tender notice निविदा सूचिा · annexure b-i, ii & iii, boq and also...
TRANSCRIPT
P
age1
F. No. - 13/2/D/34/11/44/2012-13/O&M Tender Date: 27/08/2014
Tender Notice / निविदा सूचिा Medical Superintendent ESIC Hospital, Gurgaon invites sealed Tender from reputed agencies
under two bid systems for Operation and Maintenance Services of Civil & Electrical Works at
ESIC Hospital, Gurgaon for the period of one year. The site of above said work will be,
(1.) (A) 125 Bedded ESIC Hospital, Gurgaon &
(B) 24 Numbers Staff Quarters situated at Hospital Campus.
Sl. No.
Name of Work
Estimated Cost in Rupees
Cost of Tender/
BOQ
Cost of Earnest Money Deposit
Cost of Performance
Security Money
Period of Contract/
Tender
1 Operation and Maintenance Services of (Civil & Electrical) works at ESIC Hospital, Gurgaon
Rs.
1,25,00,000
Rs.
1000
Rs.
2,50,000
Rs.
6,00,000
Twelve Months
(12)
SD/-
(Dr. KAYAM SINGH)
Medical Superintendent
ESIC Model Hospital, Gurgaon (Haryana)
[ Employees’ State Insurance Corporation Hospital, Gurgaon (Ministry of Labour and Employment, Govt. of India)
Sector-9 A, Gurgaon Haryana- 122001
Tel:0124-2252006/133 E-mail- ID- [email protected]
P
age2
F. No. - 13/2/D/34/11/44/2012-13/O&M Tender Date: 27/08/2014
ANNEXTURE-A
NOTICE INVITING TENDER
Sealed 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:- Operation and Maintenance Services of (Civil & Electrical) works at ESIC Model Hospital, Gurgaon.
2 Estimated Cost: - Rs. 1,25,00,000/-
3 Period of Contract: - Twelve Months (12)
4 Earnest Money Deposit: -
Rs. 2, 50,000/- (Rupees two lakhs fifty thousand only) to be deposited along with tender, through Demand Draft favoring ESI Fund A/C No. 1, payable at Gurgaon. Bids received without EMD will not be considered and summarily rejected.
5 Cost of Tender: - Rs. 1000/- (Non refundable) by Demand Draft in favor of 'ESI Fund A/c No. 1' Payable at Gurgaon.
6 Date of submission of Tender: -
Up to 02:00 pm on 24-09-2014 in the tender box kept in Medical Superintendent Office ESIC Hospital, Gurgaon (Haryana).
7 Date of opening of Tender:
The tenders shall be opened in the presence of the tenderers who choose to be present on 24-09-2014 at 02:30 PM in the conference room ESIC Hospital, Gurgaon. In case, 24.09.2014 is declared a 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 in person from Medical Superintendent, ESIC Hospital Gurgaon, Sector – 09 A, Haryana- 122001 on submission of a demand draft of Rs. 1000/- (non-refundable) in favour of “ESI Fund A/c No. 1” on all working days (except Sunday closed/Public Holidays) between 9:00 AM to 4:00 PM w.e.f. 27-08-2014 to 24-09-2014 and up to 02:00 PM on 24-09-2014 & Saturdays.
The tender document can also be downloaded from the website www.esic.nic.in and the cost of tender document can be deposited through a separate demand draft of Rs. 1000/- payable at Gurgaon in favour of the “ESI Fund Account No.1” towards cost of tender while submitting the tender.
9 Minimum Eligibility Criteria:-
List of documents to be submitted with tenders:- (a) Bid documents fee in the form of bank draft for Rs. 1000/- in case bid documents have been download from the website (b) EMD in the form of Bank Draft for Rs. 2,50,000 /- (c) Copy of PAN Card & TAN Certificate, (d) Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid document. Every page of tender document should be signed. (e) Labour License under the Contractor Labour Act (R & A, Act 1970 ), (f)Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and
Employees’ State Insurance Corporation Hospital, Gurgaon (Ministry of Labour and Employment, Govt. of India)
Sector-09 A, Gurgaon Haryana- 122001
Tel:0124-2252006/133 E-mail- ID- [email protected]
P
age3
Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc. as the case may be, (g) Copy of Income Tax Return for last three Financial Years, (h) Copy of Balance Sheet, P&L Account for last three Financial Years, (i) Copy of Service Tax Certificate along with latest challan, (j) Copy of Sales Tax/ VAT /TIN Certificate, (k) Sealed, Signed & Separate Technical Bid documents, (l) Sealed, Signed & Separate Price/Financial Bid documents, (m) Letter of Authorization to attend bid opening, (n) Filled Format I to IX by agency, (o) Experience certificate of similar work / Agreement / Work Order, (p) Satisfactory completion certificate of similar nature of work, (q) Undertaking should be typed on agency letter head as per Tender, (r) Annual Turnover of company which is stamped by Chartered Accountant, (s) ESI Certificate along with latest challan, and no dues certificate from competent authority, (t) EPF Certificate along with latest challan, (u) Valid License copy for Operation & Maintenance work (i.e. Civil & Electrical License) under the CPWD/Central Govt./State Govt./PSUs./MES/Others, (v) ISO Certificate, if any.
10 Technical Eligibility criteria
(i) The tenderers should have minimum of two years satisfactory work experience as on 31.07.2014 in execution of O & M works at a 100 or more bedded hospitals in
works of similar nature, or The tenderer should have a minimum of two years satisfactory work experience of O & M works services in Government organizations. (ii) They agency should have at least- (a) One satisfactory completion & similar running contract each of value not less than Rs. 93.75 Lakhs per annum (Equal 75% of the value of the work to be executed), or (b) Two satisfactory completion & similar running contract, each of value not less than Rs. 62.50 Lakhs per annum (Equal 50% of the value of work to be executed), or (c) Three satisfactory completion & similar running contract, each of value not less than Rs. 43.75 Lakhs per annum (Equal of 35% of the value of work to be executed). Preference will be given to the Agencies having experience in the field of O & M /ARM works/ Construction of civil & electrical works at CPWD/ State Govt./ Semi Govt./Central Govt./ESIC’s/PSUs/MES) in Delhi/NCR/Haryana areas AND The agency shall produce license issued from the authorities concerned for which it has worked. And also Firm should not have been debarred/blacklisted from any of the Govt. /ESIC office.
11 General Instruction All the documents submitted by bidder should be self attested photocopies legible signed and stamped by authorized signatory, otherwise the bid is likely will be rejected.
12 Details of Scope of work
The Operation & Maintenance of civil and electrical works will be done as per Annexure B-I, II & III, BOQ and also directed & guideline of ESIC Hospital Gurgaon.
13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid.
14 Performance Security Money
The bidder shall furnish performance security to the purchaser for an amount equal to Rs. 6, 00,000/- (Six Lakhs rupees only) shall be made by Demand Draft/Bank Guarantee in favour of “ESI Fund A/C. No – 1”, Payable at Gurgaon.
15 For Financial Bid Services charges quoted by the agency should not be less than Tax Deducted at Source (TDS).
16 Annual Turnover The Annual turnover of the agency must not be less than Rs. 2.00 Crore (Rupees two crore only).
P
age4
ANNEXTURE- B-I
SCOPE OF WORK (CIVIL)
Operation & Maintenance of civil works of building of hospital & staff quarters
1. The agency shall be responsible to depute their supervisor in Hospital to meet MS/DMS/DD/AD/OS/
Engineer/ Caretaker or Maintenance In charge’s and note complaint on weekly basis.
2. Operation for Water supply, sanitary and plumbing works.
3. Storm water drainage, rain water harvesting & sewage disposal works including sewer pumps.
4. Building repair and maintenance of Civil works in ESIC Model Hospital, Gurgaon & 24 Numbers Staff
Quarters situated at ESIC Model Hospital Gurgaon campus.
5. Maintenance of Land scaping and horticulture work in the hospital premises.
6. Cleaning of Sewer lines of the Hospital and Staff Quarters.
7. Cleaning of Storm water drains and rain water harvesting pipe and structures.
8. Arrangement for Uninterrupted water/electric services in the Hospital and Staff Quarters.
9. Water supply to be arranged through tankers in case of shortage of water supply which may be due to
any reason. The supply of tankers to be made from MCG, Jal Board or other sources. And agency may
claim in respect of water actual bill and should be certified by ESIC responsible person.
10. All hospital & staff quarters U/G tanks O/H tanks are required to be cleaned periodically.
11. Man power Attendance Register is to be maintained.
12. Whenever, Civil Engineer is required at site the agency will provide.
13. 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.
14 All Tools and Tackles to carry out the civil work at site are to be provided by the Contractor to
maintenance staff at his cost.
15. Operation and Maintenance of the existing Water Bore -well for uninterrupted water supply.
16. Operation and Maintenance of the existing sewage disposal pump in the Hospital Complex.
17. 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.
P
age5
ANNEXTURE-B-II
SCOPE OF WORK (ELECTRICAL)
Operation and Maintenance of Electrical works of hospital building & staff quarters.
1. Maintenance of all stairs case wiring and Street light & high mast lights of the Hospital and Staff
Quarters.
2. The agency shall maintain the all log book of electromechanical equipments like as DG sets, HVAC
system, HT meter, LT reading, Laundry- steam Boiler log book, Fire , Gas manifold, UPS, etc. and should
be checked & verified by ESICH Administration/Engineer .
3. Operation & maintenance of Diesel Generator Sets & Regular update & maintained log book
whenever power cut and it should be checked & verified by ESICH Administration/Engineer.
4. Man power Muster Roll & Wage Register is to be maintained.
5. Whenever, Senior Electrical Engineer is required at site the agency will provide.
6. Uniform, Name Plates and identity cards have to be provided to each and every Staff by the
contractor.
7. All Tools and tackles required to carry out the Electrical work at site are to be provided by the
Contractor to maintenance staff at his cost.
8. The Agency shall have to display on sign board, the name of work, office name and also maintaining
agency along with Facility Manager/Engineer/Supervisor’s name to be contacted with Telephone Nos.
9. The agency shall be responsible to depute their supervisor on working site to meet
MS/DMS/DD/AD/Engineer/Care Taker.
10. Only Class- I, reputed brand, BIS marked materials would be used in repair work of electrical
maintenance works.
11. The agency should be provided any Electrical materials are as per BIS norms and manufacturer.
12. The work will be executed on Bill of Quantity basis.
13. The agency should be maintained safety precaution for labourers.
14. Operation for Electric substations HT/LT Sub Station (11 KV/440 V), HT/LT Transformers & HT/LT
Panels, Capacitors, UPS, Relays, CC TV, PA System, Fire Alarm & Fighting System, Pump Room, HVAC
system, EPAB-X system, Laundry Services, Solar Boiler, Gas Manifold Room, Lifts Services, & other
electronically equipments at ESIC Hospital Gurgaon.
15. Fire Fighting Operator be always prepare for emergency services and updated at 24 hours.
P
age6
ANNEXTURE- B-III.
MAN POWER REQUIREMENT A. The following minimum manpower is to be deployed daily in different shift basis as mentioned against each.
S.NO CATEGORY QUALIFICATION & EXPERIENCE
Nos. DUTY HOURS.
1 Supervisor Diploma in Electrical Engineering with more than 2 years experience of O&M work
3 Regularly check & quickly sort out the problem. Present in every shift.
2 Multi skill technician
ITI in electrical & electronics /mechanical/Fitter/welder with more than 2 years experience to related field.
3 Quickly sort out the problem & regularly present at every shift.
3 HVAC Operator ITI in HVAC/ ELECTRONICS with more than 2 years experience to related field.
3 Quickly sort out the problem & regularly present at every shift.
4 D.G Operator ITI in electrical & electronics with more than 2 years experience to related field.
3 Quickly sort out the problem & regularly present at every shift.
5 Electrician ITI in electrical & electronics with more than 2 years experience to related field.
3 Quickly sort out the problem & regularly present at every shift.
6 Plumber ITI in Plumber or with more than 2 years experience to related field.
2 Quickly sort out the problem & regularly present at every shift.
7 Mason An Educated with more than 2 years experience to related field.
1 Quickly sort out the problem & regularly present at general shift.
8 Fire Officer Diploma or Degree in Fire Alarm & Fire Fighting Course with more than 2 years experience to related field.
1 Quickly sort out the problem & regularly present at general shift
9 Fire Technician Fire Alarm & Fire Fighting Course & with more than 2 years experience to related field.
3 Quickly sort out the problem & regularly present at every shift
10 Laundry operator Matriculate with more than 2 years experiences at laundry services
3 Wash the Cloth neat & clean & clear the all related equipments regular present at general shift.
11 Gas Technician 12th pass with more than 2 years experience of O&M work And Manifold or Gas cylinders works.
3 Quickly sort out the problem & regularly present at every shift.
12 Public Addressed Operator/ CC TV Operator/EPAB-X Operator
Diploma in Computer App./Info. Technology & update latest technology /knowledge of CCTV or electronics things with more than 2 years experience to related field.
1 Operate & runs all equipments & timely checked regularly present at General shift.
13 Helper Matriculate with more than 2 years work experiences at O&M Works.
2 Quickly sort out the problem & regularly present at every shift
14 Boiler Operator ITI in electrical & electronics with more than 2 years work experience to related field.
1 Quickly sort out the problem & regularly present at General shift.
P
age7
15 Solar Boiler
Operator ITI in electrical & electronics with more than 2 years work experience to related field.
1 Quickly sort out the problem & regularly present at general shift.
16 Carpenter 12th pass with more than 2 years experience of O&M work/carpenter works.
1 Quickly sort out the problem & regularly present at General shift.
17 Mali/Gardener An Educated with more than 2 years experience to horticulture field.
2
Regularly check, clean, cutting the grass, plants, green fields, etc. Available as per duty roaster chart.
The man power may be increased or decreased by the order of Medical Superintendent.
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.
Therefore, weekly rest to such workers may also to be arranged by the contractor.
The above manpower shall be available on call round the clock.
The cost per head quoted by the bidder should including wage, Employer share contribution in
respect of ESI & EPF, Bonus, Reliving charges and any other charges/allowance as applicable.
Bidder should provide details bifurcation of per head as quoted by the bidder.
(B). whenever the need of Sewer man/Painter/welder or any related person (For O&M work) arises the
same may be arranged by the contractor. The payment of all such additional work will be on the basis of
wage Analysis and on the certificate of representative of ESIC deputed by Medical Superintendent.
NOTE: - Only Licensed/Certified Engineer, Electrician & ITI qualified electrician, D.G, HVAC, Boiler
Operators who preferably have gained experience in similar work shall be deployed.
P
age8
ANNEXTURE-C- I
INSTRUCTION TO THE TENDERERS 1. Tender form shall be completed in all respect. Incomplete tender or tenders without E.M.D shall be treated as invalid.
2. Last date of submission of tenders is 24/09/2014 up to 02:00 P.M. 3. Date and time of opening of tender is 24/09/2014 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 IX 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 tenderer.
7. The work site that is Hospital can be visited on any working day during office hours by contacting Administrative Officer/Engineers / Care Taker/ General Branch in order to have an 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 summarily be rejected.
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 tenderers shall be refunded within one month after the award of work to the successful tenderer.
13. Financial Bid: The financial bid of the tenderers, who qualify in the technical bid, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid. Minimum six day notice will be given to tenderers 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 tenderer.
15. Duly filled Tender Document shall be deposited in the Tender Box kept in Medical Superintendent office block on or before 24/09/2014, 02.00 PM at following address:
O/O Medical Superintendent, ESIC Hospital Gurgaon, Sector-09 A, Gurgaon, (Haryana)
16. The contract with the agency which does not provide 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 / Office 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
age9
ANNEXTURE-C- II
INSTRUCTIONS TO THE TENDERERS
1. DEFINITIONS:
(a) "The Purchaser" means the Employees’ State Insurance Corporation Model Hospital, Gurgaon (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 Advance Purchase Order" means the intention of Purchaser to place the Purchase Order on the
bidder.
(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the
Purchaser including all attachments and appendices thereto and all documents incorporated
by reference therein. The purchase order shall be deemed as “Contract" appearing in the document.
(g) "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 Tenderer (as per Annexure C- I & II)
(c) General (Commercial) Conditions of the Contract (as per Annexure D)
(d) Special Conditions of Contracts (as per Annexure E)
(e) Details of Tenderer (Format I)
(f) Work Experience (Format II)
(g) Declaration (Format III)
(h) Undertaking (Format IV)
(i) Check list and order in which the documents are to be submitted for Bid (Format V)
(j) Details of Existing Contract (Format VI)
(k) LETTER OF AUTHORISATION FOR ATTENDING BID OPENING (Format VII)
P
age1
0 (l) Certificate of Non-Participation of near Relatives in the tender (Format VIII)
(m) FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND (Format IX)
(n) Enclosure Form (I - IV)
(o) Financial Bids (Part B)
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
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 Hospital, Gurgaon 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 (inclusive of VAT). The
offer shall be firm and in Indian Rupees. No foreign exchange will be made available by the purchaser.
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.
P
age1
1 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 O&M (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 Hospital, Gurgaon 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
and data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical
specifications and commercial conditions demonstrating substantial responsiveness to the Technical
Specification and commercial conditions in the form of signing & stamping all the pages of the original
bid document by the authorized person/persons. In Case of deviations a statement of deviations and
exceptions to the provision of the Technical Specifications and commercial conditions shall be given by
the bidder. A bid without clause-by- clause 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.
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 for Operation and Maintenance Services of Civil & Electrical works at ESIC
Model Hospital, Gurgaon for a period of one year.
P
age1
2 10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:
To
The Medical Superintendent
ESIC Hospital, Gurgaon
Sector- 09 A, Gurgaon
(Haryana-122001)
(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 authorized and permitted to attend the
bid opening.
13.3 The Bidder's names, documents submitted, modifications, bid withdrawals and such other details
as the Purchaser, at its discretion, may consider appropriate; will be announced at the opening.
13.4 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.
P
age1
3 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.
15.3 A bid determined as substantially non-responsive will be rejected by the Purchaser and shall, not
subsequent to the bid opening, be made responsive by the bidder by correction of the nonconformity,
or by submitting additional documents.
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., Sales Tax, VAT & 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.
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
age1
4 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.
20. 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.
21. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.
22. 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 HOSPITAL, GURGAON 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).
P
age1
5
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.
(iii) “Contractor” means an individual or firms (proprietary or partnership) whether
incorporated or not, that has entered into contract (with the employer) and shall include his/its
heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if
any shall be immediately notified to the employer, in writing and approval obtained for
continued performance of the contract.
(b) (i) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender,
the Letter of acceptance, the Contract Agreement (if completed) and such further documents as
may be expressly incorporation 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 completed 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.
P
age1
6
(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.
(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, Gurgaon.
(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
Engineers Duties and Authority
a) The Engineer shall carry out the duties specified in the Contract.
3. Custody and Supply of Drawings and Documents
The Drawings shall remain in the sole custody of the employer/Engineer, but copies as required thereof
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 remedying 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 shall be at liberty to object to and require the contractor to remove forthwith from the
Works any person provided by the contractor who, in the opinion of the Engineer, misconducts himself,
or is in incompetent or negligent in the proper performance of his duties, or whose presence on Site is
otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed
upon the Works without the consent of the Engineer. Any person so removed from the works shall be
replaced as soon as possible by a qualified person approved by the Engineers.
P
age1
7
7. Safety, Security and Protection for the Environment
The Contractor shall, throughout the execution and completion of the Works and the remedying of any
defects therein:
(i) Have full regard for the safety of all persons entitled to be upon the Site and keep the
Site ( so far as the same is under his control) and the Works ( so far as the same are not completed or
occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons,
and
(ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and
watching, when and where necessary or required, by the Engineer or by any duly constituted authority
for the protection of the Works or for the safety and convenience of the public or others, and
(iii) Take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods or Repair.
(a) Insurance of work by the Contractor for his liability:
(i) During the Operation and Maintenance period for loss or damage to property and life
arising from a cause for which contractor is responsible.
(ii) For loss or damage occasioned by the Contractor in the course of any Repairs carried out
by him for the purpose of complying with his obligations.
It shall be responsibility of contractor to notify the Insurance Company of any change in the nature and
extent of the works and to ensure the adequacy of the Insurance cover at all times during the period of
contract.
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 of or injury to any person, or
(b) loss or damage to any property (other than the Works):Which may arise out of or in consequence
of the 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 or in respect of any damages or compensation payable to any
workman for death or injury resulting from any act or default of the contractor. The Contractor shall
indemnify and keep indemnified the Employer against all such damages and compensation and
expenses whatsoever in respect thereof or in relation thereto.
10 Evidence and Terms of Insurance:
P
age1
8 The Contractor shall take out appropriate insurance to cover his work and workers and staff employed
by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after
the respective insurance have been taken out but in any case prior to the start of work at the Site that
insurance required under the Contract have been effected.
11. Compliance with Statutes, Regulations:
The Contractor shall conform in all respects, including by the giving of all notices and the paying of all
fees, with the provision of:
a. Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or
other duly constituted authority in relation to the execution and completion of the works and the
remedying of any defects therein, and
b. The rules and regulations of all public bodies and companies whose property or rights are affected or
may be affected in any way by the works, and the 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 stands
terminated after the expiry of one year .
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 may be up to one year. However, employer reserve it’s
right to terminate the Operation and Maintenance contract by giving 30 days notice at any time during
the currency of the contract if the services of the agency are not satisfactory as per the opinion of
employer or its representative.
14. 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
ESICH Administration 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.
P
age1
9 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/General Branch shall be entitled to employ and pay other persons to carry out
the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own
cost under the Contract, then all costs including penalty for delay in attending to the complaint
consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable
from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to
become due to the Contractor.
17. Instructions for Variations
(a) Quantities given in the BOQ are estimated quantities.
The quantity of any particular item may vary to any extent. Variation in quantity in particular
items or total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle
contractor to claim any extra cost.
(b) Notice to be given by the contractor for execution of Planned civil and electric works:-
It shall be duty of the contractor to give notice of at least three working days for execution of
planned civil Works like whitewashing, painting, replacement of window glass panes which is other than
day to day maintenance jobs so that prior sanction may be obtained to start the work and also to check
the quality of materials to be used. If no notice is given, the work executed will not be considered for
payment.
MEASUREMENT
18. Works to be measured
The Engineer shall determine by the measurement of the value of actual work done in accordance with
the Contract and the Contractor shall be paid proportionately. Part rate shall be made for any part of
BOQ items not fully executed. ESIC H Administration shall be at liberty to decide the breakup of Lump
Sum items and to decide the part rate for any particular item. Incase over- time working of staff under
item no. 1 is required, specific instructions of the ESIC H Administration is to be obtained. Payment shall
be made at applicable overtime rates.
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 shall submit a bill in 3 copies to the General Branch by 7th day of each month for the
work executed up-to the end of previous month in tabulated form approved by the Engineer, showing
the amounts to which the Contractor Considers himself to be entitled. The bill must be supported with
the Following documents:-
P
age2
0 a. Attendance sheets duly verified by ESIC’s Maintenance In charge/Engineer along-with salary
certificates, wages sheets of all the workers and staff deployed.
b. Certified bills miscellaneous materials purchased under different head. Details of defects/complaints
attended and rectified within time.
d. Details of complaints attended late.
e. Test certificate of materials used and tests carried out for quality control as required by the
specification and the Engineers.
f. Monthly certificates from ESIC’s in charges of Hospital regarding satisfactory attending of complaints
on the format.
g. Every month the agency shall provide documentary evidence in support of payment of ESI, EPF &
Service Tax dues as applicable.
h. The agency shall make payment to its employee only through Cheque/NEFT/ECS & payment shall be made in the presence of representative of ESIC Hospital as nominated by the Medical Superintendent.
21. Deduction of Income Tax
The amount to be deducted towards the advance income tax shall be at the rate applicable. 22. Monthly Payments After submission of monthly bill complete in all respects by the contractor, Maintenance In charge/
General Branch shall check the bill with the help of contractor 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- IX for an amount of Rs.6, 00,000/-
(Rupees Six Lakh Only). The performance guarantee shall be valid for the duration of the contact 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 for a cause arising out of 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.
P
age2
1 27. Amicable Settlement of Dispute
The party shall use their best efforts amicably all disputes arising out of or in connection this contract or
the interpretation thereof.
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 Sole Arbitration of the Medical Superintendent, ESIC Model Hospital, Gurgaon
who shall proceed as per the Arbitration 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.
P
age2
2
ANNEXTURE-E
SPECIAL CONDITIONS OF CONTRACT
1. The material shall be supplied in original packing from the manufacturer clearly indicating
manufacturing date, expiry date & price etc.
2. The quality of print should not be faint and should be legible and clear.
3. Any goods found defective after purchase should be replaced free of cost to the satisfaction of ESIC
Hospital, Gurgaon authorities failing which the cost will be deducted from /Performance Guarantee
furnished by the selected vendor.
4. Award of contract will be issued after the bidder selected is found to be technically and financially
acceptable to ESIC Hospital, Gurgaon.
5. The agreement shall be in force for a period of twelve months and same may be extended on the
same price/ terms and conditions by giving one week’s notice in writing to the vendor, if decided upon
to do so by ESIC Hospital, Gurgaon.
8. 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 Hospital, Gurgaon for supply of the materials.
9. Selected bidder has to execute an agreement in the prescribed Performa (Performance Security Bond
Form)- Format-IX and Agreement in a non-judicial bond paper of value not less than Rs.100/-
(Hundred rupees Only) for O&M services, as per the intent of the ESIC Hospital, Gurgaon.
10. Penalty: All faults during the working period of O&M 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.
P
age2
3
FORMAT- I
DETAILS OF TENDERER
Name of Work: Operation and Maintenance Services of Civil & Electrical works at ESIC Model
Hospital, Gurgaon 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:
5 REGISTRATION DETAILS:
P
age2
4 (a) PAN / TAN No:
(b) Service Tax Registration No.
(c) E.P.F. Registration No.
(d) E.S.I. Registration No.:
(e) TIN No. /VAT No. / Sale Tax No.-
6 DETAILS OF EARNEST MONEY DEPOSIT:
(a) Amount (Rs.):
(b) D.D. No. Date:
(c) Drawn on Bank:
(d) Valid up to: 7 DETAILS OF TENDER FEES:
(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
age2
5
FORMAT- II
WORK EXPERIENCE
(Experience of Operation and Maintenance Services of Civil & Electrical works completed during last two
years preceding July, 2014 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 area of Participation (Specific Work done/Services rendered by the applicant)
4. Period of Work Done/Services rendered for the project
5. Total cost of work
6. Date of start of the work and the present status
7. Any other details
NOTE:
Supporting documents like certificates from the clients in support of each of the above projects to be
furnished.
Signature of Contractor
P
age2
6
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:
N.B.: The above declaration, duly signed and sealed by the authorized signatory of the company,
should be enclosed with Technical tender.
P
age2
7
FORMAT-IV
(TO BE TYPED ON A LETTER HEAD)
UNDERTAKING
To,
The Medical Superintendent
ESIC Hospital, Gurgaon
Sector- 09 A, Gurgaon Haryana – 122001
Subject: Tender for providing of Operation and Maintenance Services of Civil & Electrical
works at ESIC Hospital, Gurgaon for a period of one year.
Madam,
1. I/We hereby agree to abide by all terms and conditions laid down in tender document.
2. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms
and conditions.
3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Service tax, TIN
number, from time to time.
4. I/We do hereby undertake that execution of work of Operation and Maintenance Services of
(Civil & Electrical) works at ESIC Hospital, Gurgaon shall be ensured by our Agency, as well as any
other assignment considered by the Medical Superintendent, ESIC Hospital, Gurgaon.
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, Service Tax Act any other Act as applicable,
the ESIC shall be at liberty to terminate the contract at any time.
(Signature of the Bidder)
Name and Address of the Bidder.
Telephone No.
P
age2
8
FORMAT - V
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
S. No
Items Confirm with indicate the page number
1 EMD in the form of Bank Draft for Rs. 2,50,000 /-
2 Bid documents fee in the form of bank draft for Rs. 1,000/- in case bid documents have been download from the website,
3 Tender form with complete technical bid and Financial bid, with all pages serially numbered , signed and stamped on each page,
4 Copy of PAN Card & TAN Certificate,
5 Labour License under the Contractor Labour Act (R & A, Act 1970),
6 Registration certificate of shop/company Act,
7 Income Tax return for the last three years,
8 Balance Sheet & Profit & Loss Account for last three years,
9 Service Tax registration certificate with details of the last payment,
10 Copy of Sales Tax/ VAT Certificate/TIN Certificate,
11 Sealed, Signed & Separate Bid Technical bid documents,
12 Sealed, Signed & Separate Price/Financial Bid document,
13 Filled Format- I to IX,
14 Documents in support of Satisfactory work experience during last 2 years,
15 Certificate of Satisfactory work completion from previous organizations,
16 Annual Turnover of company which is certified by Chartered Accountant,
17 ESI Certificate along with latest challan,
18 EPF Certificate along with latest challan,
19 Valid License copy for Operation & Maintenance work (i.e. Civil & Electrical License) under the CPWD/State Govt./PSUs./MES/Others,
20 ISO Certificate, if any.
Signature of Authorized Person
Date: Full Name:
P
age2
9
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 Tenderer
Date: Name:
Place: Seal:
P
age3
0
FORMAT - VII
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach on or before time of bid opening) To
The Medical Superintendent ESIC Hospital, Gurgaon Sector- 09 A, Gurgaon Haryana-122001
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
age3
1
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 Hospital, Gurgaon 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 Tenderer
Name (caps)_______________________________ Position_____________________________________ Date_________________________________________
To,
The Medical Superintendent
ESIC Hospital, Gurgaon
Sector-09 A, Gurgaon, Haryana – 122001
P
age3
2
FORMAT - IX
FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND
1. In consideration of the ESIC Hospital, Gurgaon having agreed under the term and conditions of the Agreement No.- ……………………… dated ……………………….made between ESIC Hospital, Gurgaon 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 Hospital, Gurgaon an amount not exceeding Rs…………………………………….. (Rupees ………………………………………………………………………………… ………………………………………………………… only) on demand by the ESIC Hospital, Gurgaon.
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 Hospital, Gurgaon 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 Hospital, Gurgaon 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 Hospital, Gurgaon 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 ESICH Gurgaon 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 Hospital, Gurgaon that. The ESIC Hospital, Gurgaon 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
age3
3
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 Hospital, Gurgaon or any indulgence by the ESIC Hospital, Gurgaon 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 Hospital, Gurgaon in writing.
8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by
ESIC Hospital, Gurgaon. 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
age3
4
ENCLOSURE - I
COMPLAINT REGISTRATION FORM
Date: _____________
Time: _____________
Nature of complaint: ___________________________________________________________________
Signature of Contractor: ___________________
Name and Address: ______________________
_____________________________
Complaint attended.
Date: ___________
Time: __________ From: ______________ To: ________________________
Certified that the complaint has been satisfactorily attended.
Contractor Complainant
Date:
To be submitted along with running bills.
P
age3
5
ENCLOSURE -II
MAINTENANCE COMPLAINT REGISTER
Sl.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
age3
6
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 …………………. 2013/2014.
Complaints received during the previous month of...……… ……2013/2014 have been attended to
satisfactorily and no complaints is pending.
Date…………
SIGNATURE OF ESIC In - charge
Stamp
P
age3
7
ENCLOSURE –IV
Monthly Attendance in Daily Wise
Shift:
Shift Timing: DD/MM/YYYY:
Sl. No.
Name Designation IN time (with Signature)
Out time with Signature)
Remarks.
Supervisor ESIC
P
age3
8
FINANCIAL BID/PRICE BID
Name of Work: Operation and Maintenance of Civil & Electrical works at ESIC Model Hospital,
Gurgaon Sector- 9 A Haryana-122001 for a period of one year.
BILL OF QUANTITY
Estimated cost:-Rs. 1, 25, 00,000/- Earnest Money: - Rs. 2, 50,000/-
Time Period: - Twelve months (12) Cost of B.O.Q. - Rs. 1000/-
ABSTRACT COST OF OPERATION & MAINTENANCE OF CIVIL & ELECTRICALS WORKS AT ESIC HOSPITAL GURGAON, SECTOR- 09 A, HARYANA- 122001, YEAR-2013-14.
SL. NO. DESCRIPTION OF WORKS Annual
ESTIMATED RATE
AGENCY CHARGE
GRAND TOTAL
1 A. RATES OF MAINTENANCE PERSON
As per Annexure A Rs. 80,00,000/-
2 B. MAINTENANCE OF CIVIL WORKS
As per Annexure B Rs. 28,00,000/-
3 C. MAINTENANCE OF ELECTRICAL WORKS
As per Annexure C Rs. 17,00,000/-
4 TOTAL ESTIMATED COST
Rs. 1,25,00,000/-
Rates figure in words: …………..…………………………………………………….…………………
………………………………………….………………………………………………………………)
& Service Tax extra as applicable.
Note: -
Payment shall be made for actual quantities executed or the contract rate.
The work shall carried out as per Financial Bid- Annexure A, B & C. Signature of Contractor:
P
age3
9
(Annexure-A)
A. Rate of Maintenance Manpower’s Sr. No.
Post of Manpower Qtys. Cost per Head per Month
Cost Per Month (Rs.)
Cost Per Year (Rs.)
1 Supervisor 3 2 Multi Skill Technician 3 3 HVAC Operator 3 4 D.G. Operator 3 5 Electrician 3 6 Plumber 2 7 Mason 1 8 Fire Officer 1 9 Fire Technician 3 10 Laundry Operator 3 11 Gas Technician 3 12 Public Addressed
Operator/ CC TV Operator / EPAB-X
1
13 Helper 2 14 Boiler Operator 1 15 Solar Operator 1 16 Carpenter 1 17 Mali 2 18 TOTAL 36
Add Contractor Profit in % (…………………)
NET TOTAL AMOUNT (Rs.)
Rates figure in words …………………………………………………………….....................................................
…………………………………………………………………………………………………………………………)
& Service Tax extra as applicable
P
age4
0
Instruction for Maintenance Persons:
A. Supply and services of workers as per schedule Financial Bid’s - Annexure A.
B. The Workers listed in Annexure B-III shall be available round the clock at the rates mentioned
against each.
C. The cost per head quoted by the bidder should including wage, Employer share contribution in
respect of ESI & EPF, Bonus, Reliving charges and any other charges/allowance as applicable.
Bidder should provide details bifurcation of per head as quoted by the bidder.
Note:
(1.) The above rates hall include the cost of any assistance of unskilled/ semi skilled persons
required by the skilled workers.
(2.) Supervisors / any staff will be appointee in consultation with ESIC Hospital, Gurgaon.
(3.) Payment shall be made for the actual days of employment. Attendance will be verified by the in
charge of the ESIC Hospital where the work has been actually got done.
(4.) In case of absence of any of the above mentioned workers without providing suitable
replacement, an amount of Rs. 500/- per day shall be recovered as liquidated damages per
person per day of absence.
Signature of Contractor: Seal:
Name and Address: Date:
P
age4
1
(Annexure-B)
B. DETAILED ESTIMATE FOR THE OPERATION AND MAINTENANCE OF CIVIL WORKS OF ESIC HOSPITAL GURGAON, SECTOR- 09 A, GURGAON, HARYANA- 122001, YEAR-2012-13.
DSR 2012 SI. No. Description of Items Unit Estimated
Qtys. Rate (Rs.) Amount (Rs.)
CHAPTER 1- : EARTH WORK
NDSR 1
Cutting/Clearing grass, Dismantling of solid materials, removal of Scrap materials and rubbish etc. outside the periphery of the area cleared ( grass should not be burnt) once in every Quarter or on requirement subject maximum to 4 times in a contract year in open land of Hospital & Staff Quarter residences.
Job 4.00
CHAPTER 2 :- FINISHING
13.44 2.1 Finishing walls with water proofing cement paint of required shade:
13.44.1 New work (Two or more coat applied @ 3.84kg/10sqm)
Sqm 200.00
NDSR 2.2
Providing & fixing factory made 10 mm thick good quality mirror for all sizes in toilets, rooms, HODs etc. do-----------do---------------complete as per manufacturer's specification and direction of Engineer-in-charge.
a for toilet size (6'x2') nos. 10.00
b for common size (2'x2') nos. 30.00
13.4 2.3 Cement Plaster (In Coarse Sand) 12mm cement plaster of mix
13.4.1 1:4 (1 cement : 4 coarse sand) Sqm 100.00
13.52 2.4
Finishing with Epoxy paint (two or more coats) at all locations prepared and applied as per manufacturer's specifications including appropriate priming coat, preparation of surface, etc. complete.
13.52.1 On steel work Sqm 210.00
CHAPTER 3 :- ROOFING
12.34 3.1
Providing and fixing thermal insulation of ceiling (under deck insulation) with Resin Bonded Fiber glass wool conforming to IS:8183 density 24 kg/m3, 50 mm thick, wrapped in 200 G Virgin polythene bags fixed to ceiling with metallic cleats (50 x 50 x 3 mm) @ 60 cm and wire mesh of 12.5 mm x 24 g wire ....
Sqm 25.00
P
age4
2
12.45 3.2
Providing & fixing false ceiling at all height including providing and fixing of frame work made special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per (IS: 277) and consisting of angles cleats of size 25 mm wide 1.6 mm thick with flanges of 257 mm and 37 mm, at 1200 mm centre to centre -----------do------------------do---------- all complete as per manufacturer's specification and direction of Engineer-in-charge.
12.45.1 a 12.5 mm thick tapered edge gypsum plain board confirming to IS:2095- part I
Sqm 20.00
12.45.2 b 12.5 mm thick tapered edge gypsum fire resistant board confirming to IS:2095- part I
Sqm 21.00
12.45.3 c 12.5 mm thick tapered edge gypsum moisture resistant board.
Sqm 23.00
CHAPTER 4 :- FLOORING
11.26
11.26.1
4.1
Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1:4 (1 cement : 4 coarse sand): 25 mm thick
sqm 28.00
11.27 4.2
Kota stone slabs 25mm thick in risers of steps, skirting, dado and pillars laid on 12mm (average) thick cement mortar 1:3 (1 cement:3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete.
sqm 21.00
11.31 4.3 Extra for pre finished nosing in treads of steps of kota stone / sand stone slab.
Meter 26.00
11.36 4.4
Providing and fixing 1st quality ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer) of approved make in all colors, shades except burgundy, bottle green black of any sizes as approved by Engineer-in- charge.
Sqm 35.00
11.39 4.5
Providing and laying rectified Glazed Ceramic floor tiles 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colors White, Ivory, Grey, Fume Red Brown laid on 20mm thick Cement Mortar 1:4 (1 Cement : 4 Coarse sand) including grouting the joints with white cement and matching pigments etc., complete.
Sqm 23.00
11.6 4.6
Cement plaster skirting (up to 30 cm height) with cement mortar 1:3 (1 cement: 3 coarse sand) finished with a floating coat of neat cement.
P
age4
3
11.6.1 18 mm thick sqm 55.00
11.41 4.7
Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorptions less than 0.08% and conforming to IS:15622 of approved make in all colors and shades, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand) including grouting the joints
11.41.2 Size of Tile 60 x 60 cm Sqm 31.00
8.2 4.8
Providing and fixing 18mm thick gang saw cut mirror polished (pre molded and pre polished) machine cut for kitchen platforms, vanity counters window sills, facias and similar locations of required size of approved shade, color and texture laid over 20mm thick base cement mortar 1:4 ( 1 cement:4 coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing molding and polishing to the edge to give high gloss finish etc. complete at all levels.
8.2.2 Granite of any color and shade
8.2.2.2 Area of slab over 0.50 Sqm. sqm 26.00
8.40 4.9
Extra for fixing marble/granite stone over and above corresponding basic item, in facia and drops of width up to 150mm with epoxy resin based adhesive including cleaning etc. complete.
mtr 26.00
8.50 4.10
Extra for providing opening of required size & shape for wash basins/ kitchen sink in kitchen platform, vanity counters and similar location in marble/granite/stone work including necessary holes for pillar taps etc. including rubbing and polishing of cut edges etc. complete.
Each 15.00
11.3 4.11
Cement concrete flooring 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate) finished with a floating coat of near cement including cement slurry, but excluding the cost of nosing of steps etc. complete.
11.3.1 40 mm thick with 20mm nominal size stone aggregate Sqm 29.00
CHAPTER-5 : SANITARY WORK
17.1 5.1
Providing & fixing water closet squatting pan (Indian type W.C. pan) with 100 mm sand cast iron P or S trap, 10 litre low level white PVC flushing cistern, including flush pipe with manually controlled with seat and lid,-----------do----complete as per manufacturer's specification and direction of Engineer-in-charge.
P
age4
4
17.1.1 White vitreous china Orissa pattern WC pan size 580X440 mm with integral type foot rests
Each 3.00
17.3 5.2
Providing & fixing white vitreous china pedestal type water closet (European type) with seat and lid, -----------do----complete as per manufacturer's specification and direction of Engineer-in-charge.
17.3.1 W.C pan with ISI marked Each 3.00
17.11 5.3
Providing & fixing white vitreous china laboratory sink with C.I brackets, C.P brass chain with rubber plug-----------do----complete as per manufacturer's specification and direction of Engineer-in-charge.
17.11.1 a size 450x300x150mm Each 5.00
17.11.2 b size 6000x450x200mm Each 3.00
7503 5.4 Providing and fixing liquid soap dispenser as required for WC as per approved by E/I.
Each 20.00
CHAPTER 6 :- FINISHING
13.2 6.1 15 mm cement plaster on the rough side of single wall of mix
13.2.2 1:6 (1 cement : 6 fine sand) Sqm 26.00
13.1 6.2 12 mm cement plaster of mix
13.1.2 1:6 (1 cement : 6 fine sand) Sqm 50.00
13.16 6.3 6 mm cement plaster of mix
13.16.1 1:3 (1 cement : 3 fine sand) Sqm 50.00
13.3 6.4 20 mm cement plaster of mix
13.3.2 1:4 (1 cement : 4 fine sand) Sqm 50.00
13.21 6.5 Extra for providing & mixing waterproofing material in cement plaster work in proportion recommended by the manufacturer
per bag 50 kg
50.00
13.37 White Washing with lime to give an even shade
13.37.1 6.6 New work (Three or more coats) Sqm 320.00
13.41.1 6.7
Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade: New work (two or more coats) over and including priming coat with cement primer.
Sqm 136.00
13.60
13.60.1 6.8
Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade: Two or more coats on new work
sqm 123.00
13.26 6.9
Providing and applying plaster of Paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete.
Sqm 23.00
13.62 6.1
Painting with synthetic enamel paint of approved brand and manufacture of required color to give an even shade:
P
age4
5
13.62.1 Two or more coats on new work over an under coat of suitable shade with ordinary paint of approved brand and manufacture.
Sqm 56.00
13.50 6.11 Applying a priming coat:
13.50.1 a
With ready mixed pink or grey primer of approved brand and manufacture on wood work (hard and soft wood)
Sqm 254.00
13.50.3 b
With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanized iron / steel works
sqm 254.00
13.65 6.12
Painting with black anti-corrosive bit mastic paint of approved brand & manufacture to give an even shade
13.65.1 Two or more coats on new work Sqm 254.00
CHAPTER 7 :- SITE DEVELOPMENT
2.8 7.1
Earth work in excavation by mechanical means (hydraulic excavator)/manual means in foundation trenches or drains (not exceeding 1.5m in width or 10sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m:
2.8.1 All Kind of soil cum 25.00
2.25 7.2
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layer not exceeding 20cm in depth: consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m
cum 25.00
1.1 7.3 Carriage of material by mechanical transport including loading, unloading and stacking up to 5 Km
1.1.2 Earth cum 25.00
2.31 7.4
Grassing with "Doob" grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing including supplying good earth if needed.( the good earth shall be paid for separately).
Sqm 25.00
16.1 7.5
Preparation and consolidation of sub grade with power road roller of 8 to 12 tone capacity after excavating earth to an average of 22.5 cm. depth, dressing to camber and consolidating with road roller
sqm 29.00
16.3 7.6 Supplying and stacking at site.
16.3.3 a 53 mm to 22.4 mm size stone aggregate cum 5.00
16.3.7 b Stone screening 11.2 mm nominal size (Type B) cum 8.00
P
age4
6
16.3.10 c) Moorum cum 10.00
16.4 7.7
Laying spreading and compacting stone aggregate of specified sizes to WBM specifications including spreading in uniform thickness, hand picking, rolling with 3 wheeled road/vibratory roller 8-10 tone in stages to proper grade and camber, …
cum 5.00
2.27 7.8
Supplying and filling, in plinth with Jamuna sand under floors including, watering, ramming consolidating and dressing complete.
Cum 5.00
4.6.1 7.9 Providing & fixing at or near ground level precast cement concrete in kerbs, edgings etc……..
cum 3.00
4.1 7.10
Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level.
4.1.3 a 1:2:4 (1 Cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size) cum 2.00
4.1.6 b 1:3:6 (1 Cement:3 coarse sand:6 graded stone aggregate 40 mm nominal size) cum 2.00
CHAPTER 8:- STEEL WORK
10.25 8.1
Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer
10.25.2 a In gratings, frames, guard bar, ladder, railings, brackets, gates…. KG 50.00
13.62 8.2 Painting with synthetic enamel paint of approved brand and manufacture of required color to give an even shade:
13.62.1 8.3 Two or more coats on new work over an under coat of suitable shade with ordinary paint of approved brand and manufacture.
Sqm 50.00
NS 8.4
Providing and fixing 8 mm thick clear acrylic sheet between balusters, fixed with stainless steel clips and neoprene gasket etc. complete as per drawing.
Sqm 3.00
CHAPTER 9 :- WOOD WORK
9.1 9.1 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought frame & fixed in position.
9.1.1 Second class Teak wood Cum 0.15
9.53 9.2
Providing 40x5mm flat iron Holdfast 40cm long i/c fixing to frame with 10mm dia bolts, nuts & wooden plugs & embedding in C.C. block 30x10x15cm 1:3:6 mix (1 Cement: 3coarse sand:6graded stone aggregate 20mm nominal size)
Each 100.00
P
age4
7
9.20 9.3
Providing and fixing ISI marked flush door shutters conforming to IS:2202 (Part I) decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters
9.20.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws. sqm 5.00
9.84 9.4
Providing and fixing IS : 3564 marked Aluminum extruded section body tubular type universal hydraulic door closer with double speed adjustment with necessary accessories and screws etc. complete.
Each 20.00
21.40 9.5
Providing and fixing double action hydraulic floor spring of approved brand and manufacture IS:6315 marked, for doors including cost of cutting floors as required, embedding in floors and cover plates with brass pivot and single piece M.S. sheet outer box with slide plate etc. complete as per the direction of Engineer-in-charge.
21.4.1 With Stainless Steel cover plate Each 10.00
NS 10.1 CHAPTER 10 :- WOOD WORK
(a) Providing and fixing of door swinger of office building as per guideline of E/I. each 10.00
b) Providing and fixing the following Hardware’s:
Providing and fixing Lever Handles of Ha fel or equivalent with nuts and screws etc. Complete
pair 10.00
c) Lever Handle, (No.903.99.055)
Providing and Knob lock set of Ha fele or equivalent with nuts and screws etc. Complete
each 10.00
e) Knob lock Set, (No.911.64.153)
Providing and fixing Floor Mounted Door Stopper of Hafele or equivalent with nuts and screws etc. Complete
each 10.00
f) Door Stopper, (No.973.41.306)
Providing and fixing Pull handles of Hafele or equivalent with nuts and screws etc. Complete
pair 10.00
g) Pull Handles, (No.903.05.700)
h) Providing and Mortice Locks of Hafel or equivalent with nuts and screws etc. Complete
each 10.00
NS 10.2 Mortice lock, (No.911.02.123) Sqm 1.00
NS 10.3
Providing & fixing 120 minute fire rated proprietary make Door with Hard wood frame of 150mmX75mm section with heat activated in tumescent fire seal strip of
Each 3.00
P
age4
8
10mmx4mm etc…………………
CHAPTER 11 :- FOUNTAIN WORK
NS 11.1
Providing and laying interlock tile paving 60/65 mm thick of approved color and pattern, M-20 grade, over bed of fine sand( average 40mm) laid to proper slope including filling the joints with fine sand etc. complete and as directed by Engineer-in-charge.
sqm 10.00
NS 11.2
Supplying sand stone Fountain as per enclosed drawing and following dimensions Width at top 900mm Height 900mm
No 1.00
NS 11.3
Supplying and installing repair Cascade Jet fountain of Cascade Jet nozzle of heavy brass make 2HP Mono block submersible pump, single phase of Kirloskar make or equivalent, Electrical panel with starter, MCB, Voltmeter, Ammeter etc. Water proof light 3 nos. (220 v, 75wt) GI Pipe `B' class GI fittings, Ball valve etc, submersible cabling, conducting etc. all complete
Job 1.00
NS 11.4 Fountain work repair of motor along with disco lights with floor tiles job as per instruction of E/I.
L.S 1.00
CHAPTER 12 :- LANDSCAPE WORK
2.8 12.1
Earth work in excavation by mechanical means (hydraulic excavator)/manual means in foundation trenches or drains(not exceeding 1.5m in width or 10sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m:
2.8.1 All Kind of soil cum 100.00
2.25 12.2
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layer not exceeding 20cm in depth: consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m
cum 100.00
1.1 12.3 Carriage of material by mechanical transport including loading, unloading and stacking up to 1 Km
1.1.2 Earth cum 100.00
23.10 12.4
Grassing with "Doob" grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing including supplying good earth if needed.( the good earth shall be paid for separately).
23.10.1 In rows 5 cm apart in either direction. Sqm 10.00
P
age4
9
16.1 12.5
Preparation and consolidation of sub grade with power road roller of 8 to 12 tone capacity after excavating earth to an average of 22.5 cm. depth, dressing to camber and consolidating with road roller
Sqm 150.00
16.3 12.6 Supplying and stacking at site.
16.3.3 a 53 mm to 22.4 mm size stone aggregate cum 5.00
16.3.7 b Stone screening 11.2 mm nominal size (Type B) cum 10.00
16.3.10 c) Moorum cum 5.00
16.4 12.7
Laying spreading and compacting stone aggregate of specified sizes to WBM specifications including spreading in uniform thickness, hand picking, rolling with 3 wheeled road/vibratory roller 8-10 tone in stages to proper grade and camber, …
cum 20.00
4.6.1 12.8 Providing & fixing at or near ground level precast cement concrete in kerbs, edgings etc……..
Cum 1.00
4.1 12.9
Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level.
4.1.3 a 1:2:4 (1 Cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size) cum 2.00
4.1.6 b 1:3:6 (1 Cement:3 coarse sand:6 graded stone aggregate 40 mm nominal size) cum 2.00
CHAPTER - 13 : R.C.C WORKS
NS 13.1
Providing & fixing Polyethylene joint filler board in expansion joint 150 mm wide in columns & beam junctions…….. Note- The BOQ item is 100mm thick whereas thickness as per design is 150mm. Rate for 100mm thick Rs. 3081.00/Sqm.
Sqm 3.00
NS 13.20 Providing and fixing Polyethylene joint filler board in expansion joints as shown in drawing.
15 mm thick sqm 12.00
CHAPTER - 14 : DISMANTLING AND DEMOLISHING
15.3 14.1
Demolishing RCC work ,manually/ mechanical means including stacking of steel bars and disposal of unserviceable material within 50m lead as per direction of Engineer-in-Charge
CUM 12.00
15.7.4 14.2
Demolishing Brickwork ,manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50m lead as per direction of Engineer-in-Charge
In cement mortar Cum 20.00
P
age5
0
15.12.1 14.3
Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhat, Architrave, holdfast etc. complete and stacking within 50 m lead
of area 3 sqm and below Each 50.00
CHAPTER 15 :- SANITARY INSTALLATION
17.7 15.1
Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required.
17.7.2 (a) White vitreous china wash basin size 630 x 450mm with a single 15mm C.P. Brass pillar tap.
Each 5.00
17.7.9 (b)
White vitreous china surgeon type wash basin of size 660 x 460mm with single 15mm C.P. brass pillar taps with elbow operated levers ISI marked
Each 3.00
17.10 15.2
Providing and fixing stainless steel A ISI 304 (18/8) kitchen sink as per IS : 13983 with C.I. Brackets and stainless steel plug 40mm including painting of fittings and brackets, cutting and making good the walls wherever required:
Kitchen sink with drain board
17.10.1.1 (a) 510 x 1040 mm bowl depth 250mm Each 2.00
17.11 15.3
Providing and fixing white vitreous china laboratory sink with C.I. Brackets, C.P. brass chain with rubber plug 40mm C.P. brass waste and 40mm C.P. brass trap with necessary C.P. brass unions complete including painting of fittings and brackets, cutting and making good the wall wherever required.
17.11.2 (a) Size 600 x 450 x 200mm Each 5.00
17.31 15.4
Providing and fixing 600 x 450mm beveled edge mirror of superior glass (of approved quality) complete with 6mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.
Each 5.00
17.34 15.5 Providing and fixing toilet paper holder:
17.34.1 (a) C.P. brass Each 25.00
17.35 15.6 Providing and fixing soil, waste and vent pipes :
17.35.1.2 (a) 100mm dia. centrifugally cast (spun) iron socketed pipe as per IS:3989 meter 25.00
17.35.2.2 (b) 75mm diameter centrifugally cast (spun) iron socketed pipe as per IS:3989 meter 25.00
17.37 15.7 Providing and fixing M.S. holder-bat clamps of approved design to sand cast iron/cast iron (spun) pipe embedded in and including
P
age5
1
cement concrete blocks 10x 10 x 10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including cost of cutting holes and making good the walls, etc.
17.37.1 (a) For 100mm dia pipe Each 100.00
17.38 15.8 Providing and fixing bend of required degree with access door, insertion rubber washer 3mm thick, bolts and nuts complete.
17.38.1.2 (a) 100mm sand cast iron S&S as per IS – 3989 Each 30.00
17.38.2.2 (b) 75mm sand cast iron S&S as per IS – 3990 Each 20.00
17.39 15.9 Providing and fixing plain bend of required degree:
17.39.1.2 (a) 100mm sand cast iron S&S as per IS : 3989 Each 30.00
17.39.2.2 (b) 75mm sand cast iron S&S as per IS - 3989 Each 25.00
17.42 15.10 Providing and fixing double equal plain junction of required degree
17.42.1.2 (a) 100 x 100 x 100 x 100mm sand cast iron S&S as per IS – 3989 Each 5.00
17.43 15.11
Providing and fixing single equal plain junction of required degree with access door, insertion rubber washer 3mm thick, bolts and nuts complete
17.43.1.2 (a) 100 x 100 x 100mm sand cast iron S&S as per IS – 3989 Each 10.00
17.44 15.12 Providing and fixing single equal plain junction of required degree:
17.44.1.2 (a) 100 x 100 x 100mm sand cast iron S&S as per IS – 3989 Each 10.00
17.47 15.13
Providing and fixing single unequal junction of required degree with access door, insertion rubber washer 3mm thick, bolts and nuts complete:
17.47.1.2 (a) 100 x 100 x 75mm sand cast iron S&S as per IS – 3989 Each 12.00
17.48 15.14 Providing and fixing single unequal plain junction of required degree:
17.48.1.2 (a) 100 x 100 x 75mm sand cast iron S&S as per IS – 3989 Each 18.00
17.56 15.15 Providing and fixing terminal guard
17.56.1.2 (a) 100mm sand cast iron S&S as per IS 3989 Each 20.00
17.57 1.40 Providing and fixing Collar
17.57.1.2 15.16 100mm sand cast iron as per IS 3989…. Each 20.00
17.58 15.17 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter
17.58.1 (a) 100mm Each 25.00
17.58.2 (b) 75mm Each 30.00
P
age5
2
17.59 15.18 Providing and fixing M.S. stays and clamps for sand cast iron/centrifugally cast (spun) iron pipes of diameter:
17.59.1 (a) 100mm Each 30.00
17.60 15.19
Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent O&M complete, including cost of cutting and making good the walls and floors:
17.60.1.1 (a) 100mm inlet and 100mm outlet sand cast iron S&S as per IS : 3989 Each 10.00
17.60.2.2 (b) 100mm inlet and 75mm outlet sand cast iron S&S as per IS – 3989 Each 10.00
17.65 15.20
Painting sand cast iron/centrifugally cast (spun) iron soil, waste vent pipes and fittings with paint of any color such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work :
17.65.1 (a) 100mm diameter pipe Rmt 100.00
17.65.2 (b) 75mm diameter pipe Rmt 200.00
17.77 15.21
Providing & fixing MS holder bat clamp of approved design to sand cast iron/cast iron(spun) pipes comprising of MS flat brackets made of 50X5mm….
17.77.2 (a) Total bracket length 810mm of approved shape and design (for two 100mm dia pipes) Each 80.00
Chapter-16: WATER SUPPLY
18.8 16.1 Providing & fixing chlorinated polyvinyl chloride (CPVC) pipes, having thermal stability for hot & cold water supply…..
18.8.1 (a) 15mm nominal outer dia pipes Meter 20.00
18.8.2 (b) 20mm nominal outer dia pipes Meter 20.00
18.8.3 (c ) 25mm nominal outer dia. Pipes Meter 20.00
16.2 Providing and fixing G.I. pipes complete with G.I. fittings and clamps including cutting and making good the walls etc.
Internal work - Exposed on Wall
18.10.1 (a) 15mm dia. nominal bore Meter 50.00
18.10.2 (b) 20mm dia. nominal bore Meter 50.00
18.10.3 (c) 25mm dia. nominal bore Meter 50.00
18.10.4 (d) 32mm dia. nominal bore Meter 50.00
18.10.5 (e) 40mm dia. nominal bore Meter 50.00
18.10.6 (f) 50mm dia. nominal bore Meter 50.00
16.3 Providing and fixing brass stop cock of approved quality
18.16.1 (a) 15mm nominal bore
Each 20.00
18.16.2 (b) 20mm nominal bore
Each 20.00
P
age5
3
16.4 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) :
18.17.1 (a) 25mm nominal bore
Each 7.00
18.17.2 (b) 32mm nominal bore
Each 4.00
18.17.3 (c) 40mm nominal bore
Each 5.00
18.17.4 (d) 50mm nominal bore
Each 4.00
18.17.6 (f) 80mm nominal bore
Each 4.00
16.5
Painting G.I. pipes and fittings with synthetic enamel white paint over a ready mixed priming coat, both of approved quality for new work :
18.38.1 (a) 15mm diameter pipe
Meter 200.00
18.38.2 (b) 20mm diameter pipe
Meter 200.00
18.38.3 (c) 25mm diameter pipe
Meter 100.00
18.38.4 (d) 32mm diameter pipe
Meter 100.00
18.38.5 (e) 40mm diameter pipe
Meter 100.00
18.38.6 (f) 50mm diameter pipe
Meter 100.00
16.6
Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.
18.51.1 (a) 15mm nominal bore
Each 15.00
16.7 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS: 8931.
18.53.1 (a) 15mm nominal bore
Each 20.00
10.25 16.8
Steel work welded in built up sections/framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required.
10.25.2 (a) In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works. Kg. 83.00
CHAPTER- 17 EXTERNAL WATER SUPPLY
P
age5
4
17.1 Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc.
18.12.3 (b) 25 mm dia. nominal bore
Meter 15.00
18.12.6 (e) 50 mm dia. nominal bore
Meter 50.00
18.12.7 (f) 65 mm dia. nominal bore
Meter 10.00
18.12.8 (g) 80 mm dia. nominal bore
Meter 20.00
17.2 Painting G.I. Pipes and fittings with two coats of anti-corrosive bit mastic paint of approved quality :
18.40.3 (b) 25 mm dia. nominal bore
Meter 21.00
18.40.6 (e) 50mm diameter pipe
Meter 300.00
18.40.7 (f) 65 mm dia. nominal bore
Meter 11.00
18.40.8 (g) 80mm diameter pipe
Meter 84.00
17.3 Providing and filling sand of grading zone V or coarser grade all-round the G.I. pipes in external work.
18.41.3 (b) 25 mm dia. nominal bore
Meter 21.00
18.41.6 (e) 50 mm diameter pipe
Meter 150.00
Chapter-18: Rain Water Pipes & Fitting
12.41 18.1
Providing and fixing on wall face un plasticized Rigid PVC rain water pipes conforming to IS:13592 Type A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion.
(i) Single socketed pipes
12.41.2 (a) 110 mm diameter
Meter 50.00
12.42 18.2
Providing and fixing on wall face un plasticized - PVC molded fittings/accessories for un plasticized Rigid PVC rain water pipes conforming to IS:13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion.
12.42.3.2 (a) Single tee with door
Each 5.00
P
age5
5
12.42.6 (c) Shoe (Plain)
12.42.6.2 110mm Shoe
Each 10.00
18.3
Providing and fixing un plasticized - PVC pipe clips of approved design to un plasticized - PVC rain water pipes by means of 50 x 50 x 50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand)
12.43.2 (a) 110mm
Each 15.00
12.44 18.4 Providing and fixing to the inlet mouth of rain water pipe cast iron grating 15 cm diameter and weighing not less than 440 grams.
Nos 15.00
CHAPTER 19 :- DRAINAGE
19.1 19.1
Providing, laying and jointing glazed stoneware pipes grade 'A' with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints, etc. complete :
19.1.1 (a) 100mm diameter
Meter 25.00
19.1.2 (b) 150mm diameter
Meter 25.00
19.2 19.2
Providing and laying cement concrete 1:5:10 (1 cement: 5 coarse sand: 10 graded stone aggregate 40mm nominal size) all-round S.W. pipes including bed concrete as per standard design.
19.2.1 (a) 100mm diameter S.W. pipe
Meter 25.00
19.2.2 (b) 150mm diameter S.W. Pipe
Meter 15.00
19.4 19.3 Providing and fixing square mouth S.W. gully trap grade 'A' complete with C.I. grating brick masonry
19.4.2.1 (a) 150 x 100mm size P-type with FPS bricks class designation 75
Each 10.00
19.3 19.4
Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches of S.W. pipes including bed concrete as per standard design :
19.3.5 250 mm diameter S.W. pipe
Meter 10.00
19.6 19.5
Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand)
P
age5
6
including testing of joints etc. complete :
19.6.3 250mm dia RCC pipe Meter 15.00
19.7 19.6
Constructing brick masonry manhole in cement mortar 1:4 (1 cement: 4 coarse sand), R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size)
(a) Inside size 90cm x 80cm and 45cm deep including C.I. cover with frame (light duty) 455 x 610mm
19.7.1.1 With F.P.S. bricks with class designation 75 Each 2.00
19.7
Constructing brick masonry circular type manhole 0.91m internal dia at bottom and 0.56m dia at top in cement mortar 1:4 (1 cement :4 coarse sand), in side cement plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand)
0.91 m deep with S.F.R.C. cover and frame (heavy duty, HD-20 grade designation) 560mm internal diameter
19.9.1.1 With F.P.S. bricks class designation 75 Each 2.00
19.8 Extra depth for circular type manhole 0.91m internal dia (at bottom) with beyond 0.91m to 1.67m
19.10.1 With F.P.S. bricks class designation 75 Meter 2.00
19.16 19.9 Providing orange color safety foot rest of mini 6 mm thick………………..
Each 9.00
2.10 19.10
Excavating trenches of required width for pipes, cables, etc., including excavation for sockets and dressing of sides, ramming of bottoms, depth upto 1.5m including getting out the excavated soil and then returning the soil as required, in layers not exceeding 20cm in depth including consolidating each deposited layer by ramming, watering, etc., and disposing of surplus excavated soil as directed, within a lead of 50m :
2.10.1.2 All kind of soils (Pipes, cable etc. exceeding 80mm dia. but not exceeding 300mm dia). Meter 25.00
2.11 19.11
Extra for excavating trenches for pipes, cables etc. in all kinds of soil for depth exceeding 1.5 m, but not exceeding 3 m. (Rate is over corresponding basic item for depth upto 1.5 Meter).
Meter 25.00
CHAPTER - 20 : STORM WATER DRAINAGE
20.1
Providing and laying non-pressure NP-2 class (light duty) RCC Pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement: 2 fine sand) including testing of joints etc. complete.
19.6.3 (b) 250mm dia RCC pipe Meter 20.00
19.6.5 (d) 450mm dia RCC pipe Meter 20.00
P
age5
7
20.2
Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand: 10 graded stone aggregate 40mm nominal size) up to haunches of S.W. pipes including bed concrete as per standard design:
19.3.5 (b) 250mm dia RCC pipe Meter 20.00
20.3
Constructing brick masonry road gully chamber 50x45x60cm with bricks of class designation 75 in cement mortar 1:4 (1 cement : 4 coarse sand)
19.27.1 (a) With F.P.S. bricks Each 3.00
20.4 Excavating trenches of required width for pipes, cables, etc., including excavation for sockets,
2.10.1.2 (a) All kind of soil (Pipes, cables etc. exceeding 80mm dia but not exceeding 300mm dia). Meter 50.00
20.5
Earth work in excavation by mechanical means (Hydraulic excavator)/manual means in foundation trenches or drains (not exceeding 1.5m in width or 10 Sqm. on plan)
2.8.1 (a) All kinds of soil Cum 112.00
2.25 20.6
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations, etc. in layers not exceeding 20cm. In depth, consolidating each deposited layer by ramming and watering, lead up to 50m and lift up to 1.5m.
cum. 25.00
4.1 20.7 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering
4.1.10 (a) 1:5:10 (1 cement: 5 coarse sand: 10 graded stone aggregate 40mm nominal size). Cum 3.00
4.1 20.8 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering
4.1.3 (a) 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size). Cum 2.00
5.16 20.9
Providing, hoisting and fixing up to floor five level precast reinforced cement concrete in shelves including setting in cement mortar 1:3 (1 cement : 3 coarse sand),
Cum 1.00
6.1 20.10 Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in
6.1.2 (a) Cement mortar 1:6 (1 cement: 6 coarse sand). Cum 2.00
13.5 20.11 15mm cement plaster on rough side of single or half brick wall of mix :
13.5.2 (a) 1:6 (1 cement : 6 coarse sand) Sqm. 50.00
5.22 20.12 Reinforcement for R.C.C. work including straightening, cutting, bending, placing in
P
age5
8
position and binding all complete:
5.22.6 (a) Thermo-Mechanically Treated bars. KG 50.00
CHAPTER - 21 : PUMPING SYSTEM & WATER TREATMENT
3.9 21.1 Providing & fixing Earthing Copper Wire in ground
(a) 8 Gauge Meter 113.00
3.1 CBTR 21.2
Providing & fixing galvanized slotted cable trays supported from walls at intervals of 60 cm including cable clips eith nuts & bolts, welding of support rods with ceiling inserts or by drilling and installing expandable fasteners cutting & making good complete
3.1.1 A 150 mm x 50mm depth x 1.6mm Meter 15.00
CHAPTER- 22 : RAIN WATER HARVESTING
2.6 22.1
Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30 cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead up to 50m and lift up to 1.5m,
2.6.1 (a) All kinds of soil Cum 25.00
22.2 Extra over item 5.1 above for every additional lift of 1.5m or part thereof in all kinds of soil.
2.6 + 2.26.1
(a) Lift 1.5m to 3.0m
Cum 20.00
2.6 + 2.26.1
(b) Lift 3.0m to 4.5m
Cum 20.00
2.25 22.3
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50m and lift up to 1.5m.
cum. 20.00
4.1 22.4 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering
4.1.6 (b) 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40mm nominal size) Cum 2.00
5.1 22.5
Providing and laying in position specified grade of reinforced cement concrete excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level:
5.1.3 (a) 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) cum. 2.00
5.9 22.6 Centering and shuttering including strutting, propping etc. and removal of form work for:
P
age5
9
5.9.1 (a) Foundations, footings, bases of columns, etc. for mass concrete. Sqm. 21.00
5.22 22.7 Reinforcement for RCC works including straightening, cutting, bending, placing in position and binding all complete.
5.22.6 (a) Thermo-Mechanically Treated bars. kg 30.00
5.16 22.8
Providing, hoisting and fixing up to floor five level precast reinforced cement concrete in shelves including setting in cement mortar 1:3 (1 cement : 3 coarse sand), cost of required centering, shuttering and finishing with neat cement punning on exposed surfaces but excluding the cost of reinforcement with 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5mm nominal size).
cum. 1.00
6.1 22.9 Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in:
6.1.2 (a) Cement mortar 1:6 (1cement: 6 coarse sand). Cum 2.00
13.6 22.10 20 mm cement plaster of mix :
13.6.1 (a) 1:4 (1 cement : 4 coarse sand) Sqm. 15.00
19.16 22.11
Providing orange color safety foot rest of minimum 6mm thick plastic encapsulated as per IS:10910 on 12mm dia steel bar conforming to IS:1786 having minimum cross section as 23 mm x 25mm and over all minimum length 263mm and width as 165mm with minimum 112mm space between protruded legs having 2mm tread on top surface by ribbing or chequering besides necessary and adequate anchoring projections on tail length on 138mm as per standard drawing and suitable to with stand the bend test and chemical resistance test as per specifications and having manufacture's permanent identification mark to be visible even after fixing, including fixing in manholes with 30 x 20 x 15cm cement concrete block 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20mm nominal size) complete as per design.
each 25.00
CHAPTER- 23 : MISCELENOUS WORKS
NS 23.1 Repairing of exhaust fan in toilets, store, staff quarter for office building with all components as per instruction of E/I.
Each job 50.00
NS 23.2 Providing & fixing urinal toilets sensor with all electric component at office building with all accessories as per instruction of E/I.
Each job 10.00
NS 23.3
Repairing & rectification of underground LT & HT cables in with all electric component at office building with all components as per instruction of E/I.
Each job 10.00
P
age6
0
NS 23.4
Repairing & rectification of underground Telephone cables in with all electric component of office building with all components as per instruction of E/I
Each job 2.00
NS 23.5
Regular Maintenance of Boiler System at laundry services with all respect in electronically mechanical and also chemical cleaning dewatering of pipe lines in inlet outlet pipes along with steel & iron fitting works as per guideline & instruction of E/I.
Each job 4.00
NS 23.6
Providing & fixing of Signage of all building as requirement of Names, FIRE, Logos, Information, Precaution, Preventive, Services etc. as per guideline of E/I.
L.S/job 1.00
NS 23.70 Repairing & rectification of fitting and Welding of steel & iron works at hospital and staff quarters as per instruction of E/I.
Each job 10.00
NS 23.8
Repairing & rectification of curtain for offices, HODs and wards and others department along with steel & iron fitting works at hospital as per instruction of E/I.
Each job 15.00
NS 23.9
Regular Maintenance work of Kitchen equipments along with all cooking equipments, gas pipelines, burners, Freeze, Duct, etc. works at hospital and as per instruction of E/I.
Each job 4.00
NS 23.10
Providing & Cleaning of Façade of Hospital Building (exterior surface)with complete materials including labour charges etc. as per instruction of E/I.
Each job 4.00
NS 23.11
Providing & Fixing & Laying of Laundry chemicals (Soda, caustic soda, Bleaching powder, clush -100, LC, Surf, Liquid Soap etc.) for washing of clothes, blankets, Shirts, Pajama, & other items as requirement by the hospital departments. The chemicals requirement is monthly basis.
Each job 12.00
Total Amount in Rs.
Signature of Contractor:
Date:
Name and Address:
Seal:
Note: - The rates are complete Inclusive of tax , T&P etc. besides other taxes.
Note: - Any other material required for maintenance shall be reimbursed @ DSR rate / Lowest Market
rate with a Contractor profit @ 15%.
P
age6
1
(Annexure- C)
C. DETAILED ESTIMATE FOR ELECTRICAL WORKS AT ESIC MODEL HOSPITAL, SECTOR-9A, GURGOAN
Sr. no
SOR No.
Details of Items Unit Estimated Quantities
Rate (Rs) Amount
(Rs)
1 1101 1.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 500.00
2 1102 2.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 300.00
3 1103 4.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 150.00
4 1104 6.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 250.00
5 1105 10 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 100.00
6 1106 16 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Meter 50.00
7 1300 Modular GI box for 2 module
Each 25.00
8 1301 Modular GI box for 3 module
Each 25.00
9 1302 Modular GI box for 4 module
Each 25.00
10 1303 Modular GI box for 6 module
Each 25.00
11 1304 Modular GI box for 8 module
Each 25.00
12 1305 Modular GI box for 12 module
Each 25.00
13 1401 Ceiling rose, 3 pin, 5 amps ISI marked
Each 25.00
14 1431 S.P. 5/6 amps, one way switch, piano type ISI marked
Each 50.00
15 1432 S.P. 5/6 amps, two way switch, piano type ISI marked
Each 50.00
P
age6
2
16 1433 S.P. 15/16 amps, one way switch, piano type ISI marked
Each 50.00
17 1434 3 pin 5/6 amps socket outlet, piano type ISI marked
Each 50.00
18 1435 6 pin 15/16 & 5/6 amps socket outlet, piano type ISI marked
Each 50.00
19 1436 Bell push, piano type Each 50.00
20 1437 Telephone Socket outlet piano type
Each 50.00
21 1402 S.P. 5/6 amps, one way modular switch, ISI marked Make-as per existing make.
Each 30.00
22 1403 S.P. 5/6 amps, two way modular switch, ISI marked Make – as per existing make
Each 50.00
23 1404 S.P. 15/16 amps, one way modular switch, ISI marked Make- as per existing make
Each 30.00
24 1405 3 pin 5/6 amps modular socket outlet, ISI marked Make -_______
Each 30.00
25 1406 6 pin 15/16 amps modular socket outlet, ISI marked Make- ___________
Each 35.00
26 1407 Modular bell push, ISI marked Make as per existing make
Each 35.00
27 1408 Stepped type Modular Fan regulator (2 module) Make-_____
Each 10.00
28 1409 Telephone Socket outlet modular type
Each 50.00
29 1444 Call bell/ buzzer, single phase Each 20.00
30 1610 3 pole MCCB, 100A, 16KA Each 5.00
31 1611 3 pole MCCB, 125A, 16KA Each 3.00
32 1612 3 pole MCCB, 150A, 16KA Each 3.00
33 1613 3 pole MCCB, 200A, 16KA Each 3.00
P
age6
3
34 1614 3 pole MCCB, 200A, 25KA Each 3.00
35 1615 3 pole MCCB, 250A, 25KA Each 3.00
36 1616 3 pole MCCB, 250A, 35KA Each 2.00
37 1617 3 pole MCCB, 315A, 35KA Each 2.00
38 1618 3 pole MCCB, 400A, 35KA Each 2.00
39 1619 3 pole MCCB, 500A, 35KA Each 2.00
40 1620 3 pole MCCB, 630A, 50KA Each 2.00
41 1621 3 pole MCCB, 800A, 50KA Each 2.00
42 1706 6 amps. to 32 amps. ratings , SP MCB, "C" curve, 10 KA breaking capacity
Each 50.00
43 1707 6 amps. to 32 amps. ratings , SPN MCB, "C" curve, 10 KA breaking capacity
Each 25.00
44 1708 6 amps. to 32 amps. ratings , DP MCB, "C" curve, 10 KA breaking capacity
Each 25.00
45 1709 6 amps. to 32 amps. ratings , TP MCB, "C" curve, 10 KA breaking capacity
Each 25.00
46 1710 6 amps. to 32 amps. ratings , TPN MCB, "C" curve, 10 KA breaking capacity
Each 25.00
47 1711 Single pole, blanking plate Each 100.00
48 1712 40 amps., 2 pole isolator Each 100.00
49 1713 63 amps., 2 pole isolator Each 40.00
50 1714 40 amps., 4 pole isolator Each 40.00
51 1715 63 amps., 4 pole isolator Each 40.00
P
age6
4
52 1716 100 amps., 4 pole isolator Each 40.00
53 1717 25 amps. rating, 2 pole RCCB, 100mA/ 300mA
Each 40.00
54 1718 40 amps. rating, 2 pole RCCB, 100mA/ 300mA
Each 25.00
55 1719 63 amps. rating, 2 pole RCCB, 100mA/ 300mA
Each 25.00
56 1720 25 amps. rating, 4 pole RCCB, 100mA/ 300mA
Each 15.00
57 1721 40 amps. rating, 4 pole RCCB, 100mA/ 300mA
Each 15.00
58 1722 63 amps. rating, 4 pole RCCB, 100mA/ 300mA
Each 15.00
59 1723 16/25 amps. rating, 2 pole RCBO 100mA/ 300mA sensitivity
Each 15.00
60 1724 32 amps. rating, 2 pole RCBO 100mA/ 300mA sensitivity
Each 15.00
61 1725 40 amps. rating, 2 pole RCBO 100mA/ 300mA sensitivity
Each 15.00
62 1726 16/25 amps. rating, 4 pole RCBO 100mA/ 300mA sensitivity
Each 10.00
63 1727 32 amps. rating, 4 pole RCBO 100mA/ 300mA sensitivity
Each 10.00
64 1728 40 amps. rating, 4 pole RCBO 100mA/ 300mA sensitivity
Each 10.00
65 1730
20 amps. SPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure
Each 10.00
66 1731
20 amps. TPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure
Each 10.00
67 1732
30 amps. TPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure
Each 10.00
68 1754 4 way (4+12), TPN, MCB DB, double door, horizontal type
Each 10.00
69 2120 Brass compression gland for (28
mm) 3½ X 25 sq. mm 1.1 KV grade cable
Set 80.00
70 2121 Brass compression gland for (32
mm) 3½ X 35 sq. mm 1.1 KV grade cable
Set 50.00
P
age6
5
71 2122 Brass compression gland for (35
mm) 3½ X 50 sq. mm 1.1 KV grade cable
Set 45.00
72 2123 Brass compression gland for (38
mm) 3½ X 70 sq. mm 1.1 KV grade cable
Set 35.00
73 2124 Brass compression gland for (45
mm) 3½ X 95 sq. mm 1.1 KV grade cable
Set 35.00
74 2125 Brass compression gland for (45
mm) 3½ X 120 sq. mm 1.1 KV grade cable
Set 35.00
75 2126 Brass compression gland for (50
mm) 3½ X 150 sq. mm 1.1 KV grade cable
Set 10.00
76 2127 Brass compression gland for (57
mm) 3½ X 185 sq. mm 1.1 KV grade cable
Set 23.00
77 2128 Brass compression gland for (62
mm) 3½ X 225 sq. mm 1.1 KV grade cable
Set 23.00
78 2129 Brass compression gland for (62
mm) 3½ X 240 sq. mm 1.1 KV grade cable
Set 20.00
79 2130 Brass compression gland for (70
mm) 3½ X 300 sq. mm 1.1 KV grade cable
Set 20.00
80 2131 Brass compression gland for (82
mm) 3½ X 400 sq. mm 1.1 KV grade cable
Set 18.00
81 2201 Aluminium lugs for 6 sq. mm cable
Each 500.00
82 2202 Aluminium lugs for 10 sq. mm cable
Each 500.00
83 2203 Aluminium lugs for 16 sq. mm cable
Each 500.00
84 2204 Aluminium lugs for 25 sq. mm cable
Each 500.00
85 2205 Aluminium lugs for 35 sq. mm cable
Each 500.00
86 2206 Aluminium lugs for 50 sq. mm cable
Each 200.00
87 2207 Aluminium lugs for 70 sq. mm cable
Each 200.00
88 2208 Aluminium lugs for 95 sq. mm cable
Each 200.00
89 2209 Aluminium lugs for 120 sq. mm cable
Each 300.00
P
age6
6
90 2210 Aluminium lugs for 150 sq. mm cable
Each 300.00
91 2211 Aluminium lugs for 185 sq. mm cable
Each 500.00
92 2212 Aluminium lugs for 225 sq. mm cable
Each 300.00
93 2213 Aluminium lugs for 240 sq. mm cable
Each 500.00
94 2214 Aluminium lugs for 300 sq. mm cable
Each 300.00
95 2215 Aluminium lugs for 400 sq. mm cable
Each 200.00
96 2938 Cotton waste, cleaning cloth etc. Kg 20.00
97 2939 Cleaning materials like soap/ detergent
Kg 10.00
98 DGS&D Sodium Vapour lamp ( 150 watt) HPSV Each 15.00
99 NDSR Mercury Vapour Lamp (125 Watt) Each 15.00
100 DSG&D Choke / Ballast copper wound 150 watt for Sodium Lamp Each 100.00
101 DSG&D Choke / Ballast 125 copper wound watt for mercury vapour lamp
Each 100.00
102 NDSR Igniter (70/150/250/400) Each 100.00
103 NDSR Capacitor 10 & 20 MFD Each 100.00
104 DGS&D Flood light with integral lamp housing and control gear. HPSV 150 watt
Each 25.00
105 NDSR Fan regulator (Conventional). ISI Marked. Each 20.00
106 NDSR 40 watt copper choke for fluorescent tube light fitting. Each 25.00
107 NDSR Starter for tube light. ISI marked. Each 20.00
108 NDSR Tube holder. ISI Marked. Each 20.00
109 NDSR 40 watt Fluorescent tube. ISI marked Each 100.00
110 NDSR Bulb Holder for Bulb/CFL , ISI marked Each 20.00
P
age6
7
111 NDSR Rewinding of ceiling fan/ wall fan. Each 25.00
112 NDSR Replacement of ceiling fan bearing Each 25.00
113 NDSR Voltmeter (0-500v) Analog with selector switch Each 10.00
114 NDSR Voltmeter (0-500V) Digital with selector switch. Each 10.00
115 NDSR Ammeter (0-60 A) Analog with selector switch Each 10.00
116 NDSR Ammeter (0-60 A) Digital with selector switch Each 10.00
117 NDSR CFL lamp /PL 11 watt Each 50.00
118 NDSR CFL lamp / PL 18 watt Each 25.00
119 NDSR CFL PL Tube 36 watt Each 30.00
120 NDSR Choke for 11 watt tube Each 50.00
121 NDSR Choke for 18 watt tube. Each 50.00
122 NDSR Choke for 36 watt Tube. Each 50.00
123 NDSR Plug Top 5A ISI Marked Each 50.00
124 NDSR Plug Top 15A ISI Marked Each 50.00
125 NDSR PVC Tape. Each 300.00
126 NDSR Screw 1.5”/any size Pkt 20.00
127 NDSR Gitti PVC / Wooden. Pkt 30.00
128 NDSR LED Indicator for Panel. 24V/230v. Color- as per requirement.
Each 50.00
P
age6
8
129 NDSR PVC Pipe 1” Mtr 150.00
130 NDSR 1” PVC Bend Each 100.00
131 NDSR Telephone Jak RJ-11 Each 50.00
132 NDSR Computer Jak RJ-45 Each 50.00
133 1409 Telephone Socket outlet modular type
Each 50.00
134 NDSR 16 sq.mm 3 ½ core XLPE Insulated aluminium conductor, 1.1 kv grade armoured cable
Mtr 100.00
135 NDSR 70 sq.mm 3 ½ core XLPE Insulated aluminium conductor, 1.1 kv grade armoured cable
Mtr 25.00
136 NDSR 120 sq.mm 3 ½ core XLPE Insulated aluminum conductor, 1.1 kv grade armoured cable
Mtr 25.00
137 NDSR 300 sq.mm 3 ½ core XLPE Insulated aluminum conductor, 1.1 kv grade armoured cable
Mtr 25.00
138 NDSR Fan Capacitor 2.5 & 4 mfd Each 25.00
139 NDSR 12 V, 50 watt Halogen lamp Each 12.00
140 NDSR 36 watt fluorescent tube fitting complete set. Each 10.00
141 NDSR Transformer Oil Dielectric Test. Each 3.00
142 NDSR Transformer Oil Filtration and Dehydration. Per Ltr 500.00
143 NDSR Supply of Transformer Oil. Branded Transformer oil only Per Ltr 125.00
144 NDSR Contactor 9 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
145 NDSR Contactor 12 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
146 NDSR Contactor 18 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
147 NDSR Contactor 25 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
148 NDSR Contactor 32 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
P
age6
9
149 NDSR Contactor 40 Ampere Aux Supply- as per requirement. Make- As per existing make.
Each 10.00
150 NDSR Over Load Relay for DOL/ Star-Delta Starters. Rating- 9-15 Ampere. Make- as per existing.
Each 5.00
151 NDSR Over Load Relay for DOL/ Star-Delta Starters. Rating- 14-23 Ampere. Make- as per existing.
Each 5.00
152 NDSR Over Load Relay for DOL/ Star-Delta Starters. Rating- 20-33 Ampere. Make- as per existing.
Each 5.00
153 NDSR Over Load Relay for DOL/ Star-Delta Starters. Rating- 30-50 Ampere. Make- as per existing.
Each 10.00
154 NDSR Supply of MPCB, Rating-0- 32 Ampere. Make- as per existing Each 5.00
155 NDSR Supply of MPCB, Rating-32-63 Ampere. Make- as per existing Each 3.00
156 NDSR Electronic Timer for Star- Delta Starter. Each 5.00
157 NDSR Push button for sparter with NO/NC contact Each 20.00
Total Amount in Rs.
Signature of Contractor:
Date:
Name and Address:
Seal:
Note: - The rates are complete. Inclusive of, service tax, T&P etc besides other taxes.
Note: - Any other material required for maintenance shall be reimbursed @ DSR rate / Lowest Market
rate with a Contractor profit @ 15%.