+ All Categories
Home > Documents > श्रर् और रोजगार र्ांत्रालयसरकार...

श्रर् और रोजगार र्ांत्रालयसरकार...

Date post: 21-Aug-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
50
1 No:-.602/X/17/13/ARM/2013//Vol. VI Dated: 13.10.2017 e-Tender No. /2017-18 (ARM OF CIVIL & ELECTRICAL WORKS) (NOTE: The envelope containing the tender as well as subsequent communications should be addressed and delivered to ‘The Medical Superintendent’, ESIC Model Hospital, Namkum Ranchi’. All Communications must be addressed to the officer named above by title only and not by name.) From: The Medical Superintendent, ESIC Model Hospital, Namkum Ranchi. Jharkhand PIN:834010 To: -------------------------------------------- Subject.:e- Tender for AR&M (CIVIL & Electrical) of ESIC Model Hospital & Staff Quarters, Namkum Ranchi for the year 2017-2018. Sir(s), The Medical Superintendent invites open e-Tender for “Annual Repair & Maintenance (Civil and Electrical) works in respect of ESIC Model Hospital & Staff Qtrs, Namkum Ranchi, Jharkhand – 834010 ” as per specifications and / or quantities detailed in the Tender Schedule attached. The “Tender Documents” comprising 9 Nos. of Annexure (I to X) are enclosed herewith. If you are in a position to quote for the contract in accordance with the requirements stated in the attached schedule, please submit your quotation to this office. The “tender documents” can be downloaded from the web site (www.esic.nic.in), and Central Public Procurement Portal (eprocure.gov.in) & https://esictenders.eproc.in. and in all such case the same may be signed and submitted as per the E-Re-Tender procedures mentioned hereinafter. Tenders are requested that, before quoting their rates or filing tender, the tender form may please be read out thoroughly (line by line), otherwise Employer will not be held responsible for any error/oversight of his own. The Medical Superintendent, ESIC Model Hospital, Namkum Ranchi does not pledge himself to accept the lowest or any tender and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and you shall supply the same/execute the work at the rate quoted by you. You are at liberty to tender for the whole or any part. Acceptance by the Vendor shall be communicated in due course. You are requested that the instructions contained in the said communication should be acted upon immediately/as asked for. The Medical Superintendent, ESIC Model Hospital, Namkum Ranchi reserves the right to explain/interpret any condition/clause if the need arise and the same will be binding upon all the participants. Sd/- MEDICAL SUPERINTENDENT कमचारी राय बीा निग आदम अपताल िकु , राची-834010 Employees' State Insurance Corporation Model Hospital Namkum Ranchi (ISO 9001:2015 Certified) और रोजगार ालय , भारत सरकार Ministry of Labour and Employment, Govt. of India िकु राची-834010 वेबसाइट : www.esic.nic.in ] फ़ोि ि, fax. : 0651-2261919,2260048] ेल : [email protected]
Transcript
Page 1: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

1

No-602X1713ARM2013Vol VI Dated 13102017

e-Tender No 2017-18 (ARM OF CIVIL amp ELECTRICAL WORKS)

(NOTE The envelope containing the tender as well as subsequent communications should be addressed and delivered to lsquoThe Medical Superintendentrsquo ESIC Model Hospital Namkum Ranchirsquo All Communications must be addressed to the officer named above by title only and not by name)

From

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand PIN834010

To --------------------------------------------

Subjecte- Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018

Sir(s)

The Medical Superintendent invites open e-Tender for ldquoAnnual Repair amp Maintenance (Civil and Electrical) works in respect of ESIC Model Hospital amp Staff Qtrs Namkum Ranchi Jharkhand ndash 834010 rdquo as per specifications and or quantities detailed in the Tender Schedule attached

The ldquoTender Documentsrdquo comprising 9 Nos of Annexure (I to X) are enclosed herewith If you are in a position to quote for the contract in accordance with the requirements stated in the attached schedule please submit your quotation to this office

The ldquotender documentsrdquo can be downloaded from the web site (wwwesicnicin) and Central Public Procurement Portal (eprocuregovin) amp httpsesictenderseprocin and in all such case the same may be signed and submitted as per the E-Re-Tender procedures mentioned hereinafter

Tenders are requested that before quoting their rates or filing tender the tender form may please be read out thoroughly (line by line) otherwise Employer will not be held responsible for any erroroversight of his own The Medical Superintendent ESIC Model Hospital Namkum Ranchi does not pledge himself to accept the lowest or any tender and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and you shall supply the sameexecute the work at the rate quoted by you You are at liberty to tender for the whole or any part Acceptance by the Vendor shall be communicated in due course You are requested that the instructions contained in the said communication should be acted upon immediatelyas asked for

The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to explaininterpret any conditionclause if the need arise and the same will be binding upon all the participants

Sd- MEDICAL SUPERINTENDENT

करमचारी राजय बीरा निगर आदरम असपताल िारकर रााची-834010 Employees State Insurance Corporation Model Hospital Namkum Ranchi

(ISO 90012015 Certified)

शरर और रोजगार रातरालय भारत सरकार Ministry of Labour and Employment Govt of India

िारकर रााची-834010 वबसाइट wwwesicnicin ] फ़ोि ि fax 0651-22619192260048] ई रल mh-ranchiesicnicin

2

e-TENDER FORM

No602X1713ARM2013VolVI Dated 1310 2017 Subject INVITATION OF BIDS FOR ldquoARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters

Namkum Ranchi for the year 2017-2018rdquo

ESIC is the Organization for Social Security Statutory Body set up under the ESI Act 1948 functioning under the control of Ministry of Labour and Employment Govt Of India

Sealed tenders are invited from the eligible tenderers in two bids system to provide Annual Repair and Maintenance works listed under scope of work in the bid Document The details of the work for which tenders invited are as mentioned in IX in ESIC Model Hospital Namkum Ranchi for the year 2017 ndash 2018

EMD amount as mentioned in the tender document shall be deposited with Tender form in the shape

of DD drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch All other terms and conditions are enclosed with Tender Document

Important Instructions for Bidders All bidderscontractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components ie Signing amp Encryption to participate in the E-Tenders Bidder should get registered at httpsesictenderseprocin Bidders can contact our Helpdesk at httpsesictenderseprocinhtmlSupportasp Bidder needs to submit Bid Processing Fee charges of Rs 2495- (non-refundable) in the form of Demand Draft from any scheduled bank in favour of Ms C1 India Pvt Ltd payable at New Delhi (or in any other form as acceptable by C1 India Pvt Ltd) for participating in the Tender

Along with the Demand Draft Bidder needs to send a covering Letter mentioning about the Payment Details Company Name Address User ID and Payment towards ESIC Bid Processing Fees (Mention the Tender ID and Tender Title) The payment should reach at the below mentioned address at least one day before the due date and time of Bid Submission Kind Attn Mr Mohit Chauhan C1 India Pvt Ltd 301 Gulf Petro Chem Building 1st Floor Udyog Vihar Phase ndash 2 Gurgaon Haryana ndash 122015

Note Bid Processing Fee will be Approved only after the receipt of payment

The bid can be uploaded upto 13102017 0130 PM on dated and any bid upload after the prescribed time shall not be considered irrespective of rates The bid will be opened on the same date ie on 0230 PM

The Bidder should carefully read understand and seek clarifications if any before uploading the

करमचारी राजय बीरा निगर आदरम असपताल िारकर रााची-834010 Employees State Insurance Corporation Model Hospital Namkum Ranchi

(ISO 90012015 Certified)

शरर और रोजगार रातरालय भारत सरकार Ministry of Labour and Employment Govt of India

िारकर रााची-834010 वबसाइट wwwesicnicin ] फ़ोि ि fax 0651-22619192260048] ई रल mh-ranchiesicnicin

3

bid no claim whatsoever will be entertained for any alleged ignorance thereof

Yours faithfully

Sd- Medical Superintendent

Annexure-I

ENCLOSURES TO THE TENDER

THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER DOCUMENT WITHOUT WHICH THE TENDERER MAY NOT BE ELIGIBLE

CHECK LIST

1 Earnest Money Deposit by Demand Draft in favour of ESIC Account No -1 Payable at SBI Namkum Ranchi

Submitted [Yes No]

2 Original Tender document must be signed in envelop in all pages and submitted in envelop No 1

Submitted [Yes No]

3 Electrical licence for electrical work ampcivil works with appropriate licence holder for 43 lacs

Submitted [Yes No]

4 Service Tax Registration PAN Commercial Tax (Self attested copies of all to be attached)

Submitted [Yes No]

5 ESIEPFReturns amp challan to be enclosed for 316 amp 916 Submitted [Yes No]

6 Work ordersatisfactory performance certificate in respect of work experience during 2013-14 2014-15 amp 2015-16 (value of work must be mentioned)

Submitted [Yes No]

7 Valid labour licence or after 03 months from the date of award of workorder if applicable

Submitted [Yes No]

8 Annual turnover of last three years (2013-14 2014-15 2015-16) (copy of self attested balance sheet PampL account IT return to be enclosed)

Submitted [Yes No]

9 Undertaking to be given on tendering firms Letter Head Submitted [Yes No]

10 Self certificate in respect of not being black listed by CentralState Govt in past year Submitted [Yes No]

Yours faithfully

Sd- MEDICAL SUPERINTENDENT

4

Enclosures Annexure- I Check List

Annexure- II A amp B General Conditions of Contract (GCC)

Annexure ndash III Particulars conditions of Contract (PCC)

Annexure ndash IV Additional Particular Conditions of Contract (APCC)

Enclosure- I Complaint Register Form

Enclosure- II Maintenance of compliant Register

Annexure- V Form of Performance Security Bank Guarantee Bond

Annexure VI Contract agreement format

Annexure- VII Tender Application Form (Technical Bid)

Annexure ndash VIII Undertaking

Annexure-IX Self Certificate in respect of not being black listed by any central GovtState Govt

semi GovtPvt Institution (Declaration)

Annexure-X Financial Bid

5

Annexure-II-A

GENERAL TERMS AND CONDITIONS FOR TENDER A Schedule of Tender

Period from submission of Online e-Tender form 1310 2017 1000 AM

Date(s) of Pre-bid meeting 18102017 1030 AM TO 1130 AM Last Date ampTime of Submission of Online e-Tender 0911 2017 0100 PM

Last Date amp Time of submission of Hard Copy 09112017 0100 PM

Date amp Time of Opening of e-Tender 09112017 230 PM Estimated cost of work Rs 4363106- Earnest Money Deposit(EMD)

Rs87500-[2 of estimated amount] Performance Security Security Deposit Money(SD) 5 of the Estimated Cost

B Scope of Work

1 CIVIL WORK AS PER SCHEDULE 2 ELECTRICAL WORK AS PER SCHEDULE

DAY TO DAY REPAIR amp MAINTENANCE OF INTERNAL amp EXTERNAL (CIVIL amp ELECTRICAL INSTALLATION WORK

PROVISION OF MAN POWERs AS ENVISIZED IN BOQ Note The Estimate cost is based on the DSR 2016 Govt Notification and few on market rate

Period of Contract 2017 ndash18 ( Upto 31032018)

C Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) for Civil amp Electrical works is mentioned below in the form of Demand

Draft in favour of ldquoESI Fund AC No Irdquo payable at SBI Namkum Ranchi Branch EMD shall be submitted

along with the duly filled in tender document In the absence of EMD the tender shall be rejected

summarily The earnest money shall be refunded without interest to the unsuccessful Tenderers after

finalization of the contract and realization of amount in ESIC Model Hospital Namkum Ranchi Bank

account In the event of the withdrawal revocation of tenders before the date specified for acceptance

the earnest money shall stand forfeited

Sl No Name of workParticulars of work Estimated Value( in Rs) EMD Value( in Rs)

1 A R amp Mo Civil amp Electricals Works 4363106- 87500-

D Performance Security Deposit (SECURITY MONEY )

The successful tenderer will have to deposit a Performance Security amount for said work as specified in the column of Security Money in the form of Demand draft in favour of ldquoESI fund Ac No1rdquo payable at SBI Namkum Ranchi Branch within 07 days of award of work order otherwise the offer will be cancelled and EMD will be forfeited The EMD will also be forfeited of the successful bidder declines the offer In the event of acceptance of the offer the earnest money may be adjusted towards the amount of performance security required to be deposited by the agency in terms of clause mentioned above

Sl No

Name of workParticulars of work Estimated Value ( in Rs)

Security Money (in Rs) [Only for Successful Bidder]

1 ARampMo Civil amp Electricals Works 4363106- 5 of the total estimated value

E ELIGIBILITY CRITERIA

1 The agency shall be a reputed and experienced agencies firm companies and have experience of handling the work in reputed organization including Government amp Public Sector for last 3 years

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 2: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

2

e-TENDER FORM

No602X1713ARM2013VolVI Dated 1310 2017 Subject INVITATION OF BIDS FOR ldquoARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters

Namkum Ranchi for the year 2017-2018rdquo

ESIC is the Organization for Social Security Statutory Body set up under the ESI Act 1948 functioning under the control of Ministry of Labour and Employment Govt Of India

Sealed tenders are invited from the eligible tenderers in two bids system to provide Annual Repair and Maintenance works listed under scope of work in the bid Document The details of the work for which tenders invited are as mentioned in IX in ESIC Model Hospital Namkum Ranchi for the year 2017 ndash 2018

EMD amount as mentioned in the tender document shall be deposited with Tender form in the shape

of DD drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch All other terms and conditions are enclosed with Tender Document

Important Instructions for Bidders All bidderscontractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components ie Signing amp Encryption to participate in the E-Tenders Bidder should get registered at httpsesictenderseprocin Bidders can contact our Helpdesk at httpsesictenderseprocinhtmlSupportasp Bidder needs to submit Bid Processing Fee charges of Rs 2495- (non-refundable) in the form of Demand Draft from any scheduled bank in favour of Ms C1 India Pvt Ltd payable at New Delhi (or in any other form as acceptable by C1 India Pvt Ltd) for participating in the Tender

Along with the Demand Draft Bidder needs to send a covering Letter mentioning about the Payment Details Company Name Address User ID and Payment towards ESIC Bid Processing Fees (Mention the Tender ID and Tender Title) The payment should reach at the below mentioned address at least one day before the due date and time of Bid Submission Kind Attn Mr Mohit Chauhan C1 India Pvt Ltd 301 Gulf Petro Chem Building 1st Floor Udyog Vihar Phase ndash 2 Gurgaon Haryana ndash 122015

Note Bid Processing Fee will be Approved only after the receipt of payment

The bid can be uploaded upto 13102017 0130 PM on dated and any bid upload after the prescribed time shall not be considered irrespective of rates The bid will be opened on the same date ie on 0230 PM

The Bidder should carefully read understand and seek clarifications if any before uploading the

करमचारी राजय बीरा निगर आदरम असपताल िारकर रााची-834010 Employees State Insurance Corporation Model Hospital Namkum Ranchi

(ISO 90012015 Certified)

शरर और रोजगार रातरालय भारत सरकार Ministry of Labour and Employment Govt of India

िारकर रााची-834010 वबसाइट wwwesicnicin ] फ़ोि ि fax 0651-22619192260048] ई रल mh-ranchiesicnicin

3

bid no claim whatsoever will be entertained for any alleged ignorance thereof

Yours faithfully

Sd- Medical Superintendent

Annexure-I

ENCLOSURES TO THE TENDER

THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER DOCUMENT WITHOUT WHICH THE TENDERER MAY NOT BE ELIGIBLE

CHECK LIST

1 Earnest Money Deposit by Demand Draft in favour of ESIC Account No -1 Payable at SBI Namkum Ranchi

Submitted [Yes No]

2 Original Tender document must be signed in envelop in all pages and submitted in envelop No 1

Submitted [Yes No]

3 Electrical licence for electrical work ampcivil works with appropriate licence holder for 43 lacs

Submitted [Yes No]

4 Service Tax Registration PAN Commercial Tax (Self attested copies of all to be attached)

Submitted [Yes No]

5 ESIEPFReturns amp challan to be enclosed for 316 amp 916 Submitted [Yes No]

6 Work ordersatisfactory performance certificate in respect of work experience during 2013-14 2014-15 amp 2015-16 (value of work must be mentioned)

Submitted [Yes No]

7 Valid labour licence or after 03 months from the date of award of workorder if applicable

Submitted [Yes No]

8 Annual turnover of last three years (2013-14 2014-15 2015-16) (copy of self attested balance sheet PampL account IT return to be enclosed)

Submitted [Yes No]

9 Undertaking to be given on tendering firms Letter Head Submitted [Yes No]

10 Self certificate in respect of not being black listed by CentralState Govt in past year Submitted [Yes No]

Yours faithfully

Sd- MEDICAL SUPERINTENDENT

4

Enclosures Annexure- I Check List

Annexure- II A amp B General Conditions of Contract (GCC)

Annexure ndash III Particulars conditions of Contract (PCC)

Annexure ndash IV Additional Particular Conditions of Contract (APCC)

Enclosure- I Complaint Register Form

Enclosure- II Maintenance of compliant Register

Annexure- V Form of Performance Security Bank Guarantee Bond

Annexure VI Contract agreement format

Annexure- VII Tender Application Form (Technical Bid)

Annexure ndash VIII Undertaking

Annexure-IX Self Certificate in respect of not being black listed by any central GovtState Govt

semi GovtPvt Institution (Declaration)

Annexure-X Financial Bid

5

Annexure-II-A

GENERAL TERMS AND CONDITIONS FOR TENDER A Schedule of Tender

Period from submission of Online e-Tender form 1310 2017 1000 AM

Date(s) of Pre-bid meeting 18102017 1030 AM TO 1130 AM Last Date ampTime of Submission of Online e-Tender 0911 2017 0100 PM

Last Date amp Time of submission of Hard Copy 09112017 0100 PM

Date amp Time of Opening of e-Tender 09112017 230 PM Estimated cost of work Rs 4363106- Earnest Money Deposit(EMD)

Rs87500-[2 of estimated amount] Performance Security Security Deposit Money(SD) 5 of the Estimated Cost

B Scope of Work

1 CIVIL WORK AS PER SCHEDULE 2 ELECTRICAL WORK AS PER SCHEDULE

DAY TO DAY REPAIR amp MAINTENANCE OF INTERNAL amp EXTERNAL (CIVIL amp ELECTRICAL INSTALLATION WORK

PROVISION OF MAN POWERs AS ENVISIZED IN BOQ Note The Estimate cost is based on the DSR 2016 Govt Notification and few on market rate

Period of Contract 2017 ndash18 ( Upto 31032018)

C Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) for Civil amp Electrical works is mentioned below in the form of Demand

Draft in favour of ldquoESI Fund AC No Irdquo payable at SBI Namkum Ranchi Branch EMD shall be submitted

along with the duly filled in tender document In the absence of EMD the tender shall be rejected

summarily The earnest money shall be refunded without interest to the unsuccessful Tenderers after

finalization of the contract and realization of amount in ESIC Model Hospital Namkum Ranchi Bank

account In the event of the withdrawal revocation of tenders before the date specified for acceptance

the earnest money shall stand forfeited

Sl No Name of workParticulars of work Estimated Value( in Rs) EMD Value( in Rs)

1 A R amp Mo Civil amp Electricals Works 4363106- 87500-

D Performance Security Deposit (SECURITY MONEY )

The successful tenderer will have to deposit a Performance Security amount for said work as specified in the column of Security Money in the form of Demand draft in favour of ldquoESI fund Ac No1rdquo payable at SBI Namkum Ranchi Branch within 07 days of award of work order otherwise the offer will be cancelled and EMD will be forfeited The EMD will also be forfeited of the successful bidder declines the offer In the event of acceptance of the offer the earnest money may be adjusted towards the amount of performance security required to be deposited by the agency in terms of clause mentioned above

Sl No

Name of workParticulars of work Estimated Value ( in Rs)

Security Money (in Rs) [Only for Successful Bidder]

1 ARampMo Civil amp Electricals Works 4363106- 5 of the total estimated value

E ELIGIBILITY CRITERIA

1 The agency shall be a reputed and experienced agencies firm companies and have experience of handling the work in reputed organization including Government amp Public Sector for last 3 years

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 3: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

3

bid no claim whatsoever will be entertained for any alleged ignorance thereof

Yours faithfully

Sd- Medical Superintendent

Annexure-I

ENCLOSURES TO THE TENDER

THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER DOCUMENT WITHOUT WHICH THE TENDERER MAY NOT BE ELIGIBLE

CHECK LIST

1 Earnest Money Deposit by Demand Draft in favour of ESIC Account No -1 Payable at SBI Namkum Ranchi

Submitted [Yes No]

2 Original Tender document must be signed in envelop in all pages and submitted in envelop No 1

Submitted [Yes No]

3 Electrical licence for electrical work ampcivil works with appropriate licence holder for 43 lacs

Submitted [Yes No]

4 Service Tax Registration PAN Commercial Tax (Self attested copies of all to be attached)

Submitted [Yes No]

5 ESIEPFReturns amp challan to be enclosed for 316 amp 916 Submitted [Yes No]

6 Work ordersatisfactory performance certificate in respect of work experience during 2013-14 2014-15 amp 2015-16 (value of work must be mentioned)

Submitted [Yes No]

7 Valid labour licence or after 03 months from the date of award of workorder if applicable

Submitted [Yes No]

8 Annual turnover of last three years (2013-14 2014-15 2015-16) (copy of self attested balance sheet PampL account IT return to be enclosed)

Submitted [Yes No]

9 Undertaking to be given on tendering firms Letter Head Submitted [Yes No]

10 Self certificate in respect of not being black listed by CentralState Govt in past year Submitted [Yes No]

Yours faithfully

Sd- MEDICAL SUPERINTENDENT

4

Enclosures Annexure- I Check List

Annexure- II A amp B General Conditions of Contract (GCC)

Annexure ndash III Particulars conditions of Contract (PCC)

Annexure ndash IV Additional Particular Conditions of Contract (APCC)

Enclosure- I Complaint Register Form

Enclosure- II Maintenance of compliant Register

Annexure- V Form of Performance Security Bank Guarantee Bond

Annexure VI Contract agreement format

Annexure- VII Tender Application Form (Technical Bid)

Annexure ndash VIII Undertaking

Annexure-IX Self Certificate in respect of not being black listed by any central GovtState Govt

semi GovtPvt Institution (Declaration)

Annexure-X Financial Bid

5

Annexure-II-A

GENERAL TERMS AND CONDITIONS FOR TENDER A Schedule of Tender

Period from submission of Online e-Tender form 1310 2017 1000 AM

Date(s) of Pre-bid meeting 18102017 1030 AM TO 1130 AM Last Date ampTime of Submission of Online e-Tender 0911 2017 0100 PM

Last Date amp Time of submission of Hard Copy 09112017 0100 PM

Date amp Time of Opening of e-Tender 09112017 230 PM Estimated cost of work Rs 4363106- Earnest Money Deposit(EMD)

Rs87500-[2 of estimated amount] Performance Security Security Deposit Money(SD) 5 of the Estimated Cost

B Scope of Work

1 CIVIL WORK AS PER SCHEDULE 2 ELECTRICAL WORK AS PER SCHEDULE

DAY TO DAY REPAIR amp MAINTENANCE OF INTERNAL amp EXTERNAL (CIVIL amp ELECTRICAL INSTALLATION WORK

PROVISION OF MAN POWERs AS ENVISIZED IN BOQ Note The Estimate cost is based on the DSR 2016 Govt Notification and few on market rate

Period of Contract 2017 ndash18 ( Upto 31032018)

C Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) for Civil amp Electrical works is mentioned below in the form of Demand

Draft in favour of ldquoESI Fund AC No Irdquo payable at SBI Namkum Ranchi Branch EMD shall be submitted

along with the duly filled in tender document In the absence of EMD the tender shall be rejected

summarily The earnest money shall be refunded without interest to the unsuccessful Tenderers after

finalization of the contract and realization of amount in ESIC Model Hospital Namkum Ranchi Bank

account In the event of the withdrawal revocation of tenders before the date specified for acceptance

the earnest money shall stand forfeited

Sl No Name of workParticulars of work Estimated Value( in Rs) EMD Value( in Rs)

1 A R amp Mo Civil amp Electricals Works 4363106- 87500-

D Performance Security Deposit (SECURITY MONEY )

The successful tenderer will have to deposit a Performance Security amount for said work as specified in the column of Security Money in the form of Demand draft in favour of ldquoESI fund Ac No1rdquo payable at SBI Namkum Ranchi Branch within 07 days of award of work order otherwise the offer will be cancelled and EMD will be forfeited The EMD will also be forfeited of the successful bidder declines the offer In the event of acceptance of the offer the earnest money may be adjusted towards the amount of performance security required to be deposited by the agency in terms of clause mentioned above

Sl No

Name of workParticulars of work Estimated Value ( in Rs)

Security Money (in Rs) [Only for Successful Bidder]

1 ARampMo Civil amp Electricals Works 4363106- 5 of the total estimated value

E ELIGIBILITY CRITERIA

1 The agency shall be a reputed and experienced agencies firm companies and have experience of handling the work in reputed organization including Government amp Public Sector for last 3 years

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 4: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

4

Enclosures Annexure- I Check List

Annexure- II A amp B General Conditions of Contract (GCC)

Annexure ndash III Particulars conditions of Contract (PCC)

Annexure ndash IV Additional Particular Conditions of Contract (APCC)

Enclosure- I Complaint Register Form

Enclosure- II Maintenance of compliant Register

Annexure- V Form of Performance Security Bank Guarantee Bond

Annexure VI Contract agreement format

Annexure- VII Tender Application Form (Technical Bid)

Annexure ndash VIII Undertaking

Annexure-IX Self Certificate in respect of not being black listed by any central GovtState Govt

semi GovtPvt Institution (Declaration)

Annexure-X Financial Bid

5

Annexure-II-A

GENERAL TERMS AND CONDITIONS FOR TENDER A Schedule of Tender

Period from submission of Online e-Tender form 1310 2017 1000 AM

Date(s) of Pre-bid meeting 18102017 1030 AM TO 1130 AM Last Date ampTime of Submission of Online e-Tender 0911 2017 0100 PM

Last Date amp Time of submission of Hard Copy 09112017 0100 PM

Date amp Time of Opening of e-Tender 09112017 230 PM Estimated cost of work Rs 4363106- Earnest Money Deposit(EMD)

Rs87500-[2 of estimated amount] Performance Security Security Deposit Money(SD) 5 of the Estimated Cost

B Scope of Work

1 CIVIL WORK AS PER SCHEDULE 2 ELECTRICAL WORK AS PER SCHEDULE

DAY TO DAY REPAIR amp MAINTENANCE OF INTERNAL amp EXTERNAL (CIVIL amp ELECTRICAL INSTALLATION WORK

PROVISION OF MAN POWERs AS ENVISIZED IN BOQ Note The Estimate cost is based on the DSR 2016 Govt Notification and few on market rate

Period of Contract 2017 ndash18 ( Upto 31032018)

C Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) for Civil amp Electrical works is mentioned below in the form of Demand

Draft in favour of ldquoESI Fund AC No Irdquo payable at SBI Namkum Ranchi Branch EMD shall be submitted

along with the duly filled in tender document In the absence of EMD the tender shall be rejected

summarily The earnest money shall be refunded without interest to the unsuccessful Tenderers after

finalization of the contract and realization of amount in ESIC Model Hospital Namkum Ranchi Bank

account In the event of the withdrawal revocation of tenders before the date specified for acceptance

the earnest money shall stand forfeited

Sl No Name of workParticulars of work Estimated Value( in Rs) EMD Value( in Rs)

1 A R amp Mo Civil amp Electricals Works 4363106- 87500-

D Performance Security Deposit (SECURITY MONEY )

The successful tenderer will have to deposit a Performance Security amount for said work as specified in the column of Security Money in the form of Demand draft in favour of ldquoESI fund Ac No1rdquo payable at SBI Namkum Ranchi Branch within 07 days of award of work order otherwise the offer will be cancelled and EMD will be forfeited The EMD will also be forfeited of the successful bidder declines the offer In the event of acceptance of the offer the earnest money may be adjusted towards the amount of performance security required to be deposited by the agency in terms of clause mentioned above

Sl No

Name of workParticulars of work Estimated Value ( in Rs)

Security Money (in Rs) [Only for Successful Bidder]

1 ARampMo Civil amp Electricals Works 4363106- 5 of the total estimated value

E ELIGIBILITY CRITERIA

1 The agency shall be a reputed and experienced agencies firm companies and have experience of handling the work in reputed organization including Government amp Public Sector for last 3 years

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 5: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

5

Annexure-II-A

GENERAL TERMS AND CONDITIONS FOR TENDER A Schedule of Tender

Period from submission of Online e-Tender form 1310 2017 1000 AM

Date(s) of Pre-bid meeting 18102017 1030 AM TO 1130 AM Last Date ampTime of Submission of Online e-Tender 0911 2017 0100 PM

Last Date amp Time of submission of Hard Copy 09112017 0100 PM

Date amp Time of Opening of e-Tender 09112017 230 PM Estimated cost of work Rs 4363106- Earnest Money Deposit(EMD)

Rs87500-[2 of estimated amount] Performance Security Security Deposit Money(SD) 5 of the Estimated Cost

B Scope of Work

1 CIVIL WORK AS PER SCHEDULE 2 ELECTRICAL WORK AS PER SCHEDULE

DAY TO DAY REPAIR amp MAINTENANCE OF INTERNAL amp EXTERNAL (CIVIL amp ELECTRICAL INSTALLATION WORK

PROVISION OF MAN POWERs AS ENVISIZED IN BOQ Note The Estimate cost is based on the DSR 2016 Govt Notification and few on market rate

Period of Contract 2017 ndash18 ( Upto 31032018)

C Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) for Civil amp Electrical works is mentioned below in the form of Demand

Draft in favour of ldquoESI Fund AC No Irdquo payable at SBI Namkum Ranchi Branch EMD shall be submitted

along with the duly filled in tender document In the absence of EMD the tender shall be rejected

summarily The earnest money shall be refunded without interest to the unsuccessful Tenderers after

finalization of the contract and realization of amount in ESIC Model Hospital Namkum Ranchi Bank

account In the event of the withdrawal revocation of tenders before the date specified for acceptance

the earnest money shall stand forfeited

Sl No Name of workParticulars of work Estimated Value( in Rs) EMD Value( in Rs)

1 A R amp Mo Civil amp Electricals Works 4363106- 87500-

D Performance Security Deposit (SECURITY MONEY )

The successful tenderer will have to deposit a Performance Security amount for said work as specified in the column of Security Money in the form of Demand draft in favour of ldquoESI fund Ac No1rdquo payable at SBI Namkum Ranchi Branch within 07 days of award of work order otherwise the offer will be cancelled and EMD will be forfeited The EMD will also be forfeited of the successful bidder declines the offer In the event of acceptance of the offer the earnest money may be adjusted towards the amount of performance security required to be deposited by the agency in terms of clause mentioned above

Sl No

Name of workParticulars of work Estimated Value ( in Rs)

Security Money (in Rs) [Only for Successful Bidder]

1 ARampMo Civil amp Electricals Works 4363106- 5 of the total estimated value

E ELIGIBILITY CRITERIA

1 The agency shall be a reputed and experienced agencies firm companies and have experience of handling the work in reputed organization including Government amp Public Sector for last 3 years

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 6: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

6

2 The agency shall be among the lists of big clients of Govt semi Govt PSUs Proof regarding fulfilling of this clause shall be attached in form of Satisfactory Performance Certificate or empanelment letter from clients along with the Tender document (At least two numbers)

3 The copy of audited balance sheet and profit and loss account along with income tax clearance certificate for last 3 years shall be attached with the tender document Agency shall have registration under ESI Act EPF Act Income Tax Service Tax Commercial tax amp Electricity Act (Electrical Licence only for Electrical works) and shall comply with all relevant laws amp statutory requirements for providing above nature of job Self attested copies of licensecertificate under this clause shall be attached with tender document The tenderer should have a valid labour licence for providing ARMSRM (Civil amp Electrical) work under the Contract Labour (R amp A) ACT 1970 (Copy should be attached) or after 03 months from the date of award of the workorder if applicable

4 The Agency shouldnrsquot have been blacklisted by any CentralState government agency in the past years (Self certificate has to be attached along with tender document) The tenderer must also declare that there is no vigilanceCBI casePolice case pending under any Act pending against the firmPropParternerDirector etc

5 The Agency must be carrying a PAN and Bank account in Nationalized Bank SBI and they will furnish their Bank account details along with tender document

6 The Tender submitted in open envelopes ie open technical bid or open financial bid shall be rejected

7 ESIC TO CHOOSE ALTERNATIVE APPLICABLE

A Alternative I (for works value below Rs440 Lacs)

1 The tenderer should have minimum three years work experience as on in work of Similar nature

2 The tenderer should have successfully completed any one of the following work in the last 7 years (i) One similar work of value not less than Rs3490485- (Equals to 80 the value of work to be executed) (ii) Two similar work of value not less than Rs2181553- (Equals to 50 of the value of work to be executed) (iii) Three similar works of value not less than Rs1745242- (Equals to 40 of the value of work to be executed)

3 Average Annual financial turnover during the last three financial years should be at least 30 of the

value of work to be executed (copies of balance sheets signed by CA to be submitted)

Alternative II (for work value over Rs440 lacs)

The successful tenderer would be required to establish its office within the site of the work in the

space provided by the ESIC and will vacate the said space after completion of contract

Note

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 7: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

7

1 The Agency shall have registration under various Acts Department as detailed above on the date of submission of tender document merely submitting acknowledgement of application for registration will be deemed at par with non-registration under the said Act Department

2 The candidature of Agency not fulfilling all or any of the above eligibility criteria is liable to be rejected

F INSTRUCTIONS TO TENDERERS

1 Submission of Bid

The tenderers are required to submit the tender amp DD in separate envelope of each work as defined below

The envelope No 1 shall contain DD of specified amount against works of Civil amp Electricals amp drawn in favour of ldquoESI Fund AC No1rdquo payable at SBI Namkum Ranchi Branch and the word ldquoEMD for tender for the said worksrdquo shall be superscribed on the top of the envelope In case tender document is downloaded from website EMD for said work of Civil and Electrical in the form of DD in favour of ldquoESI Fund AC No 1rdquo payable at SBI Namkum Ranchi Branchrdquo shall be submitted Failing which the tender will outrightly be rejected

The envelope No 2 shall contain technical bid dully filled in Annexure ndash (V) along with dully signed (on all pages) tender document as well as self attested (in case of photocopy of document) with supportive document The wordphrase ldquoTechnical Bid for the specified in scope of work of ESIC Model Hospital with Tender Nordquo must be superscribed on the top of the envelope

The envelope No 3 shall contain the financial bid of said work as mentioned and the wordphrase

ldquoFinancial bid for said works rdquo should be superscribed on the top of the envelope All the three sealed envelope shall also carry the name and address of the tenderer and all the 03

(three) sealed envelope shall be kept in fourth big envelope for said works with Tender No and Serial No of worksrdquo should be superscribed on the top of the envelope as well as name and address of sender on the bottom of envelope This sealed fourth envelope (containing the envelope of EMD Technical Bid Financial bid shall be dropped in the tender box placed in the office of the ldquoThe Medical Superintendent

ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010rdquo as per schedule mentioned above and also submit through e tender

Tender must reach this office not later than the time and date notified in the tender form stated in the schedule of tender In the event of tender received after scheduled date and time the tender will not allowed in bidding and it will be rejected summarily

2 All entries in the Tender form shall be legible and filled clearly Any overwriting or cutting which is unavoidable shall be signed by the authorized signatory

3 Tender incomplete in any form will be rejected outrightly Conditional Tenders will be rejected outrightly

4 No Tenderer will be allowed to withdraw after submission of the tenders within the bid validity period otherwise the EMD submitted by the tenderding firm would stand forfeited

5 Each page of the Tender document shall be signed and stamped by authorized representative of Tenderer in token of acceptance of the terms and conditions laid under the Tender Document

6 The financial bid amp technical bid received without the signature of authorized person will not be entertained and will be rejected summarily

7 The rates quoted in financial bid shall be in Indian currency and as per details furnished in Financial bid

8 Tenderer should ensure safety precaution measure to their workmen during execution of work 9 The tenderer should take care to submit all the information sought by ESIC in prescribed formats

a Firmrsquos relevant experience and strength ndash Profile of agency registration details and experience of

similar works annual turnover and total manpower employed

b Qualification Related experience

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 8: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

8

G Opening of Bid

1 The Technical Bids will be opened as per schedule mentioned above in the presence of such

tenderers or their authorized representatives who may choose to be present at the time of opening

of technical bid

2 The envelope no1 containing EMD (e Demand Draft as specified in the schedule of scope of work in the event if form is downloaded from website) shall be opened first Envelope no2 (containing technical bid) shall be opened only if the bidder submits EMD as stated in clause lsquoCrsquo of this form in the event if form is downloaded from website without EMD the tender will not be entertained amp will be rejected summarily

3 The envelope no 2 ie ldquoTechnical Bidrdquo of only those bidder shall be opened who has fulfilled the terms amp condition as stated above (ie condition laid under clause F (1) The Technical bid will be evaluated by Technical Evaluation Committee and shortlist the eligible technically qualified bidder as per terms amp conditions of tender document The financial bid of only technically qualified bidder shall be opened later on The date amp time of opening of financial bid shall be communicated to all technically qualified bidder

4 The financial bid shall be opened in presence of technically qualified bidder or their authorized representative who choose to be present on the date amp time of opening of financial bid

H Selection of Eligible Tenderer

1 The selection of successful bidder shall be made on the rate offered by the bidder keeping in the view of terms and condition laid under tender document amp the contract for the Annual Repairs and Maintenance shall be awarded to the best qualified Responsive tender

2 The minimum wages applicable shall be quoted in financial bid and the quoted rate shall be not be less than the minimum wages applicable as on the date of publication of tender else the bid will be rejected

I Reservation

The Medical Superintendent ESIC Model Hospital Namkum Ranchi Jharkhand ndash 834010 reserves the right to reject all or any tender in whole or in part without assigning any reason thereof Penalty Clause The Medical Superintendent ESIC Model Hospital Namkum Ranchi reserves the right to impose penalty in any of the following condition

If the contractor found in violation any of the clause mentioned in this tender MS ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If the contractor fails to comply or execute any order including supply orderwork order ESIC Model

Hospital Namkum Ranchi may impose a penalty of rupees 500- for each default on each occasion

If any complaint is received from the visitorstaff patient and if it is found true a penalty of rupees 500- for each such true complaint will be imposed

If the contractor found in repeated violation of any of the clause more frequently the penalty amount may be increase to rupees 1000- for such violation on each occasion

J Validity of tender THE TENDER SHOULD BE VALID FOR YEAR 2017 ndash 18 FROM THE DATE OF AWARD OF THE TENDER UNLESS SHORT CLOSED BEFORE THAT BY THE MEDICAL SUPERINTENDENT

K 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 thereof

ii The contract for the Repairs and Maintenance shall be awarded to the qualified responsive tenderer who has quoted lowest

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 9: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

9

iii Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer

L General Terms amp conditions amp Instructions to the Tenderers

The successful bidder shall give it acceptance within 07 days amp shall deposit performance security within 10 days from award of work order and required to enter into an agreement with Medical Superintendent ESIC Model Hospital Namkum Ranchi on bond paper of Rs100- (Rupees One hundred only) The cost of bond paper will be borne by successful bidder In case if successful bidder fails to give acceptance or deposit performance security deposit or enter into agreement within stipulated time the award of contract will be deemed to be cancelled and EMD amount will be forfeited The successfulbidder who chose to enter into agreement after fulfilling the criteria are required to abide by following conditions- I The rates for each and every item shall be quoted in Figures and words In case of any

discrepancy in rates the rates written in words shall prevail II The site for the work can be seen on any working day during office hours by contacting our

EngineersEstate Branch III Payment of Wages to workers should have been done through ECS only and documentary

evidence there of should be submitted to this office immediately IV A copy of Certificate of central Labour (Regulation amp Abolition) Act-1970 and contract

Labour (Regulation amp Abolition) Central rule-1971 prior to be date of advertisement should be submitted along with tender

V Rates quoted in financial bid shall be in Indian currency and as per detail furnished in financial bid amp Rates quoted shall be firm and fixed and are inclusive of cost of manpower materials machinery tools and plant etc all taxes (including service tax) duties and levies insurance etc No escalation of whatsoever nature shall be payable The agency shall deposit the service tax and submit a copy of proof with monthly bills

VI) Agency shall have the telephone number of the nearest police station fire station and ambulance Estate officer of ESIC etc the names of deployed staffs should always be displayed on their uniform for identification purpose If there is urgency to report some happening it is to be done immediately

VII) The Contractor Agency will maintain a register in which day to day deployment of personnel will be entered amp Contractor shall ensure the Health and safety measures of their deployed employees

VIII) The deployed staffs provided shall be the employees of the Contractor all staffs must be Experienced and shall be paid as per minimum wages act and all statutory liabilities shall be paid by the contractor such as ESI EPF Workmenrsquos Compensation Act etc The list of staffs going to be deployed shall be made available and if any change is made in the list of staffs it shall immediately be informed to the Office At the time of deployment the photo of staff including proper name and badges ESI No amp EPF No shall be furnished Without these particulars their deployment in hospital will not be allowed The antecedents of staff deployed shall be got verified by the contractor from local police authorities and an undertaking in this regard shall be submitted

IX The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under Contract Labour (Regulation amp Abolition) Act 1970 ESI Act and EPF Act Workmenrsquos Compensation Act etc in ro service staff deployed at the hospital

X The Contractor at all times shall indemnify ESIC against all claims damages or compensation under the provisions of Payment of Wages Act 1936 Minimum Wages Act 1948 Employers Liability Act 1938 the Workmen Compensation Act 1923 Industrial Disputes Act 1947 Maternity Benefit Act 1961 or any modification thereof or any other law relating thereto and rules made there under from time to time ESIC will not own any responsibility in this regard

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 10: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

10

XI The agency shall submit periodical return of ESI amp EPF in ro personnel deployed at ESIC Model Hospital

XII The Contract shall be for a period of year 2017ndash 2018 The rates quoted by the bidder shall

remain unchanged during the period of contract However both the parties are open to terminate the contract by serving one months notice in writing of its intention to do so ESIC also reserves the right to terminate the contract if it feels the performance is not satisfactory

XIII The contractor shall not engage any sub contractor or transfer the contract to any other person in any manner

XIV The contractor shall do and perform all such services in the premises of ESIC Model Hospital and Staff Quarters Namkum Ranchi acts matters and things connected with the administration superintendence and conduct of the arrangements as per the directions enumerated herein and in accordance with such directions which will issue from time to time and which have been mutually agreed upon between the two parties

XV The ESIC Hospital shall have the right to remove any staff which is considered to be undesirable or otherwise

XVI The agency shall not employ any person below the age of 18 yrs and above the age of 55 yrs Manpower so engaged shall be trained amp skilled in services The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform (including proper name badges) any failure will invite a penalty of Rs500- on each occasion The penalty on this account shall be deducted from the Contractorrsquos bills

XVII The personnel engaged shall be of good physique and project an image of utmost discipline They have to be extremely courteous with pleasant mannerism in dealing with the Officer (s)Staff (s)Visitor(s)

XVIII The personnel engaged for the works will not be allowed to stay in the premises after completion of the work and the personnel should not take bath or misuse the water of ESIC Model Hospital Namkum Ranchi

XIX The Medical Superintendent may order variations in the scope or quantum of work through a written variation order as per ESIC norms The payment for the variation shall be worked out on the basis of contract rates for manpower

XX (a) In case any of contractorrsquos personnel(s) deployed under the contract is (are) absent

a penalty equal to double the wages of number of persons absent on that particular day shall be levied and the same will be deducted from the contractorrsquos bills

(b) In case any of contractorrsquos personnel deployed under the contract fails to report in time and contractor is unable to provide suitable substitute in time for the same it will be treated as absence and penalty as mentioned in para XVI(a) above shall be levied

(c) In case any public complaint is received attributable to misconductmisbehavior of contractorrsquos personnel a penalty of Rs500-for each such incident shall be levied and the same shall be deducted from contractorrsquos bill Besides the service staffs found involved in the incident shall be removed from the ESIC Hospital immediately

(d) In case the contractor fails to commenceexecute the work as stipulated in the agreement or in case of unsatisfactory performance or does not meet the statutory requirements of the contract The Medical Superintendent or ESIC Model Hospital

Namkum Ranchi reserves the right to impose the penalty as detailed below i) 2 of annual cost of order up to four weeksrsquo delay ii) After four weeks delay the Medical Superintendent ESIC Hospital reserves the right

to forfeit the security deposit and to terminate the contract and get this job carried

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 11: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

11

out from other contractor(s) in open market The difference if any will be recovered from the defaulter contractor

XXI Payment Procedure The bill shall be raised on monthly basis along with details of work carried out duly countersigned against each work by the user department care taker any other person authorized by the Medical Superintendent in token of completion of work and also along with the details of payment made to the workers engaged for the work The bill will be verified by the Engineer in charge with respect to quantity executed in terms of BOQ schedule and counter checked by AEAEEEE All the payment (including that of Advance) to the workers should be made by the agency through Bank transactions only Cash payment is strictly prohibited If the agency does not make payment to its workers through bank the contract is liable to be terminated

The bill shall be submitted with the following certificate on the letter head of the firm

(a) I) ESI Contribution for the month of _____________amounting to Rs___________ has been paid on hellip II) EPF Contribution for the month of _____________amounting to Rs___________ has been paid onhellip III) Service tax for the month of ________________amounting to Rs___________ has been paid on hellip IV) Other Statutory Liabilities if any for the month of _____amounting to Rs______has been paid on hellip

(Copy of challan to be enclosed) (b) Employee-wise details of ESI EPF contribution paid shall be submitted every quarter (c) Wages of workers were credited to their Bank account on (Date)____________ (d) Undertaking to the effect that all Statutory Labour Laws including Minimum wages Act is being complied with (e) In case if there is subsequent change in minimum wages the contractor shall make the payment to the

workers as per latest minimum wages and the bill shall be claimed accordingly The contractor is also required to submit the notification regarding the same However the agency charges quoted will remain unchanged and it will be calculated on old rate ie on rate quoted before enhancement of minimum wages

XXII Any liability arising out of any litigation (including those in consumer courts) due to any act of contractorrsquos personnel shall be directly borne by the contractor including all expensesfines The concerned contractorrsquos personnel shall attend the court as and when required XXIII If at any time during the currency of the contract either party is subject to force majeure which can be termed as civil disturbance riots strikes tempest acts of God etc which may prevent either party to discharge his obligation the affected party shall promptly notify the other party about the happening of such an event Neither party shall by reason of such event be entitled to terminate the contract in respect of such performance of their obligations The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceases to exist If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to if any or seven days whichever is more either party may at its option terminate the contract XXIV If the contractor is a Registered Company partnership of two or more persons all such persons shall be jointly and severally liable to the ESIC Model Hospital for the fulfillment of the terms of the contract Such persons shall designate one of them to act as authorized signatory with authority to sign XXV During the course of contract if any contractorrsquos personnel are found to be indulging in any corrupt practices or causing any loss of property to the ESIC Model Hospital Namkum Ranchi shall

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 12: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

12

be entitled to terminate the contract and forfeiting the contractorrsquos Performance Guarantee (Security Deposit) XXVI The contractor shall ensure the safety and security of the workers engaged for executing any work in ESIC premises and shall follow standard prevailing norms in carrying out the work to avoid casualty of any nature XXVII The contractor shall bear all the expenses incurred on the following items ie Provision of appropriate materials and toolsequipments stationary for writing duty charts and registers for records keeping as per requirements XXVIII Agency shall provide proper communication system to Supervisor amp service staff to ensure effective amp timely communication In case of need and the movement of service staff must be arranged in such a way that no part of the building remain unnoticedunattended XXIX The ESIC Model Hospital shall not be responsible for providing residential accommodation to any of the employee of the contractor XXX The Medical Superintendent ESIC Model Hospital Namkum Ranchi shall not be under any

obligation for providing employment to any of the worker of the contractor after the expiry of the contract The Medical Superintendent ESIC Hospital does not recognize any employee employer relationship with any of the workers of the contractor XXXI The contractor shall provide the copies of relevant records during the period of contract or otherwise even after the contract is over when ever required by the ESIC Hospital XXXII (a) Any dispute and or difference arising out of or relating to this contract will be resolved through

joint discussion of the authorized representatives of the concerned parties However if the disputes are not resolved by joint discussions then the matter will be referred for adjudication to a sole Arbitrator appointed by the Chief Engineer ESIC Hqrs office New Delhi

(b) The award of the sole Arbitrator shall be final and binding on all the parties The arbitration proceedingrsquos shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time

(c) The cost of Arbitration shall be borne by the respective parties in equal proportions During the pendency of the arbitration proceeding and currency of contract the Contractor shall not be entitled to suspend the workservice to which the dispute relates on account of the arbitration and payment to the contractor shall continue to be made in terms of the contract Arbitration proceedings will be held at Ranchi only

XXXIII The Courts at Ranchi shall have the exclusive jurisdiction to try all disputes if any arising out of this agreement between the parties

XXXIV ESIC reserves the right to impose any terms or condition at any time during the course of contract as per administrative convenience

XXXV If the bidder is an individual the application shall be signed by him above his full name and

current address If the bidder is Proprietary firm the application shall be signed by the Proprietor above his full name and full name of his firm with is current address If the bidder is a firm in Partnership the application shall be signed by all the Partners of the firm above their full name and current addresses or alternatively by a partner holding Power of Attorney for the firm In the later case a certified copy of the Power of Attorney should accompany the application In both cases a certified copy of the Partnership deed and current Address of all the partners of the firm should accompany the Application with Bank Account details of all the Partnership If the bidder is a limited company or a Corporation the application shall be signed by the duly authorized person holding Power of Attorney for signing the application accompanied by a copy of the Power of Attorney The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by Public Attorney

XXXVI After acceptance of tender the work will be executed by the Contractor as per

nomenclature of itemsCPWDrsquos specificationsconditions as given in this bid document and

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 13: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

13

as per the General conditions of Agreement to be executed before commencing the work awarded

XXXVII Risk Clause (a) The Contractor shall at all times have standby arrangements for carrying out the

work under the Contract in case of any failure of the existing arrangement All liabilities arising out of accident or death while on duty shall be borne by the contractor

(b) Contractor and its staff shall take proper and reasonable precautions to prevent loss destruction waste or misuse within the areas of the ESIC Model Hospital and Staff Quarters Any theft loss occurred in any of the places where housekeeping and facility management service staff is being provided by the Agency due to negligence of the housekeepingmaintenance and facility management service staff the Agency will be liable to compensate the loss caused Repeated negligence in above connection may cause action of forfeiture of security deposit and cancellation of contract The decision of the ESIC Model Hospital in this regard will be final and binding on the agency

(c) In the event of lossdamage of equipments etc at the premises of the ESIC due to negligencecarelessness of Contractor staff then the Contractor shall compensate the loss to ESIC

(d) If there is delay in completing the work as per time schedule in the agreement then

the contractor shall be liable to an amount 125 of the total cost of work for every week of delay or part thereof as liquidated damages to ESIC subject to a maximum of 5 of sanctioned cost of the work For working out the 125 allowances the additional number of days would be rounded to nearest week and as per terms and conditions mentioned under LXX(d)

Sd- Medical Superintendent

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 14: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

14

ANNEXURE-II-B GENERAL CONDITIONS OF CONTRACT (GCC)

Definitions and Interpretation 1 Definitions a) In the Contract (as hereinafter defined) the following word and expressions shall have the meanings hereby

assigned to them except where the context otherwise requires i ldquoEmployerrdquo means the ESIC and the legal successors in title to ESIC ii ldquoEngineerrdquo means the person appointed by ESIC to act as Engineer for the purposed of the Contract iii ldquoContractorrdquo means an individual or firms (proprietary or partnership) whether incorporated or not

that has entered into contract (with the employer) and shall include hisits 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 ldquoContractrdquo mean 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 ldquoSpecificationrdquo means the specification of the Works included in the Contract and any modification thereof

iii ldquoDrawingrdquo 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 model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer

iv ldquoBill of Quantitiesrdquo means the priced and completed bill of quantities forming part of the tender v ldquoTenderrdquo means the Contractors priced offer to the Employer for the execution and completion of

the works and the remedying of any defects therein accordance with the provisions of the Contract as accepted by the Letter of Acceptance The ord Tender is Synonymous with ldquoBidrdquo and the words ldquoTender Documentsrdquo with ldquoBidding Documentsrdquo

vi ldquoLetter of Acceptancerdquo means the formal acceptance of the tender by ESIC vii ldquoContract Agreementrdquo means the contract agreement entered between the Employer and

Contractor viii ldquoAppendix to Tenderrdquo means the appendix comprised in the form of Tender annex to these

Conditions c)

i ldquoCommencement Daterdquo means the appendix comprised in the form of Tender annexed to these conditions

ii ldquoTime for completionrdquo means the time period for which the contract of Repair and Repair amp Maintenance has been awarded by the employer to the contractor

d) ldquoTaking over Certificaterdquo means a certificate issued by the employer evidencing successful completion of the awarded work

e) i ldquoContract Pricerdquo 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 ldquoRetention Moneyrdquo means the aggregate of all monies retained by the Employer f)

i ldquoWorksrdquo means the permanent works and the Temporary works or either of them to be executed in accordance with the contract

ii ldquoSiterdquo means the places provided by the Employer for Repair and Maintenance of ESIC Model Hospital Namkum Ranchi

iii ldquoCostrdquo means all expenditure properly incurred or to be incurred whether on or off the site including overhead and other charges but does not include any allowance for profit

2 ENGINEER

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 15: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

15

a) The Engineer shall ensure the quality quantity of each work specified in the Contract 3 Custody and Supply of Drawings and Documents

The Drawing shall remain in the sole custody of the employerEngineer but copies as required thereof shall be provided to the Contractor frees 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 Contractorrsquos 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 a

person shall not be again allowed upon the Works without the consent of the Engineer Any person

so removed from the works shall be replaced as soon as possible

7 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

8 (a) Insurance of work by the Contractor for his liability i During the Repair 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

(b) 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 i Death of or injury to any person or ii Loss or damage to any property (other than the Works) Which may arise out of or in

consequence of the Repair and Maintenance of the Works and the remedying of any defects therein and against all claims proceedings damages costs charges and expenses whatsoever in respect thereof

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

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 16: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

16

indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto

10 Evidence and Terms of Insurance The Contractor shall take out appropriate insurance to cover his work and workers and staff

employed by him fully The contractor shall provide evidence to the EngineerEmployer 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 Contractor shall keep the Employer indemnified against all penalties and liability of every kind for reach of any such provision

(c) Any changes required for approval due to revision of the local laws 12 Default of contractor in Compliance

In case of default on the Contractor in carrying out such instruction within the time specified therein or if none within a reasonable time the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly 13 Time for completion

The Repair and Maintenance work shall be for a period of ONE year or as mentioned in the letter of commencement and shall start from the date issue of letter commencement amp stand terminated after the expiry of date

14 Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both Employer and Contractor for a further period of one year However employer reserve itrsquos right to terminate the Repair and Maintenance contract by giving 15 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 15 Defect identification and its rectifications

Agency shall immediately attend the defects and complaints noticed at the site The agency shall provide and develop a system for regular Repair 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 Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract Defect Liability period shall be 12 months from the date of completion of work under BOQ measurable works The contractor shall rectify at his own expenses any defect in the work carried out by him during 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 16 Penalty for Delay

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency the employer can impose liquidated damages on the contractor as detailed in the particular conditions 17 Contractorrsquos Failure to carry out Instruction

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 17: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

17

In case of default on the part of the Contractor in carrying out defect rectification works the EmployerEngineer 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 Contractor then all costs Consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer and may be deducted by the Employer from any monies due or to become due to the Contractor 18 Instructions for Variations

Quantities given in the BOQ are estimated quantities The quantity of any particular item may vary to any extent Variation in quantity in particular items or overall cost does not entitle the contractor to claim any extra cost MEASUREMENT 19 Works to be measured

The Engineer shall be determined 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 Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item In case overtime working of staff under item no 1 is required specific instructions of the engineer is to be obtained Payment shall be made at applicable overtime rates 20 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 21 Monthly Statements

The contractor shall submit a bill in 3 copies to the Engineer 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-

a) Attendance sheets along with salary certificates wages sheets of all the workers and staff deployed against item No Arsquo

b) Certified bills miscellaneous materials purchased under different head against item no lsquoArsquo c) Details of defectscomplaints attended and rectified within time d) Details of complaints attended late e) Test Certificate of material used and test carried out for quality control as required by the

specifications and Engineers 22 Deduction of Income Tax

The amount to be deducted towards the advance income tax shall be at the rate applicable 23 Payments

After submission of monthly bill complete in all respects by the contractor Engineer shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill

24 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 ANNEXURE VIII

The performance guarantee shall be valid for the duration of the contact period plus 60 days The performance security can be encased 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 25 Correction of certificates

The Engineer may be any Interim Payment Certificate makes any correction or modification in any previous interim payment Certificate which has been issued by him and shall have authority if any work is not being carried out to his satisfaction to omit or reduce the value of such work in any Interim Payment Certificate

26 Final Certificates

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 18: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

18

Within 28 days after receipt of the Final Statement and the written discharge the Engineer shall issue to the employer (with a copy to the Contractor) a Final Certificate stating a) The amount which in the opinion of the Engineer is finally due under the contract and b) After giving credit to the Employer for all amounts previously paid by the Employer and for

all sums to which the Employer is entitled under the Contract

27 Default of Contractor If the performance of the contract and 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 28 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 29 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 It shall be referred to the Sole Arbitration of the Medical Superintendent ESIC who shall proceed as per the Arbitration Act 1996

The work under the contract shall continue during the Arbitration proceedings The award of the Arbitrator shall be final conclusive and binding on both the parties

30 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

31 Maintenance of Complaint Register and Agreement

The contractor shall have to maintain a complaint register as per the Performa provided at the time of award of contract The contractor shall have also required to undergo an agreement with ESIC Model Hospital Namkum

Ranchi at the time of award of contract where the terms and conditions given herein being integral part of the agreement

Sd- Medical Superintendent

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 19: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

19

ANNEXURE- III

PARTICULAR CONDITIONS OF CONTRACT

CPWD specifications shall be followed where not available BISEngineering practice as directed by the Engineer shall be followed

Complaints shall be made in the format (ANNEXURE)

A complaint register (format at ANNXURE) shall be maintained in the Repair and Maintenance Office of the contractor in which all complaints received shall be documented

All Repair and Maintenance related complaints shall be attended to within two hour failing which a recovery of Rs100- per event per hour shall be made from the subsequent payment certificate of the contractor subject to minimum Rs100- and maximum 10 of the work value

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

As the work will have to be carried out in building and area in use the contractor shall ensure- 1 That the normal functioning of ESIC activity is not effected as far as possible 2 That the work is carried out in an orderly manner without noise and obstruction to flow of

traffic 3 That all rubbish etc is disposed off at the earliest and the place is left clean and orderly at

the end of each dayrsquos work 4 The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed

for their part of work He shall be responsible for their conduct The staff should behave in a courteous manner The contractor will be held responsible for any loss or damage to ESIC property

5 The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work

6 When instructed to do so the contractor shall ensure proper record keeping and storing of irreparabledismantled material

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

Note All breakdownsfaults shall be attended to immediately and rectified promptly Only

genuine spare parts should be used whole carrying out the maintenance work The contractor shall depute qualified and experienced staff for the work The contractor shall follow the instructions conveyed to him by the concerned ESIC officials regarding above work

Sd- Medical Superintendent

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 20: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

20

Annexure - IV

ADDITIONAL PARTICULAR CONDITIONS OF CONTRACT

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

Operation and maintenance of AC Plant (As per BOQ)

The Plant Air-conditioners shall be taken over by the Contractor after recording the total no of plant and equipments and Air Conditions in each location and their make model running conditions etc The same shall be maintained and run by the Contractor for the contract period providing all required inputs including gas filling servicing replacing all spares and defective Components etc and including all operational staff and manpower for repairing etc complete

After completion of the maintenance period the same shall be handed over back to ESIC in the same condition in which they were taken over normal wear and tear accepted

Horticulture(As per BOQ)

The garden lawns potted plant etc shall be taken over after listing out the same The same shall be maintained for the contract period as envisaged in BOQ During this period all inputs like manure replacement of plant watering clearing weeds trimming housekeeping etc including all material labour and tools replacement plants etc shall be provided so that the garden is maintaining in a neat and healthy condition The same shall be handed back to ESIC in such condition at the end of the contract period

Fire Fighting and Alarm System(As per BOQ)

The Systems equipments etc shall be taken over recording the details of the fire fighting and alarm system and their running conditions During the maintenance period the same shall be maintained by the Contractor providing all materials labour and TampP etc required as per BOQ if it is there The same shall be maintained to the satisfaction of the concerned statutory authorities and clearance obtained from them as per requirements The System shall be handed over in the same conditions as it was taken over normal wear and tear accepted

Operation and Maintenance of Sub-stations Pumping systems and DG sets etc(As per BOQ)-

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

During the contract period the same shall be operated and maintained by the contractor as envisaged in BOQ The Maintenance and operation shall meet all the requirements of the concerned statutory authorities At the end of the contract period the equipmentssystem shall be handed over back to ESIC in the condition in which they were taken over normal wear and tear accepted

NOTE

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 21: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

21

All breakdownsfaults shall be attended to immediately and rectified promptly Only genuine original spare parts shall be used while carrying out the maintenance work

Any major repair involving overhaul of engine rewinding of motors replacement of major components like compressors etc is excluded from the scope of work and shall be paid for on actual However if the repairs replacement arise out of the negligence of the contractor or his staff the same shall be carried out by the contractor at his own cost Prior approval of the Engineer is to be obtained for any such major repairreplacement

The Contractor shall depute qualified and experienced staff for running and maintenance of the SystemsEquipments

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

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 22: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

22

Enclosures ndash I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant----------------------------------

Signature--------------------------------------

Complaint attended Date Time From To

Certified that the complaint has been satisfactorily attended

Contractor Complainant

Date

To be submitted along with running bills

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 23: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

23

Enclosures ndash II

MAINTENANCE OF COMPLAINT REGISTER

SL NO

DATE amp

TIME

COMPLAINANT NATURE OF COMPLAINT

COMPLAINT ATTENDED

DATE amp TIME

REMARKS SIGNATURE OF CONTRACTOR

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 24: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

24

Annexure V FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1 In consideration of the ESIC having agreed under the items and conditions of the Agreement No___________ dated __________ made between ESIC and Second Party (herein called the said Construction Agency __________ for the work ______________ herein after called the said agreement) to production of irrevocable bank guarantee for Rs __________(Rupees ___________________________________________________ ) only as a SecurityGuarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement We ____________________ (herein after referred as to ldquothe Bankrdquo hereby) ( indicate the name of the bank ) Undertake to pay to the ESIC an amount not exceeding Rs _____________ (Rupees _____________________________ only) on demand by the ESIC 2 We _____________________________ do hereby undertake to pay the amounts due and payable under this Guarantee without any demure merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs __________________ (Rupees ______________ only) 3 We the said further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any Court or Tribunal relating thereto a liability under this present being absolute and unequivocal The payment so made by us under this Bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment 4 We ______________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC under or by virtue of said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this Guarantee 5 We ____________________________ (indicate the name of the Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act of omission on the part of ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 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 in writing 8 This Guarantee shall be valid up to ____________ Unless extended on demand by ESIC Notwithstanding anything mentioned above our liability against this guarantee is restricted to Rs_____________ (Rupees ___________________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged

Dated the ______________________ Day of ___________________ For ________________(indicate the name of bank)

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 25: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

25

Annexure - VI

CONTRACT AGREEMENT FORMAT

This CONTRACT (hereinafter called the ldquoContractrdquo ) is made the helliphelliphelliphellipdays of the month of helliphelliphelliphelliphellip2017 between ESIC Model Hospital Namkum Ranchi on the one hand (hereinafter called the Employer) and on the one the other hand helliphelliphelliphelliphelliphellip (hereinafter called the Contractor) Whereas

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

of ldquoARampM works Civil amp Electrical work ESIC Model Hospital and Staff Qtrs Namkum Ranchi for the year

2017-18rdquo

b The Contractor having represented to the client that they have the required professional skills

personnel and technical resources have agreed to provide the services on the terms and condition set forth

in this Contract Agreement

Now therefore the parties here to hereby agree as follow

1 The following documents attached hereto shall be deemed to form an integral part of this contract

2 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the

contract in particular

i) The Consultants shall carry out the services in accordance with the provisions of the contract

and

ii) The Client shall make payments to the Consultants in accordance with the provisions of the

contract

In witness whereof the parties hereto have caused this contract to be signed in their respective

names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

(CLIENT) (CONTRACTOR)

Medical Superintendent

ESIC Model Hospital Namkum Ranchi

Witness 1_________________________ 1 ___________________________

2 _________________________ 2 ___________________________

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 26: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

26

TECHNICAL BID (PART A ) ANNEXURE VI

REPAIR amp MAINTENANCE OF CIVIL amp ELECTRIC WORKS

1 NAME OF TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP (Reputed and experienced Non-DGR Security agency)

2 NAME amp ADDRESS OF OWNER PARTNERSDIRECTORS

3 FULL PARTICULARS OF TENDERING FIRMESSTINDIVIDUAL OWNERSHIP

(A) ADDRESS

(B) TELEPHONE NO

(C) FAX NO

(D) E-MAIL ADDRESS

4 DETAILS OF EARNEST MONEY DEPOSIT

(A) DD NO amp DATE AMOUNT RS

(B) DRAWN ON BANK amp VALID UPTO

5 REGISTRATION

A ESI REGISTRATION NO

B EPF REGISTRATION NO

C PANGIR NO

D SERVICE TAX REGISTRATION NO

E Commercial tax registration (VAT Regn)

F Other Registration

G Full particulars of the Bankers of Company Firm selected tenderers with full address tel no

H Name of the Bank Address of the Bank Telephone No

I Whether agency is black listed by any CentState Govt if not attached self certificate

6 Annual Turnover (Self attested copy of audited balance sheet Income tax return Income tax clearance certificate are to be enclosed )

Annual Turnover of the tenderer for last 3 financial years 2015-16 2014-15 2013-14

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 27: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

27

7 Work experience Work order from reputed organization covering last 3 years

Sl No Name amp address of reputed Organization

8 List of 03 clients (Letter of Empanelment is to be enclosed)

Sl No Name amp address of reputed Organization

9 Period of contract and value thereof

Any other information Place Date Signature of OwnerManaging PartnerDirector Name Seal

Sl No

Work order Value of contract Name amp address of the Reputed Organisation

Period of contract

amount

1

2

3

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 28: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

28

ANNEXURE_VII UNDERTAKING

(To be typed on A-4 size letter head of the tenderer) To

The Medical Superintendent ESIC Model Hospital

Namkum Ranchi Jharkhand ndash 834010 Sub Tender for ARampM (CIVIL amp Electrical) of ESIC Model Hospital amp Staff Quarters Namkum Ranchi for the year 2017-2018 Sir

1 IWe hereby agree to abide by all the terms and conditions laid down in tender document

2 This is to certify that IWe before signing this bid have read and fully understood all the terms and

conditions and instructions contained therein and undertake myselfourselves abide by the said terms and

conditions

3 IWe abide by the provisions of Minimum Wages Act Contract Labour Act and other Statutory

Provisions like Provident Fund Act ESI Act Bonus Gratuity Leave Relieving Charges Uniform and

Allowance thereof and any other charges applicable from time to time IWe will pay the wages to the

personnel deployed as per DGR ratesMinimum Wages Act as mended by the Government from time to

time and shall be fully responsible for any violation

4 IWe shall deploy only physically and mentally fit personnel

5 IWe undertake that Iwe have gone through all the tender documents line by line amp agree to abide

by all terms and conditions laid under tender document

Signature of authorized person Date Full Name Place Company s Seal

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 29: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

29

ANNEXURE VIII

(TO BE TYPED ON A LETTER HEAD OF THE TENDERING COMPANY FIRM ESSTINDIVIDUAL OWNERSHIP)

DECLARATION I helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Son Daughter of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip Shrihelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip ProprietorPartnerDirect or Authorized Signatory of helliphelliphelliphelliphelliphelliphelliphelliphelliphelliphellip am competent to sign this declaration and execute this tender document declare that- 1 I we have carefully read and understood all the terms and conditions of the tender and hereby and

convey my acceptance of the same

2 The information documents furnished along with the above application are true and authentic to the

best of my knowledge and belief 1 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

3 Iwe have apprised myself fully about the job to be done during the currency of the period of agreement

and also acknowledge to bear consequences of nonperformance or deficiencies in the services on my part

4 Iwe declare that myour firm company establishment have never been blacklisted by any Govt or

Public Sector Undertaking or Private Organization

5 My firm company establishment never been convicted for any wrong doing under any law

6 Neither the director(s) partner(s) owner have been convicted nor there is any case pending against

them under any law

Signature of authorized person Date Full Name Place Company s Seal NB The above declaration duly signed and sealed by the authorized signatory of the company should be enclosed with Technical tender

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 30: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

30

ANNEXURE IX

FINANCIAL BID FOR ARampM(Civil amp Elect) of ESIC MH Namkum Ranchi for the year 2017-18

TENDER SCHEDULE

Sl Description of Items BOQ Unit Rate (in Rs) Amount

(in Rs) In Figure In Words

(1) (3) (4) (5) (6) (7)

(A) Civil Works

1

Supplying and filling in plinth with sand under floors including watering ramming consolidating and dressing complete

10 Cum

2 Clearing grass and removal of the rubbish up to a distance of 50 metre outside the periphery of the area cleared

20000 Sqm

3

Earth work in excavation in foundation tranches or drain including dressing of slides and ramming of bottom including getting out the excavated soil and disposal of surplus soil all kind of soil

100 Cum

4

Providing and laying in position cement concrete of specified grade(148) excluding the cost of centering and shuttering all work up plinth level

10 Cum

5

Reinforced cement concrete (124) work in beams suspended floors roofs landing balcony shelves chajja lintels bends and plain window sills up to floor five level excluding the cost centering and shuttering finishing and reinforcement

15 Cum

6 Centering and shuttering including strutting propping etc and removal of lintels

50 Sqm

7

Thermo-Mechanically Treated bars of grade Fe-500D Reinforcement for RCC works including straightening cutting bending placing in position and binding all complete

1000 Kg

8 Brick work with FPS bricks of class designation 75 in foundation and plinth in cement mortar

10 Cum

9

Brick work with common burnt clay FPS (non modular) bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in Cement mortar 14 (1 cement 4 coarse sand)

15 Cum

10 Providing wood work in frames of doors windows clerestory and other frames and fixed in position ( Sal wood)

05 Cum

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 31: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

31

11

Providing and fixing 35mm thick flush door shutter non- decorative type with commercial veneers on both faces etc complete

50 Sqm

12

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

100 Kg

13

Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to frame in cement concrete blocks 30X lox 15cm 136

20 Nos

14 Providing and fixing ISI Marked oxidized MS sliding door bolts with necessary screws etc complete 250 X 16 mm

20 Nos

15

Providing and fixing aluminium die cast body tubular type universal hydraulic door closer (having brand logo with ISI IS 3564 embossed on the body door weight upto 35 kg and door width upto 700 mm) with necessary accessories and screws etc complete

10 Nos

16

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

20 Kg

17 Providing and fixing aluminium tower bolt with necessary screw 250 X 10 mm

20 Nos

18

Providing and fixing ISI marked steel glazed doors windows and ventilators side top centre hung with beading and all members such as K 11 B and Kl2 B etc complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted with 15X 3 mm lugs 10 cm long embedded in cement concrete blocks lSXlOXlOcmofl36(l cement3 coarse sand 6 graded stone aggregated 20nun nominal size ) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of hinges pivots float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design

80 Kg

19

Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming

100 Kg

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 32: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

32

coat of approved steel primer all complete

20 Welding by gas or electric plant including transportation of plant at site etc complete

200 Cm

21

Providing and laying vitrified floor tiles of sizes 600 X 600 mm (thickness to be specified by the manufacturer) with water absorption less than 008 and conforming to IS 15622 of approved make in all colours and shades laid on 20mm thick cement mortar 14 (1 cement 4 coarse sand) jointing with grey cement slurry 33kgsqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

22

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS 15622 (thickness to be specified by the manufacturer) of approved make in all colours shades except burgundy bottle green black of any size as approved by Engineer-in-Charge in skirting risers of steps and dados over 12 mm thick bed of cement mortar 13 (1 cement 3 coarse sand) and jointing with grey cement slurry 33kg per sqm including pointing in white cement mixed with pigment of matching shade complete

100 Sqm

23

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer) of 1st quality conforming to IS 15622 of approved make in colours White Ivory Grey Fume Red Brown laid on 20 mm thick cement mortar 14 (1 Cement 4 Coarse sand) jointing with grey cement slurry 33kg sqm including grouting the joints with white cement and matching pigments etc complete

50 Sqm

24 Providing and fixing unplastisized rigid PVC rainwater pipe type A including jointing with seal ring 110mm diameter

50 M

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 33: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

33

25

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Coupler for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

26

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm bend for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

27

Providing and fixing on wall face unplasticized PVC moulded fittings accessories for unplasticized for rigid PVC rain water pipe type A including jointing with seal ring 110 mm Shoe for rain water pipe type A including jointing with seal ring 110 mm tee

15 Nos

28

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

500 Sqm

29 12 mm thick cement plaster in coarse sand of mixed 14

200 Sqm

30

Colour washing such as green blue or buff to give an even shade New work (two or more coats) with a base coat of whiting

1000 Sqm

31 Applying priming coats with ready mixed pink grey of approved brand on wood work

50 Sqm

32

Repairs to plaster of thickness 12mm to 20mm in patches of area 25 sq metres and under including cutting the patches in proper shade and preparing and plastering the surface of wall complete with cement mortar 14

50 Sqm

33 Renewing glass panes with putty and nails wherever necessary

10 Sqm

34

Providing and fixing 16 mm MS fan clamps of standard shape and size in existing RCC slab including cutting chase and making good and painting exposed portion of clamps complete

5 Nos

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 34: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

34

35

White washing with lime to give an even shade (two or more coats) including Removing white or colour wash by scrapping and sand papering Preparing the surface smooth including necessary repairs to scratches etc complete

1000 Sqm

36

Removing white or colour wash by scrapping amp sand papering and preparing the surface smooth ic necessary repairs to scratches complete

1500 Sqm

37

Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer of required shade and colour complete as per manufacturers specification

1500 Sqm

38 Distempering with oil bound washable distemper on Old work (one or more coats)

500 Sqm

39

Removing dry or oil bound distemper by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches

1000 Sqm

40 Painting with synthetic enamel paint of approved brand two or more coats

200 Sqm

41

Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade Old work (Two or more coats applied 143 ltr 10 sqm)

1500 Sqm

42

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

10 Cum

43

Dismantling doors windows and clerestory windows (steel or wood) shutter including chowkhats architrave holdfast etc complete and stacking with 50 metres lead

10 Nos

44

Demolishing RCC work by mechanical means and stockpiling at designated locations and disposal of dismantled materials up to a lead of 1 kilometre stacking serviceable and unserviceable material separately including cutting reinforcement bars

5 Cum

45

Disposal of building rubbishmalba similar unserviceable dismantled or waste materials by mechanical means ic loading transporting unloading to approved municipal dumping ground or as approved by Engr-in-ch beyond 50 m initial lead for all leads ic all lifts involved

50 Cum

46

Providing and fixing water closet squatting pan with 100mm P or s trap 10 Litres low level PVC flushing cistern white vitreous china orissa pattern of

10 Nos

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 35: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

35

size 580 X 440 mm

47

Providing and fixing wash basin with CI MS brackets 15mm CP brass pillar taps KingstonGem TechnoParko32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require wash basin size 630 X 450mm with a single 15mm CP brass pillar tap

10 Nos

48 Kitchen sink without drain board 470 X 420 mm bowl depth 178mm

5 Nos

49

Providing and fixing white vitreous china laboratory sink with CI brackets CP brass chain with rubber plug 40mm CP brass washer of size 600 X 450 X 200mm

5 Nos

50

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

5 Nos

51 Providing and fixing PVC waste pipe for sink or wash basin complete flexible pipe 32 mm

20 Nos

52

Providing and fixing 600X 450 mm beveled edge mirror of superior glass complete with 6mm thick hard board ground fixed with CP brass screw and washers complete

10 Nos

53 Providing and fixing PTMT towel rail complete with bracket of approved quality colour and make 600mm long

10 Nos

54

Supplying and staking of good earth at site dump manure from approved source including carriage up to 5km (manure measured in stakes will be reduced by 20 for payment) -- Screened through sieve of IS designation 20 micron

50 Cum

55 Rough dressing the trenched ground including breaking clods

500 Sqm

56

Edging with bricks laid dry length wise including excavation refilling consolidating with hand packing and spreading neatly surplus earth within a lead of 50m--75 class designation

200 M

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 36: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

36

57

Providing and fixing bright matt finished Stainless Steel handles of approved quality amp make with necessary screws etc all complete 125 mm

10 Nos

58

Providing and fixing 40mm diameter nominal bore GI Pipe with GI fittings including tranches and refilling etc complete

15 M

59

Making connection of 25 to 40 mm nominal bore GI distribution branch with Gl main of following sizes by providing and fixing tee including cutting and threading the pipe etc complete

10 Nos

60 Providing and fixing CP brass bib cock of approved quality conforming to IS8931 15 mm nominal bore

15 Nos

61

Providing and fixing CP brass angle valve for basin mixer and geyser points of approved quality conforming to IS8931 15mm nominal bore

15 Nos

62 Providing and fixing of 25mm nominal bore gunmetal gate valve with CI wheels of approved quality

10 Nos

63

Providing and fixing CP brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms 15 mm nominal bore

20 Nos

64 Providing and fixing of 40mm nominal bore gun metal gate valve with CI wheels of approved quality

10 Nos

65 Providing and fixing ball valve (brass of approved quality complete 25mm nominal bore

10 Nos

66 Providing and fixing PTMT swiveling shower 15 mm nominal bore weighing not less than 40 gms

5 Nos

67 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 15mm nominal bore

20 Nos

68

Providing and fixing Gl union in existing Gl Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 20mm nominal bore

10 Nos

69

Providing and fixing Gl union in existing GE Pipeline cutting and threading the pipe and making long screws including excavation refilling the earth or cutting of wall and making good the same complete wherever required 25mm nominal bore

15 Nos

70 Providing and fixing GI union in existing GI pipe line cutting and threading the pipe 40 mm nominal bore

5 Nos

71 Providing and fixing PTMT bib cock of 10

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 37: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

37

approved quality and colour 15mm nominal bore

Nos

72 Providing and fixing PTMT stop cock of approved quality and colour 15mm nominal bore

15 Nos

73 Providing and fixing PTMT pillar cock of approved quality colour and make 15mm nominal size

10 Nos

74

Raising manhole cover and frame slab to required level including dismantling existing existing slab and making good the damage as required (Raising depth of manhole to be paid separately) Rectangular manhole 90x 80 cm with rectangular cover 600x 450mm of grade LD-25

20 Nos

75 Renewing of old putty of glass panes

150 M

76 Supplying of labours (Helper) including cost of service charges as per direction of Engineer in charge on call basis

180 Nos

77

Supplying of carpenter plumber for one year Class as per requirement including cost of service charges (on urgent Call basis as per direction of Engineer in charge)

180 Nos

78 Supply of MaliGardener including cost of service charges (on call basis as per direction of Engineer in charge)

180 Nos

79

Cement concrete flooring 124 (1 cement 2 coarse sand 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate

50 Sqm

80

Making soak pit 25 m diameter 30 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks and SW drain pipe 100 mm diameter 18 m long complete as per standard design With common burnt clay FPS (non modular) bricks of class designation 75

2 Nos

81

Renewing bottom rail andor top runner of collapsible gate including making good all damages and applying priming coat of zinc chromate yellow primer of approved brand and manufacturer

50 Kg

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 38: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

38

82 Melamine polishing on wood work (one or more coat)

50 Sqm

83

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water proofing membrane black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane 040 litresqm by the same membrane manufacture of density at 25degC 087-089 kg litre and viscocity 70-160 cps Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc and preparing the surface complete The vital physical and chemical parameters of the membrane shall be as under Joint strength in longitudinal and transverse direction at 23degC as 650 450N5cm Tear strength in longitudinal and transverse direction as 300250N Softening point of membrane not less than 150degC Cold flexibility shall be upto -2degC when tested in accordance with ASTM D - 5147 The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane 3 mm thick

200 Sqm

84

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections power pressed from MS sheets and galvanized with zinc coating of 120 gmssqm (both side inclusive) as per IS 277 and consisting of angle cleats of size 25 mm wide x 16 mm thick with flanges of 27 mm and 37mm at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 125 mm dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x050 mm of required length with nuts amp bolts of required size and other end of angle hanger fixed with intermediate GI channels 45x15x09 mm running at the spacing of 1200 mm centre to centre to which the ceiling section 05 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 105 mm at 450 mm centre to centre shall be fixed in a direction perpendicular to GI intermediate channel with connecting clips made out of 264 mm dia x 230 mm long GI wire at every junction including fixing perimeter channels 05 mm thick 27 mm high having flanges of 20 mm and 30 mm long the perimeter of ceiling

50 Sqm

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 39: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

39

fixed to wallpartition with the help of rawl plugs at 450 mm centre with 25mm long dry wall screws 230 mm interval including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 35 x 25 mm at 230 mm cc including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board all as per manufacturers specification and also including the cost of making openings for light fittings grills diffusers cutouts made with frame of perimeter channels suitably fixed all complete as per drawings specification and direction of the Engineer in Charge but excluding the cost of painting with 125 mm thick tapered edge gypsum fire resistant board conforming to IS 2095- Part I

85

Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet outlet and overflow pipes but without fittings and the base support for tank Circular tank

1000 Litre

86

Providing and fixing CP Brass 32mm size Bottle Trap of approved quality amp make and as per the direction of Engineer- in-charge

2 Nos

87

Providing and fixing water closet squatting pan (Indian type WC 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 device (handle lever) conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern WC pan of size 580x440 mm with integral type foot rests

5 Nos

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 40: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

40

88

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

5 Nos

89

Providing and fixing 8 mm dia CP SS Jet with flexible tube upto 1 metre long with SS triangular plate to Eureopean type WC of quality and make as approved by Engineer - in - charge

5 Nos

90

Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern with fittings standard size CP brass flush pipe spreaders with unions and clamps (all in CP brass) with waste fitting as per IS 2556 CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required Single half stall urinal with 5 litre PVC automatic flushing cistern

5 Nos

91

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes having thermal stability for hot amp cold water supply including all CPVC plain amp brass threaded fittings ic fixing the pipe with clamps at 100 m spacing This includes jointing of pipes amp fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge

(i) 25 mm nominal outer dia Pipes

50 M

(ii) 15 mm nominal outer dia Pipes

50 M

92 Providing and fixing uplasticised PVC connection pipe with brass unions 15 mm nominal bore

10 Nos

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 41: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

41

93

Providing and fixing stone slab with table rubbed edges rounded and polished of size 75x50 cm deep and 18 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 124 (1 cement 2 coarse sand 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth Granite Stone of approved shade

5 Sqm

94

Cleaning of existing STP tank of 100 users by using mechanical means including labour and materials with disposal at designated area etc complete

2 Nos

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

10 Nos

96

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

200 M

97

Painting sand cast iron centrifugally cast (spun) iron soil waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey or buff etc over a coat of primer (of approved quality) for new work 100 mm diameter pipe

50 M

98

Providing and fixing aluminium work for doors windows ventilators and partitions with extruded built up standard tubular sections appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixing with dash fasteners of required dia and size including necessary filling up the gaps at junctions ie at top bottom and sides with required EPDM rubber neoprene gasket etc Aluminium sections shall be smooth rust free straight mitred and jointed mechanically wherever required including cleat angle Aluminium snap beading for glazing panelingCP brass stainless steel screws all complete as per architectural

200 Kg

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 42: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

42

drawings and the directions of Engineer-in-charge (Glazing paneling and dash fasteners to be paid for separately) Polyester powder coated aluminium (minimum thickness of polyester powder coating 50 micron

99

Providing and fixing factory made panel PVC door shutter consisting of frame made out of MS tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top amp bottom rails MS frame shall have a coat of steel primers of approved make and manufacture MS frame covered with 5 mm thick heat moulded PVC C channel of size 30 mm thickness 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail Top bottom and lock rails shall be provided both side of the panel 10 mm (5 mm x 2 ) thick 20 mm wide cross PVC sheet be provided as gap insert for top rail amp bottom rail paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded sealed to the styles amp rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side and joined together with solvent cement adhesive An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the C Channel using PVC solvent adhesive etc complete as per direction of Engineer-in-charge manufacturers specification amp drawing 30 mm thick plain PVC door shutters

15 Sqm

100 Supplying and fixing Double action hydraulic floor spring with stainless steel cover plate including cost of labour

5 Nos

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 43: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

43

101

Providing and fixing PTMT soap Dish Holder having length of 138mm breadth 102mm height of 75mm with concealed fitting arrangements weighing not less than 106 gms

10 Nos

102

Providing corrugated GS sheet roofing including vertical curved surface fixed with polymer coated J or L hooks bolts and nuts 8 mm diameter with bitumen and GI limpet washers or with GI limpet washers filled with white lead including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal vertical or curved surfaces) excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required 063 mm thick with zinc coating not less than 275 gm msup2

100 Sqm

103

Cleaning of terraceloft water storage tank (inside surface area) upto 2000 litre capacity at all heights with coconut brushes duster etc removal of silt rubbish from the tank and cleaning the tank with fresh water disinfecting with bleaching powder 05gm per litre capacity of tank including marking the date of cleaning on the side of tank body with the help of stencil and paint and disposing of malba all complete as per direction of Engineer-in-Charge (The old date already written on tank should be removed with paint remover or black paint and if date is not written with the stencil or old date is not removed deduction will be made Rs 010 per litre if during cleaning any GI fittings or ball cock is damaged that is to be repaired by contractor at his own cost and nothing extra will be paid on this account)

100000

Litre

104

Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) Treatment of soil under existing floors using chemical emulsion one litre per hole 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 2 (1 cement 2 Coarse sand) to match the existing floor

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 44: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

44

(i) With Chlorpyriphos Lindane EC 20 with 1 concentration

1500 Sqm

(ii) Supplying chloropyriphos lindane 20 EC

200 Ltrs

Sub-Total(A) (A) Electrical works

1

Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc as required

70 Nos

2

Supplying and fixing metal box of 150mm x 75mmX60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 56 amps socket outlet and 56 amps piano type switch

20 Nos

3

Supplying and fixing metal box of 180mm X 100 mm X 60 mm deep ( nominal size ) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 56 amp 15 46 amps socket outlet and 15 16 amps Piano

20 Nos

4

Supplying and fixing following Modular base amp cover plate on existing modular metal boxes etc as required

(i) 1 or 2 Module

10 Nos

(ii) 3 Module 10 Nos

(iii) 4 Module 15 Nos

(iv) 6 Module 15 Nos

(v) 8 Module 10 Nos

5

Supplying and fixing brass battenangle holder including connection etc as required

100 Nos

6 Supplying and fixing calling bellbuzzer suitable for DCJ AC single phase 230 volts complete as required

20 Nos

7 Numbering of ceiling fanexhaust fan fluorescent fittings as required

20 Nos

8

Wiring for circuit submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit as required

(i) 2X15sqmm+1X15sqmm 80

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 45: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

45

earthwire M (ii) 2 X 25 sqmm + IX 25 sqmm

earth wire 80 M

(iii) 2X4 sqmm+1X4 sqmm earthwire

100 M

(iv) 2X6 sqmm+1X6 sgmm earthwire

50 M

(v) 2 X 10 sgmm + 1X 10 sqmm earth wire

50 M

(vi) 2Xl6sqmxn+lXl6sqmm earthwire

50 M

9

Supplying and fixing 5 amps to 32 amps rating 240 voltsrdquo Crdquo series miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections Testing and commissioning etc as required

(i) Single pole 25 Nos

(ii) Single pole and Neutral 10 Nos

(iii) Triple pole 20 Nos

(iv) Triple pole and neutral 10 Nos

10

Supplying and fixing following rating double pole(single phase and neutral) 240V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25 A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 46: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

46

11

Supplying and fixing following rating four pole (three phase and neutral) 415 V residual current circuit breaker (RCCB) having a sensitivity current 30 mA in the existing MCB DB complete with connections testing and commissioning etc as required

(i) 25A 6 Nos

(ii) 40 A 4 Nos

(iii) 63 A 4 Nos

12

Supplying and laying 6 SWG GI wire at 50Metre below ground level for conductor earth electrode including soldering etc as required

10 M

13

Supplying and fixing of following sizes of PVC conduit along with accessories in surface recess including cutting the wall and making good the same in case of recessed conduit as required

(i) 20mm 75 M

(ii) 25mm 60 M

(iii) 32mm 50 M

(iv) 40mm 20 M

(v) 50mm 20 M

14

Supplying and fixing of following piano type switch socket on the existing switch box cover including connection etc as required

(i) 2 way 56 amps switch 50 Nos

(ii) 1516 amps switch 50 Nos

(iii) 3 pin 56 amps socket outlet 50 Nos

(iv) 6 pin 1516 amps socket outlet

50 Nos

15

Supplying and fixing 3 pin 5 amp ceiling rose on the existing junction box wooden block including connection etc as required

50 Nos

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 47: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

47

16

Wiring for light point fan point exhaust fan point call bell point with 15 sqmm FRLS PVC insulated copper conductor single core cable in surface recessed medium class PVC conduit with piano type switch phenolic laminated sheet suitable size MS box and earthing the point with 15 sqmm FRLS PVC insulated copper conductor single core cable etc as required

(i) Group A 15 Nos

(ii) Group B 10 Nos

(iii) Group C 20 Nos

17

Providing and fixing of lightning conductor finial made of 25mm dia 300 mm long GI tube having single prong at top with 85 mm dia 6 mm thick GI base plate including holes etc complete as required

3 Nos

18

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 27 meter long etc (but without charcoal coke and salt) as required

2 Set

19 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required

100 M

20 15sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

21 25sq mm ISI marked FRLS PVC insulated single core copper conductor cable

100 M

22 40sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

23 60sq mm ISI marked FRLS PVC insulated single core copper conductor cable

50 M

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 48: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

48

24

Comprehensive maintenance of water cooler including replacement of Submersible Pump Motor Fan Motor Fan Blade Cooler Cable Set Fan condenser Cooler Pad and switch

20 M

25 Supply of 40 watts Fluorescent tube of approved make

70 Nos

26 Supply of 40 watts Fluorescent copper wound choke of approved make

25 Nos

27 Supply of 40 watts stator 25

Nos

28 Supply of 150 watts MH lamp 5

Nos

29 Supply of 150 watts MH choke 5

Nos

30 Supply of 150 watts MH fitting capacitor 5

Nos

31 Supply of 150 watts MH fitting ignitor 5

Nos

32 Supply of 250 watts SV lamp 5

Nos

33 Supply of 250 watts SV choke 5

Nos

34 Supply of 250 watts SV fitting capacitor 5

Nos

35 Supply of 250 watts SV fitting ignitor 5

Nos

36 Supply of 250 watts SV fitting holder 5

Nos

37 Supply of 18 watts CFL Lamp 5

Nos

38 Supply of 36 watts PLC 4 pin type CFL Lamp

100 Nos

39 Supply of 2 x 36 watts PLC 4 pin type CFL Lamp choke

50 Nos

40 Supply of 18 watts PLL type Lamp 30

Nos

41 Supply of 18 watts PLL type Lamp choke

15 Nos

42 Supply of 9 watts LED Lamp 20

Nos

43 Supply of aluminum Lug 50 Sq mm Cable

25 Nos

44 Supply of aluminum Lug 95 Sq mm Cable

25 Nos

45 Supply of aluminum Lug 150 Sq mm Cable

25 Nos

46 Supply of aluminum Lug 240 Sq mm Cable

30 Nos

47 Supply amp fixing street light fittings 45 watt LED 6000 K including lamp energy

3 Nos

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 49: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

49

saving amp versalite pressure dia-cast aluminum IP-65 with high power LEDs as light source and electric driver

48 Topping Up of transformer oil of the existing transformer as per direction of Er in charge

25 Ltr

49

Material amp labour for taking out submersible pumpset 152HP capacity from bore well and lowering the same after repairing including electrical connection etc complete all as directed by Engineer-in-Charge

1 Job

50

Material amp labour for rewinding of 152HP submersible motor with proper gauge of copperwire insulating material varnishing including fitting of pump amp motor and electrical connection testing amp commissioning complete in all as directed by Engineer-in-charge

1 Job

51

Supply of twin flexible wire Heavy gauge 20 M

52

Rewinding and heat varnishing of burnt coil by changing copper wire including cost of labour and material etc complet

(i) 5856 inch Sweep Ceiling Fan 15 Nos

(ii)1618 inch Sweep Exhaust Fan 15 Nos

53 Supply of PVC insulated tap 12mm 20

Nos

54 Supply of Semi skilled labour Helper to electricianpump operator including cost of service charges

1095 Man days

55

Supply of Electrician cum DG Operater cum Pump operator for Operational work of existing and DG Set 125KVA 3Phase 415 V in ESIC Hospital campus is to be carried out daily in three shift The operator should (skilled) in each 8 hours shift The operator should be fully knowledgeable to operate the DG set amp to read and write Hindi and English This work includes cleaning of DG set checking of water and oil level air filter oil filter battery connection and its testing oil and water filling operation of change over swich 415 V maintaining log book with details observation during running condition as and when required to complete the job as directed In addition to above he will also attend breakdowns complaints of electrical installation as per requirement including

1095 Man days

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal

Page 50: श्रर् और रोजगार र्ांत्रालयसरकार भारत...C1 India Pvt. Ltd., payable at New Delhi (or in ... 3 Electrical licence for

50

cost of service charges (Diesel Mobil will be issued by Department on actual consumption basis)

56 Supplying of 6 sqmm aluminum Service wire as per approved make and as directed by Engineer-in-charge

100 M

Sub Total(B)

Grand Total(A+B)

No of Corrections No of Overwritings

Date Signature of OwnerManaging PartnerDirector Name Seal


Recommended