Upload
lydiep
View
217
Download
1
Embed Size (px)
Citation preview
EMPLOYEES‟ STATE INSURANCE CORPORATION
Regional Office, EDC Plot No.23, Patto Plaza, Panaji, Goa- 403001
Ph: 0832-2438853/2438857/2438870 Fax: 0832-2438858
Email: [email protected]
TENDER PAPERS FOR……………………….
Annual electrical repair and maintenance works as per the requirement.
1. Electrical
Issued to :……………………………………………
-1-
INDEX
Sl No. Description Page No.
1 Name of work and ESIC Logo 1
2 Index 2
3 Notice inviting tender 3
4 Instructions for the tenderer 4 & 5
5 Terms and conditions of the contract 6 & 7
6 Technical Bid 7 & 8
7 Financial Bid 9, 10 , 11 & 12
8 Undertaking 13
-2-
EMPLOYEES’ STATE INSURANCE CORPORATION
Regional Office, EDC Plot No.23, Patto, Plaza, Panaji Goa- 403001
Ph: 0832-2438870/2438871 Fax: 0832-2438858
Email: [email protected]
NOTICE INVITING TENDER
INVITATION OF BIDS FOR PROVIDING ELECTRICAL MAINTENANCE FOR THE PERIOD FROM
03/2015 to 02/2016 (12 months) FOR REGIONAL OFFICE BUILDING AT PANAJI/ STAFF QUARTERS
AT TALEIGAO
Sealed Offers under two envelope system are invited from eligible and registered contractors of C.P.W.D./State
PWD/Electricity department etc. of appropriate class for Providing Annual Repair and Maintenance Works /Services listed
above under scope of work in this bid document.
Details of the work for which tenders is invited:
Nature of Facility – Regional Office, Staff Quarters and R.D. Residence at Panaji
Total No. of Buildings –03 Nos.
Bid Document :-
The blank Tender documents for Annual Repairs and Maintenance works can be obtained from the office of the Regional
Director, Employee's Sate Insurance Corporation Panaji during working days from 23/01/2015 to 16/02/2015 on all
working hours between 10:30 am to 4:00 pm on payment of Tender fee of Rupees Two hundred only (non-refundable).
DD drawn in favour of ESI Fund a/c No.1 Payable at Panaji. Tender documents can be downloaded from our website
www.esicgoa.org.in or www.esic.nic.in in which case DD/Bankers Cheque of Rs.200/- should be enclosed towards the cost
of tender documents while submitting tender.
Last date for issue of tender forms : 16/02/2015 till 3:00pm.
The last date of submission of Tender is 17/02/2015 up to 3.00pm.
The Tenders shall be opened in the presence of the Tenderers, who desired to remain present on the date 17/02/2015 at
3:30pm. in the Committee hall of this office.
Regional Director......................
-3-
INSTRUCTIONS TO THE TENDERERS
1. Sealed tenders under two envelope system in the prescribed forms are invited from eligible tenderers for providing
Annual Repairs and Maintenance for Electrical works for the period from 01/03/2015 to 29/02/2016 for the ESIC Building
as per the notice inviting tender.
2. The estimated cost of the work is 3.66 lakhs.
3. The amount of Earnest Money Deposit (EMD) of Rs.7000/- shall be in the form of Demand Draft of scheduled
Bank issued and drawn in favour of ESI FUND ACCOUNT No.1, payable at Panaji.
4. The Earnest Money shall be placed in separate sealed cover by writing the name of work on the envelope. If the
Earnest Money found not as per the prescribed manner as mentioned at Sr. no 3 above then, Technical/financial Bid shall
not be opened.
5. Tender form duly signed in all respect with necessary Earnest Money Deposit in the prescribed manner as
mentioned above shall only be considered. Incomplete and tenders without Earnest Money Deposit shall not be considered.
6. Each and every page of the tender documents should bear the stamp and signature of the person in whose name
registration exists or he shall be authorized legally or any representative clearly by mentioning the name and stating that the
person can sign the tender documents on his behalf.
7. When there is a difference between the rates in figures and in words, the rates in words shall be taken as correct.
8. The competent authority on behalf of ESIC reserves with himself the right of accepting the whole or any part the
tender and the tenderer shall be bound to perform the same at the rate quoted.
9. The tender shall remain open for acceptance for a period of forty five days from the date of opening of tenders. If
any tenderer withdraws his tender before the said period, or issue of letter of acceptance/Indent whichever is earlier, or makes
any modifications in the terms and conditions of the tender which are not acceptable by the ESIC and, shall be without
prejudice to any other right or remedy, be at liberty to forfeit EMD.
10. Sales tax, Purchase tax, turn over tax, Service tax or any other tax, labour cess, in respect of the contract is payable
by the contractor. The ESIC will not entertain any claim whatsoever in respect of the same.
11. Rates quoted shall be deemed to have inclusive of material, machinery, tools and plants etc. & all taxes (including
service tax), duties and levies, insurance etc. No escalation of whatsoever nature, shall be payable.
12. The tenderers shall produce their valid contract l icense registration and ESI, EPF registration etc. WHEREVER
APPLICABLE, with the appropriate authority.
13. The contractor shall follow all the safety rules and regulations for safety of workers.
14. The envelope containing tender document shall be sealed and clearly superscribed the name of work and the
name and address of the tenderer.
Financial Bid :
15. The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the
tenderers, who desire to attend the opening of financial bid.
16. The agency will be responsible for complying with payment of minimum Wages as applicable under Central
Government Rules and other benefits including prescribed number of Holiday/Weekly off etc. to its employees deployed in
the office/worksite, as per labour Laws in force from time to time. The agency will be responsible to comply with laws
related to Social Security such as E.S.I., P.F., Leave Wages and National Holidays as applicable and Service Tax wherever
applicable.
-4-
i) Workers engaged through Service providers must receive their Wages on the last day of the month.
ii) Payment to such workers must be made by the Service Providers through cheque.
Under no circumstances payments will be made in cash. To ensure this, Service Providers will get a Bank account
opened for every engaged worker.
iii) In order to ensure that such workers get their entitled wages on the last working day of the month, the following
schedule will be adhered to:-
a) Monthly Bill as per above cycle, will be submitted by the Service Providers on 24th
of the current month.
17. ESIC shall be at liberty to object to remove forthwith from the Works, any person provided by the Contractor who,
in the opinion of the Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or
whose presence on site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed
upon the Works without the consent of the Engineer. Any person so removed from the Works shall be replaced immediately.
18. The Repair and Maintenance work shall be for a period of one year or as mentioned in the letter of commencement
and shall start from the date of issue of letter and shall stands terminated after the expiry of one year or for the period as
stipulated in the accepted contract agreement.
19. If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of Engineer, the
delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as
details in the particular conditions
Sign of Contractor…………………. Regional Director…………………
Date : ....................................... Date : ...................................
Place: ......................................... Place: .....................................
-5-
TERMS AND CONDITIONS OF THE CONTRACT 1. The contractor shall follow all the safety Rules and Regulations throughout the execution and till completion of the
works, specially the safety of all persons, electrician and helpers to avoid electrical and mechanical accidents to such persons.
The contractor shall take appropriate insurance cover for the workers and staff employed by him. ESIC will not be
responsible to any consequences for loss of life and damage to the property due to negligence.
2. Electrician should have ITI certificate with minimum 2 years working experience.
3. The tenderer is required to quote the rates in words as well as in figures in Schedule „A‟
4. The rates quoted shall be valid till completion of the work contract.
5. The rates quoted should be inclusive of all taxes.
6. Incomplete or late tenders will be rejected outright.
7. The contractor shall attend emergency breakdown calls made by ESIC on need basis during off hours, each such
attendance will be considered as one additional paid duty.
8. SCOPE OF WORK : The agency will be responsible for Repairs and Maintenance of following categories of
works on actual basis as and when the need arise :- (a) Replacement of fuses (all types) repair/replacement of faulty switches, holders, screws etc.
(b) Repair and replacement of wiring, tube lights, bulbs, chokes & starters.
(c) Rewiring of circuit wiring, point wiring on need basis
(d) Checking of earthing system to make it functional and effective.
(e) Electrical maintenance works including H.T/L.T. Panels, relays, internal wiring, capacitor bench, checking
tightness of connections, staircase lights etc. (f) Providing of electrician on all days and materials for electrical Maintenance on need basis.
((g) Any other work directly related to Electrical maintenance of ESIC, Regional Office and ESIC Staff Quarters.
9. AMC may be extended on the written mutual consent of the both the parties for further period of one year at a time,
but not exceeding for the period of three years, provided the services of the agency is found to be satisfactory.
10. Payment will be made on monthly basis on submission of bill by the contractor and certifying its correctness by
authorized official.
11. Statutory taxes, as applicable, will be deducted from each bill.
12. If prices of spares quoted is not found reasonable, ESIC will be at liberty to purchase the spares of their own and
supply to agency, if so decides.
13. Please note that no tax will be paid, if necessary tax registration information is not furnished by the contractor.
14. Successful bidders have to submit performance security deposit which is 5% of total value of contract at the time of
execution of agreement. If not deposited, the same will be deducted from the first serving bill after adjusting EMD
amount towards performance security deposit.
15. ESIC reserves the rights to alter/modify or reject any order at any stage without assigning any reason thereof and is
not bound to accept the lowest tender.
16. Eligibility criteria (Technical Bid)
(a) Tenderer should have minimum 3 years experience in works of similar nature.
(b) Tenderer should have undertaken one similar work of value not less than Rs.4.00 lakhs during last 3 years or two
similar works of value not less than Rs.2.00 Lakhs during last 3 years.
(c) The tenderer should submit the following documents :
i) Copies of Income Tax for last assessment year.
ii) Copy of trade/contractor‟s license.
iii) Copy of PAN Card.
iv) Copy of Code No. allotment letter issued by ESIC, if applicable.
v) Copy of Registration Number issued by EPFO, if applicable.
vi) Details of experience with documentary evidence.
-6-
17. The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the
tenderers, who desire to attend the opening of financial bid.
18. Criteria for selecting lowest bid will be based on rate of electrician per duty only, as the quantum of
materials/helpers required cannot be ascertained as requirement is only on need basis.
19. Please note that in the event of work order, all the payment shall be made only through Electronic Fund
Transfer/RTGS methods, and you are required to furnish the following information in your offer :-
(a) Account Name (b) Account Number (c) Bank Name (d) Branch Name and address with IFS Code (e) MICR
Code (should be supported by a cancelled cheque leaf copy to eliminate typing errors (f) PAN No.
20. The party shall use their best efforts to settle amicably all disputes arising out of or in connection this contract or the
interpretation thereof.
21. 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
Signature of contractor with seal………………………..
Date :
Place :
-7-
Particular Conditions of Contract
1. CPWD specifications shall be followed. Where not available, Bureau of International Standard/Engineering practice
as directed by the Engineer shall be followed. The materials shall be got approved prior to its use for ARM from the
authorized officer of the ESIC.
2. As the work will have to be carried out in building and area in use, the contractor shall ensure :-
a) That the normal functioning of Employees' State Insurance Corporation activity is not effected as far as possible.
b) That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.
c) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each day‟s
work.
d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of work.
He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be
held responsible for any loss or damage to Employees' State Insurance Corporation property.
e) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any
consequence arising out of execution of the Repair and Maintenance work.
f) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled
material.
g) Water and electricity shall be made available free of cost at nearby source of work. The contractor has to make
his own arrangement for use of the same including extending temporarily lines etc. The responsibility for following
relevant rules, regulations and loss in the regard shall be entirely that of the contractor.
NOTE:-
(a) All breakdowns/ faults shall be attended to immediately and rectified promptly.
(b) Only genuine/ original spare parts shall be used while carrying out the maintenance work.
(c) Any major repair involving overhaul of engine, rewinding of motors, replacement of major components etc. is
excluded from the scope of work and shall be paid or on actual. However, if the repairs/ replacement arises out of
negligence of the Contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior
approval of the Engineer is to be obtained for any such major repair/ replacement.
(d) The Contractor shall depute qualified and experienced staff for running and maintenance of the Systems/
Equipments.
(e) The Contractor shall follow all instructions conveyed to him by the concerned ESIC officials regarding
maintenance of the above.
Sign of Contractor: .................................. Regional Director…………………………
Date: ................................. Date: .................................
Place: ................................ Place: ................................
-8-
Schedule ‘A’
FINANCIAL BID
Name of work : Providing MANPOWER and materials on need basis for Electrical Maintenance of Buildings
under Employees' State Insurance Corporation, Regional Office, Panaji.
ABSTRACT OF COST
ARM of Electrical Installation at ESIC Regional Office, Panaji / Staff Quarters, Taleigao
MANPOWER SUPPLY
Sl.No. Description Qty Unit Rate Amount
In Figures In words
1 Operation & maintenance of
electrical installations.
One Electrician (0830 hrs to 1830 hrs)
456 Each
(8 hrs
duty)
2 One Helper on actual need basis
On
need
basis
Each
(8 hrs
duty)
PLEASE NOTE: Requirement of helper will be as per the actual need basis only. Please quote the daily rate.
MATERIALS SUPPLY
PLEASE QUOTE THE RATES FOR THE MATERIALS WITH ISI APPROVAL OR LEADING BRANDS LIKE
ANCHOR/PHILIPS ETC AND SPECIFY THE BRAND NAME OF THE MATERIALS QUOTED WHEREVER POSSIBLE.
ESIC RESERVES THE RIGHT TO SUPPLY MATERIALS IF RATE OF ANY MATERIAL FOUND UNREASONABLE.
Sl No. Description Brand Unit Rate Amount
In Figures In words
1. Supply of switches/sockets
1.1 5/6 A switch Each
1.2 15/16 Amps switch Each
1.3 3 pin 5/6 Amp socket outlet Each
1.4 6 pin 15/16 Amp socket outlet Each
2. Supply of modular switch/socket
2.1 5/6 Amps switch Each
2.2 15/16 Amps switch Each
2.3 3 pin 5/6 Amp socket outlet Each
2.4 6 pin 15/16 Amp socket outlet Each
3. Supply of modular type electronic fan
Regulator
Each
4. Supply of modular boxes, base & cover
plate:
Supplying the following GI box along with
modular switches in recess etc. as required.
4.1 2 Module (75×75 mm) Each
-9-
4.2 4 Module (125×75 mm) Each
4.3 6 module (200×75 mm) Each
4.4 8 Module (125×75 mm) Each
4.5 12Module (200×150 mm) Each
5. Supply of modular base & cover plate:
Supplying the following modular base &
cover plate
5.1 1 or 2 Module Each
5.2 4 Module Each
5.3 6 module Each
5.4 8 Module Each
5.5 12Module Each
6. Ceiling Rose:
Supplying of 3 pin 5 Amp ceiling rose
Each
7. Brass holders:
Supplying brass batten/angle/pendent
holders
Each
8. Call bell / buzzer:
Supplying o f call bell/ buzzer suitable
for DC/AC single-phase230V complete as
required.
Each
9. Supplying of resistance type ceiling fan
regulator, mini fan regulators
Each
10. DP MCB Isolator:
Supplying following rating double pole
240V isolator.
Each
10.1 40 Amps Each
11. TP MCB Isolator:
Supplying following rating 4 pole 415V
insulators
11.1 40Amperes Each
12. Supply of the following sizes of 1.1kv
grade PVC insulated single/ multi
stranded copper cable.
12.1 1.5Sqmm size Each
12.2 2.5Sqmm size Each
12.3 4Sqmm size Each
13. Batten/ angle lamp holder Each
14. Pendent lamp holder Each
15. Ceiling rose (3 Plate) (Anchor make) Each
16. Tube light side holder base
16.1 Single Each
16.2 Double Each
17. Tube light starter-230V, 20/40/65W Each
17.1 Tube light starter holder Each
-10-
18. 5A switch (1way) Each
19. 5A 3 pin socket Each
20. 15A 3 pin socket Each
21. 5A switch socket combined Each
22. 15A switch socket combined Each
23. 3 pin plug top – 6A Each
24. 3 pin plug top – 15A Each
25. 10A Kitkat fuse Each
26. 16A Kitkat fuse Each
27. PVC insulation tape of 1.9cm x 10m x
0.125mm
Each
28. Modular type wiring accessories.
Switches/Sockets/fuse units/dimmer of
modular type
28.1 6A one way switch Each
28.2 6A one way switch with indicator Each
28.3 16A one way switch Each
28.4 16A one way switch with indicator Each
29. Retrofit type CFL with electronic
ballast.
29.1 8/9 W Each
29.2 11W Each
29.3 20W/8W Each
30. CFL without ballast Each
30.1 7/ 9W, 2 pin Each
30.2 11W, 2 pin Each
30.3 18W, 2 pin Each
30.4 36 W, 4 pin Each
31. Lamps Each
31.1 Florescent type 36W Each
32. Ballast Each
32.1 Electronic ballast for 1 x 4‟ x 40W
Tube
Each
32.2 Electronic ballast for 2 x 4‟ x 40W
Tube
Each
33. Accessories for fans Each
33.1 Electronic fan regulator Each
34. Accessories for DBs and panels Each
34.1 40A 4P MCB Isolator Each
34.2 60A 3P MCB Isolator Each
34.3 60A 4P MCB Isolator Each
34.4 40A 4P MCB Isolator Each
-11-
35. Capacitor Each
35.1 2.5mfd Each
36. Rewinding of single phase water pump
motor of 1.5HP with „B‟ class insulation
Each
37. Rewinding of 3 phase water pump motor of
3HP with „B‟ class insulation
Each
38. T5, 4 feet tube light 36W Each
39. New transformer oil 10 Ltrs
I HAVE FILLED IN THE RATES AFTER VERIFYING FROM MARKET AND QUOTED RATES FOR THE ITEMS
WITH ISI APPROVAL AND SPARES OF LEADING BRANDS AND ALSO SPECIFIED THE BRAND NAME OF THE
MATERIAL AGAINST THE RATES.
NOTE : The contractor shall take the complaint from the users and attend the same immediately as per the direction of authorized
officer of ESIC Regional Office, Panaji. After attending the complaint he will show the Diary of complaint / certificate from users
in token of work has been attended. All T & P required shall be arranged by the agency. Only licensed/certified electrician shall
be deployed.
If the agency fails to attend the complaint in the specified time as mentioned, then the department may get the complaint
attended by engaging labour and obtaining material from the open market and twice the amount shall be recovered from the
agency.
Sign of Contractor with seal.........................
Date: .................................
Place: .................................
-12-
UNDERTAKING (To be enclosed along with EMD in Envelope)
I/we of M/s……………………………………………Bidder for “Annual Maintenance contract for
Electrical System” of ESIC, Patto, Panaji, do hereby undertake that I/we agree to unconditionally accept all
the terms and conditions mentioned in the Tender documents.
Further, I/we have noted that after unconditionally accepting the Tender conditions in its entirely, it is not
permissible to put any remarks/condition in the Price Bid enclosed and the same has been followed in the
present case. In case this provision of the Tender is found violated at any time after opening of tender, I/we
agree that the tender shall be summarily be rejected and ESIC shall, without prejudice to any other right or
remedy, be at liberty to forfeit the full amount of earnest money absolutely.
Signature of the Bidder or Authorized Person…………………………….
Name of the firm……………………………………………
Seal of the firm………………………………......................
-13-