1
Seal & Signature of Bidder
Signature of ESIC Official
REGIONAL OFFICE KARNATAKA
EMPLOYEES' STATE INSURANCE CORPORATION Ministry of Labour & Employment, Govt. of India
REGIONAL OFFICE, KARNATAKA NO.10, BINNYFIELDS, TANK BUND ROAD (NEAR BINNYMILL, NEXT TO ETA MALL)
Web Site: www.esic.nic.in & www.esickar.gov.in
--------------------------------------------------------------------------------------------------------------------------------------------
NOTICE INVITING e-TENDER
BID DOCUMENT
Name Of Work :-Repair and Maintenance of Civil works of ESIC
Hospital Peenya 2019-2020
--------------------------------------------------------------------------------------------------------------------------------------------
2
Seal & Signature of Bidder
Signature of ESIC Official
Sl. Item Details
1 Name of work Repair and Maintenance (Civil and Electrical) services in ESIC Hospital
Peenya 2019-2020
2 Time for Completion
365 Days 3 Estimated Cost Rs.1,65,16,669 /- (Rs. One crore sixty five lakh sixteen thousand six hundred sixty
nine only)
4 Earnest Money Deposit
(EMD)/Cost of
Tender
The Total amount of Rs.3,30,833/-(EMD Rs 3,30,333/-+Cost of Tender Rs 500/-)
which shall be in the form of Demand Draft Or Bankers Cheque scheduled Bank
issued / drawn in favor of ‘ESI FUND ACCOUNT No.1’, payable at Bengaluru.
The unsuccessful bidder will get only EMD amount.
Note: - Exemption letter of EMD issued by any Government bodies are Not Valid
for the purpose of tender.
5 Tender Document The tender document may be downloaded from www.esic.nic.in/tenders,
www.esickarnataka.gov.in and www.esictenders.eproc.in from 28/02/2019 to
11/03/2019 upto 11.00 hrs
6 Last Date of submission Technical bid and Financial bid must be submitted online at
https://esictenders.eproc.in during the period from 28/02/2019 to 11/03/2019 upto
11.00 hrs. further Only those who participated in online process the hard copy of
tender(Financial and Technical ) have to be drop the sealed tender in tender box
placed in the RO office Bengaluru.
7 Pre Bid Meeting Pre Bid Meeting will be held on 06/03/2019 at 15.00 hrs.
8 Date of opening of tender
The technical bids of tenders shall be opened in the presence of the tenderers who
desire to be present on 11/03/2019 at 15.00 hrs in Conference Hall at 3rd Floor, RO
Binnypet, Bengaluru. In case 11/03/2019 is declared a public holiday, tenders shall
be opened as per above schedule on next working day. The date for opening of
Financial Bids of those bids who are found technically qualified shall be
communicated separately. Further it is advised that hard copy of the financial bid
and the technical bid may be dropped duly sealed into the tender box placed in the
Regional Office of ESI Corporation situated in Bangalore.
3
Seal & Signature of Bidder
Signature of ESIC Official
Table of Contents
TERMS & CONDITIONS (Annexure A) ............................................................................................ 7
SECTION-I Introduction and scope of work ................................................................................ 11
TECHNICAL BID (Annexure B) ................................................................................................... 18
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS ............................ 20
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS ............... 26
FINANCIAL BID (Annexure C) ...................................................................................................... 28
MAN POWER DEPLOYMENT AND WAGE SCHEDULE ........................................................... 28
Electrical Materials ............................................................................. Error! Bookmark not defined.
CIVIL MATERIAL ......................................................................................................................... 30
Civil Item Work ............................................................................................................................. 58
Electrical Item Works .................................................................................................................. 112
SUMMARY OF SCHEDULES .................................................................................................. 124
DECLARATION FROM BIDDER (Annexure D) ............................................................................ 125
DETAILS OF STAFF (Annexure E) ............................................................................................... 126
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER (Annexure F)..... 127
SECTION III ................................................................................................................................ 128
SPECIAL TERMS AND CONDITIONS......................................................................................... 128
Section IV .................................................................................................................................... 130
GENERAL CONDITIONS OF CONTRACT (GCC) ........................................................................ 130
COMPLAINT REGISTRATION FORM( Annexure – G) .............................................................. 143
Important Instructions for Bidders(Annexure H) .............................................................................. 145
4
Seal & Signature of Bidder
Signature of ESIC Official
Sir/Madam
Subject: ESI Corporation Regional Office, (Karnataka) invites E-Tender from registered agency in
CPWD/KPWD/MES/Railways/Statutory bodies/PSU departments for Repair and Maintenance (Civil
and Electrical) & services, providing operating personnel for operation and Maintenance of LT Panel,
Compact Sub-station, internal Electrification, periodical servicing, internal water supply, sanitary,
plumbing, storm drainage system and other allied works at ESIC Hospital Peenya 2019-2020 on contractual basis for a period of one year under two bid system.
2. The tender document can be downloaded from www.esic.nic.in, www.esickar.gov.in. and
https://esictenders.eproc.in from 28/02/2019 onwards. The interested bidders should submit the tender online at
https://esictenders.eproc.in in the prescribed Performa. The last date and time for submission of tender online is
11/03/2019 upto 11.00 hrs.
3. All the Bidders are advised to go through the “Important Instructions to Vendors” placed at
Appendix ‘G’ for registering themselves with e-Procurement Portal https://esictenders.eproc.in to participate in
e-Tendering.
4. The main eligibility conditions are:-
(i) The applicant should have also successfully completed similar work in building repair/maintenance(civil &
electrical) and services of equipments in central Govt. office / State Govt. office / attached office / Statutory
bodies / PSU departments during last three years ending < last day of the month previous to the one in which
applications are invited > either of the following:
a) Three similar completed works costing not less than the amount equal to 40% of estimate cost put to
tender.
Or
b) Two similar completed works costing not less than the amount equal to 60% of estimate cost put to tender.
Or
c) One similar completed works costing not less than the amount equal to 80% of estimate cost put to tender.
(ii) The bidders/Associate/Contractor should have a valid labor license and Registered / Branch Office in
Bengaluru.
5. Apart from online E-tender the documents should also be submitted by eligible bidders in the
Performa downloaded from the website in two separate Bids i.e. - Technical and Financial, as per prescribed
Performa (Annexure ‘B’ and Annexure ‘C’) to this office. The hard copy along with necessary documents of
the two Bids should be submitted in two separate sealed envelopes super scribed "Technical Bid for ESIC
5
Seal & Signature of Bidder
Signature of ESIC Official
Hospital Peenya 2019-2020 ". Both sealed envelopes should be put in a third sealed envelope super scribed "Tender for Repair and
Maintenance (Civil and Electrical) in RO, ESIC, Bengaluru". The bid shall be valid for 180 (one hundred
and eighty) days from the last date of tender submission.
6. The contractor / agency should submit the sealed envelope containing the two bids in the tender box
kept in 1st floor at ESIC, Regional Office, and Bengaluru in person or sent through registered post, so as to
reach this office by 11/03/2019 on or before 11 hrs. Quotations/bids received after 11 hrs on 11/03/2019 will
not be accepted / entertained
7. The Technical Bid should be accompanied by an Earnest Money Deposit (EMD)+Cost of tender of
Rs.3,30,833 /- (Rupees Three lakh thirty thousand eight hundred eighty three only) in the form of Demand
Draft/Pay Order from a nationalized/commercial bank drawn in favor of E.S.I. Fund A/c No. 1, payable at
Bengaluru. It should remain valid for a period of 90 days submission of tender. In the absence of EMD, the
tender shall be rejected summarily. The earnest money shall be refunded to the unsuccessful bidders after
finalization of the contract. It shall be refunded to the successful bidder on receipt of performance Guarantee of
5% of Tendered amount. No interest is payable on the EMD.
8. The declaration form as per Annexure ‘D’ should be submitted along with the technical bid.
9. Technical Bid shall be opened on 11/03/2019 at 15 hrs in ESIC, Regional Office (Karnataka) in the
presence of bidders who wish to be present. The Financial bid will be opened only if the applicant/Contractor
fulfills the stipulated conditions for technical bid. After scrutiny of the technical bids, financial bid will be
opened in respect of bidders who qualify in Technical bids on the next day.
10. The period of this contract shall be for one year from the date of award of contract. The same shall
be extendable only at the discretion of the ESIC subject to satisfactory completion of work during the contract
period/extended contract period. The decision of the ESIC shall be final and binding on the contractor in this
regard.
11. Each page of the Tender document should be signed and stamped by authorized representative of
bidder in acceptance of the terms and conditions laid down by ESIC. The tenderer shall also enclose the latest
all applicable tax clearance (income tax, GST, cess etc) certificate and ESI, EPF payment proof.
11.A In case of any increase or decrease of co-efficient of ESI/EPF/GST, necessary action will be taken by
this department to pay/recover the difference actual amount paid for the compliance. For this purpose base date
will be taken as 01.01.2019.
12. Any additional conditions/ deviation by the bidders, whatsoever shall be rejected.
13. The agency / contractor shall quote the rates in English language and International numerals. These
rates shall be entered in figures as well as in words. In case of difference in rates between words and figures,
rates mentioned in words shall be treated as valid and final.
14. All entries in the bids shall be typed / written in ink. Erasers and over writing are not permitted and
may render such quotations liable for rejection. The bidders shall duly attest each cancellations and insertions.
15. ESIC reserves itself to allot the work partly or wholly to single or different contractors. ESIC do not
bind itself to accept the lowest or any quotation and reserves the right to reject any or all the quotations in full
or part, without assigning any reasons thereof.
6
Seal & Signature of Bidder
Signature of ESIC Official
16. The bidders must obtain for himself on his own responsibility and at his own cost all the information
which may be necessary for the purpose of submitting a quotation and entering into a contract and may visit
the sites and inspect the buildings to be maintained and acquaint himself with all the local conditions, means of
access to the work, nature of work, and all matters pertaining thereto. Once the bidder submits the quotations
for the work, no claim at later date on account of insufficient knowledge of the site and working conditions will
be entertained. It is understood that the bidder has satisfied himself on the information and knowledge required
before submitting the quotation.
17. The offer shall include all taxes and duties levied from time to time. Necessary documentary
evidence as and when called for must be furnished in support of having paid the taxes / duties for reimbursing
the same.
18. If the bidders deliberately give wrong information in his bids, ESIC reserves the right to reject such bids at
any stage or to cancel the contract, if awarded and forfeit the Earnest Money/Performance Guarantee /Security
deposit/any other money due.
19. The contract will be awarded on acceptance of terms & conditions as per Annexure ‘A’.
20. The financial bid & technical bid received without the signature of authorized person will not be
entertained and will be rejected.
21. Bidders shall quote for all item of works failing which the bid shall be considered non responsive.
Conditional Tenders / Tender incomplete in any form will be rejected outright.
22. No bidder will be allowed to withdraw after submission of the tenders within the bid validity period
otherwise the EMD submitted by the bidding firm would stand forfeited.
23. In case the successful bidder declines the offer of Contract, for whatsoever reason(s), his EMD will
be forfeited.
24. The successful agency shall not sub-let part of the contract work without written permission of the
ESIC. The agency is fully responsible for all execution, satisfactorily as per the terms & conditions of the
contract awarded to him.
25. Any dispute or difference whatsoever arising between the parties out of or relating to the
construction, meaning, scope, operation or effect of this contract or the validity or the breach thereof shall be
settled by Arbitration by sole arbitrator to be nominated by The Additional Commissioner/Regional Director,
ESIC, Karnataka. The provisions of arbitration & conciliation Act-1996 as amended up to date, shall apply to
such arbitration proceedings. The venue of arbitration shall be Bengaluru.
26. Emergency work shall be completed within 24 hours and other works within 7 days, failing so
penalty clause will be applicable.
27. Successful tendered may be required to establish office on temporary basis during the work period
within the site of work in the space provided by ESIC and details of approved specification would be made
available at the location head(ph no. 080-23579467)
28. The contractor may visit the site of work on any working days during office hours before the closure
of this tender.
29. The Additional Commissioner/Regional Director, ESIC, Regional Office (Karnataka) reserves
the right to withdraw/relax any eligibility criteria and in such a situation the bidders will be given
sufficient time to take such changes into account. However, no relaxation will be given as far as statutory
requirements are concerned, explicit/implicit
Sd/-
Additional Commissioner/ Regional Director
ESI Corporation (Karnataka)
7
Seal & Signature of Bidder
Signature of ESIC Official
TERMS & CONDITIONS (Annexure A)
1. Minimum Qualification and Experience
Sl.
No. Tradesmen Category
Min.Qualif
ication
Min
Experie
nce No.
1. Facility Manager
Highly
Skilled
B-
Tech/Diplo
ma 2 years 1
2. Technical Supervisor
Skilled Diploma 3 years 1
3. Plumber- cum -
fitter
Semi-
Skilled ITI 3 years 1
4. DG Operator/Pump
Operator/Boiler
Operator
Un-skilled
Matriculate
2 year
4 (shiftwise)
5 Fire Officer
Highly
Skilled
B-
Tech/Diplo
ma
2 years 1
6 Fire Man Un-skilled Matriculate 2 years 4 (shiftwise) 7 Gas Manifold
Operator Un-Skilled Non
Matriculate 1 year
4 (shiftwise)
8 AC Technician
Skilled Diploma/IT
I 2 years
4 (shiftwise)
9 Helper/Sewer
Man
Un-skilled Non
Matriculate 2 years
2
10 Mason on Call
Basis (100 Days)
Skilled Non
Matriculate 5 years
100 (Days)
11 STP/ETP
Operator
Un-skilled Non
Matriculate 2 years
4 (shiftwise)
12 Lift Operator
Un-skilled Non
Matriculate 2 years
4 (shiftwise)
13 Carpentor
Semi-
Skilled
Non
Matriculate 5 years
1
14 Electrician Skilled ITI 3 years 2
15 Electrical Helper
Un-skilled Non
Matriculate 2 years
2
8
Seal & Signature of Bidder
Signature of ESIC Official
TOTAL 36
Note: - The number of manpower required is likely to increase or decrease depending upon the actual requirement.
2. The contractor shall ensure the regular supervision and control by the contractor himself or by his supervisor
on the workmen deployed by them under due intimation.
3. The bidders should have sufficient employees on its rolls or rolls of its Associates/Contractor specifically
trained for Repair and Maintenance (Civil and Electrical) work.
4. The contractor shall also submit the details and two copies of their passport size photographs of its workers to
ESIC as per Annexure ‘E’ and they should certify the antecedents and background verified.
5. The workmen engaged by the contractor / agency shall observe safety precautions connected with the work
as stipulated in the relevant statutes.
6. Contractor shall provide shoes, masks and gloves as basic needs to protect the health from the very nature of
duties performed by their employees.
7. The staff employed by the contractor for performance of the contracted jobs, shall be of sound health, be
mentally alert and physical fit. The contractor shall be bound to change the personnel deployed, if any, if found
unsuitable by ESIC and decision of the ESIC in this regard shall be final and binding on the contractor.
8. In the absence of personnel’s, alternate arrangements shall be made, failing which suitable deductions shall
be made in the contractor’s monthly bill.
9. Any miscellaneous work related to cleaning as allotted by this office will have to be done at no extra cost. No
work shall be carried out without the knowledge of this office.
10. The workmen will work in an orderly manner without causing damage / loss to the Corporations property or
equipment. The Contractor is responsible for making good any damage / loss to Corporation’s property / equipment
in case of such damage by his workmen, failing which the amount incurred shall be recovered from the bill.
11. At the time of the execution of the work, the workmen should be in proper uniform and wear identity cards.
The contractor shall be responsible for any injury / loss of life caused to persons or things,
(fittings/fixtures/furnishings, etc) any damage caused to any property of ESIC etc, which may arise from the
operations or neglect of any person of the quotations/contractor team or any person engaged by him for any purpose
related to the execution of this contract. The bidder / contractor shall indemnify ESIC against all liabilities arising out
of these operations in any way under any acts of the Government and also in award of any compensation or damaged
consequent upon any claim arising out of above.
12. ESIC shall not be liable for any breach or delay in carrying out any of the contractual obligations as result of
strike, lock out, industrial / labor disturbance, fire / accidents damages, any act of God, riot, war or any conditions
arising from similar causes beyond the control of the Corporation.
13. Contractor shall indemnify and keep ESIC indemnified against breach of Acts, Rules, Laws and Regulations
and / or non compliance thereto by its employees. In case of delay in attending / non attending of complaint due to
shortage of labour for or otherwise within the time specified by the Authority and if the work get executed thorough
9
Seal & Signature of Bidder
Signature of ESIC Official
other agency then the expenditure so incurred plus 10% of the same shall be recovered from the contractor’s
payment. In case of any dispute, the decision of Regional Director of ESIC, Bengaluru shall be final and binding on
the contractor.
14. The bidder/contractor shall indemnify ESIC under Workmen’s/Worker’s compensation Act, Personal Injuries
Act, Insurance Act, etc and or other Industrial Legislation in force from time to time. The contractor shall be
responsible for any violation/non-compliance of the Labour laws and ESIC shall stand indemnified against any claim
or compensation of whatsoever nature in this regard by the bidder/contractor.
15. Materials: The contractor should keep minimum inventory for common miscellaneous sundry materials like
latest sealing material, washer, nut bolts, nails, screws, blade, Insulation tape, Zinc paste, cleaning compound, Fuse
wire, lugs, hacksaw, other tools and plants, soap, broom, waste cloth and thread etc which is a necessity for attending
day to day repair works/complaints. The rate quoted shall be deemed to be included for this provision also. Tools also
to be provided by the Contractor. The materials used for repair/replacement should be conforming to BIS
standards/CPWD specification/materials of good quality available in the market. Sample of materials to be
supplied/used may be produced and got approved from the concerned Engineer I/c/BO/Office in Charge. If specified
approved material mentioned in this tender is not available, then necessary certificate need to be submitted from
manufacturer/authorized dealer. In case of non availability of approved item, equivalent brand shall be selected in
consultation with the concerned ESIC Officers/Engineers and any nominated staff.
Further if any Item which are to be used & rate not already approved (non tender item), the contractor has to
obtain prior approval of the competent authority and purchase bills to be submitted along with the monthly bill in the
prescribed format.
16. The ESIC reserved the right to increase or decrease of man power deployment or quantity of materials or item
of work. The contractor should not have any objection in carrying out the work at the quoted rates.
17. Escalation: No escalation in case of Repair and Maintenance (Civil and Electrical item of works and
materials) service provided in ESIC on any account shall be permitted after the submission of the quotations and
during the currency or extended period of the contract. However the escalation in the wages on account of increase in
the minimum wages/grant of increase in dearness allowance declared by the Central Government to the workers is
permitted and payable. In case of any dispute in the escalation value, the decision of the ESI Corporation will be
final.
18. Penalty: In the event of failure to maintain the Repair and Maintenance (Civil and Electrical) services on any
day as per terms and conditions of this quotation in part or in full, the Repair and Maintenance (Civil and Electrical)
service agency shall be liable for payment for damage charges @ Rs. 5000/- besides proportionate deduction which
shall be recovered from the monthly bills. If ESIC finds the agency misusing the facilities provided by ESIC for the
services or for other purposes not covered under the contract, ESIC will be free to levy damages which may extend
up to Rs 5000/- per event.
19. Payment Terms:
i) The contractor shall submit his monthly bill in triplicate along with the challans of the EPF, ESI, and Tax
paid challans, monthly muster sheet and payment register, bank statement copy showing the credit of salary
to the workers to the Regional Office, ESIC, and Bengaluru by 5th of each month. The Payment shall be
released through ECS/NEFT payment system only in the bank account of the contractor after necessary
deductions of statutory dues, etc duly certified by the Engineer/caretaker/Admin division.
ii) TDS and other statutory taxes shall be deducted at source from the monthly bills.
iii) The payment will be made on monthly basis of the personal deployed by the contractor and based on the
attendance sheets and other supporting documents duly verified by the ESIC Engineer/caretaker/User
10
Seal & Signature of Bidder
Signature of ESIC Official
Department. No other claim on whatever account shall be entertained by this office.
iv) The contractor will ensure that the workers engaged by him must receive their entitled wages on time. The
following procedure shall be adopted.
a) The contractor shall pay the wages of the personnel on or before 7th of the calendar month following
for which the services were rendered. This payment of wages must not be linked to payment / clearance
of the bill by this office.
b) The payment to such workers must be made by the agency through cheque/ECS. Under no
circumstances payments shall be made in cash. If the agency does not make payment to its workers
through cheque/ECS, the contract may be terminated and the security deposit will be forfeited.
v) In order to ensure that workers get their entitled wages, the billing cycle for the agency is to be calendar
month. The bills must be submitted along with all the certificates / documents as follows:
a) The wages of workers for the last month credited to their bank account and the details of payment with
bank account No’s and bank statement enclosed.
b) Proof of payment of ESI/EPF/Other statutory dues amounting be submitted. (Copy of paid challans to be
enclosed)
c) Employee wise details of ESI and EPF contribution paid is too submitted every month/quarter as
applicable.
d) Undertaking that all statutory labor laws including minimum wages act is being complied with.
e) Proof of payment of service tax. (Copy of paid challans to be enclosed)
f) Compliant Register format as specified in Annexure G needs to be attached along with the bill.
20. Compliance with Labour Laws: The contractor is responsible for compliance of the following points given
below:
i) It shall be the sole liability of the contractor to obtain and to adhere by all necessary licenses/permissions
from the concerned authorities as provided under the provisions of the contract Labour (Regulation &
Abolition) Act 1970.
ii) The contractor shall discharge obligations as provided under various statutory enactments including the
Employees Provident Fund, Miscellaneous Provision Act 1952, Employees State Insurance (ESI) Act 1948,
the contract (R&R) Act 1970, Minimum Wages Act 1948, Payment of Wages Act 1948, Workmen’s
Compensation Act 1923, the payment of Bonus Act 1965 and other relevant acts, rules and regulation
enforced from time to time. Non observance of the provisions under above shall grant right of termination
forthwith.
iii) The contractor shall be responsible for required contributions towards PF, ESI or any other statutory
payment shall deposit these amounts on or before the prescribed dates. The contractor shall submit the proof
of depositing the employee’s and employer’s contributions. The contractor shall also be responsible to pay
any administrative / inspection charges thereof, wherever applicable, in respect of the personnel employed by
him for the work of ESIC. Any dispute related to PF, ESI, Labour Act shall be dealt with by the contractor
entirely at contractors risk and costs. All the records shall be maintained by the contractor and shall produce
for inspection to ESIC as and when required. In case ESIC is called upon to make payment on the direction,
decree or proceeding of court/criminal court or by statutory authority then ESIC shall have all the rights to
recover the said amount in full and shall be authorized to deduct the same directly from the payment to be
made to the contractor or by invocation of Performance Security so kept with ESIC.
iv) The contractor shall be solely responsible for the payment of wages and other dues to the personnel
deployed by him latest by 7th of the following month through Bank A/cs. The contractor shall be directly
responsible for and shall indemnify ESIC against all charges, dues, claims, etc arising out of the disputes
relating to the dues of the personnel deployed by him. Penalty as per discretion of The Additional
Commissioner/Regional Director would be levied on the contractor in case of receipt of complaint of any
nature like lower payment of wages, non disbursal of bonus, etc from the personnel deployed by the
11
Seal & Signature of Bidder
Signature of ESIC Official
contractor for the work of ESIC and contract is liable to be cancelled.
v) Income Tax/other taxes/duties at the prevailing rate as applicable from time to time shall be deducted from
the contractor’s bill.
21 Inspection of the Work: The work is subject to inspection at all times by the Caretaker /Engineers of ESIC
and any nominated Officers by ESIC.
22. Working Hours: The services are required for all the days from 9 AM to 4 PM or as decided by ESIC.
23. TA is applicable for attending user complaints on emergency basis from Hospital to Dispensary/Branch
Office/Staff Quarters and verify the user certificate on submission of ordinary bus/train tickets for
reimbursement.
24. Contractor shall use materials of preferred make as specified in the Annexure H and Annexure I
SECTION-I Introduction and scope of work
Employees State Insurance Corporation is a central Government statutory body Under Ministry of Labour
having various buildings of Hospitals/ Dispensaries/ Offices/Staff quarters throughout the state. Annual repair
and maintenance works, minor seepage work/painting/replacement of door/windows in respect of the buildings
is being undertaken by the Corporation.
ESIC Peenya HOSPITAL:-The Building of plinth area 23000 sq mtr(lumpsum) was Constructed during the
year 2012. Regular Maintenance is required for Day today to upkeep the building. The Building Located at
survey no. 11-55-1, plot no. 1, 5th main road (FTI campus) Yeshwanthpur suburb, Yeshwanthpur P.O
Bengaluru 560022.
The contractor should take utmost care to see that there is no disruption of water supply to the houses/offices.
Any complaint like leakages, overflow, proper distribution of water by controlling valves etc. should be
attended immediately.
The Agency should open a service centre in the premises of the layout, with communication arrangement.
The contractor should give his contact number to the Engineer in charge/Caretaker and display in notice board
of service centre.
A clerk/Supervisor should be employed for maintenance of complaint register, register of released/damaged
materials, attendance register of man power deployed and over all supervision of works.
Provision of trades men , plumber cum fitter, Electrician (General Duty), Cum General duty cum pump
operator, beldar / sweeper, mason , carpenter , in man power schedule is to be deployed / utilized for repair
and maintenance work at different work places/units comes under the scope of this tender , as required in
consultation of Engineer concerned / care taker
Internal & External Electrical Works -
Block has got individual service cable laid from overhead pole by BESCOM to Panel board in ground floor
near staircase and individual energy meters installed for every house.
Internal wiring is provided to houses. Complaints noticed / received from occupants are to be recorded in
complaint register and to be attended for both inside quarters, common area, panels etc.
Complaints received should be attended immediately without giving any room for dissatisfaction, including
for services provided by LOCAL civic Bodies as above
12
Seal & Signature of Bidder
Signature of ESIC Official
Electrician and helper in man power deployment schedule is to be utilized for attending to Electrical
complaints and maintenance of these BUILDINGS
A complaint register to be maintained to register the complaints from the residential, branches,
dispensaries and staff quarters attached to the dispensaries. Tradesmen will attend the complaints from other
branches, dispensaries and staff quarters from this center. Trades men will have all the necessary electrical
meters and tools & plants required for the work. The tradesman required for the work other than deployed at
center ( e.g plumber, carpenter, mason , electrician etc ) to be deployed from one center to other center as and
when required , to smooth functioning of the maintenance work as directed by engineer / caretaker
Trades men will maintain the internal and external electrical system, water supply system pumps bore
well pumps and drainage system of the Branch office, dispensary and staff quarters attached to the dispensary.
. SCOPE OF WORK –II (Brief Description of Trades men Duty)
a) The successful Tenderer will have to provide experienced technical person to maintain and smooth functioning of repair and maintenance work
b) The Contractor shall have to arrange at site all the necessary tools, electrical measuring devices, plants (etc.) necessary for the repair of the equipments. Also he will maintain at site the necessary spare-parts
for maintenance/repair.
c) In case of absence of staff from duty during duty hours, recovery at double the rates of the wages of staff for the period of absence on prorate basis shall be made.
d) The agency shall submit the name, address & character certificate of the worker/ staff employed by them at the site of work to the Engineer in charge before start of the work
Qualification & Responsibilities
1. Electrical Supervisor (Skilled) :
Qualification : Diploma in Electrical Engineering with 2 years of working experience / ITI with 3
years experience in maintenance and running of operation of substation, DG sets, LT, HT cable
line work and all electrical installation etc,.
Responsibilities: The supervisor is under control of ESIC Regional Office. Supervisor will receive
complaints record it, detail tradesmen attend the complaints , maintain documents of complaint
register, Complaint compliance register, register of released/damaged materials, maintenance of old
/new materials store , attendance register of man power deployed, controlling of man power under
him and over all supervision of works. Liaison with external agencies like BESCOM, BWSSB,
arranging external work force if required and liaison with department Engineer concern/ care taker
13
Seal & Signature of Bidder
Signature of ESIC Official
for smooth functioning of the work Monitoring the maintenance works in respects of complaints.
Inspecting facilities such as carpentry, water supply, drainage, structures etc periodically to determine
problems and necessary maintenance required and it must be brought to the notice of the Engineer.
Preparing weekly maintenance scheduled and allocation of works to the sub ordinate employees and
also monitoring the quality and quantity of works. Co-ordination with the other supervisors and the
AMC provider. Workers notebook/Job book, records pertain to manpower engagement, stock ledgers,
issue vouchers, consumption certificates, identification of Repair works and complained reports to be
maintained. During inspection of ESIC authority, the supervisor should produce the said records and
oblige. The item of work are to be executed against the requirement of users/CT and these items of
work completion are to be certified by users/Care takers
Duties and Responsibilities
i) He should have electrical competency and supervisor certificate.
ii) Maintenance of running of Operation of sub-station of distribution of transformers.
iii) Keep record for proper up-keep for DG Set, transformers, Panel boards and batteries.
iv) Daily allocation/shifts for proper up- keep and operation of DG Sets.
v) He should maintain check list daily/weekly/monthly/yearly. vi) All the panel boards, switches, batteries and other related electrical equipments should be
maintained in neat and clear condition.
vii) Check list maintenance/log book entries of electrical equipments. viii) AMC/CMC of all the electro mechanical equipments validity period to be followed up. ix) Safety precaution to be followed up. x) Attending break down then and there immediately.
2. AC Technician (Semi Skilled) : Qualification: ITI or equivalent with 5 years experience in AC installation. Trouble shooting of split
units, ducted split units & package units in high rise buildings.
3. Plumber (Semi Skilled) :
Qualification: ITI with 3 years experience. Plumber cum fitter tradesmen will maintain the water supply
lines in good working condition, repair , maintenance , replacement of water taps, wash basin tapes water
connections, wash basin drain pipe ( waste pipe ) connection/replacement, Geyser input –out put lines, any
other trade concern work etc as directed by the concern engineer/ ESIH Users. Contractor will provide
required tools required for the work
Cleaning and maintaining all water rising mains, maintaining water supply system pipe lines
in good working condition .Repairing and replacing damaged pipes, fittings and valves , water tapes as
and when reported by the users / residents, Removal of defective pump and arranging for repair and
replacing the water pump, connecting the delivery line and suction line of water pumps , repairing and
replacing of foot valve, float valve of water tanks etc as directed by Engineer/ ESIH Users and replacing
motors.
4. Electrician (Skilled)
Qualification : ITI with 3 years experience as Electrician cadre, should have knowledge in electrical
14
Seal & Signature of Bidder
Signature of ESIC Official
equipments, repair of panels, starters, switches and maintaining all equipments, responsible for starters
switches, panels and replacement of electrical contractors, overload relay, times and circuit fuse carriers,
fixing / installation of new starters switches, panels, light fixtures, cable laying, upkeep electrical panels /
fixtures responsible for preventive maintenance, replacement of spares, etc,. Electrical tradesmen will carry
out the maintenance and repair work of trade concern like electrical installation, Diesel Generator set, lift
operation, any other trade concern work etc at different ESIH & Staff Quarters as directed by concern
engineer/ ESIH Users. Contractor will provide required tools and measuring meters like megger, AVO
meter etc. required for the work.
Ensure all indication bulbs in panels are functional Ensure ventilation in LT/Transformer/ DG room is
proper and adequate, Ensure all ACBs/ MCCBs are healthy and ensure that Capacitor panels are functional,
All alarms to be checked and logged, Check all electrical installation viz. Panel rooms, LT/HT Room/ DG
Room for any abnormality.
The manpower to be employed by the contractor has been described in Man power deployment schedule of
this tender and contractor has to depute the staff in general as well as shift duties as per requirements of
Engineer in charge/ ESIH Users. The duty hours have to be finalized by the Contractor in consultation with
Engineer in charge / ESIH Users.
The staff has to wear uniforms with name plate which is to be provided by the contractor for which no extra
cost shall be payable by ESIC.
The Contractor has to arrange for bonafide use, consumable like cotton waste, cloth, soap bar, duster, fuse
wire, black tape, etc. and carry out all the mandatory checks as recommended by the manufacturers.
Nothing extra shall be paid to the agency / contractor by the dept.
The agency has to ensure that sufficient fuel (HSD) is available at all the times in the tanks including the
main tank for D. G. Sets...
Safety of the staff employed will be the responsibility of the agency that must insure the staff adequately.
This office will not be responsible for any mishap, injury or death of the staff.
All the equipments and installations will be maintained in neat and clean condition. Watch and ward for the
installations and materials will be the responsibility of the agency.
DG set installations operation shall be maintained in all the working days and as instructed by Engineer /
care taker/nominated officer of ESIS.
The trade’s men deployed in Annual Maintenance Contract will co-ordinate/ assist the AMC Agency of
equipment like DG set, Transformer, LT Panel, sub-station etc.
Repairing and replacing starters, circuit breakers, capacitors, repair, rewinding of motors, submersible
pumps and motors, cables and electrical panels, relays, MCBs etc., during breakdowns.
Tradesmen will be deployed to different ESIS premises to carry out their duty as required and as directed
by the engineer/ / ESIH Users
5. DG Operator (Semi Skilled) :
Qualification: ITI in Electrical Engineering with 2 years experience in relevant field. Should have
knowledge in DG repairs, operation, preventive maintenance, replacement of spares, etc.
6. Lift Operator (UnSkilled) :
15
Seal & Signature of Bidder
Signature of ESIC Official
Qualification: Must passed SSLC, minimum 2 years experience in lift operating and maintenance in a
reputed company. The scope of work comprises running and operation of the lifts installed in ESIH Peenya.
The agency has to depute staff for operation of lift. Duty timing shall be half an hour before and half an
hour later of the office working hours. However, the duty hours can be changed as per direction of ESIC
engineer/ ESIH Users. They shall attend immediately when the lift is stuck up or on the alarm calls of the
passengers from any of the lifts.
In case of emergency the staff may have to work beyond normal working hours for which extra payments
shall be made by the ESIC.
In case of absence of staff from duty, recovery at the rates of the lift operators/staff wages on pro rata basis
for the period of the absence shall be made.
Workers can be deployed in shift duty as per requirement & as per direction of The Additional
Commissioner/Regional Director / Engineer/ ESIH Users /nominated officer by ESIC.
lf the behavior of the Worker/staff is not found satisfactory, the agency has to change the worker/staff
within 3 (three) days failing which, The Additional Commissioner/Regional Director will have the
authority to cancel the contract, and the agency shall have no claim of compensation.
The watch and ward of the lifts installations will be the responsibility of the Contractor.
The general cleaning of the lift, machine room shall be the responsibility of the Contractor.
The lift operator should operate and maintain the lifts as per provisions of operating manual of the lifts as
supplied by manufacturer. Only those persons are to be employed who have requisite experience in
Operation & Maintenance of automatic lifts and capable of reading / writing in Kannada/Hindi/English..
The up-keep of the machine room will have to be under the scope of this work.
Any accident involving damage to lift machinery, equipment or injury / loss of human life due to negligent
operation of lift by the staff of agency will be responsibility of the contractor. The contractor has to make
good the losses, by way of replacement of machinery, equipment or compensation to the person etc.
Regional Director‘s decision in this regard shall be final and the binding on the firm.
In case of break down or stoppage of lifts between the landings on account of any interruption in Power
supply the rescue operation shall have to be performed by the lift operator. The Lift Operator/ Supervisor
will call the original manufacturer/supplier for its rectification within 4 hrs of breakdown.
7. FIRE TECHNICIAN (Semi Skilled):
Qualification: - Diploma or equivalent in Fire Safety Management.
Experience: Willingness to obtain and maintain fire systems identifications for alarms,
sprinklers and special hazardous.
Duties and Responsibilities:-
1) Knowledge of inspection repair, maintenance and testing techniques for fire safety equipment and systems.
2) Inspects, repairs and tests fire extinguisher using hand tools, hydrostatic tests equipments and monitoring devices.
3) Dismantles extinguisher and examines mechanical parts, extinguisher agents, and expelling
16
Seal & Signature of Bidder
Signature of ESIC Official
means replaces work or damaged parts.
4) Clean extinguisher and recharges them with appd materials. 5) Inspects tests and repairs systems such as smoke detectors, sprinklers and dry stand pipes systems and pull systems.
6) Asst in fire safety inspection. 7) Maintaining fire extinguisher property wide in accordance with applicable standards and regulation
8. Pump Operator (Unskilled):Qualification:
Must passed SSLC with minimum 2 years experience in PUMP operating and maintenance in a
reputed company and Minimum 2 years experience in relevant field (WTP and RO maintenance
services) The pump operator to ensure continuous operation of supply of water to all the residential
quarters and as required. Preventive maintenance, periodical maintenance to be maintained for all
pumps. Housekeeping in and around the pump house by removing rank vegetation, cob web cleaning,
cleaning of motor pump house and other equipments on daily basis. Maintaining of receiving of
MWSSB water, Bore well water, and water through tankers, levels of sumps, Bore well etc ,
Operating and generation water from Bore wells. Prevent misuse/wastage of water and ensure its use
for bonafide purpose. Experienced person to be deployed for operation of pumps/motors/ valves.
Pump operator will water supply as per schedule/ as directed by the engineer/ ESIH Users.
Pump operator to be provided on all the week days and holidays at ESIH & staff quarters.
9. CARPENTER/MASON
Non Matriculate with 5 years experience The tradesmen like mason, carpenter or any specialized work
men will provided by the contractor as required, for minor repair works, on call basis as directed by the
concern Engineer / care taker to carry out the directed work .
The carpenter tradesmen will carry out the repair and restore to good condition of doors and
windows, ward robes, other wood fixtures etc in ESIH & residential quarters. Replacing of hinges, tower
bolts door latch, door locks, joinery work of wood where ever required etc. as directed by engineer /
ESIH Users.
10. PERFORMANCE GUARANTEE:
The successful contractor will be required to furnish an irrevocable performance guarantee of 5% (Five percent) of the tendered amount in addition to other deposit mentioned elsewhere in the contract for his proper performance of the contract (not withstanding and /or without prejudice to any other provisions in the contract) within 10 days from the date of issue of letter of acceptance of tender. Contract for due and satisfactory performance of the contract and shall be refunded only after completion of the agreement period and on adjustment of dues, if any. No interest shall be payable by ESIC on the security deposit. The guarantee shall be in the form of Demand Draft/ Banker’s Cheque in favor of ESI Fund A/c No. 1 Payable at Bengaluru of any scheduled bank.
11. SECURITY DEPOSIT
The contractor shall permit ESIC at the time of making any payment to him for work done under the
17
Seal & Signature of Bidder
Signature of ESIC Official
contract to deduct a sum at the rate of 5% of the gross amount of each running bill/ value of the
work. Such deductions will be made and held by ESIC by way of Security Deposit. Security Deposit
would be released after completion of contract period/final bill.
On acceptance of the tender, the name of the accredited representative(s) of the contractor, who
would be responsible for taking instructions from the Engineer/Authority, shall be communicated in
writing to the ESIC.
12. Termination of Contract:
In the event, the contractor fails to execute the work with due diligence or expedition or shall refuse or
neglect to comply with any order given to him in writing by the ESIC or on behalf of the ESIC within
the scope of the contract, or shall contravene the provisions of the contract, the ESIC may terminate the
contract after giving one month notice in writing to the contractor. Such notice may be served either by
hand delivery or through post at the address given in the contract. This shall be deemed to be served on
the contractor. The contractor who does not provide proof of payment of statutory dues will be
terminated after giving one month notice. Child labor is strictly not allowed and will result in
termination of the contract with immediate effect. The disputes if any arising on account of any
difference in opinions, specifications, scope of work etc, between ESIC and the contractor, the decision
of The Additional Commissioner/Regional Director, ESIC, Regional Office, Karnataka shall be final and
binding on both the parties.
13. Ensure that all the requisite information/documents as per Annexure ‘F’
14. Along with the above works, Contractor should execute any other/unforeseen works likely to arise during
the course of contract period pertaining to maintenance, upliftment of building/arrest of seepage/leakage,
replacement of damaged items etc as directed by the competent authority. The rate for these works will be
allowed as per Schedule Rate of CPWD/KPWD or actually claimed by the contractor, whichever is less.
Annexure-B
18
Seal & Signature of Bidder
Signature of ESIC Official
TECHNICAL BID (Annexure B)
FORMAT –I
BRIEF DESCRIPTION OF THE FIRM
(With the outline of the experience of the firm for similar works during last three years)
Sl. o. Description
1. Name of Tendering Company /Firm / Selected Tenderers
2. Name of owner / Partners /Directors
3 Type of Firm ( Individual /Proprietary/ Limited / company or any other )
4 Year of Registration
5. Full Particulars /address of Office Telephone No. / Fax Email Address
6. FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.Name address of
the Bank Branch IFS Code Email Address
7. PAN/GIR No.
8. Service Tax Registration No./ G S T
9 Prof. tax Registration No.
10. EPF Registration No.
11. ESI Registration No.
12. Any Other Information
19
Seal & Signature of Bidder
Signature of ESIC Official
b) In house facility available in the following fields –
Field Manpower with 5-10 years experience
Manpower with 3 to 5 years
experience Manpower with 1-3 years
experience
Original Work /
Repair works(Civil )
Laying/Repairs of
water supply,
plumbing &
sewerages, drainage
etc.,
Electrical works
Note: Provide documents in support of the details provided in above format, failing which the authenticity of the
information may not be accepted.
Details of satisfactory performance certificate from PSU/Govt. Companies where the bidder has worked during the
last 3 years (along with proof) if any
Sl
No Name of the PSU/Govt., Company Period of contract
Work experience (along with proof)
Sl
No Name & Address of the
Organization Value of
Contract Duration from To
(Use Separate sheet if required, details should be as per the above serial No’s)
Date: Signature of Authorised Person
20
Seal & Signature of Bidder
Signature of ESIC Official
Place: Name:
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR CIVIL WORKS
No. Materials Approved Brands
1 Cement (Grey) Ambuja, Birla, ACC, Ultra Tech.,, Birla J & k,
ZUARI or Equivalent
2 Steel SAIL/ TISCO/Jindal Steel/ RINL or other primary
producer of steel as approved by Ministry of Steel
or Equivalent .
3 Floor Tiles (Mosaic) ISI
marked
Shyam Tiles, Super Tiles, Hind Mosaic, or
Equivalent
4 Floor Tiles (Chequered)
(ISI marked only)
Shyam Tiles, Super Tiles, Hind Mosaic, or
Equivalent
5 C.P. Brass Bib Cock,
Pillar Cock, Stop Cock
etc. (ISI marked only)
Cera, Marc, Hindware, Parryware or Equivalent
6 C.P. Brass Shower Rose
125 mm dia
Marc, Kohler, Grohe. or Equivalent
7 C.P. Brass Towel rail Marc, Hindware, Parryware, kohler,grohe or
Equivalent
8 C.P. Brass Flush Valve
(ISI Marked)
Marc , Hindware, Parryware, Kohler, Grohe or
Equivalent.
9 C.P. Brass Waste
Coupling
Cera,Kohler, Grohe, , Marc, or Equivalent
10 Urinal Stalls (ISI Marked
only)
Hindware, Neycer, Parryware, Cera or Equivalent
11 Squatting Pan (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
21
Seal & Signature of Bidder
Signature of ESIC Official
12 P.V.C. Flush Tank (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
13 Wash Basin (ISI Marked
only)
Hindware, Neycer, Parryware, Cera or Equivalent
14 Water Closets (ISI
Marked only)
Hindware, Neycer, Parryware, Cera or Equivalent
15 Kitchen Sink (Fire Clay)
(ISI Marked only) (IS771)
Sunfire, Padmani, R.K.C.P, Prayag,
Jayna,Neelkanth or Equivalent
16 Kitchen Sink (Stainless
Steel)(ISI Marked only)
Nirali, Blue Star, Prayag, Jayna,Neelkanth
17 G.I. Pipes (ISI Marked
only)
Asian, Tata, Jindal or Equivalent
18
PVC Tanks (ISI Marked
only) Sintex, Electroplasto, Plastoor or Equivalent
19
C.I. Pipes (ISI Marked
only)(IS:1536) Truform Engineers, Neco, Kapilansh or Equivalent
20 D.I. Pipes
Electro Steel Castings Limited, Kapilansh or
Equivalent
21
Flush Door Shutters (ISI
Marked only)
Kutty, Kenwood, Swastik, Duro, Kitply, Century.or
Equivalent
22
Aluminium Door Fittings
(ISI Marked only) Classic, Prestige, Shalimar or Equivalent
23
Oxidised M.S. door
Fittings ISI Marked only
24
Black Enamelled M.S.
Hinges ISI Marked only
25
Steel Door / Window
Frames
AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or
Equivalent
22
Seal & Signature of Bidder
Signature of ESIC Official
26
Mortice Lock (ISI Marked
only) Godrej, Harrison, Dorset or equivalent
27
Steel Sectional Windows/
Ventilators
AGEW, Sen Harvik , Shiv Mular, Steel, Plastic or
Equivalent
28
Particle Board/ Plywood
(ISI Marked only) Kitboard, Anchor, Archid, Duro, National
29
Aluminium Extruded
Body Diescast Door
Closures (ISI Marked
only) (IS :3564) Hardywyn, Everite , or Equivalent
30
Stone Ware Pipes
Grade-A (ISI Marked
only) Sonya, Supertech, Cherry or equivalent
31
Centrifugally Cast Soil
Pipes (ISI Marked only) NECO, BIC, Kapilansh or Equivalent
32
C.I. Rain Water pipes (ISI
Marked only) NECO, BIC, Kapilansh or Equivalent
33
UPVC Rain Water Pipes
(ISI Marked only)(IS
:13592)
Astron Fittings (14375), Finolex, Supreme, Prince
or equivalent
34
Steel Tubes for structural
purposes (ISI Marked
only) (IS: 1161) TATA , Jindal, Surya or equivalent
35
Manhole Covers (ISI
Marked only)(IS:1726) Neco, Kapilansh or equivalent
36
Water Proofing
Compound (ISI Marked
only) Fosroc, Pidilite, Sapseal, STP, or equivalent
23
Seal & Signature of Bidder
Signature of ESIC Official
37 Ceramic Floor Tiles
Kajaria, Somany, Orient-BellJhonson, or
equivalent
38 Ceramic Wall Tiles
Kajaria, Somany, Orient-Bell, Jhonson, or
equivalent
39
Putty (ISI Marked only)
(IS:419) J K , Birla Shalimar or equivalent
40
Anodized Aluminium
Section (ISI Marked only) Jindal, Indalco, Hindalco, or equivalent
41
Factory made concrete
blocks Sabar, Ved PMC , JK, Eco green or equivalent
42
White cement (ISI
Marked only) Birla White, J.K. White or equivalent
43
Glass sheet (Float /
Plain) (ISI Marked only) Modi Float, Saint Gobin, Asahi or equivalent
44
PTMT Ball Cock (ISI
Marked only) Prayag Jaquar, Kohler, Grohe or Equivalent
45
PTMT Accessories (ISI
Marked only) Prayag , cera, POLYTUF or Equivalent
46 G.I. Fittings R. Brand, DRP, Zolto, ICs, Unik or Equivalent
47 Clamps for pipes
Chilly, PROTO, FACOM, RIDGID, SNAP-ON,
WIHA or Equivalent
48 Gate Valves (ISI Marked) Zoloto , Leader, Sant or equivalent
49 CPVC Pipes Astral, Supreme, Kissan,Ashirvad or equivalent
50
External Premium Acrylic
Paint
Apex Ultima of Asian Paints, DuluxNerolac,Berger
or equivalent
51
External Smooth Acrylic
Paint
Apex of Asian Paints,Nerolac,Berger, Dulux or
equivalent
52 Acrylic Plaster NITCO, Asian Paints or equivalent
24
Seal & Signature of Bidder
Signature of ESIC Official
53 Interlocking Paver Blocks Super, Duracrete, NITCO, Vyyara or equivalent
54 Vitrified floor tiles Kajaria, Somany, Orient-Bell, RAK, or equivalent
55
Oil Bound Washable
Distemper / Acrylic
distemper Asian paint / Berger/ Dulux / Nerolac or equivalent
56 Cement Primer Asian paint / Berger/ Dulux / Nerolac or equivalent
57
Red Oxide Zinc
Chromate primer
Asian paint / Berger/ Dulux / Nerolac or equivalent
58 Plastic Emulsion Paint Asian paint / Berger/ Dulux / Nerolac or equivalent
59 Synthetic Enamel Paint Asian paint / Berger/ Dulux / Nerolac or equivalent
60 Pigment Asian paint / Berger/ Dulux / Nerolac or equivalent
61 Plaster of Paris Birla, JK or equivalent
62 Epoxy Paint Asian Paint, Berger, Dulux/ Nerolac or equivalent
63 Plastic Seat with lid
Parry ware, Hindware, Seabird, Orient (Coral) or
equivalent
64 PVC Shutters & Frame Rajashree, Plastiwood or equivalent
65 PVC Rigid Pipes Duke, Supreme, Prince, or equivalent
66 RMC Plant L & T, RMC, ACC, Ultratech, Godrej or equivalent
67 APP Sheet for water
proofing treatment Asian paint, Shalimar S.T.P.
68 Acrylic Polymer
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
25
Seal & Signature of Bidder
Signature of ESIC Official
69 Rusticide
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
70 Passivator
Anuvi Chemical, Sunanda Spe. Coating Pvt. Ltd,
SKG Constn. Chemical Pvt. Ltd or equivalent
71
Water Proofing
Compound
Fosrock, CICO, Pidillite, BASF, Laticrete, Ardex,
Endira. or equivalent
26
Seal & Signature of Bidder
Signature of ESIC Official
LIST OF PREFERED BRAND / MAKE OF MATERAILS FOR ELECTRICAL WORKS Sl No. MATERAILS MAKE /BRAND
1 RIGID FR PVC CONDUIT PIPE NIHIR, PRECESION, POLYCAB OR EQUAIVELENT
2 ACCESSORIES OF CONDUIT ( I.E. BEND, SAME MAKE OF PIPE OR EQUAIVELENT
3 COPPER WIRE /CONDUCTOR
FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT
4 MODULAR TYPE MK , LEGRAND, ANCHOR, HAVELLS OR EQUAIVELENT
5 MCB / ELCB/ RCCB/ MCBDP/TP
LEGRAND, ABB, HAGER, SCHEINDLER L&T, OR EQUAIVELENT
6 MCCB / ACB ABB, SCHEINDER, SIMENS, L&T OR EQUAIVELENT
7 LIGHTING FIXTURES & LAMPS PHILIPS, CROMPTON, WIPRO, HAVELLS OR EQUAIVELENT
8 CEILING FANS & EXHAUST FAN
CROMPTON, ORIENT, HAVELLS, BAJAJ, USHA OR EQUAIVELENT
9 GEYSER RECOLD, HAVELLS, BAJAJ, USHA, AO SMITH OR EQUAIVELENT
10 PVC TAPE STEEL GRIP, ANCHOR , JONSON OR EQUAIVELENT
11 CALL BELL ANCHOR, ORPAT, MAX OR EQUAIVELENT
12 DISTRIBUTION BOARD INDOCAPP, HAVELLS, SIMENS,L&T OR EQUAIVELENT
13 STREET LIGHT FIXTURES AND LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT
14 CFL LAMPS/ LED LAMPS PHILIPS, Surya, Bajaj, Syska OR EQUAIVELENT
15 TELEPHONE WIRE RRCABLE, FINOLEX, DELTON, POLYCAB OR EQUAIVELENT
16 LAN WIRE TYCO ELE.(AMP), SCHEINDER, R&M, OR EQUAIVELENT
17 TELEPHONE TAG BOX KRONE OR EQUIVELENT BRAND OR EQUAIVELENT
18 TELEPHONE/ TV SOCKET ISI MARKED ONLY
27
Seal & Signature of Bidder
Signature of ESIC Official
19 MAIN LT CABLE FINOLEX, POLYCAB, RR CABLE, HAVELLS, OR EQUAIVELENT
20 CABLE LUGS DOWELLS, JOHNSON, HEX OR EQUAIVELENT
21 CABKLE GRANDS DOWELLS, SIMENS, CROMPTON, HEX OR EQUAIVELENT
22 CONNECTORS L&T, SCHINDER, SIMENS, ABB OR EQUAIVELENT
23 CABLE JOINTING KIT RAYCHEM, DENSON, M-SEAL OR EQUAIVELENT
24 WINDOW/ SPLIT TYPE A.C. MACHINE HITACHI, Bluestar, Daiken, OR EQUAIVELENT
25 WATER COOLER VOLTAS, USHA, BLUESTAR OR EQUAIVELENT
26 MOTOR PUMP SET CROMPTON, KIRLOSKAR, KSB OR EQUAIVELENT
27 MS CONDUIT BEC, AKG, STEELCRAFT, NIC, RMCON OR EQUAIVELENT
28 CABLE TRAY INDIANA, RUSHABH , PROFAB, AKB OR EQUAIVELENT
29 IRON KEW, TRISHUL, SUPER, C&S OR EQUAIVELENT
30 METALCLAD HAVELLS, KEW, C&S, INDOASIAN OR EQUAIVELENT
31 PROTECTION RELAY L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT
32 ANALOG L&T, SCHIENDER, ABB, HPL OR EQUAIVELENT
33 TRANSFORMER KIRLOSKAR,VOLTAMP,ABB,T&R, OR EQUAIVELENT
34 HT VCB SIEMENS, ABB, L&T, CROMPTON
35 HT CABLE HAVELLS, FINOLEX, POLYCAB, TORRENT, OR EQUAIVELENT
36 PUSH BUTTON SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT
37 INDICATING LED LAMP SIEMENS, ABB, L&T, WIPRO OR EQUAIVELENT
38 PUSH BUTTEN SIEMENS, ABB, L&T, SCHNEIDER OR EQUAIVELENT
39 TIMERS L&T, SIEMENS, ABB, CULTER HAMMER OR EQUAIVELENT
40 SELECTOR SWITCH L&T, HPL, CUMMINS, HAVELLS OR EQUAIVELENT
41 CTS & PTS KAPPA, L&T, AREVA, MAXWELL OR EQUAIVELENT
42 SCREW RK, ACTION OR EQUAIVELENT
28
Seal & Signature of Bidder
Signature of ESIC Official
Annexure- C
FINANCIAL BID (Annexure C)
Repair and Maintenance (Civil and Electrical) services in ESI Hospital Peenya
2019-2020
MAN POWER DEPLOYMENT AND WAGE SCHEDULE
Sl.
No. Tradesmen
Category
Min.Qualificatio
n
Bascic
wage/
day
(Rs.){A
}
No. of
worker{B}
No. of
days{C
}
Amount (in
Rs.){AMT=A*B*C
}
1. Facility Manager Highly Skilled B-Tech/Diploma 1 312
2. Technical Supervisor Skilled Diploma 1 312
3.
Plumber- cum -fitter Semi- Skilled
ITI
1 312
4. DG Operator/Pump Operator/Boiler
Operator
Un-skilled
Matriculate
4 (shiftwise) 312
5 Fire Officer Highly Skilled B-Tech/Diploma 1 312
6 Fire Man Un-skilled Matriculate 4 (shiftwise) 312
7 Gas Manifold Operator
Un-Skilled Non Matriculate
4 (shiftwise)
312
8 AC Technician Skilled Diploma/ITI 4 (shiftwise) 312
9 Helper/Sewer Man Un-skilled Non Matriculate 2 312
10 Mason on Call Basis
(100 Days)
Skilled Non Matriculate
100 (Days)
100
(Days) 11 STP/ETP Operator Un-skilled Non Matriculate 4 (shiftwise) 312
12 Lift Operator Un-skilled Non Matriculate 4 (shiftwise) 312
13 Carpentor Semi- Skilled Non Matriculate 1 312
14 Electrician Skilled ITI 2 312
15 Electrical Helper Un-skilled Non Matriculate 2 312
36
TOTAL in Rs:
In case of requirement/emergency, extra manpower shall be requested by ESI, and the agency shall depute the Manpower.
Accordingly corresponding amount will be paid to the contractor.
Quoted Rates:
29
Seal & Signature of Bidder
Signature of ESIC Official
i) Shall include all applicable wages and allowances (as per minimum wages Act applicable on the day), etc to workmen.
ii) The rates to include component of Provident fund, ESI contribution, statutory bonus(annual), statutory charges/duties, etc
including applicable GST.
iii) The quoted prices shall be inclusive of all taxes, duties, work contract tax, etc, if any.
(Use Separate sheet if required, details should be as per the above serial Nos.)
30
Seal & Signature of Bidder Signature of ESIC Official
CIVIL MATERIAL
SI.
No
DSR
No
Description Unit Qty Rate per unit (in both
figures and words)
Amount in
Rs.(in
figures)
1 7257 C.P Brass bibcock
15mm
Each 50 Rs_________
Rupees______________
_____________________
________
2 7259 C.P Brass long
body bibcock
15mm
Each 40 Rs_________
Rupees______________
_____________________
________
3 7260 C.P Brass stop
cock 15mm
Each 40 Rs_________
Rupees______________
_____________________
________
4 1545 G.I pipes 15mm
dia
Meter 30 Rs_________
Rupees______________
_____________________
________
5 1546 G.I pipes 20mm
dia
Meter 40 Rs_________
Rupees______________
_____________________
________
6 1547 G.I pipes 25mm
dia
Meter 30 Rs_________
Rupees______________
_____________________
________
31
Seal & Signature of Bidder Signature of ESIC Official
7 1548 G.I pipes 32mm
dia
Meter 30 Rs_________
Rupees______________
_____________________
________
8 1549 G.I pipes 40mm
dia
Meter 20 Rs_________
Rupees______________
_____________________
________
9 1550 G.I pipes 50mm
dia
Meter 10 Rs_________
Rupees______________
_____________________
________
10 1551 G.I pipes 65mm
dia
Meter 10 Rs_________
Rupees______________
_____________________
________
11 1608 G.I tees ( equal )
25mm
Each 5 Rs_________
Rupees______________
_____________________
________
12 1612 G.I tees ( equal )
65mm
Each 5 Rs_________
Rupees______________
_____________________
________
13 1641 G.I Union 15mm
nominal bore
Each 8 Rs_________
Rupees______________
_____________________
________
32
Seal & Signature of Bidder Signature of ESIC Official
14 1642 G.I Union 20mm
nominal bore
Each 10 Rs_________
Rupees______________
_____________________
________
15 1643 G.I Union 25mm
nominal bore
Each 10 Rs_________
Rupees______________
_____________________
________
16 1644 G.I Union 32mm
nominal bore
Each 10 Rs_________
Rupees______________
_____________________
________
17 1645 G.I Union 40mm
nominal bore
Each 8 Rs_________
Rupees______________
_____________________
________
18 1646 G.I Union 50mm
nominal bore
Each 5 Rs_________
Rupees______________
_____________________
________
19 1647 G.I Union 65mm
nominal bore
Each 5 Rs_________
Rupees______________
_____________________
________
20 1687 Unplasticised
P.V.C connection
pipe with brass
union 30 cm long
15mm bore
Each 50 Rs_________
Rupees______________
_____________________
________
33
Seal & Signature of Bidder Signature of ESIC Official
21 1689 Unplasticised
P.V.C connection
pipe with brass
union 45 cm long
15mm bore
Each 50 Rs_________
Rupees______________
_____________________
________
22 1878 Shower rose C.P
brass for 15 to
20mm inlet 100
mm dia
Each 10 Rs_________
Rupees______________
_____________________
________
23 7509 PTMT Soap
Dish/Holder
138*102*75mm
Each 10 Rs_________
Rupees______________
_____________________
________
24 7508 PTMT Urinal
spreader 15mm
Each 10 Rs_________
Rupees______________
_____________________
________
25 7504 PTMT Tower ring
251*200*37mm
Each 10 Rs_________
Rupees______________
_____________________
________
26 7505 PTMT Tower Rail
(450mm long)
Each 15 Rs_________
Rupees______________
_____________________
________
27 1956 Bolts and nuts
16mm dia 60mm
long
Each 50 Rs_________
Rupees______________
_____________________
________
34
Seal & Signature of Bidder Signature of ESIC Official
28 1958 Bolts and nuts
20mm dia 60mm
long
Each 50 Rs_________
Rupees______________
_____________________
________
29 367 Portland Cement
(OPC-43 Grade)
Tonn
e
0.5 Rs_________
Rupees______________
_____________________
________
30 983 Fine Sand (Zone
4)
Cum 4 Rs_________
Rupees______________
_____________________
________
31 982 Coarse Sand
(Zone 4)
Cum 2 Rs_________
Rupees______________
_____________________
________
32 295 Stone Aggregate
20mm
Cum 6 Rs_________
Rupees______________
_____________________
________
33 1309 C.I Bracket for
wash basin and
sinks
Pair 30 Rs_________
Rupees______________
_____________________
________
34 1392 Mirror of superior
make glass
60*45cm
Each 15 Rs_________
Rupees______________
_____________________
________
35
Seal & Signature of Bidder Signature of ESIC Official
35 1871 White vitreous
china labortary
sink
450*300*150mm
Each 3 Rs_________
Rupees______________
_____________________
________
36 1872 White vitreous
china labortary
sink
600*450*200mm
Each 2 Rs_________
Rupees______________
_____________________
________
37 1875 White plastic seat
with C.P Brass
hinges and rubber
buffers
Each 25 Rs_________
Rupees______________
_____________________
________
38 1885 15mm C.P Brass
tap
Each 40 Rs_________
Rupees______________
_____________________
________
39 1889 C.P Brass toilet
paper holder of
standerd size
Each 10 Rs_________
Rupees______________
_____________________
________
40 1947 Vitreous china flat
back wash basin
630*450mm
Each 8 Rs_________
Rupees______________
_____________________
________
41 3229 Vitreous china flat
back wash basin
550*400mm
Each 8 Rs_________
Rupees______________
_____________________
________
36
Seal & Signature of Bidder Signature of ESIC Official
42 7004 Vitreous china flat
back wash basin
450*300mm
Each 5 Rs_________
Rupees______________
_____________________
________
43 593 C.P Brass
extension nipple
(1/2*2) size
Each 20 Rs_________
Rupees______________
_____________________
________
44 7363 15mm C.P Brass
tap with elbow
operation lever
Each 30 Rs_________
Rupees______________
_____________________
________
45 999 Shellac Kg 2 Rs_________
Rupees______________
_____________________
________
46 8636 CPVC pipe 15mm
dia
Meter 20 Rs_________
Rupees______________
_____________________
________
47 8637 CPVC pipe 20mm
dia
Meter 100 Rs_________
Rupees______________
_____________________
________
48 8638 CPVC pipe 25mm
dia
Meter 100 Rs_________
Rupees______________
_____________________
________
37
Seal & Signature of Bidder Signature of ESIC Official
49 8639 CPVC pipe 32mm
dia
Meter 80 Rs_________
Rupees______________
_____________________
________
50 8640 CPVC pipe 40mm
dia
Meter 50 Rs_________
Rupees______________
_____________________
________
51 8641 CPVC pipe 50mm
dia
Meter 20 Rs_________
Rupees______________
_____________________
________
52 1933 Gunmetal non-
return valve-
horizontal
(screwed end)
25mm dia
Each 5 Rs_________
Rupees______________
_____________________
________
53 1934 Gunmetal non-
return valve-
horizontal
(screwed end)
32mm dia
Each 5 Rs_________
Rupees______________
_____________________
________
54 1935 Gunmetal non-
return valve-
horizontal
(screwed end)
40mm dia
Each 5 Rs_________
Rupees______________
_____________________
________
55 1936 Gunmetal non-
return valve-
horizontal
Each 5 Rs_________
Rupees______________
_____________________
38
Seal & Signature of Bidder Signature of ESIC Official
(screwed end)
50mm dia
________
56 1937 Gunmetal non-
return valve-
horizontal
(screwed end)
65mm dia
Each 3 Rs_________
Rupees______________
_____________________
________
57 1938 Gunmetal non-
return valve-
horizontal
(screwed end)
80mm dia
Each 3 Rs_________
Rupees______________
_____________________
________
58 1954 Vitreous china
orrisa type W.C
pan size 580mm
Each 2 Rs_________
Rupees______________
_____________________
________
59 2602 Common brunt
clay F.P.S (non-
modular) bricks
class designation
7.5
1000
no.
100
0
Rs_________
Rupees______________
_____________________
________
60 7096 Stainless steel
kitchen sink with
drain board
510*1040mm bowl
depth 225mm
Each 5 Rs_________
Rupees______________
_____________________
________
61 7101 Stainless steel
kitchen sink with
drain board
Each 3 Rs_________
Rupees______________
_____________________
39
Seal & Signature of Bidder Signature of ESIC Official
610*510mm bowl
depth 200mm
________
62 7118 Semi rigid PVC
waste pipe for sink
and wash basin
40mm dia
Each 50 Rs_________
Rupees______________
_____________________
________
63 7361 PVC automatic
flusing cistern 10
liters capacity
Each 12 Rs_________
Rupees______________
_____________________
________
64 7126 White Vitreous
china 10 liter full
flush capacity
controlled low level
flusing cistern with
all fittings
Each 5 Rs_________
Rupees______________
_____________________
________
65 368 white cement Tonn
e
0.1 Rs_________
Rupees______________
_____________________
________
66 362 brick bats Cum 1 Rs_________
Rupees______________
_____________________
________
67 555 Chromium plated
brass handle
125mm with plate
175*32mm
Each 50 Rs_________
Rupees______________
_____________________
________
40
Seal & Signature of Bidder Signature of ESIC Official
68 556 Chromium plated
brass handle
100mm with plate
150*32mm
Each 50 Rs_________
Rupees______________
_____________________
________
69 558 Chromium plated
brass mortice
latch and lock
100*65mm with
levers and pair of
brass lever
handles
Each 5 Rs_________
Rupees______________
_____________________
________
70 584 Chromium plated
brass Wardrobe
knob 50mm
Each 30 Rs_________
Rupees______________
_____________________
________
71 589 Chromium plated
brass screws
20mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
72 588 Chromium plated
brass screws
25mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
73 590 Chromium plated
brass curtain rod
12mm dia 1.25mm
thick
Meter 10 Rs_________
Rupees______________
_____________________
________
74 594 Bright finished or
black anameled
mild steel butt
10no. 40 Rs_________
Rupees______________
_____________________
41
Seal & Signature of Bidder Signature of ESIC Official
hinges
125*65*2.12mm
________
75 595 Bright finished or
black anameled
mild steel butt
hinges
100*58*1.90mm
10no. 40 Rs_________
Rupees______________
_____________________
________
76 639 Bright finished or
black enameled
mild steel
screws20mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
77 638 Bright finished or
black enameled
mild steel
screws25mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
78 642 Oxidized mild steel
butt hinges
125*65*2.12mm
10no. 60 Rs_________
Rupees______________
_____________________
________
79 643 Oxidized mild steel
butt hinges
100*58*1.90mm
10no. 60 Rs_________
Rupees______________
_____________________
________
80 660 Oxidized mild steel
sliding door bolt
300*16mm
Each 20 Rs_________
Rupees______________
_____________________
________
42
Seal & Signature of Bidder Signature of ESIC Official
81 661 Oxidised mild steel
sliding door bolt
250*16mm
Each 20 Rs_________
Rupees______________
_____________________
________
82 662 Oxidised mild steel
door latch
300*20*6mm
Each 15 Rs_________
Rupees______________
_____________________
________
83 663 Oxidised mild steel
door latch
250*20*6mm
Each 15 Rs_________
Rupees______________
_____________________
________
84 664 Oxidised mild steel
tower bolt (barrel
type) 250*10mm
Each 50 Rs_________
Rupees______________
_____________________
________
85 665 Oxidised mild steel
tower bolt (barrel
type) 200*10mm
Each 50 Rs_________
Rupees______________
_____________________
________
86 668 Oxidised mild steel
handles 125mm
Each 30 Rs_________
Rupees______________
_____________________
________
87 669 Oxidised mild steel
handles 100mm
Each 30 Rs_________
Rupees______________
_____________________
________
43
Seal & Signature of Bidder Signature of ESIC Official
88 686 Oxidised mild steel
screws20mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
89 685 Oxidised mild steel
screws25mm
100n
o.
100 Rs_________
Rupees______________
_____________________
________
90 1365 500mm dia cover
with frame
(medium duty)
Each 4 Rs_________
Rupees______________
_____________________
________
91 1357 500mm dia cover
without frame
(medium duty)
Each 2 Rs_________
Rupees______________
_____________________
________
92 1354 Rectangular cover
455*610mm with
frame (low duty)
Each 2 Rs_________
Rupees______________
_____________________
________
93 1355 Rectangular cover
455*610mm
without frame (low
duty)
Each 2 Rs_________
Rupees______________
_____________________
________
94 1352 C.I Cover and
frame 300*300mm
inside
Each 3 Rs_________
Rupees______________
_____________________
________
44
Seal & Signature of Bidder Signature of ESIC Official
95 7359 pvc automatic
flushing cistern 5
ltr capacity
Each 10 Rs_________
Rupees______________
_____________________
________
96 423 brass casement
window fastener
Each 40 Rs_________
Rupees______________
_____________________
________
97 1364 C.I grating
100*100mm
Each 100 Rs_________
Rupees______________
_____________________
________
98 1366 C.I grating
150*150mm
Each 100 Rs_________
Rupees______________
_____________________
________
99 1965 European type
water closet
Each 5 Rs_________
Rupees______________
_____________________
________
100 2456 Hydraulic door
closer
Each 5 Rs_________
Rupees______________
_____________________
________
101 2459 Aluminium hanging
door stopper
Each 100 Rs_________
Rupees______________
_____________