC for reimbursement (in case of additional burden /increase in financial implications) or recovery in case of decrease in financial implications due to such changes. Income Tax as applicable shall be deducted from the payments of the contract as per extant Rule. 30. The contractor shall comply with proper and legal orders and directions of the local or public authority or Municipality / local body / administration and abide by their rules and regulations and pay all fees, cess and charges of which he may be liable as per statutes / orders. This contract includes providing the emergency services whenever required after normal working hours; no extra charge will be entertained for attending any numbers of complaints. The contractor shall also give due notices to Municipality, Police and/ or other authorities under intimation to the Engineer in Charge that may be required under the law/ rules under force and obtain all requisite licenses for temporary obstructions/ enclosures and pay all charges which may be livable on account of his execution of the work under the agreement. Nothing extra shall be payable on this account. 31. The contractor will carry out preventive maintenance / Checks as per CPWD Specification/ respective standard trade practice and as per details attached. The result of such exercise will be recorded in Performa as decided by the Engineer-in-charge. Materials used shall be in order of preferences as under: - (i) Under the Nomenclature of the item
(ii) Particular specifications and special conditions. (iii) CPWD specifications. (iv) ISI marked / conforming to BIS. (v) Approved by ESIC engineer.
32. Rejected materials shall have to be removed by the contractor at his own cost immediately of the instructions of doing so. In case of any dispute regarding rejection of quality of materials the decision of the Engineer-in-Charge shall be final and binding upon the contractor. 33. Contractor shall give the details of complaints attended at least once in a week mandatorily to the concerned AE / JE. 34. The contractor shall maintain proper attendance records of workmen deployed at the site of work which will be checked by the ESIC engineer-in-charge or authorized person by competent authority. In
P
age4
7 case of absence (without prior notice or information) of any workmen, the recovery shall be made at the following rates:-
S. No. Category of Workmen Rate of Recovery per day per person
(Rs.)
Remarks
1 Supervisors 2,000/ In case workmen are found absent for particular hours of the day, the recovery shall be made on pro – rata basis by considering 8 hrs. of the duty in a day.
2 Highly Skilled 1,500/
3 Skilled 1,200/
4 Semi – Skilled 1,000/
5 Unskilled 800/
35. For facial work and internal finishing work, double cup Lock steel scaffolding having two sets of vertical supports with steel staircase for inspection of works by engineer in charge shall be used. The supports shall be sound and strong, tied together with horizontal piece over which scaffolding planks shall be fixed. 36. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any damage to such properties from pollutants like smoke, dust, noise. The contractor shall use such methodology and equipment so as to cause minimum environmental pollution of any kind during construction and minimum hindrance to road users and to occupants of the adjacent properties or other services running adjacent/near vicinity. The contractor shall make good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or private property whatsoever caused due to the execution of the work or by traffic brought thereon by the contractor. All waste or superfluous materials shall be carried away by the contractor, without any reservation, entirely to the satisfaction of the Engineer-in-Charge. 37. The Contractor shall ensure the readiness and functionality of all equipments, accessories and plants related to fire safety aspects of the hospitals and other buildings existing in the campus as a whole so that the entire premise is free from any potential fire hazards. Periodic fire drills are also required to be done by the Contractor in consultation with ESIC and local Fire Inspectors / Officials as per norms. Any deficiencies detected during the fire drills regarding disfunctionality of fire safety equipments, accessories and plants and evacuation measures shall be made technically and financially good immediately by the Contractor in consultation with ESIC and local Fire Inspectors / Officials. Supervisor (Fire Safety) which has to be deployed by the Contractor with proper qualifications and experience is responsible for all the actions enumerated above. The Contractor is also required to deploy Fire Technician of required qualifications and experience to assist Supervisor (Fire Safety) in this endeavor. Supervisor (fire Safety) along with Fire Technician will be functioning as a core fire safety squad for ensuring that the complex is secured from fire safety angles all the time. (Abovementioned manpower should be as per Annexure-B-III) 38. Indicative list of T&P (related to mentioned job & materials) for execution of day to day maintenance work & any if required other than listed below related to day to day maintenance, the same may be arranged by the contractor without any extra cost.
Sl. No Job Material Tools with tool bag
1 Plumbing work
GI/ PVC/ UPVC/ CPVC pipes & fittings of all nominal bore, SCI/ CCI pipes & fittings of all sizes, internal parts of CP brass fittings, CP extension pieces of all sizes, internal parts of cistern, M Seal, Teflon tape PVC Seat cover of EWC, all PTMT fittings,
Pipe wrench, Pipe cutter, Pipe vice, Pipe die stock, Files, Pliers, bench vice, Caulking tools, measuring tape, Hacksaw, Screw driver, Spanners, Chisels, Hammers, Grinding machine,
P
age4
8
looking Mirror 600x450mm size, all CP/ PTMT gratings, CP/PTMT waste & , PVC waste pipe for wash basin/sink/urinal, PVC cistern, PVC connection pipes of all size, Brass stop cock/ gate valve/ float valve etc.
Pressure Pump (to open blockage in water pipes) etc.
2 Carpentry Commercial & decorative Plywood (all thickness), wood (Hollock & teak), All aluminum/stainless steel/brass doors & windows fitting of all sizes, Hydraulic door closer, wooden beadings, All type & size CP brass/ SS/ Aluminum crews, nails , adhesive, silicon sealant, float/ frosted glass panes of all sizes & thickness, SS wire mesh, glass putty etc.
Drilling Machine Battery/ electric operated (ordinary as well as hammer drilling), Planer, Saw, Screw Driver, Hammer, Chisels, Auger, Try Square, tape Scribing Knife, Marking Gauge and Marking Point, Pliers, Glass Cutting knife etc.
3 Painting & Polishing
All type of Paints & primer, POP, Cement based wall putty, wooden sealer, spirit, muslin cloth, melamine, masking tape, Sand paper, etc.
Brushes, Roller, sand grinder machine, putty Knife/plate (patti), PVC/ foam sheet cover, ladder etc.
4 Masonry work
Cement, fine/coarse sand stone aggregate of all nominal sizes, Bricks, Ceramic/ vitrified tiles of all sizes & shade, araldite, SFRC covers & frames of all sizes etc.
Trowel, Try Square, Straight edge, Plumb bob, String (Nylon rope), tape, Brick Hammer, Floats, Tamping rod, Hand Grinding Machine, Fiber sheet for mortar mixing etc.
5 Sewer man Cleaning material, disinfectant etc. Pump, Pusher rod, Brushes for cleaning, iron rod, Gumboots, Hand gloves, Broom sticks, Brooms (both soft & hard), Basket or Bucket for dust & waste Collection, cleaning material (Acid, Vim, Soap, Scrubber), Safety tools etc.
6 Welding MS structural steel sections of all sizes & type, Welding rod etc.
Electric Welding machine, Eye shield, Grinder, cutter, electric cable, safety tools, transportation system etc.
7 Helper Pickaxe (Gainti), Kassi, Spade, Crow bar, Rammer, Hammer, Basket etc.
General Tools:- Ladder, Gauge measure, Measuring Tapes (3 M, 15 M, 30 M), Measuring Box (40cm x 35cm x 25cm), Steel rule, Wooden Ballies & Planks, Scaffolding Steel pipes, Shuttering plates, Rubber pipes, Water level & Water level pipe, Spirit level, Grinding stone, Rickshaw / Trolley for moving materials at site. Shuttering and Scaffolding materials, Jhoola (for working at heights), Cutter Machine (for cutting metal, wood, concrete & other flooring up to 2” thickness). List of General Safety tools: - (With minimum Qty) required to be kept by Contractor (First aid Box – 1 Nos. Safety belt with rope -. Protective Goggles. Face Mask -. Hand gloves - Helmets – Safety shoes (With socks) - (For Each Worker) Safety Jacket / Appron - (For Each Worker) Caps/hats (for summer) - (For Each Worker).
P
age4
9
FORMAT- I
DETAILS OF TENDERER
Name of Work: Annual Repair and Maintenance of Civil & Electrical works at ESIC Model
Hospital & its attached staff quarters and dispensaries at Udyog Vihar (Civil Lines) and Near
Shama Restaurant, Gurugram for the period of one year.
1 NAME OF TENDERING COMPANY / FIRM / TENDERER:
2 NAME OF OWNER / DIRECTORS / PROPRIETOR:
3 FULL PARTICULARS OF OFFICE:
(a) Address:
(b) Telephone No.:
(c) Fax No.:
(d) E-Mail Address
4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.
(a) Name of the Bank:
(b) Address of the Bank:
(c) Telephone No.
(d) Fax No.:
(e) E-Mail Address:
P
age5
0 5 REGISTRATION DETAILS:
(a) PAN / TAN No:
PAN- TAN-
(b)Goods & Service Tax Registration No.
(c) E.P.F. Registration No.
(d) E.S.I. Registration No.:
6 DETAILS OF EARNEST MONEY DEPOSIT:
(a) Amount (Rs.):
(b) D.D. No. Date:
(c) Drawn on Bank:
(d) Valid up to:
The above format may be used to provide requisite details
Date:
Place:
Name: Seal: Signature of Tenderer
P
age5
1
FORMAT- II
DETAILS OF COMPLETED CONTRACT
(Experience of Annual Repair and Maintenance of Civil & Electrical works completed during last
seven years proceeding March, 2018 and ongoing works) Use separate sheet for each work.
1. Name of the work/ Project Name
2. Name of the Client and Address
3. Describe Specific Work done/ Services rendered by the applicant
4. Period of Work Done/Services rendered for the project
5. Total cost of work
6. Date of start of the work and the present status
7. Any other details
NOTE:
Supporting documents like certificates from the clients in support of each of the above projects to be
furnished.
Signature of Contractor
P
age5
2
FORMAT -III
DECLARATION
1. I ………………………………………….……………………………. Son / Daughter of Shri …………………………………………...
.............................................Proprietor / Partner / Director / Authorized Signatory of ...…………………....
.......................................am competent to sign this declaration and execute this tender document.
2. I have carefully read and understood all the terms and conditions of the tender and hereby convey
my acceptance of the same.
3. The information / documents furnished along with the above application are true and authentic to
the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
Signature of Authorized Person:-
Date:______________________ Full Name:_____________________________
Place:______________________ Company’s Seal:________________________
Note: The above declaration, duly signed and sealed by the authorized signatory of the company,
should be enclosed with Technical tender.
P
age5
3
FORMAT-IV
(TO BE TYPED ON A LETTER HEAD)
UNDERTAKING
To,
The Regional Director
ESIC Regional Office, Faridabad
Panchdeep Bhawan, Sector- 16,
Haryana – 121002
Subject: Annual Repair and Maintenance of Civil & Electrical works at ESIC Model Hospital &
its attached staff quarters and dispensaries at Udyog Vihar (Civil lines) and Near Shama
Restaurant at Gurugram for the period of one year.
Sir,
1. I/We hereby agree to abide by all terms and conditions laid down in tender document.
2. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms
and conditions.
3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Goods and
Service tax (GST), from time to time.
4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance of Civil
Electrical works at ESIC Model Hospital & its attached staff quarters and dispensaries at Udyog Vihar
(Civil lines) and Near Shama Restaurant at Gurugram shall be ensured by our Agency, as well as any
other assignment considered by the Regional Director, ESIC Regional Office, Faridabad.
5. I/We do hereby undertake that in case agency is unable to prove by documentary evidence
compliance regarding ESI Act, EPF Act, Minimum Wage Act, Goods & Service Tax Act any other Act as
applicable, the ESIC shall be at liberty to terminate the contract at any time.
6. I/We do hereby undertake that our Agency / Firm is never debarred/ blacklisted by any of the ESIC
Institution / Office anywhere in India.
(Signature of the Bidder)
Name and Address of the Bidder:-
Telephone No.:
P
age5
4
FORMAT - V
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED & UPLOADED WITH THE TENDER
S. No
Items Confirm with indicate the page number
1 EMD in the form of Bank Draft for Rs. 2,71,413/-
2 Copy of Tender Document should be signed and stamped and serial numbered on all pages.
3 Copy of PAN Card,
4 Certificate of Incorporation/ Registration Certificate of Firm / Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc.
5 Copy of Income Tax Return for last Three Financial Years (i.e. 2015-16, 2016-17, 2017-18), ended on 31/03/2018.
6 Copy of Balance Sheet for last Three Financial Years (i.e. 2015-16, 2016-17, 2017-18), ended on 31/03/2018.
7 Copy of Profit & Loss Account for last Three Financial Years (i.e. 2015-16, 2016-17, 2017-18), ended on 31/03/2018.
8 Annual Turn Over Certificate which is signed by Chartered Accountant for last Three Financial years (i.e. 2015-16, 2016-17, 2017-18), ended on 31/03/2018.
9 GST registration certificate with Latest Challan
10 Filled Format- I to VIII,
12 Copy of Integrity Pact (Format- IX),
13 Documents in support of Completed/Running work experience during last Seven years of prescribed value,
14 Certificate of Satisfactory work completion from previous organizations during last Seven years,
15 ESI Certificate with Latest Challan,
16 EPF Certificate with Latest Challan,
17 ISO Certificate for Civil & Electrical works, if any
18 Undertaking that Firm was never debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India.
19 Labour License under the Contractor Labour Act (R & A Act 1970), if any.
20 Valid License copy for Electrical works and enlistment certificate for Civil works in respect of ARM/Construction works under the CPWD/State PWD/Central Govt. / State Govt. / PSUs. / MES/ Railways.
Signature of Authorized Person
Date: Full Name:
P
age5
5
FORMAT– VI
DETAILS OF THE EXISTING CONTRACTS:
Sr. No.
Name and Address of the Organization, Name, Designation and
Contact Telephone / Fax No. of the Officer concerned
Details of regarding
the Contract
Value of Contract
(Rs.)
Duration of Contract
From
To
DD/MM/YYYY
DD/MM/YYYY
A
B
C
D
Additional information, If any
The above format may be used to provide requisite details.
Signature of Bidder:
Date: Name:
Place: Seal:
P
age5
6
FORMAT - VII
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach on or before time of bid opening) To
The Regional Director
ESIC Regional Office, Faridabad
Panchdeep Bhawan, Sector- 16,
Haryana – 121002
Subject: Authorization for attending bid opening on____________________________________
(date) in the Tender of_____________________________________________________________.
Following persons are hereby authorized to attend the bid opening for the tender
mentioned above on behalf ________________________________________________________
(Bidder) in order of preference given below.
Order of Preference
Name Specimen Signatures
I.
II.
Alternate Representative Signature of Bidder or Officer authorized to sign the bid Documents on behalf of the Bidder Note:
1. Maximum of two representatives will be permitted to attend bid opening. In case where
entry is restricted to one, first preference will be allowed. Alternate representative will be
permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
P
age5
7
FORMAT - VIII
(TO BE TYPED ON A LETTER HEAD OF THE AGENCY)
UNDERTAKING
CERTFICATE
Certificate of Non-Participation of near Relatives in the tender I_____________________________________________, S/O__________________________________________________, R/O
_________________________________________________________hereby certify that none of my relative(s)
is/are employed in ESIC as per details given in tender document. In case at any stage, it is
found that the information given by me is false/ incorrect, ESIC Regional Office, Faridabad
shall have the absolute right to take any action as deemed fit/without any prior intimation to
me.
Signed______________________________________ For and on behalf of the Bidder
Name (caps)_______________________________ Position_____________________________________ Date_________________________________________
To,
The Regional Director
ESIC Regional Office, Faridabad
Panchdeep Bhawan, Sector- 16,
Haryana – 121002
P
age5
8
FORMAT-IX
INTEGRITY PACT
(TO BE TYPED ON A LETTER HEAD)
To, The Regional Director
ESIC Regional Office, Faridabad
Panchdeep Bhawan, Sector- 16,
Haryana – 121002
Subject: Annual Repair and Maintenance of Civil & Electrical works at ESIC Model Hospital,
Gurugram & its attached staff quarters and dispensaries at Udyog Vihar (Civil Lines) & Near
Shama Restaurant for the period of one year.
Sir,
1. I / We acknowledge that ESIC is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender / bid document.
2. I / We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I / We will stand disqualified from the tendering process. I / We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
3. I / We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender / bid is finally accepted by ESIC. I / We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article – 1 of the enclosed Integrity Agreement.
4. I / We acknowledge that in the event of my / our failure to sign and accept the Integrity
Agreement, while submitting the tender / bid, ESIC shall have unqualified, absolute and unfettered right to disqualify the tenderer / bidder and reject the tender / bid in accordance with terms and conditions of the tender / bid.
(Signature of the Bidder)
Name and Address of the Bidder.
P
age5
9
(INTEGRITY PACT DOCUMENT)
(To be executed on plain paper and signed by the bidders as 2nd part before uploading as bid
document. ESIC as 1st part will sign this IP at later stage after opening of bids)
PRE-CONTRACT INTEGRITY PACT
General
1. This pre bid-contract Agreement (hereinafter called the Integrity Pact) is made on ………the day of the
month of ………..year ……………. Between on one hand of Employees State Insurance Corporation (ESIC)
under the administrative control of Ministry of Labour and Employment, Government of India acting
through (hereinafter called the “BUYER” which expression shall mean and include, unless the context
otherwise requires his successors in office and assigns)of the First Part and M/s
_______________________________________________________________________, represented by,
____________________________________________ Chief Executive Officer (hereinafter called the
“BIDDER/SELLER” which expression shall mean and include, unless the context otherwise requires his
successors in office and assigns) of the Second Part. WHEREAS the BUYER proposes to procure
………………………………services (Name of Items to be procured) and the Bidder/Seller is willing to offer/has
offered the stores/services.
2. Whereas the Bidder is a private company/ public company/ partnership/ proprietorship constituted in
accordance with the relevant law in the matter and the Buyer is a
____________________________________________ performing its functions on behalf of
_________________________of India.
Objectives
3. Now, therefore, the Buyer and the Bidder agree to enter into this pre - contract agreement,
hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is
fair, transparent and free from any influence/unprejudiced dealings prior to, during and subsequent to
the currency of the contract to be entered into with a view to:-
3.1 Enabling the Buyer to obtain the desired said stores at a competitive price in conformity with the
defined specifications of the Services by avoiding the high cost and the distortionary impact of
corruption on public procurement, and
3.2 Enabling bidders to abstain from bribing or any corrupt practice in order to secure the contract by
providing assurance to them that their competitors will also refrain from bribing and other corrupt
practices and the Buyer will commit to prevent corruption, in any form, by their officials by following
transparent procedures.
P
age6
0 Commitments of the Buyer
4. The Buyer Commits itself to the following:-
4.1 The Buyer undertakes that no official of the Buyer, connected directly or indirectly with the contract,
will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration,
gift, reward, favour or any material or immaterial benefit or any other advantage from the Bidder, either
for themselves or for any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process related to the
Contract.
4.2 The Buyer will, during the pre-contract stage, treat all Bidders alike, and will provide to all Bidders
the same information and will not provide any such information to any particular Bidder which could
afford an advantage to that particular Bidder in comparison to other Bidders.
4.3 All the officials of the Buyer will report to the appropriate Government office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a breach.
5. In case of any such preceding misconduct on the part of such official(s) is reported by the Bidder to
the Buyer with full and verifiable facts and the same is prima facie found to be correct by the Buyer,
necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings
may be initiated by the Buyer and such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by the Buyer the proceedings under
the contract would not be stalled.
Commitments of Bidders
6. The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means
and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in order
to secure the contract or in furtherance to secure it and in particular commits himself to the following:-
6.1 The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the Buyer, connected directly or indirectly with the bidding process, or to
any person, organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the Contract.
P
age6
1 6.2 The Bidder further undertakes that he has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the Buyer or otherwise in
procuring the Contract or forbearing to do or having done any act in relation to the obtaining or
execution of the Contract or any other Contract with the Government for showing or forbearing to show
favour or disfavor to any person in relation to the Contract or any other Contract with the Government.
6.3 The Bidder will not collude with other parties interested in the contract to impair the transparency,
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the
contract.
6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.
6.5 The Bidder further confirms and declares to the Buyer that the Bidder is the original
manufacturer/integrator/authorized government sponsored export entity of the defense stores and has
not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in
any way to recommend to the Buyer or any of its functionaries, whether officially or unofficially to the
award of the contract to the Bidder, nor has any amount been paid, promised or intended to be paid to
any such individual, firm or company in respect of any such intercession, facilitation or
recommendation.
6.6 The Bidder, either while presenting the bid or during pre-contract negotiations or before signing the
contract, shall disclose any payments he has made, is committed to or intends to make to officials of the
Buyer or their family members, agents, brokers or any other intermediaries in connection with the
contract and the details of services agreed upon for such payments.
6.7 The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the Buyer as part of the business relationship, regarding plans,
technical proposals and business details, including information contained in any electronic data carrier.
The Bidder also undertakes to exercise due and adequate care lest any such information is divulged.
6.8 The Bidder commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
P
age6
2 6.9 The Bidder shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.
7. Previous Transgression
7.1 The Bidder declares that no previous transgression occurred in the last three years immediately
before signing of this Integrity Pact, with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in India or any Government
Department in India that could justify bidder’s exclusion from the tender process.
7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
8. Earnest Money/Security Deposit
8.1. Every bidder, while submitting commercial bid, shall deposit an amount* as specified in the Tender
Document as Earnest Money/Security Deposit, with the buyer through any of the following
instruments:-
Bank Draft in favour of the “ESIC Fund A/C No.- 2” Payable at Faridabad.
8.2. The Earnest Money/Security Deposit shall be valid till the complete conclusion of contractual
obligations to complete satisfaction of both the bidder and the buyer, whichever is later.
8.3 In the case of successful bidder a clause would also be incorporated in the Article pertaining to
Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be
applicable for forfeiture of Performance Bond in case of a decision by the Buyer to forfeit the same
without assigning any reason for imposing sanction for violation of this pact.
8.4 The provisions regarding Sanctions for Violation in Integrity Pact include forfeiture of Performance
Bond in case of a decision by the Buyer to forfeit the same without assigning any reason for imposing
sanction for violation of Integrity Pact.
8.5 No interest shall be payable by the Buyer to the Bidder(s) on Earnest Money/Security Deposit for the
period of its currency.
9. Company Code of Conduct
P
age6
3 9.1 Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes and
other unethical behaviour) and a compliance program for the implementation of the code of conduct
throughout the company.
10. Sanctions for Violation
10.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his
behalf (whether with or without the knowledge of the Bidder) or the commission of any offence by the
Bidder or any one employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal
Code, 1860 or the Prevention of Corruption Act 1988 or any other act enacted for the prevention of
corruption shall entitle the Buyer to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre-contract negotiations without assigning any reason or giving any
compensation to the Bidder.
However, the proceedings with the other Bidder(s) would continue.
(ii) The Earnest Money/Security Deposit/Performance Bond shall stand forfeited either fully or partially,
as decided by the Buyer and the Buyer shall not be required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any compensation to the
Bidder.
(iv) To recover all sums already paid by the Buyer, and in case of an Indian Bidder with interest thereon
at 2% higher than the prevailing Prime Lending Rate, while in case of a Bidder from a country other than
India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the Buyer
from the Bidder in connection with any other contract for any other stores, such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the
Bidder, in order to recover the payments, already made by the Buyer, along with interest.
(vi) To cancel all or any other Contracts with the Bidder.
(vii) To debar the Bidder from entering into any bid from the Government of India for a minimum period
of five years, which may be further extended at the discretion of the Buyer.
(viii) To recover all sums paid in violation of this Pact by Bidder(s) to any middleman or agent or broker
with a view to securing the contract.
(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either
directly or indirectly, is closely related to any of the officers of the Buyer, or alternatively, if any close
relative of an officer of the Buyer has financial interest/stake in the Bidder’s firm, the same shall be
disclosed by the Bidder at the time of filing of tender. Any failure to disclose the interest involved shall
entitle the Buyer to rescind the contract without payment of any compensation to the Bidder.
P
age6
4 The term ‘close relative’ for this purpose would mean spouse whether residing with the Government
servant or not, but not include a spouse separated from the Government servant by a decree or order of
a competent court; son or daughter or step son or step daughter and wholly dependent upon
Government servant, but does not include a child or step child who is no longer in any way dependent
upon the Government servant or of whose custody the Government servant has been deprived of by or
under any law; any other person related, whether by blood or marriage, to the Government servant or
to the Government servant’s wife or husband and wholly dependent upon Government servant.
(x) The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of the Buyer, and if he does so, the Buyer shall be
entitled forthwith to rescind the contract and all other contracts with the Bidder. The Bidder shall be
liable to pay compensation for any loss or damage to the Buyer resulting from such rescission and the
Buyer shall be entitled to deduct the amount so payable from the money(s) due to the Bidder.
(xi) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by
the Buyer with the Bidder, the same shall not be opened.
10.2 The decision of the Buyer to the effect that a breach of the provisions of this Integrity Pact has been
committed by the Bidder shall be final and binding on the Bidder, however, the Bidder can approach the
monitor(s) appointed for the purposes of this Pact.
11. Fall Clause
The Bidder undertakes that he has not supplied/is not supplying the similar systems or subsystems at a
price lower than that offered in the present bid in respect of any other Ministry/Department of the
Government of India and if it is found at any stage that the similar system or sub-system was supplied by
the Bidder to any other Ministry/Department of then Government of India at a lower price, then that
very price will be applicable to the present case and the difference in the cost would be refunded by the
Bidder to the Buyer, if the contract has already been concluded.
12. Examination of Books of Accounts
In case of any allegation of violation of any provisions of this Integrity Pact or payment of commission,
the Buyer or its agencies shall be entitled to examine the Books of Accounts of the Bidder and the Bidder
shall provide necessary information of the relevant financial documents in English and shall extend all
possible help for the purpose of such examination.
13. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the Buyer i.e.
Faridabad (Haryana) or as decided by the BUYER.
P
age6
5 14. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the extant law in force relating to any civil or criminal
proceedings.
15. Validity
15.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the
complete execution of the contract to the satisfaction of both the Buyer and the Bidder/Seller,
whichever is later.
15.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original intentions.
16. Both the parties signing this integrity pact shall be abided by the provisions of this pact and will
follow the guidelines of independent external monitors or any other monitoring committee nominated
by the competent authority for the purpose at any stage.
17. The Parties hereby sign this Integrity Pact at __________ on ______________ .
ESIC R.O, FARIDABAD (1st Party) BIDDER (2nd Party)
Witness Witness
1. ___________________ 1. ____________________
2. ___________________ 2. ____________________
P
age6
6
FORMAT - X
FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND
1. In consideration of the ESIC Regional Office, Faridabad having agreed under the term and conditions of the Agreement No.- ……………………… dated ……………………….made between ESIC Regional Office, Faridabad and Second Party (hereinafter the said Construction Agency ………………………………………..…………………… ……………………………………………….………………………………….. for the work …………………...here in after called the said agreement ) to production of irrevocable bank guarantee for Rs………………………………………. (Rupees……………………………………………………………………………………………………………………………………….) 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 Regional Office, Faridabad an amount not exceeding Rs…………………………………….. (Rupees ………………………………………………………………………………… ………………………………………………………… only) on demand by the ESIC Regional Office, Faridabad.
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 Regional Office, Faridabad 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 Regional Office, Faridabad 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. 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 Regional Office, Faridabad 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 said Second Party and accordingly discharges this guarantee.
5. We……………………………………………………………………………… (Indicate the name of Bank) further agree with the ESIC Regional Office, Faridabad that. The ESIC Regional Office, Faridabad 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 from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or
P
age6
7
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved form our liability by reason 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 Regional Office, Faridabad or any indulgence by the ESIC Regional Office, Faridabad 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. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.
7. We ……………………………………………………………………………lastly undertake not to revoke this
guarantee except with the previous consent of the ESIC Regional Office, Faridabad in writing.
8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by
ESIC Regional Office, Faridabad. 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.
Date the …………………………………………… Day of ………………………………For …………………………………………………….……………………………………………………… (Indicate the name of bank).
P
age6
8
ENCLOSURE - I
COMPLAINT REGISTRATION FORM
Date: _____________
Time: _____________
Nature of complaint: ___________________________________________________________________
Signature of Complainant:_________________
Name and Address: ______________________
_____________________________
Complaint attended by:
Date: ___________
Time: __________ From: ______________ To: ________________________
Signature (Supervisor/Attendant):_____________________________________
Certified that the complaint has been satisfactorily attended & rectified.
Supervisor:-______________________ Complainant:-_________________________
Date: - _____________________ Ph. No. :-_____________________________
Countersigned by (Engineer-in-Charge):___________________________
Note: To be submitted along with running bills.
P
age6
9
ENCLOSURE -II
MAINTENANCE COMPLAINT REGISTER
Sr. No.
Date & Time
Complainant
Nature of complaint
Complaint attended
Date & Time
Remarks
Signature of
Technical Head
SHIFT- A: ……………………………………
SHIFT- B: …………………………………..
SHIFT- C: …………………………………..
SUPERVISOR: ………………………………………………. ESIC: …………………………………………………….
Signature of Contractor
P
age7
0
ENCLOSURE – III
Monthly report in respect of attending of the complaints
Name of the Hospital________________________________________
It is hereby certified that M/s_____________________________________________ has attended all
the complaints sent to the agency up to the month of ___________ 2019/2020.
Complaints received during the previous month of________2019/2020 have been attended to
satisfactorily and no complaint is pending.
Signature:-
ESIC Engineer-in-charge:-
Date:-
Stamp:-
P
age7
1
ENCLOSURE –IV
Monthly Attendance in Daily Wise
Shift:
Shift Timing: DD/MM/YYYY:
Sr. No.
Name Designation IN time (with Signature)
Out time with Signature)
Remarks.
Supervisor ESIC Engineer-in charge
Note: - Manpower Attendance sheet (engaged by contractor on site for Annual Maintenance Work)
based on AADHAAR Enabled Biometric Attendance System (AEBAS) will be compulsory.