re- tender document for annual repair ......re- tender notice medical superintendent invites duly...

65
EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD-24 (Ministry of Labour & Employment, Govt. of India) Re- TENDER DOCUMENT FOR ANNUAL REPAIR & MAINTENANCE (ARM) OF CIVIL WORKS

Upload: others

Post on 15-Mar-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

EMPLOYEES’ STATE INSURANCE

CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD-24

(Ministry of Labour & Employment, Govt. of India)

Re- TENDER DOCUMENT

FOR

ANNUAL REPAIR &

MAINTENANCE (ARM)

OF CIVIL WORKS

Page 2: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Civil Date: 23.03.2018

Re- TENDER NOTICE

Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance Services of Civil Works for a period of one year at following sites:-

ESIC MODEL HOSPITAL Bapunagar ESIC Staff Quarters, Opp. Model Hospital Bapunagar D-16, Dispensary near Anil Starch Mill, Bapunagar D-17, Dispensary near Manchhai Masjid, Saraspur D-18, Dispensary, Opp. Indian hume pipe, Saraspur D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur D-25 Dispensary near Hathikhai, Gomatipur D-34 Dispensary, Nursing School & Hostel near Khokhara, Maninagar.

The summary of the Tender is as under:-

Estimated Cost of Cost of Last date Tender

Name of Earnest Performance Pre Bid Meeting Opening Annual of tender

Work Money Security date and Cost submission Deposit Money time

Re- Tender Rs. 3.15 05.04.2018 19.04.2018

Up to 1:00 pm 19.04.2018 At 2:30 pm

for Annual Rs. Lakhs or 5% Repair and Rs. 63.00 of final

1,26,000- Maintenance Lakhs

(inclusive taxes) contract value

only Services of whichever is

Civil works more

The Tender document can be downloaded from the ESIC Headquarters website www.esic.nic.in OR through Central Public Procurement Portal website http://eprocure.gov.in . Duly filled and sealed tenders are to be dropped in the tender box available in the chamber of the Dy. Medical Superintendent and same to be submitted online also. The interested parties may remain present during opening of the tenders. Interested parties may meet Asst. Director (General Branch) at the ESIC Model Hospital Bapunagar to clarify queries, if any, on any working day between 11.30 AM and 12.30 PM.

Medical Superintendent ESIC Model Hospital Bapunagar

Page 3: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

No. 37-ESIC-MHB-CONSTN.NB.R&M-2012-Civil

All tenderers are requested to read this tender document carefully including all terms and conditions.

THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING:-

I. Notice Inviting Tender II. Eligibility Criteria III. General Scope of Services IV. General Instructions to Tenderers V. General Instruction to Bidders VI. General (Commercial) Conditions of Contract VII. Special Conditions of Contract VIII. Technical Bid with prescribed formats IX. Undertaking X. Checklist XI. Financial Bid (to be submitted in separate envelope)

Medical Superintendent

ESIC Model Hospital Bapunagar

Page 4: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-I

NOTICE INVITING TENDER

Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad invites sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance Services as per following details: -

Sl.

No

Description Details

1 Name of Work Annual Repair and Maintenance Services of Civil works

ESIC MODEL HOSPITAL Bapunagar ESIC Staff Quarters, Opp. Model Hospital Bapunagar D-16, Dispensary near Anil Starch Mill, Bapunagar 2 Sites of Work: D-17, Dispensary near Manchhai Masjid, Saraspur D-18, Dispensary, Opp. Indian hume pipe, Saraspur

D-23/24 Dispensary, Opp. Char Toda Kabrastan, Gomatipur D-25 Dispensary near Hathikhai, Gomatipur D- 34 Dispensary,Nursing School & Hostel ,Khokhara, Maninagar. 3 Estimated Cost: Rs. 63.00 Lakhs (Rupees Sixty Three Lakhs only) inclusive GST & all

taxes

4 Period of Contract: Twelve (12) Months

Rs. 1,26,000/- (Rupees One Lakh Twenty Six Thousands only) to be deposited along with

5 Earnest Money bid, through Demand Draft favoring ESI Fund A/c No. 1, payable at Deposit: Ahmedabad. Please note that Bids received without the EMD will

not be considered and will be summarily rejected.

6 Date of submission of Tender:

Technical bid and financial bid must be submitted online at https://esictenders.eproc.in during period from 27.03.2018 to 19.04.2018 till 1:00 PM. However ,bidders are also required to submit Technical bid and Financial bid document along with all supporting documents up to 1: 00 pm on 19.04.2018 in the tender box kept in the chamber of Dy. Medical Superintendent, 2nd Floor, ESIC Model Hospital Bapunagar, Ahmedabad (Gujarat).

The tenders shall be opened in the presence of the tenderers who 7 Date of opening of choose to be present on 19.04.2018 at 2:30 PM. In case, 19.04.2018 Tender: is declared a public holiday, tenders shall be received & opened as per

above schedule on next working day.

8

Tender Document :

Tender documents containing terms & conditions can be obtained from online portal esictenders.eproc.in /www.esic.nic.in during round of clock w.e.f. 27.03.2018 to 19.04.2018

The tender document can also be seen /download from the website www.esic.nic.in and esictenders.eproc.in

Page 5: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

09 Minimum Eligibility Criteria

The Tenderers should have and submit: a) EMD in the form of Demand Draft/Banker‟s Cheque for Rs. 1,26,000/- as detailed above b) Bid document has been download from the website c) Copy of PAN/TAN/TIN/GST (whichever applicable) d) Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid document. e) Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc in support of legal entity of the Tenderer, as the case may be, (f) Labour License under the Contractor Labour Act (R & A, Act 1970 ), (g) Copy of Income Tax Return for last three Financial Years . (h) Copy of Service Tax Registration (if applicable). (i) Copy of Sales Tax/ VAT Registration (if applicable). (j) Copy of Balance Sheet, P&L Account for last three Financial Years, (k) Copy of Profit & Loss Account for last three Financial Years (l) Copy of GST Certificate, (m) Sealed, Signed & Separate Technical Bid/Tender Form (n) Sealed, Signed & Separate Price/Financial Bid Form, (o) ISO Certificate, if any (p) Letter of Authorization to attend bid opening (To be given separately to authorized person). (q) All the Formats forming part of this tender document duly filled, (r) Experience certificate of similar work / Agreement / Work Order and detail of running contracts as per the eligibility criteria laid down in tender document, (s) Satisfactory Completion Certificate of similar nature of work (t) Undertaking should be typed on agency letterhead as per Tender (u) Annual Turnover of company during last three financial years certified by Chartered Accountant. (v) ESI & EPF Registration Certificate along with latest challan. (w)Registered as Civil Contractor under the CPWD/State PWD/MES/Railways or any other Government Body and a documentary certificate to that effect. (x) Affidavit certifying that the Agency has not been blacklisted by CPWD / State PWD / MES / Railway and any other Government Body. (y) Successful bidder shall obtain license under contract (Regulation and Abolition), Act-1970, Or Shall Register under contract Act-1970, as the case may be, after agreement comes into force. (z) In case firm/ Vendor is declared insolvent after agreement comes into force, performance security will be forfeited.

Page 6: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

10 Technical Eligibility Criteria

(A) Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following :- i. Three similar completed works costing not less than the amount equal to 40% of the estimated cost i.e. Rs. 25.20 Lakhs. Or ii. Two similar completed works costing not less than the amount equal to 50% of the estimated cost i.e. Rs. 31.50 Lakhs. Or iii. One similar completed work costing not less than the amount equal to 80% of the estimated cost i.e. Rs. 50.40 Lakhs. (B) Preference will be given to the Agencies having experience in the field of ARM works/ Construction works of civil at CPWD/ State Govt. PWD/ Semi Govt./ ESIC’s/ PSUs/ MES/ Railways or any other Government organizations .The agency shall produce document issued from the authorities concerned for which it has worked.

11 General Instruction All the documents and photocopies submitted by Tenderer / bidder should be self attested, legible, signed and stamped by authorized signatory; otherwise the bid is likely to be rejected

12 Details of work of Scope

The Contractor is required to carry out civil repair works with complete finishing as per approved estimate and guideline of Engineer-in-charge/ESIC. Detailed scope of work has been placed in Part-III of this tender document.

13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 180 days.

14 Performance Security Deposit

The bidder shall furnish a Performance Security for an amount equal to Rs. 3.150 Lakhs or 5% of final contract value whichever is more through a Demand Draft/Banker‟s Cheque in favour of “ESI Fund A/C. No–1”, Payable at Ahmedabad. The performance security can be forfeited to recover any amount, which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid on this performance security deposit.

15 Annual Turnover Average Annual Financial Turnover during the last 3 years, ending 31st

March of the previous financial year, should be at least 30% of the estimated cost i.e. Rs. 18.30 Lakhs.

16 Pre Bid Meeting Pre bid meeting will be held on 05.04.2018 at 2:00 pm in the chamber of Dy.M.S. Tenderers are advised to send their queries to [email protected] before pre bid meeting. Prospective tenderers are invited to attend . Medical Superintendent reserves the right to accept or reject any queries/application without assigning any reason whatsoever.

Medical Superintendent ESIC Model Hospital,

Bapunagar (Gujrat)

Page 7: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

Important Instructions for Bidders regarding Online Payment

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both

DSC Components i.e. Signing & Encryption to participate in the E-Tenders.

Bidders should get Registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer→Tools→Internet

Options→Security→Trusted Sites→Sites of Internet Explorer:

https://esictenders.eproc.in

https://www.tpsl-india.in

https://www4.jpg-online.com

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer→Tools→Internet

Options→Advanced Tab→Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1

India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or Net

Bankking for participating in the Tender.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Page 8: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

Part-III ELIGIBILITY CRITERIA

1. The bidder must be registered with CPWD/State PWD/MES/Railways or any other Government

Body as Civil Contractor. 2. Experience of having successfully completed similar works during last 7 years as on _31.12.2017

should be either of the following:- i. Three similar completed works costing not less than the amount equal to 40% of the

estimated cost i.e. Rs.25.20 Lakhs. Or

ii. Two similar completed works costing not less than the amount equal to 50% of the

estimated cost i.e. Rs. 31.50 Lakhs. Or

iii. One similar completed work costing not less than the amount equal to 80% of the

estimated cost i.e. Rs. 50.40 Lakhs.

3. The similar nature of works means that the applicant should have completed the Building works including the water supply, sanitary installation and drainage work or Repair and Maintenance works including the water supply, sanitary installation and drainage work.

4. The tenderer would be required to establish his office within the site of the work in the space provided by the ESIC MODEL HOSPITAL Bapunagar Ahmedabad.

5. Average Annual Financial Turnover during the last 3 years, ending of the previous financial year, should be at least 30% of the estimated cost i.e. Rs. 18.90 Lakhs.

6. The tenderer must be registered with the following statutory authorities and must also furnish attested copies of supporting documents:-

a. ESIC, EPF , INCOME TAX , SERVICE TAX & GST (whichever applicable) b. Any other registration, which is mandatory for such agencies stipulated by concerned

authorities from time to time. c. Labour License under the contract Labour Act (R & A) -1970, As applicable.

7. The following documents must be submitted along with tender:- a. Audited Balance Sheets of last three years along with Income and Expenditure statement /

Profit & Loss Account & Audit reports. b. Income tax returns of last three years c. ESIC, EPF , Service Tax & GST Registration Certificate (whichever applicable)

8. The Tenderer should have sufficient employees on its rolls specifically trained for the stipulated work.

9. Medical Superintendent reserves the right to withdraw/relax this eligibility criteria and in such a situation the tenderer will be given sufficient time to take the changes into account. However, no relaxation will be given as far as statutory requirements are concerned, explicitly or implicitly.

Page 9: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

GENERAL SCOPE OF SERVICES

Repair and maintenance of civil works of building of hospital, staff quarters , nursing school/hostel & dispensaries will include but will not be limited to:

1. Attending blockage of drain pipes, storm water drainage , rain water harvesting, gully traps ,

manholes etc. 2. Attending the leakage from taps and valves, sanitary fixtures, fixtures for water supply etc. 3. Cleaning of sewer pipe lines, shafts and keeping the same functional . 4. Attending rectification of malfunctioning fittings on doors and windows. 5. All carpentry works like occasional replacement of broken glass panes, locks, handles,

stoppers etc for doors, windows, chairs, tables etc. 6. Attending rectification of wall/ceiling plaster , floors ,skirting , dado in patchwork. 7. Periodical white washing, colour washing, painting and external painting etc. 8. Leakage/ Seepage control measures in walls , roofs etc 9. Occasional replacement of water supply fittings/sanitary fixtures. 10. Periodical cleaning of over-head tanks, underground tanks etc. 11. Testing of water for physical, chemical and bacteriological analysis. 12. Changing of fly proof mesh in doors, windows and ventilators. 13. Only Class-A Brick, fine & coarse sand, reputed brand of cement bag & TMT steel bars

should be used as materials. 14. All materials shall be tested in lab wherever necessary and the certificate will be provided by

agency and submitted at the time of the billing. 15. It will be the responsibility of the Agency to always keep the construction site clean. 16. Agency will maintain Manpower Muster Roll , Wage Register & records. 17. Whenever and wherever required, Agency will provide the Civil Engineer at site. 18. Agency will provide Uniform, Identity Cards, Name bearing Plates etc to each and every

deployed Staff. 19. All Tools & tackles, Plants, machineries, equipment and materials required to carry out the

Civil work at site shall be provided by the Agency at his own cost. 20. The Agency shall have to display on signboard, Facility Manager/Engineer/Supervisor’s

name to be contacted with Telephone Nos, in case of emergency or urgent requirement. 21. The agency shall be responsible to depute their supervisor on working site to meet

MS/DMS/DD/AD/ESIC Engineer/any other official. 22. The agency shall provide materials (Civil) as per ISI norms and quality mentioned. 23. The agency should ensure all safety precautions for its labourers. 24. Any other works as and when directed by the authorized person from ESIC other than

mentioned above falling under the domain of Civil Works.

Page 10: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-IV PART-IV

GENERAL INSTRUCTIONS TO TENDERERS 1. All the interested parties are advised to go through this tender document carefully as it may

contain some terms and condition, which may be different from other similar tenders. 2. Eligible and willing agencies may visit the sites to assess the work on any working day

between 10.00 AM to 03.00 PM and on Saturday from 10.00 AM to 12.00 PM by taking due permission from the Asst. Director or Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

3. Tender form will available to download through websites from 27.03.2018 onwards. 4. Last date of submission of tenders is 19.04.2018 up to 1.00 PM. 5. The Tender will be opened at 2.30 PM on 19.04.2018 at ESIC Model Hospital, Bapunagar,

Ahmedabad in the presence of the authorized representatives of the tenderers, who wish to be present at that time.

6. Interested parties may meet Asst. Director (Construction Branch) at the ESIC Model Hospital Bapunagar to clarify queries, if any, on any working day between 11.30 AM and 12.30 PM.

7. The Tenders are to be submitted as per two-bid system i.e. Technical bid and Financial Bid. 8. TECHNICAL BID should contain the supporting documents in support of the eligibility

criteria, experience, satisfactory performance, undertaking as per instructions, work plan and list of the equipments, tools and tackles required for the job.

9. FINANCIAL BID should contain the rates quoted for the items / services to be provided as per instructions given in the tender document. The tenderer shall quote for all the items of Financial Bid, failing which the bid shall be considered non-responsive, incomplete and will be summarily rejected. The financial bid of tenderers, who qualify in the technical bid, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid. Prior notice will be given to tenderers for this purpose.

10. Rates for all the items shall be quoted in the FINANCIAL BID of this tender form and the amount for each item should be worked out and requisite totals be given. Special care should be taken to write the rates in figures as well as in words in such a way that interpolation is not possible. The total/final amount should be written both in figures and in words.

11. Both the bids should be submitted in two separate sealed envelopes super scribed as “TECHNI CAL BID FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK” and “FINANCIAL BID FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK”.

12. Earnest Money Deposit to the tune of Rs. 1,26,000/- in the form of Demand Draft or Bankers‟ Cheque only of any scheduled bank bearing a date after the date of advertisement shall accompany the TECHNICAL BID. All sealed envelopes should be put in a third sealed envelope and should be super scribed “TENDER FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK”. Sealed tenders should be addressed to the Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad.

13. The completely filled Tender should be dropped in the Tender Box kept in the office of the Dy. Medical Superintendent, ESIC Model Hospital, Bapunagar, Ahmedabad by the stipulated date and time.

Page 11: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

14. Tender submitted or received after the closing date and time will not be considered. Also, in

the absence of EMD, the tender will be summarily rejected. No other mode or adjustment against any Old Security Deposit or EMD will be allowed in lieu of EMD of this tender.

15. Tender form shall be completed in all respect. Incomplete tender or conditional tenders shall be treated as invalid and will be summarily rejected.

16. Each page of the Tender document and papers submitted alongside, should be numbered, signed and stamped by the authorized signatory as a token of acceptance of the terms and conditions laid down by the ESIC Model Hospital.

17. All entries in the Tender form should be legible and filled clearly. Any overwriting or correction which is unavoidable has to be signed by the authorized signatory.

18. The Technical Bid will be scrutinized by the Technical Evaluation Committee (TEC) as constituted by the Medical Superintendent to check all requisite and relevant documents and their authenticity. The Tenderers, whose Technical Bids are accepted will be informed about the date and time of opening the Financial Bids.

19. The financial bid of the tenderers, who qualify in the technical bid, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid.

20. The Earnest Money Deposit will be refunded to the unsuccessful tenderer only after finalization of the contract. In case of the successful tenderer EMD will be refunded after receipt of the performance security deposit. No interest will be paid on the EMD.

21. The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 180 days.

22. No Tenderer will be allowed to withdraw his tender after submission during the bid validity period . In case the tenderer does not honour his bid, the EMD submitted by the tendering firm would stand forfeited.

23. Medical Superintendent reserves the right to accept or reject any tender or all tenders or

part of tender without assigning any reason whatsoever. 24. Award of Work:(i) The selection of the agency will be at the sole discretion of the ESIC

who reserves its right to accept or reject any or all the proposals without assigning any reason whatsoever, (ii) Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer.

25. The contract with the agency, which does not provide proof of payment of statutory dues /levies, will be terminated right away by giving one month’s written notice.

26. Rates quoted shall be deemed to be inclusive of cost of manpower, material, machinery, tools and plants, all taxes, duties and levies, insurance etc. No escalation of whatsoever nature, shall be payable in future due to any revision/amendment in any act/statute governing this contract.

27. All taxes & labour-cess (whichever applicable) ,in respect of the contract, shall be payable by the contractor and ESIC, will not entertain any claim whatsoever in respect of the same.

28. In case the successful Tenderer declines the offer of Contract, for whatsoever reason(s), his

EMD will be forfeited.

Page 12: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

29. A formal contract shall be entered into with the successful tenderer. In this contract, the

successful tenderer shall be defined as Contractor. 30. The successful tenderer will have to deposit the Performance Security Deposit of Rs. 3.15

Lakhs or 5% of final contract value whichever is more in the form of Demand Draft, of any scheduled commercial bank, drawn in favour of “ESI Fund A/c No. 1” payable at Ahmedabad and commence the work within 15 days of acceptance of tender otherwise the contract may be cancelled and EMD will be forfeited. The Performance Security can be forfeited to recover any amount, which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract (if contract is extended ,then after completion of that extended period) and Defect Liability Period. No interest shall be paid on Performance Security Deposit.

31. A sum of 2.5% of the gross amount of the bill shall be deducted from each running bill of the contractor, till the sum along with the sum already deposited as earnest money amounts to security deposit @ 2.5% of the tendered amount of the work. Such deductions shall be made unless the Contractor has deposited the Security Deposit amount.This is in addition to performance security deposite that the contractor is required to deposit as per para 30. It will be released after successful & satisfactory completion of the Contract (if contract is extended ,then after completion of that extended period).

32. An agreement between Successful Bidder & Medical Superintendent will be entered into on Rs. 100/- Non Judicial Stamp Paper. Stamp value will be borne by the successful bidder.

33. Canvassing, whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

34. Medical Superintendent reserves the right to withdraw/relax/modify any of the terms and conditions mentioned in this tender document if it is felt necessary in the benefit of the hospital.

35. These instructions shall form a part of the contract document.

Page 13: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-V PART-V

GENERAL INSTRUCTIONS TO BIDDERS 1. DEFINITIONS (a) "The Purchaser" means the ESIC Model Hospital Bapunagar, Ahmedabad. (b) "The Bidder" means the individual or firm who participates in this tender and submits its bid. (c) "The Supplier" means the individual or firm providing/supplying the services/goods under the contract. (d) "The Services/Goods" means all the services/stores/materials, which the Supplier is required to supply to the Purchaser under the contract. (e) "The Advance Work Order" means the intention of Purchaser to place the Work Order on the bidder. (f) "The Work Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The Work Order shall be deemed as “Contract" appearing in the document. (g) "The Contract Price" means the price payable to the Supplier under the Work Order for the full and proper performance of its contractual obligations. 2. COST OF BIDDING The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 3. BID FORM The bidder shall complete the Tender/Bid Form and the appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied, a brief description of the goods and quantity. 4. BID DOCUMENTS 4.1 The goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include:

I. Notice Inviting Tender II. Eligibility Criteria III. General Scope of Services IV. General Instructions to Tenderers V. General Instruction to Bidders VI. General (Commercial) Conditions of Contract VII. Special Conditions of Contract VIII. Technical Bid with prescribed formats IX. Undertaking X. Checklist XI. Financial Bid ( to be submitted in separate envelope)

Page 14: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

4.2 The Bidder is expected to examine all the instructions, forms, terms and specifications in this Tender Document. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid. 5. CLARIFICATION ON BID DOCUMENTS 5.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in writing or by e-mail/Fax at the Purchaser's mailing address indicated in the Invitation for Bids at least 7 days prior to last date of submission of Tender. The Purchaser shall clarify the same before last date of submission of Tender. 5.2 Any clarification issued by ESIC Model Hospital Bapunagar, Ahmedabad in response to query raised by prospective bidders shall form an integral part of bid document and it may amount to an amendment of relevant clauses of bid document. A copy of such clarification may be enclosed along with bid document for ready reference. 6. AMENDMENT OF BID DOCUMENTS 6.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments. 6.2 The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on the address intimated at the time of purchase of bid document from the purchaser and these amendments will be binding on them. 6.3 In order to afford prospective bidders reasonable time in which to take the amendments into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids suitably. 7. BID PRICES 7.1 The bidder shall give the total composite price inclusive of all statutory levies and taxes. The offer shall be firm and in Indian Rupees. 7.2 Prices indicated in the Financial Bid on the Price Schedule shall be entered in the following manner: (i) The price of the goods / work shall be quoted as total unit price for each individual work/item. (ii) The bidder shall quote only one price for each work/item. (iii) The total price for each individual work/item shall be entered after multiplying the quantity with total unit price. 7.3 Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are inclusive of taxes and taxes shall not be paid separately. 7.4 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in

respect of accepted bid the prices quoted shall remain valid for 180 days.

Page 15: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

7.5 “DISCOUNT”, if any, offered by the bidders shall not be considered. Bidders desiring to offer discount shall therefore modify their offers, suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account. 7.6 The price approved by the ESIC Model Hospital Bapunagar, Ahmedabad for Contract will be inclusive of levies and taxes, packing, forwarding, freight, insurance etc as mentioned in Para 7.1 above. 8. DOCUMENTS ESTABLISHING CONFORMITY TO BID DOCUMENTS: 8.1 The documentary evidence in conformity with the Bid Documents may be in the form of literature and data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical specifications and commercial conditions demonstrating substantial responsiveness to the Technical Specification and commercial conditions in the form of signing & stamping all the pages of the original bid document by the authorized person/persons. In Case of deviations a statement of deviations and exceptions to the provision of the Technical Specifications and commercial conditions shall be given by the bidder. A bid without clause-by- clause conformity shall not be considered. The goods offered must have ability to meet the technical specifications. Necessary document to substantiate this shall have to be submitted along with the offer by the supplier. 9. FORMATS AND SIGNING OF BIDS 9.1 The copy of the Bid shall be typed or printed and all the pages be numbered consecutively and shall be signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be accompanied with written power-of-attorney. All pages of the original bid shall be signed and stamped by the person or persons authorized for signing the bid. The bids submitted shall be sealed properly. 9.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons authorized for signing the bid. 10. SUBMISSION OF BIDS 10.1 SEALING AND MARKING OF BIDS: The bidder shall submit both TECHNICAL BID and FINANCIAL BID in two separate envelopes and put them in third bigger envelop, which should bear the name ““TENDER FOR ANNUAL REPAIR & MAINTENANCE OF CIVIL WORK”. 10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:

To, The Medical Superintendent ESIC Model Hospital Bapunagar, Ahmedabad

(b) All the envelope shall bear the Tender name, the tender number and the words „DO NOT OPEN BEFORE‟ (due date & time). (c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared “late” or rejected. (d) Tender may be sent by Registered Post/ Speed Post/ Courier or delivered in person. The responsibility for ensuring that the tenders are delivered in time would rest with the bidder.

Page 16: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

11. LATE BIDS : 11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, shall be rejected and returned unopened to the bidder. 12. MODIFICATION AND WITHDRAWAL OF BIDS No Modification/withdrawal shall be allowed after submission of bids. 13. OPENING OF BIDS 13.1 The purchaser shall open bids in the presence of bidders or their authorized representatives who chose to attend on opening date and time. The bidder‟s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the representative before they are allowed to participate in bid opening. 13.2 The Bidder's names, documents submitted and such other details will be announced at the time of opening of bids, if the purchaser considers it appropriate. 13.3 The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered. 14. CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion ask the bidder for the clarification of its bid. The request for clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 15. TECHNICAL EVALUATION: Purchaser shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties/documents have been furnished/submitted, whether the documents have been properly signed and whether the bids are in order. 16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS: 16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive bids. 16.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between words and figures, the amount in words shall prevail. If the Supplier does not accept the correction of the errors, his bid shall be rejected. 16.3 The evaluation and comparison of responsive bids shall be done on the price of the works / items offered inclusive of Levies & Taxes i.e., GST, packing, forwarding, freight and insurance etc. as indicated in the Financial Bid Document. 16.4 The evaluation shall be done to find out L-1(lowest bidder) of total Cost.

Page 17: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

17. PLACEMENT OF ORDER

The Purchaser shall consider placement of work order to the bidder whose offer has been found technically, commercially and financially acceptable. The Purchaser reserves the right to accept counter offer price(s) against price(s) quoted by any bidder.

18. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.

19. SIGNING OF CONTRACT:

The issue of firm Work Order and Signing of agreement with Competent Authority of ESIC, and Signing of Contract Form shall constitute the award of contract to the bidder.

20. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of the tender shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the tender shall be cancelled and ESIC may call for new bids.

21. Purchaser reserves the right to disqualify/blacklist a supplier for a suitable period who habitually failed to perform as per the agreement/contract in time and satisfactorily.

22. The bidder should give a certificate to the effect that none of his/her near relative is working in the ESIC in the undertaking. The Bidder or its authorized signatory should furnish certificate stating

that none of the near relative of proprietor OR all partners of partnership firm excluding Government of India/ Financial institution nominees and independent non-Official part time appointed by Govt. of India or the Governor of the state is working in the unit where the tender is being applied. Due to any breach of these conditions by the company or firm or any other person the bid will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred from further participation in the concerned unit.

The near relatives for this purpose are defined as: - (a) Members of a Hindu undivided family (HUF). (b) Husband and Wife.(c) If one is related to the other in the manner as Father, Mother, Son(s) & Son‟s wife (daughter- in-law), Daughter(s) and Daughter‟s husband (son-in-law), Brother(s) and Brother‟s wife, Sister(s) and Sister‟s husband (brother-in-law).

Page 18: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

23. FRAUD AND CORRUPTION

It is expected that the interested parties, bidders, Suppliers, Contractors and consultants, observe the highest standard of ethics during the participation, procurement and execution of the contract. ESIC will reject a proposal for award or bid or the contract if it determines or becomes aware that the bidder / tenderer, recommended / participating, has directly or through an agency, engaged in corrupt, fraudulent, coercive or collusive practice in competing for the contract in question. a) For the purpose of this provision, these terms are defined as follows but not limited to: -

i. “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly of anything of value to influence the action of a public official in the procurement process or bidding process or in contract execution;

ii. “Fraudulent Practice” means a misrepresentation or omission of facts in order to influence a procurement process or execution of contract.

iii. “Collusive Practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, no competitive levels.

iv. “Coercive practice” means harming or threatening to harm directly or indirectly person or their property to influence their participation in the procurement process or affecting execution of contract.

Page 19: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-VI

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

DEFINITIONS AND INTERPRETATION

1. Definitions: In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires:

i) “Employer” means the ESIC Model Hospital Bapunagar and the legal successors in title to ESIC; ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the

Contract; iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or

not that has entered into contract (with the employer) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract;

iv) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender, the Letter of acceptance, the Contract Agreement (if completed) and such further documents as may be expressly incorporation in the letter of Acceptance or Contract /Agreement (if completed);

v) “Specification” means the specification of the Works included in the Contract and any modification thereof;

vi) “Drawings” means all the completion drawings, calculations and technical information of a like nature provided by the Engineer to Contractor under the Contract and all drawings, calculations, samples, patterns, models, Repair and Maintenance manuals and other technical information of a like nature submitted by the Contractor and approved by the Engineer;

vii) “Bill of Quantities” means the priced and completed bill of quantities forming part of the tender. viii) “Tender” means the Contractor‟s priced offer to the Employer for the execution and completion

of the works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is synonymous with “Bid“ and the words “Tender Documents” with “Bidding Documents”

ix) “Letter of Acceptance” means the formal acceptance of the tender by ESIC; x) “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause; xi) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to these

Conditions; xii) “Commencement Date” means the date upon which the Contractor receives the notice to

commence the works; xiii) “Time for completion” means the time period for which the contract of Repair and operation

and Maintenance has been awarded by the employer to the contractor. xiv) “Retention Money” means the aggregate of all monies retained by the Employer; xv) “Works” means the Permanent Works and the Temporary Works or either of them to be

executed in accordance with the contract; xvi) “Site/Sites” means the places provided by the Employer for Repair and Maintenance of ESI

Hospital/Dispensaries / Staff Quarters, Ahmedabad; xvii) “Cost“ means all expenditure properly incurred or to be incurred, whether on or off the site,

including over head and other charges but does not include any allowance for profit.

Page 20: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

2.Engineer The Engineer shall carry out the duties specified in the Contract. 3. Custody and Supply of Drawings and Documents: The Drawings and documents related with this contract shall remain in the sole custody of the Employer/Engineer, but copies as required thereof as per availability in the record shall be provided to the Contractor free solely for the purpose of this contract. 4. Sufficiency of Tender: The Contractor shall be deemed to have based his Tender on the data made available by the employer and on his own inspection and examination of this site conditions. 5. Contractor’s Employees: The Contractor shall provide on the site qualified and experienced technical staff only for the Repair and Maintenance Works and the remedying of any defects therein. The contractor should submit documents in support of qualification and experience of the employees. These may be called for inspection at any time by the Employer to ensure actual deployment as per the Bid Document. The minimum staff shall be as per description mentioned in Financial Bid. 6. Employer / Engineer at Liberty to object: The Employer / 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 Employer / Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Employer / Engineer to be undesirable, and such person shall not be again allowed upon the Works without the consent of the Employer / Engineer. Any person, so removed from the works shall be replaced immediately by a qualified person approved by the Employer / Engineer. 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. 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. 9. Damage to Persons and Property: The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of:

(a) Death of or injury to any person, or (b) Loss or damage to any property (other than the Works): Which may arise out of or in consequence of the 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.

Page 21: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

10. Accident or injury to Workmen: The Employer shall not be liable for or in respect of any damages or compensation payable to any workman for death or injury resulting from any act or default of the contractor. The Contractor shall indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto. 11. Evidence and Terms of Insurance The Contractor shall take appropriate insurance to cover his work, workers and staff employed by him, fully. The contractor shall provide evidence to the Employer after the respective insurance have been taken prior to the start of work at the Site that insurance required under the Contract have been effected. 12. Compliance with Statutes, Regulations etc.: The Contractor shall conform in all respects, including by replying to all notices and the paying of all fees, with the provision of:

a) Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or other duly constituted authority in relation to the execution and completion of the works and the remedying of any defects therein, and

b) The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the works, and the Contactor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision.

c) Any changes required for approval due to revision of the local laws.

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 and shall stands terminated after the expiry of One Year. 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 may be up to one year. However, employer reserve it‟s right to terminate the Repair and Maintenance contract by giving 30 days notice at any time during the currency of the contract if the services of the agency are not satisfactory as per the opinion of employer or its representative. 15. Force Majeure If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and services under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the Employer as to whether the

Page 22: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

services have been so resumed or not shall be final and conclusive. Further if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 30 days, either party may, at its option, terminate the contract. 16. Defect identification and its rectifications: Agency shall immediately attend the defects and complaints noticed / reported at 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 (if applicable to ) 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. 17. Liquidated damages for delay: If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer 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. 18. Contractor’s failure to carry out Instructions: In case of default on the part of the Contractor in carrying out defect / rectification / repair / maintenance works, the Employer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the Contract, then all costs including penalty for delay in attending to the complaint consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor. 19. Instructions for Variations: (a) Quantities given in the BOQ / Bid are estimated quantities. The quantity of any particular item may vary to any extent. Variation in quantity in particular items or total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle contractor to claim any extra cost. (b) Notice to be given by the contractor for execution of Planned civil works:- It shall be duty of the contractor to give notice of at least three working days for execution of planned civil Works like whitewashing, painting, replacement of window glass panes which is other than day to day maintenance jobs so that prior sanction may be obtained to start the work and also to check the quality of materials to be used. If no notice is given, the work executed will not be considered for payment. MEASUREMENT 20. Works to be measured for BOQ items The Engineer shall determine the measurement of the value of actual work done in accordance with the Contract and the Contractor shall be paid accordingly. No part payment / 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.

Page 23: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

21. 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 22. Monthly Statements/Bills: 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 documents. The bill must be supported with the Following documents/statements :- a. Attendance sheets duly verified by ESIC’s Maintenance In charge/Engineer. b. Certified bills of miscellaneous materials purchased under different head. Details of defects/complaints attended and rectified within time. c. Monthly certificates from ESIC’s in charges of Hospital regarding satisfactory attending of complaints on the format d. Wages of workers were credited to their bank accounts on _________ (Acknowledgment

by bank enclosed). e. ESI Contribution relating to workers amounting to Rs.______________ was deposited on

_________ (Copy of Challan enclosed with contribution sheet). f. EPF Contribution relating to workers amounting to Rs.______________ was deposited on

______ (copy of the Challan enclosed with contribution sheet). g. We are complying with all statutory Labour Laws including Minimum Wage Act. h. The agency shall make payment to its employee only through Cheque/NEFT/ECS & payment shall be made in the presence of representative of ESIC Hospital as nominated by the Medical Superintendent.

The payment would be made on monthly basis on verification of attendance sheets, wage register, monthly ESIC/EPF/Service Tax challan, and documents in support of salary disbursement through ECS. Workers of contractors should get the wages on the seventh day of each month. The payment of wages shall not be linked to the payment of bill by ESIC. If the contractor fails to provide proof of payment of statutory dues, his contract shall be terminated after serving one month’s notice. It may also be noted that cash payment made to the workers will be considered as no payment at all

and such disbursement will be disallowed from the Monthly Bill of the Contractor. 23. Deduction of Income Tax: The amount to be deducted towards the advance income tax shall be at the rate applicable. 24. Monthly 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 10 days and then Employer will process the Bill. 25. Performance Guarantee: The Contractor shall submit Performance Security Deposit amounting to Rs. 3.15 Lakhs or 5% of final contact value whichever is more in the shape of Demand Draft / Banker’s Cheque for proper performance of the contract in favour of ESI Fund Account No.1 payable at Ahmedabad. The performance security can be forfeited to recover any amount, which is payable by the contractor on account of any clause arising out of the contract. It will be released after successful & satisfactory completion of the Contract and Defect Liability Period. No interest shall be paid on Performance Security Deposit.

Page 24: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

26. Correction of certificates:

The Engineer may make any correction or modification in any previous 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 Payment Certificate.

27. Final Certificates:

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.

Based on the certificates, the Employer will process the bills as per the conditions laid down in this contract.

28. Default of Contractor

28.1 If the performance of the contractor is not found satisfactory or if the contractor fails to meet/fulfill any of the terms/conditions/obligations laid down in this tender document as wells as the agreement, Contractor shall be served a notice to take corrective action within 7 days. If the contractor fails to rectify or conform (to be decided by the employer), the employer shall be at liberty to terminate the contract without any further notice.

28.2 If the Contractor leaves this Contract during its currency, it will be treated as „Default‟ by the Contractor and will be terminated immediately. In such event, Performance Security Deposit shall be forfeited in full and Contractor shall be blacklisted by the Employer.

29. Risk Clause

29.1 In the event of termination due to default of Contractor, the employer shall be at liberty to get the work executed through other means at the cost, risk and responsibilities of Contractor and excess expenditure incurred on account of this will be recovered by the Employer from the Contractor‟s Performance Security Deposit or pending bills or by raising a separate recovery claim.

29.2 Contractor and its staff shall take proper and reasonable precautions to preserve from loss, destructions, waste or misuse the areas of responsibility given to them by the Hospital, and shall not knowingly lend to any person or company any of the effects or assets of the Hospital, under its control.

29.3 In the event of loss/damage of building, equipments etc. of the employer due to negligence/carelessness of Contractor staff, then the Contractor shall compensate the loss to Employer.

29.4 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. 30 . Termination for Insolvency: The Employer may at any time terminate the Contract by giving written notice to the Contractor, without compensation to the supplier, if the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the purchaser.

Page 25: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-VII

SPECIAL CONDITIONS OF CONTRACT 1. CPWD norms and specifications shall be followed. Wherever, the same are not available, BIS / Engineering

practice as directed by the Engineer / ESIC shall be followed. 2. The materials shall be got approved prior to its use for ARM from the Engineer In-charge of the ESIC. The

material shall be in original packing from the manufacturer clearly indicating manufacturing date, expiry date

& price etc. Any item found defective should be replaced free of cost to the satisfaction of ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD authorities. Decision of Engineer regarding quality and

specifications of goods or material shall be final . 3. Complaints shall be made in the format prescribed by the hospital administration. 4. A complaint register in the format prescribed by the hospital administration shall be maintained in the Office

of the contractor where all complaints received shall be documented. 5. All Repair and Maintenance related complaints shall be attended within two hour failing which a recovery of

Rs. 500 per event per hour shall be made from the subsequent payment of the contractor. 6. The Sewer man shall ensure that all lines are maintained in a clean condition by carrying out preventive

cleaning. 7. As the work will have to be carried out in building and area in use the contractor shall ensure:-

a) That the normal functioning of Employer is not effected as far as possible.

b) That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.

c) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each

day‟s work.

d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of

work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The

contractor shall be held responsible for any loss or damage to Employees' State Insurance Corporation

property.

e) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for

any consequence arising out of execution of the Repair and Maintenance work.

f) When instructed to do so, the contractor shall ensure proper record keeping and storing of

irreparable/dismantled material.

Page 26: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

8. Water and electricity shall be made available free of cost at nearby source of work. The

contractor has to make his own arrangement for use of the same including extending temporarily

lines etc. The responsibility to follow relevant rules, regulations and loss in the regard shall be

entirely that of the contractor. Any shortcomings, loss or damages due to this regard shall be

borne entirely by contractor. 9. Award of contract will be issued after the bidder selected is found to be technically and

financially acceptable to ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD. 10. The agreement shall be in force for a period of twelve months. However, it may be extended for

further period but not beyond 12 months on the same price/ terms and conditions by giving one

week’s notice in writing to the contractor, if decided upon to do so by ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD. 11. The Bid Security/Performance Security deposit of the bidder would be forfeited, in case he

refuses to honor the letter of intent/Work Order issued by the ESIC MODEL HOSPITAL,

BAPUNAGAR for supply of the materials or work. 12. Selected bidder has to execute an agreement in a non-judicial bond paper of value of not less

than Rs.100/-(Hundred rupees only) for ARM services, as per the intent of the ESIC MODEL

HOSPITAL BAPUNAGAR, AHMEDABAD. Cost on this account shall be borne by the bidder. 13. The service clerk & the skilled worker should be facilitated with mobile phone to contact on

urgent basis & their numbers should be displayed at various places and forwarded to Hospital

Administration. 14. The worker should be issued identity cards after getting due verification. Uniform should be

worn by the worker having monogram of the firm. 15. The contractor shall have to attend the local bodies like AMC, Gujarat Police, SPWD, Labour

officer and all other government authorities to fulfill all the requirements of the Contract. 16. The workers on duty after 4.00 PM will have to be available at the service center created by the

contractor & should have mobile phone. ESIC may, at any point of time, verify physical

presence of workers and in case of absence of any of the workers, Rs. 500/- will be levied as

penalty for each instance. 17. Contractor will ensure that the payment to the worker is being made in accordance with

the minimum wages circulated by the Central Government from time to time and

conditions made in this tender document. 18. The rate of any item not available in the attached BOQ shall be derived from the latest Delhi

Schedule of Rates circulated by CPWD by applying the prevailing cost index of the period of

execution of the item. However, any item not available in the DSR may be derived from market

rate of the period of execution which should be lowest market rate. 19. The contractor, to whom the work is awarded, will execute the work himself. He will not be

allowed to sublet the work to any other agency or sub-contract it.

Page 27: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

20. Water should be tested from a Govt. approved lab on the quarterly basis and report must be

submitted to the employer.

21. Contractor’s Supervisor (Civil Engineer) should be available at the site to supervise the works

and co-ordinate with the Engineer/ESIC officials.

22. All tools & tackles, plants, machineries, equipments and materials to carry out the ARM work at

site shall have to be provided by the contractor at his/her own cost.

23. The agency shall have to display on notice board in Hospital, its name along with the

Supervisor’s name to be contacted with telephone nos. for lodging the complaints.

Page 28: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-VIII

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 24

(Ministry of Labour & Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM) OF CIVIL WORKS FOR 2018-19

TECHNICAL

BID

Page 29: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

TECHNICAL BID

DETAILS OF TENDERER NAME OF WORK: Annual Repair and Maintenance Services of (Civil) works for ESIC MODEL HOSAPITAL BAPUNAGAR its various Dispensaries, Building, Staff Quarters and D-34, Dispensary (Khokhara) under ESIC Model Hospital Bapunagar, Ahmedabad for the period of one year. 1 NAME OF TENDERING COMPANY / FIRM / TENDERER:

______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________

2 NATURE OF FIRM: ______________________________________________________________________________

3 NAME OF OWNER / DIRECTORS: _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 4 FULL PARTICULARS OF OFFICE: (a) Address: _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ (b) Telephone No.:_________________________________________________________________ (c) Fax No.:_______________________________________________________________________ (d) E-Mail Address.________________________________________________________________ 5 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /. (a) Name of the Bank: _________________________________________________________________________________ (b) Address of the Bank: _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ (c) Telephone No. _________________________________________________________________

Page 30: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

6 REGISTRATION DETAILS: (a) PAN / TAN _________________________________________________________________ (b) GST Registration No._____________________________________________________ (c) E.P.F. Registration No._____________________________________________ (d) E.S.I. Registration No. _____________________________________________ (e) Labour License under the contract Labour Act (R & A) -1970, As applicable.

(f) TIN No. /VAT No. / Sale Tax No. (If any). _______________________________________ (g) Details of Registration as Civil Contractor with CPWD/State PWD/MES/Railways or any other Government Body_____________________________________________________________ _________________________________________________________________________________ (h) Any other registrations/licenses which are mandatory for such agencies stipulated by Concerned Authorities _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ ______________________________________________________________________________ 7 DETAILS OF EARNEST MONEY DEPOSIT: (a) Amount (Rs.):__________________________________________________________________ (b) D.D. / B.C. No. and Date: ________________________________________________________ (c) Drawn on Bank: _______________________________________________________________ (d) Valid up to:____________________________________________________________________ 8 Total Turn Over of three preceding years

(i) ______________ (ii) ______________ (iii) ______________ The above format is to be used to provide requisite details Date: Place:

Name: Seal: Signature of Tenderer

Page 31: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

FORMAT-I (To be used with Technical Bid)

WORK EXPERIENCE

(Use separate sheet for each work)

(Experience of Annual Repair and Maintenance Services of Civil works completed and ongoing Contracts as per the eligibility criteria)

1. Project title and Location 2. Name of the Client and Address 3. Describe area of Participation

(Specific Work done/Services rendered by the applicant)

4. Period of Work Done/Services

rendered for the project 5. Total cost of work 6. Date of start of the work and the

present status 7. Any other details NOTE: Supporting documents like work order, satisfactory certificate etc from the clients in support of each of the above projects to be furnished.

Signature of Contractor

Page 32: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

FORMAT-II

(To be submitted with Technical bid)

DETAILS OF THE EXISTING CONTRACTS

Duration of Contract Sr. Name and Address of the Details of Value of

Organization, Name, regarding Contract From To

No. Designation and Contact the (Rs.)

Telephone / Fax No. of the Contract DD/MM/YYYY DD/MM/YYYY Officer concerned

A

B

C

Additional information, If any

The above format may be used to provide requisite details.

Signature of Tenderer

Date: Name:

Place:

Seal:

Page 33: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-IX

(TO BE TYPED ON BIDDER’S LETTER HEAD)

UNDERTAKING To,

The Medical Superintendent ESIC Model Hospital Bapunagar, Ahmedabad

Subject: Tender for providing of Annual Repair and Maintenance Services of (Civil) works for ESIC MODEL HOSAPITAL BAPUNAGAR its various Dispensaries, Building, Staff Quarters and D-34, Dispensary (Khokhara) under ESIC Model Hospital Bapunagar, Ahmedabad for the period of one year. Sir, 1. I/We hereby agree to abide by all terms and conditions laid down in tender document. 2. This is to certify that I/We before signing this bid have read and fully understood all the terms and conditions and instructions contained therein and undertake myself/ourselves abide by the said terms and conditions. 3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Service tax, TIN number, from time to time. 4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance Services of (Civil) works at ESIC Model Hospital Bapunagar & its various Dispensaries, Building, D-34 Khokhara and Staff quarters under ESIC Model Hospital Bapunagar, Ahmedabad shall be ensured by our Agency, as well as any other assignment considered by the Medical Superintendent, ESIC Model Hospital Bapunagar, Ahmedabad. 5. I/We do hereby certify that none of my relative(s) is/are employed in ESIC as per details given in tender document. In case at any stage, it is found that the information given by me is false / incorrect, ESIC Model Hospital Bapunagar, Ahmedabad shall have the absolute right to take any action as deemed fit/without any prior intimation to me.

(Signature of the Bidder) Name and Address of the Bidder: Telephone No:

Page 34: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-X

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to participate in the tender. S. No. Items Confirm

(Yes/No)

1. Earnest Money Deposit (EMD)

Tender form with completely filled Technical bid and Financial bid, 2. with all pages serially numbered, signed and stamped along with

supporting documents 3. Audited Balance sheet of last three years with details of annual turnover

and profit & loss account etc.

4. Income tax returns of last three years.

5. Attested Photo copy of PAN Card

6. Copy of GST Certificate,

7. ESI Registration certificate copy.

8. EPF Registration certificate copy.

9. Service Tax registration certificate with details of the last payment.

Documents in support of completed and ongoing contracts along with 10. their values in support of the experience and financial credibility as per

the eligibility criteria. 11. Undertaking as per part-IX

12.. Document in support of Civil Contractor Registration with the

CPWD/State PWD/MES/Railways or any other Government Body

13. Labour License under the contract Labour Act (R & A) -1970, As applicable.

14. Affidavit to the effect that agency has not been blacklisted.

Signature

Date: Full Name:

Place: Company’s Seal:

Page 35: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART-XI

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL

BAPUNAGAR AHMEDABAD – 24

(Ministry of Labour & Employment, Govt. of India)

ANNUAL REPAIR & MAINTENANCE (ARM) OF CIVIL WORKS FOR 2017-18

FINANCIAL

BID

Page 36: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

FINANCIAL BID

Part - 'A' Name of work:- Annual Repair and Maintenance Services of (Civil) works for ESIC MODEL HOSAPITAL BAPUNAGAR its various Dispensaries, Building, Staff Quarters and D-34, Dispensary (Khokhara) under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2018-2019.

ABSTRACT FOR MAINTENANCE STAFF ENGAGEMENT Maintaining an office in space provided by ESIC MODEL HOSPITAL and attending to Repairs and maintenance work with the following maintenance Staff with all required tools and plants in attendance and contractor shall provide one qualified & experience supervisor . SrNo

Description of Manpower

Min. Qualification

Nos Monthly Expected

Deployment

Rate per day Amount Per Month Amount per Year

A Supervisor Minimum Diploma in Civil engineering or in relevant field with min. 2 year professional experience

1 Full Month

B Plumber I.T.I. with 2 years experience

3 Full Month

C Sewerman Min. 3 years relevant experience

2 Full Month

D Helpers Nill 2 Full Month

E Carpenter Min. 5 years relevant experience

1 Half Month

F Mason Min. 5 years relevant experience

1 Half Month

G Fitter (Alluminium Joinery)

Min. 5 years relevant experience

1 Half Month

TOTAL Rs. (I) =

GST (II) =

Total of Part – 'A' (I + II) =

1) Above quoted rates should be inclusive of all allowances, statutory levies like ESI & EPF etc. 2) Contractor must ensure that the deployed manpower shall be paid wages not below the Minimum Wages set by the Central Govt. In case of absence of any of the above mentioned manpower without providing suitable replacement an amount of Rs. 500 per day shall recovered as liquated damages per person per day from the bills. 3) Bids lesser than minimum wages/statutory obligations will be summarily rejected. 4) GST shall be reimbursed on actual basis on production of documentary evidence . 5) Contractor shall be responsible for providing weekly off the manpower and reliever of equal status shall be provided by him for this. Above rate per day to be quoted by vendor should also include reliever charges. 6) Full Month =30 days, Half Month = 15 days 7) Payment shall be made on the basis of actual mandays in a month. 8) One plumber out of above is for night shift .

Page 37: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART “B”

Name of work:- Annual Repair and Maintenance Services of (Civil) works for ESIC MODEL HOSAPITAL BAPUNAGAR its various Dispensaries, Building, Staff Quarters and D-34, Dispensary (Khokhara) under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2018-19 Sr No

Item Description Estimated

Quantity

Unit Rate per Unit (inclusive all taxes)

Estimated amount (inclusive all taxes)

1 Carriage of materials by mechanical transport including loading, unloading and staking up to 5 km. lime, moorum, building rubbish.

10 cum

2 Earth work in excavation by mechanical means (Hydraulic excavator)/ manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plam), including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. (a) All kind of soil

25 cum

3 Excavating trenches of required width for pipes, cables, etc including excavation for sokets, and dressing of sides, ramming of bottoms, depth up to 1.5 m including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by ramming, watering, etc and disposing of surplus excavated soil as directed, within a lead of 50 m:

a) All kinds of soil

I) Pipes, cables etc, not exceeding 80 mm dia. 40 Rmt

II) Pipes, cables etc. exceeding 80 mm dia, But not exceeding 300 mm dia.

40 Rmt

III) Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm.

40 Rmt

4 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidations each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m.

25 cum

Page 38: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

5 Suppling and filling in plinth with Sabarmati sand floors including, watering, ramming, consolidating and dressing complete.

10 cum

6 Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift up to 1.5 m. All kinds of soil.

200 smt

7 Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and sapling up to 30 cm measured at a height of 1 m above ground level and removal of rubbish up to a distance of 50 m out side the periphery of the area cleared.

5200 smt

8 Diluting and injecting chemical emulsion for POSTCONSTRUCTIONAL anti- teramite treatment (excluding the cost of chemical emulsion) :

2.35.1 Along external wall where the apron is not provided using chemical emulsion @ 7.5 litres / sqm of the vertical surface of the substructure to a depth of 300 mm including excavation channel along the wall & rodding etc. complete:

With chlorpyriphos / Lindane E.C. 20% with 1% concentration.

400 smt

9 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

2.35.3.1 With Chlorpyriphos/Lindane E.C. 20% with 1% concentration

60 smt

Page 39: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

10 Treatment of existing masonry using chemical emulsion @ one litre per hole at 300 mm interval including drilling holes at 45 degree and plugging them with cement mortar 1:2 (1cement : 2 coarse sand) to the full depth of the hole : 2.35.4.1 With chlorpyriphos/Lindane E.C. 20% with 1% concentration

80 meter

11 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering – All work up to plinth level :

a) 1:2:4 (1 cement: 2 coarse sand :4 graded stone aggregate 20 mm nominal size.)

5 cmt

b) 1:5:10 (1 cement: 5 coarse sand : 10 graded stone aggregate 40 mm nominal size.)

4 cmt

12 Centering and shuttering including strutting, propping etc and removal of work for a) Foundations, footing, bases for columns

10 cmt

13 Providing and laying in position specified grade of reinforced cement concrete excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level : a) 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)

1 cum

14 Providing precast cement concrete Jali 1:2:4 (1 cement : 2coarse sand : 4 graded stone aggregate 6mm nominal size) reinforced with 1.6 mm dia mild steel wire including centering and shuttering, roughening cleaning, fixing and finishing in cement mortar 1:3 (1 cement: 3 fine sand) etc. complete excluding plastering of the jambs, sills and soffits. a) 40 mm thick

7 smt

Page 40: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

15 Reinforcement for R.C.C. work including

straightening, cutting, bending, placing in position and binding all complete. a) Cold twisted bars

80 Kg

16 Brick work with F.P.S. Bricks of class designation 75 in foundation and plinth in : a) cement mortar 1:6 (1 cement : 6 coarse sand)

10 cmt

17 Brick work with F.P.S. Bricks of class designation 75 in superstructure above plinth level up to floor five level in all shapes and size in : a) cement mortar 1:6 (1 cement : 6 coarse sand)

10 cmt

18 Half brick masonry with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level. a) Cement mortar 1:4 (1 cement :4 coarse sand)

10 smt

19 Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished) machine cut for kitchen platforms, vanity counters, window sills, facias and similar location of required size of approved shade, colour and texture laid over 20mm thick based cement mortar 1:4 (1 cement : 4 coarse sand) with joints treated with white cement mixed with matching pigment, epoxy touch ups, including rubbing , curing, moulding and polishing to edge give high gloss finis etc. complete at all levels. a) Granite of any colour and shade I) Area of slab over 0.50 sqm.

10 smt

20 Providing edge moulding to 18 mm thick marble stone counters, Vanities etc., including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in-Charge. 8.3.2 Granite work

15 Rmt

Page 41: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

21 Extra for providing opening of required size & shape for wash basin/kitchen sink in kitchen platform, vanity counter and similar location in marble/ Granite/ stone work, including necessary holes for pillar taps etc. including moulding, rubbing and polishing of cut edges etc. Complete

5 each

22 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position : (a) Sale wood

0.75

cum

23 Providing wood work in frames of false ceiling, partitions etc. sawn and put up in position : (a) Sal wood

0.35 cum

24 Providing and fixing panelled or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked M.S pressedbutt hings bright finished of required xize with necessary screws, per direction of Engineer-in-charge.

a)Kiln seasoned and chemically treated hollock wood.

I) 35 mm thick shutters

5 smt

ii) 30 mm thick shutters

5 smt

25 Providing and fixing panelling and glazing in panelled or panelled and glazed shutters for doors, windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measure). Panelling for panelled or panelled and glazed shutters 25mm to 40 mm thick

i) Particle Board 12 mm thick plain particle board

8 smt

ii) Pre-laminated particle board 12 mm thick with decorative lamination on both sides, Grade. Type II IS:12823 marked

30 smt

iii) 4 mm thick float glass pane 15 smt

iv) 5.5 mm thick float glass panes

15 smt

Page 42: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

26 Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters. a)35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws.

7 smt

27 Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of shutters (over all area of door shutter to be measured)

7 smt

28 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. including priming coat with approved steel primer all complete

Fixed to steel windows by welding

30 kg

Fixed to openings /wooden frames with rawl plugs screws etc.

30 kg

29 Welding by gas or electric plant including transportation of plant at site etc. Complete

1000 cm

30 Structural steel work riveted, bolted or welded in built up sections, trusses and framed work, including cutting, hoisting, fixing in position and aapplying a priming coat of approved steel primer all complete.

50 kg

31 Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2 mm and braced with flat iron diagonals 20x5 mm size, with top and bottom rail of T-iron 40x40x6 mm, with 40 mm dia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers,handles, including applying a priming coat of approved steel primer

12 smt

Page 43: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

32 Providing and fixing 1mm thick M.S. sheet door with

frame of 40x40x6mm angle iron and 3mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer. Using M.S. angels 40x40x6 mm for diagonal braces.

30 smt

33 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. a)In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works.

500 kg

34 Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-incharge, (for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.).

60 kg

35 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS : 15622 (thickness to be specified by the manufacture ) 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 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with pigment of matching shade complete.

20 smt

Page 44: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

36 Providing and laying vitrified floor tiles in different

sizes (thickness to be specified by the manufacture) with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20 mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting the joints with white cement and matching pigments etc., complete.

a) Size of tiles 500 X 500 mm

20

smt

b) Size of tiles 600 X 600 mm

20 smt

37 Fixing glazed/Ceramic/Vitrified floor tiles with cement based high polymer modified quick-set tile adhesive (Water based) conforming to IS:15477, in average 3 mm thickness.

40 smt

38 Providing corrugated G.S sheet roofing including vertical/curved surface fixed with polymer coated J or L hooks, bolts and nuts 8 mm diameter with bitumen and G.I. Limpet washers or with G.I. 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. 0.80 mm thick with zinc coating not less than 275 gm/m2

5 smt

39 Providing 10 mm thick plaster of Paris (gypsum anhydrous) ceiling up to a height of 5 m above floor level over first class kail wood strips 25*6 mm with 10 mm gap in between and reinforced with rabbit wire mesh fixed to wooden frame (frame work to be paid separately) : a) Flat surfaces

30 smt

Page 45: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

40 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap fir thermal expansion, (i) single socketed pipes.

a) 75 mm diameter

8 Rmt

a) 110 mm diameter

30 Rmt

41 Providing and fixing on wall face unplasticised – PVC moulded fittings/accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.

a) Coupler

75 mm

4 nos

110 mm

12 nos

Single tee without door

75x75x75mm

4 nos

110x110x110mm

4 nos

b) Bend 87.5

75 mm bend

4 nos

110 mm bend

8 nos

42 Providing and fixing unplasticised-PVC pipe clips of approved design to unplasticised – PVC rain water pipes by means of 50 x50 x50 mm hard wood plugs, screwed with M.S screws of required length, including cutting brick work and fixing in cement mortr 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete.

a) 75 mm

4 nos

b) 110 mm

20 nos

Page 46: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

43 12 mm cement plaster of mix: 1:6 (1 cement: 6 fine sand)

30 smt

44 12 mm cement plaster finished with a floating coat of neat cement of mix. a) 1:4 (1 cement : 4 fine sand)

75 smt

45 18 mm cement plaster in two coats under layer 12 mm thick cement plaster 1:5 (1 cement: 5 coarse sand) and a top layer 6mm thick cement plaster 1:3 (1 cement: 3 coarse sand) finished rough with sponge.

8 smt

46 Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete

20 smt

47 White washing with lime to give an even shade New work (three or more coats)

50 smt

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

75 smt

49 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade: a) New work (two or more coats) over and including water thinnable priming coat with cement primer

100 smt

50 Finishing with Epoxy paint (two or more coats) at all locations prepared and applied as per manufacturer's specifications including appropriate priming coat, preparation of surface, etc. Complete.

a) On steel work

40 smt

b) On concrete work

40 smt

51 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. meters and under, including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the dumping ground within 50 metres lead : a) With cement mortar 1:4 (1 cement : 4 fine sand)

100 smt

Page 47: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

52 Fixing chowkhats in existing opening including

embedding chowkhats in floors or walls cutting masonry for holdfasts, embedding hold fasts in cement concrete blocks of size 15 x 10 x 10 cm with cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size), painting two coats of approved wood preservative to sides of chowkhats and making good the damages to walls and floors as required complete, including disposal of rubbish to the dumping ground, all complete as per directions of Engineer-In-Charge

Door chowkhats

5 nos

Window chowkhats

5 nos

Clerestory window chowkhats

5 nos

53 Making the opening in brick masonry including dismantling in floor or walls by cutting masonry and making good the damages to walls, flooring and jambs complete, to match existing surface i/c disposal of mulba/rubbish to the nearest municipal dumping ground. a) For door/window/ clerestory window

4 smt

54 Renewing glass panes, with putty and nails wherever necessary including racking out the old putty.

a) Float glass panes of thickness 4 mm

15 smt

b) Float glass panes of thickness 5.5 mm

15 smt

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

200 kg

56 Renewing Wrought iron or M.S. Wheel or roller of steel door or gate and fitting and fixing the same with necessary clamps, nuts and bolts/welding and erection etc. Complete

Wheel 50 mm dia and below

20 nos

Wheel above 50 mm dia

10 nos

57 White washing with lime to give an even shade : a) Old work ( two or more coats)

4500 smt

58 Removing white or colour wash by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

5000 smt

Page 48: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

59 Distempering with oil bound washable distemper of

approved brand and manufacture to give an even shade: a) Old work (one or more coats)

5000 smt

60 Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

5000

smt

61 Painting (one or more coats) on rain water, soil, waste and vent pipes and fittings with synthetic enamel paint of approved brand and manufacture and required colour on old work :

75 mm diameter pipes

300 Rmt

100 mm diameter pipes

300 Rmt

150 mm diameter pipes

300 Rmt

62 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade : a) One or more coats on old work.

1500 smt

63 Painting with aluminium paint of approved brand and manufacture to give an even shade : a) One or more coats on old work

15 smt

64 Re-lettering with black Japan paint of approved brand and manufacture

2000 per letter per cm

height

65 Finishing walls with water proofing cement paint of required shade: i) Old work (one or more coats applied @ 2.20 kg/10 sqm) over priming coat of primer applied @ 0.80 litrs/10 sqm complete including cost of Priming coat.

1000 smt

66 Cleaning of under ground sump, Over Head R.C.C. Tank (independent staging) including disposal of slit and rubbish,all as per direction of Engineer-in-Charge. The cleaning shall consist following operations:- (i) Tank shall be emptied of water by pumping & bottom shall be cleaned of slit and other deposits. (ii) Entire surface area of the sump shall then scrubbed thoroughly with wire brush etc. and pressure washed with water. (iii) Chlorination of RCC internal surface by liquid chlorine. (iv) The treated surface shall be dried using air jetting and all loose particles shall be removal from the surface. (v) Finally the surface shall be treated with ultraviolet radiation etc. as per direction of Engineer-in-Charge.

2500 smt

Page 49: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

67 Demolishing cement concrete manually/ by

mechanical means including disposal of material within 50 metres lead as per direction of Engineer – in- charge. a) Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix)

10 cmt

68 Demolishing R.C.C work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge.

4 cmt

69 Extra for cutting reinforcement bars manually/ by mechanical means in R.C.C. or R.B. work (Payment shall be made on the cross sectional area of R.C.C. or R.B. work) as per direction of Engineerin- charge

10 smt

70 Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 meters lead as per direction of Engineer -in-charge. a) In cement mortar

10 cmt

71 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 metres lead : a) Of area 3 sq. metres and below

10 nos

72 Dismantling tile work in floors and roofs laid in cement mortar including stacking material whthin 50 metres lead. a) For thickness of tiles 10 mm to 25 mm

50 smt

73 Dismantling stone slab flooring laid in cement mortar including stacking of serviceable material and disposal of unserviceable material within 50 metres lead.

20 smt

74 Dismanting old plaster or skirting ranking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 metres lead.

30 smt

Page 50: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

75 Disposal of building rubbish / malba / similar

unserviceable, dismantled or waste materials by mechanical means, including ground or as approved by Engineer-in charge, beyond 50 m initial lead, for all leads including all lifts involved.

15 cmt

76 Providing and fixing water closet squatting pan (Indian type W.C. Pan) with 100 mm sand cast iron P or S trap, 10 litre low level white device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever requird. a) White vitreous china Orissa pattern W.C pan of size 580X480 mm with integral type foot rests

3 nos

77 Providing and fixing pedstal type water closet (Europeaan type one piece EWC'S with inbuilt flushing cistern, seat covers etc complete of cera or equivalent brand suit to existing fitting

3 nos

78 Providing and fixing white vitreous china water closet squatting pan (Indian type) a)Orissa pattern W.C. pan of size 580x440 mm

3 nos

79 Providing and fixing solid plastic sat with lid for pedestal type W.C pan complete: a) White solid plastic seat with lid

10 nos

80 Providing and fixing white vitreous china wash basin including making all connections but excluding the cost of fittings : a)Flat back wash basin of size 550x400mm.

10 nos

81 Providing and fixing counter wash basin (under/over) of size 550X405 mm or equivalent as per existing on site Camry of cera brand or equivalent

4 nos

82 Providing and fixing wash basin with pedestal with C.I brackets 15 mm CP brass pillar taps, 32 mm C.P brass waste of standard pattern including all a per direction of engineer -in -charge washbasin of size 610S500 mm with pedestal cera brand or equivalent as per existing on site

4 nos

83 Providing and fixing soil, waste and vent pipes :

i) Cetrifugally cast iron socket & spigot (S &S)pipe as per IS: 3989 , 100mm dia

8 Rmt

ii) Centrifugally cast iron socketed pipe as per IS:3989 , 75 mm diameter

8 Rmt

Page 51: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

84 Providing and fixing single equal plain invert branch

of required degree:

a) 100x100x100 mm i) Sand cast iron S&S as per IS 3989

4 nos

b) 75x75x75 mm i) Sand cast iron S&S as per IS 3989

4 nos

85 Providing fixing collar:

a) 100 mm i) Sand cast iron S&S as per IS 3989

4 nos

b) 75 mm i) Sand cast iron S&S as per IS 3989

4 nos

86 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fitting of diameter :

a) 100 mm

8 nos

b) 75 mm

8 nos

87 Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors. (a) 100 mm inlet and 75 mm outlet I) Sand cast iron S&S as per IS - 3989

4 nos

88 Painting G.I. pipes and fittings with synthetic enamel white paint over a ready mixed priming coat, both of approved quality for new work :

a)15 mm diameter pipe.

30 Rmt

b)20 mm diameter pipe.

15 Rmt

c)25 mm diameter pipe.

15 Rmt

d)40 mm diameter pipe.

7 Rmt

89 Providing and placing on terrace (at all floor levels) polyethylene water storage tank, ISI : 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.

4000 litre

90 Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc. and repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including finishing complete so as to make it leak proof.

8 nos

Page 52: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

91 Providing, laying and jointing glazed stoneware pipes

class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete:

a) 150 mm diameter

30 Rmt

b) 250 mm diameter

8 Rmt

c) 300 mm diameter

8 Rmt

92 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. Pipes including bed concrete as per standard design :

a) 150 mm diameter S.W. Pipe

8 Rmt

b)250 mm diameter S.W. Pipe

8 Rmt

93 Providing and fixing square- mouth S.W. Gully trap class SP-1 complete with C.I. Grating brick masonry chamber with water tight C.I. Cover with frame of 300x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be ot less than 2.70 kg as per standard design :

a) 100x100 mm size p type I) With common burnt clay F.P.S. (non modular) bricks of class designation 7.5

4 nos

b) 150x100 mm size P type I) With common burnt clay F.P.S (non modular) bricks of class designation 7.5

4 nos

94 Dismantling of old S.W. Pipes including breaking of joints and bed concrete stacking of useful materials near the site within 50 m lead abd disposal of unserviceable materials into municipal dumps :

a)150 mm diameter

8 Rmt

b) 250 mm diameter

8 Rmt

c) 300 mm diameter

8 Rmt

Page 53: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

95 Constructing brick masonry manhole in cement

mortar 1:4 ( 1 cement : 4 coarse sand ) R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design :

a) Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) 1)With F.P.S. bricks with class designation 75

4 nos

96 Extra for depth for manholes With common burnt clay F.P.S (non modular) bricks of class designation 7.5

2 Rmt

97 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 up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminum sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling C.P. brass/ stainless steel screw, all complete as per architectural drawings and the directions of Engineer-in charge.

a) For fixed protion i) Anodised aluminium (anodised

transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15)

80 kg

Page 54: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

b) For shutters of doors, windows & ventilators

including providing and fixing hinges / pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately) i) Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15)

40 kg

98 Providing and fixing anodised aluminium grill (anodised transparent or dyed to required shade according to IS: 1868 with minium anodic coating of grade AC 15) of approved design/pattern, with approved standard section and fixed to the existing window frame with C.P brass/stainless steel screws @ 200 mm centre to centre, including cutting the grill to proper opening size for fixing and operation of handles and fixing approved anodised aluminium standard section around the opening, all complete as per requirement and direction of Engineer-in-charge. (Only weight of grill to be measured for payment).

10 kg

99 Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and manufacture,including providing and fixing top & bottom pivot & spring type fixing arrangement and making necessary holes etc.for fixing required door fittings,all complete as per direction of Enginner-in-charge (Door handle, lock and stopper etc. to be paid separately).

10 smt

100 Collection of water samples for physical, chemical and bacteriological test for confirming water portability as per BIS standard in Ahmedabad Municipal Corporation or any Government approved water testing laboratory as per the direction of Engineer-in-charge.

10 nos

Page 55: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

101 Chipping of unsound/weak concrete material

from slabs, beams,columns etc. with manual Chisel and/ or by standard power driven percussion type or of approved make including tapering of all edges, making square shoulders of cavities including cleaning the exposed concrete surface and reinforcement with wire brushes etc. and disposal of debris for all lead and lifts all complete as per direction of Engineer-In-Charge

50mm average thickness

20 smt

25 mm average thickness

20 smt

102 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : a) 25 mm thick.

30 smt

Total Rate for Part “B” in figure (inclusive all taxes );- (_______________________________________________________________________ ______________________________________________________________________) Signature of Contractor with seal:

Page 56: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

PART “C”

Name of work :- Annual Repair and Maintenance Services of (Civil) works for ESIC MODEL HOSAPITAL BAPUNAGAR its various Dispensaries, Building, Staff Quarters and D-34, Dispensary (Khokhara) under ESIC Model Hospital Bapunagar, Ahmedabad for the year 2018-19

Abstract of items rate of materials to be supplied to the maintenance staff engaged under ARM Civil Works

Sr No

Item Descript Estimated

Quantity

Unit Rate per Unit Estimated amount

1 Hire charges of Pump set of capacity 4000 litres/hour ( including cost of services of operating staff, Cost of lubricating oil, diesel / Petrol/ Kerosene oil , other consumables for running the plant and machinery and all the taxes)

4 day

2 Hire charges for Water Tanker 5 to 6 KL capacity ( including cost of services of operating staff & Cost of diesel )

60 hour

3 Hire charges for Air compressor ( including cost of services of operating staff & Costof fuel etc)

12 hour

4 Portland Cement (OPC43) 60 Bag (50kg)

5 Oxidised mild steel door latch 250x20x6 mm

20 nos

6 Oxidised mild steel tower bolt (barrel type) 150x10 mm

25 nos

7 Oxidised mild steel handles 125 mm

20 nos

8 Anti scalent Chemical

100 litre

9 White Cement

30 kg

10 Fine Sand 220 Bag (50kg)

11 Bricks (F.P.S)

2800 nos

12 Table rubber polished stone 18 mm thick (75x50 cm) Granite stone- 18 mm thick

10 smt

13 Float glass sheet of nominal thickness 4 mm (weight not less than 10 kg/smt)

20 smt

14 Float glass sheet of nominal thickness 5.5 mm (weight not less than 13.50 kg/smt)

20 smt

15 Hydraulic door closer bottle type M.S. body with necessary accessories and screws complete (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto 35 kg and door width upto 700 mm)

05 nos

16 Galvanised wire mesh of average width of aperture 1.4 mm and nominal dia of wire 0.63 mm

80 smt

17 Hydraulic door closer tubular type Aluminium section body with necessary accessories and screws complete (having brand logo with ISi, IS : 3564, embossed on the body,door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm),

05 nos

Page 57: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

18 Glass reinforced Gypsum (GRG) board 12.5 mm thick 20 smt

19 Prelaminated particle board with both sides decorative lamination, flat pressed 3 layer & grade (medium density) Grade I, Type II conforming to IS: 12823 (exterior grade), 12 mm thick

15 smt

20 12.5 mm thick glass fibre reinforced Gypsum board 10 smt

21 Anodised aluminium sliding door bolt 250x16 mm 10 nos

22 Anodised Aluminium tower bolt (barrel type) 200x10 mm 10 nos

23 Anodised Aluminium tower bolt(barrel type) 150x10 mm 10 nos

24 Anodised Aluminium handles 100 mm with plate 150x32 mm

25 nos

25 Anodised Aluminium handles 125 mm with plate 175x32 mm

10 nos

26 Decorative plywood 4 mm 8 smt

27 Dry hydrated lime (factory made) 1 quintal

28 Standard holder bat clamps for sand cast iron or cast iron pipes 150mm dia

10 each

29 Sand Cast iron plain shoe 150 mm dia 5 each

30 Rolling shutter made of 80x1.25 mm machine rolled laths 10 smt

31 Top cover for rolling shutters 1.25 mm thick 10 metre

32 27.5 cm long wire spring grade No. 2 for rolling shutters 10 nos

33 Ball bearing for rolling shutters

16 nos

34 Extra for mechanical devices chain and cranked operation for operating rolling shutters: exceeding 10.00 sqm and up to 16.80

10 smt

35 Mild steel round bar 12 mm dia and below 0.5 quintal

36 Structural steel such as tees, angles channels and R.S. joists

1 quintal

37 Flats up to 10 mm in thickness 0.5 quintal

38 Second class teak wood in planks 100 cudm

39 Wire nails 15 kg

40 Tile fixing chemical adhesive 50 kg

41 C.I. bracket for wash basin and sinks 20 pair

42 8 mm dia C.P. Brass/ S.S. Jet with flexible tube upto 1 metre long with S.S. tringular plate for Eureopean type W.C.

20 nos

43 Clamps and M.S. stays including bolts and nuts for 100 mm pipe

20 nos

44 Clamps and M.S. stays including bolts and nuts for 50 mm pipe

20 nos

45 Clamps and M.S. stays including bolts and nuts for 75 mm pipe

20 nos

46 Rubber insertions for 75 mm dia pipe joints 10 nos

47 Rubber insertions for 100 mm dia pipe joints 10 nos

48 Vitreous china pedestal for wash basin 5 nos

49 G.I. inlet connection

5 nos

Page 58: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

50 Stoneware pipes grade A (60 cm long) 150 mm dia

20 nos

51 Centrifugally SCI(spun) S & S P or S trap

5 nos

52 H.P. or L.P. ball valve with polythene floats: 15 mm dia

10 nos

53 20 mm dia Gunmetal gate valve with wheel

10 nos

54 Vitreous china flat back wash basin 630x450 mm

5 nos

55 Brass full way valve with C.I. wheel (screwed end) 25 mm dia

10 nos

56 Brass full way valve with C.I. wheel (screwed end) 32 mm dia

10 nos

57 Brass full way valve with C.I. wheel (screwed end) 40 mm dia

5 nos

58 Brass full way valve with C.I. wheel (screwed end) 50 mm dia

10 nos

59 Brass full way valve with C.I. wheel (screwed end) 65 mm dia

5 nos

60 Brass full way valve with C.I wheel (screwed end) 80 mm dia

2 nos

61 Gunmetal non-return valve-horizontal (screwed end) 80 mm dia

2 nos

62 Vitreous china foot rests 250x125x25 mm 10 pair

63 Brass cupboard lock 6 levers of approved quality, 40 mm size

20 nos

64 Brass cupboard lock 6 levers of approved quality, 50 mm size

20 nos

65 Weather/structural non sag elastomeric PU sealant (600ml Sausage) for joints in RCC/ Brick/ Stone/ wood/ Ceramic/ Gypsum/ Alluminium work complying to ASTM C920, DIN 18540-F & ISO 11600 incl all taxes.

5 nos

66 EPDM Gasket in Kg (Above 60 g / m)

2 kg

67 Anchor Fastner – M10

20 nos

68 Galvanised steel corrugated sheets

1 quintal

69 Stainless steel (Grade-304)hollow section round/square tubes

50 kg

70 Stainless steel bolts/square bar and plates 10 kg

71 Mobil oil 3 litre

72 Oxidised mild steel parliamentary hinges 100x125x27x2.8 mm

30 nos

73 Brass 100mm mortice latch and lock with 6 levers without pair of handles

30 nos

74 Pair of Anodised Aluminium lever handles for 100 mm mortice latch and lock

20 Pair

75 Chromium plated brackets (curtain rods) 20 nos

76 Chromium plated Brass curtain rod 25 mm dia 1.25mm thick

10 metre

77 Oxidised mild steel double acting spring hinges 100 mm

8 nos

Page 59: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

78 Rectangular shape 453x357 mm Mirror with Plastic

moulded frame 20 nos

79 UPVC plain shoe 75 mm bend 5 nos

80 UPVC plain shoe 110 mm bend 5 nos

81 Superior quality road marking paint (water based) 30 litre

82 Corner angle 45x45x5 mm 2.50 m long 12 nos

83 Flushing Cistern P.V.C. 10 litre capacity (low level) (White) (with fittings,accessories and flush pipe)

10 nos

84 Brass hasps and staples (safety type) 90 mm 40 nos

85 Chromium plated Brass Wardrobe Knob 50 mm 15 nos

86 Second class teak wood in scantling 100 cudm

87 Vitrified floor tile 60x60 cm 10 smt

88 C.I. grating 150mm dia weighing not less than 440 gm

10 nos

89 Water proofing material

10 kg

90 S.C.I. gully or nahani grating

20 nos

91 White plastic seat (soild) with lid C.P brass hinges and rubber buffers

5 nos

92 C.P.brass high neck pillar cock (Ecco or equivalent)

20 nos

93 C.P. brass waste 40 mm

10 nos

94 Flexible (coil shaped) PVC waste pipe for sink or wash basin 32 mm dia with length not less than 700 mm i/c PVC waste fittings

25 nos

95 Flexible (coil shaped) PVC waste pipe for sink or wash basin 40 mm dia with length not less than 700 mm i/c PVC waste fittings

25 nos

96 PTMT Bottle trap 38/40 mm

10 nos

97 Unplasticised P.V.C connection pipe with brass union 45 cm long 15 mm bore

30 nos

98 C.P. Brass Bip cock 15 mm

60 nos

99 C.P brass long body bib cock 15 mm

10 nos

100 C.P. brass stop cock (concealed) 15 mm 10 nos

101 C.P. Brass angle valve 15 mm 20 nos

102 12 mm M.S. 'U' beading 10 Rmt

103 PTMT Ball Cock 15mm complete with Epoxy Coated Aluminium Rod & H.D. Ball

10 nos

104 Salem Stainless steel AISI - 304 (18/8) Wash basin 530mm X 345 mm

2 nos

105 C.I. cover without frame 300x300 mm inside i/c cover of 4.50 kg

5 nos

106 Rectangular cover 455x60 mm with frame (low duty)

2 nos

107 Rectangular cover 455x610 mm without frame (low duty)

5 nos

Page 60: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

108 C.I. grating 150x150 mm 5 nos

109 560 mm dia cover without frame (Heavy duty) 1 nos

110 EPDM Gasket for uPVC window/door 50 Rmt

111 Double action hydraulic floor spring with stainless steel cover plate

5 nos

112 Silicon sealant 10 cartridge

113 Bitumen primer for bitumen membrane 5 Litre

114 Polymer modified cementation coating 5 kg

115 Fibre glass cloth 10 smt

116 Teflon tap 10mm width & 15m length 50 nos

117 Alluminium Grating 150x150 mm for Nanhi trap 40 nos

118 PTMT bib cock 15 mm dia 50 nos

119 PTMT STOP cock 15 mm dia MALE THREAD 10 nos

120 20 mm dia PTMT stop cock 5 nos

121 PTMT push cock 15 mm dia 20 nos

122 Wedge expansion hold fastener 3/8" or 10 mm 20 nos

123 C.P. Pillar cock 15 mm dia 30 nos

124 PVC Connection pipe 15 mm dia 1’-6” long 50 nos

125 CP brass coupling 32 mm for wash basin 5 nos

126 GI Tee ½ “ x ½ ” dia 10 nos

127 GI Tee ¾ “ x ¾ ” dia 10 nos

128 GI Tee 1” x 1” dia 5 nos

129 GI Tee 1 ½ “ x 1 ½ “ dia 5 nos

130 G.I. inlet connection 5 nos

131 GI Elbow ½ “ dia 20 nos

132 GI Elbow ¾ “ dia 20 nos

133 GI Elbow 1 “ dia 5 nos

134 GI Elbow 1 ½” Dia 5 nos

135 GI Coupline ½” dia 05 nos

136 GI Coupline ¾” dia 05 nos

137 GI Coupline 1” dia 5 nos

138 GI Coupline 1 ½” dia 5 nos

139 GI Nipple ½” dia 2 inch long 30 nos

140 GI Nipple ¾” dia 2 inch long 10 nos

141 GI Nipple 1” dia 2 inch long 5 nos

142 GI Nipple 1½” dia 2 inch long 5 nos

143 GI Nipple ½” x 4 inch long 30 nos

144 GI Nipple 3/4” x 4 inch long 20 nos

145 GI Nipple 1” x 4 inch long 5 nos

146 GI Nipple ½” x 4 inch long 5 nos

147 GI Nipple1 ½” x 6 inch long 5 nos

Page 61: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

148 GI Nipple 3/4” x 6 inch long 5 nos

149 GI Nipple 1” x 6 inch long 2 nos

150 GI Nipple 1 ½” x 6 inch long 2 nos

151 GI Union ½” dia 5 nos

152 GI Union ¾” dia 10 nos

153 GI Union 1” dia 5 nos

154 GI Union 1 ½” dia 10 nos

155 GI Reducer elbow ½” x ¾” 5 nos

156 GI Reducer elbow ¾” x 1” 5 nos

157 GI Reducer elbow 1” x 1 ½” 5 nos

158 GI Reducer tee ½” x ¾” 5 nos

159 GI Reducer tee ¾” x 1” 5 nos

160 GI Reducer tee 1” x 1 ½” 5 nos

161 GI Reducer coupling ½” x ¾” 5 nos

162 GI Reducer coupling ¾” x 1” 5 nos

163 GI Reducer coupling1” x 1 ½” 5 nos

164 GM Lever valve ½” dia 10 nos

165 GM Lever valve ¾” dia 10 nos

166 GM Lever valve 1” dia 5 nos

167 GM Lever valve 1 ½” dia 10 nos

168 Bright finish M S Butt hinges 124 x 65 x 2.12 mm 5 nos

169 Bright finish M S Butt hinges 100 x 56 x 1.9 mm 40 nos

170 Screw (of any size) 5 kg

171 Nail of all sizes 5 kg

172 White plastic seat (soild) with lid C.P brass hinges and rubber buffers

5 nos

173 Epoxy based sealing compound 5 kg

174 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply:

a) 15 mm 80 Rmt

b) 20 mm 40 Rmt

c) 25 mm 40 Rmt

d) 32 mm 60 Rmt

e) 40 mm 30 Rmt

f) 50 mm 30 Rmt

175 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) coupler for fittings:

a) 15 mm

10 nos

b) 20 mm

10 nos

c) 25 mm

10 nos

Page 62: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 30 nos

176 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) elbo for fittings:

a) 15 mm 30 nos

b) 20 mm 15 nos

c) 25 mm 15 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 25 nos

177 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) T for fittings:

a) 15 mm 15 nos

b) 20 mm 15 nos

c) 25 mm 15 nos

d) 32 mm 5 nos

e) 40 mm 5 nos

f) 50 mm 30 nos

178 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) Reducer for fittings:

a) 20*15mm 7 nos

b) 25*15 mm 5 nos

c) 25*20 mm 5 nos

d) 32 *15 mm 5 nos

e) 32*20mm 5 nos

f) 32*25mm 5 nos

g)40*32mm 5 nos

h)50*40mm 5 nos

179 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) union for fittings:

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 20 nos

180 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) threaded MTA for fittings:

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

Page 63: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

f) 50 mm 25 nos

181 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) threaded FTA for fittings:

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 20 nos

182 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) brass threaded Tee for fittings:

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

183 Supplying & Providing UPVC pipes

a) 15 mm 60 Rmt

b) 20 mm 60 Rmt

c) 25 mm 60 Rmt

d) 32 mm 30 Rmt

e) 40 mm 60 Rmt

f) 50 mm 60 Rmt

184 Supplying & Providing UPVC coupler

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 10 nos

185 Supplying & Providing UPVC elbo

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 10 nos

e) 40 mm 10 nos

f) 50 mm 10 nos

186 Supplying & Providing UPVC T

a) 15 mm 10 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32mm 5 nos

e) 40 mm 5 nos

Page 64: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

f) 50mm 5 nos

187 Supplying & Providing UPVC Reducer

a) 20*15mm 5 nos

b) 25*15 mm 5 nos

c) 25*20 mm 5 nos

d) 32 *15 mm 5 nos

e) 32*20mm 5 nos

f) 32*25mm 5 nos

188 Supplying & Providing UPVC Union

a) 15 mm 10 nos

b) 20 mm 4 nos

c) 25 mm 4 nos

d) 32 mm 10 nos

e) 40 mm 4 nos

f) 50 mm 5 nos

189 Supplying & Providing UPVC MTA

a) 15 mm 5 nos

b) 20 mm 5 nos

c) 25 mm 5 nos

d) 32 mm 5 nos

e) 40 mm 5 nos

f) 50 mm 5 nos

190 Supplying & Providing UPVC FTA

a) 15 mm 5 nos

b) 20 mm 5 nos

c) 25 mm 5 nos

d) 32 mm 5 nos

e) 40 mm 5 nos

f) 50 mm 5 nos

191 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) brass threaded elbow for fittings:

a) 15 mm 15 nos

b) 20 mm 10 nos

c) 25 mm 10 nos

d) 32 mm 5 nos

192 Supplying & Providing G.I. pipes

a) 15 mm 50 Rmt

b) 20 mm 20 Rmt

c) 25 mm 20 Rmt

d) 32 mm 10 Rmt

e) 40 mm 20 Rmt

Page 65: Re- TENDER DOCUMENT FOR ANNUAL REPAIR ......Re- TENDER NOTICE Medical Superintendent invites duly sealed Tenders from reputed agencies under two-bid systems for Annual Repair and Maintenance

f) 50 mm 30 Rmt

g) 65mm 10 Rmt

h) 80 mm 10 Rmt

193 Supplying CPVC Pipe joint adhesive 2 litre

194 Supplying UPVC Pipe joint adhesive 2 litre

195 Supplying PVC pipe joint adhesive 1 litre

196 Supplying Brass push button 15mm 50 nos

197 Supplying Brass extension pipe 15 mm 30 nos

198 Supplying brass elbow 15mm 30 nos

199 Supplying brass nipple 15mm 30 nos

200 Supplying Drawer steel Slides 450mm 30 pair

201 Supplying Drawer steel slides 350mm 40 pair

202 Supplying Drawer pull metal handle 75mm 30 nos

203 Supplying Drawer pull metal handle 150 mm 30 nos

204 Supplying Flip Hinges for table 40 nos

205 Supplying 15 mm thick ,light weight , fully perforated square/ butt edge integral densified , false ceiling tiles of size 595*595 mm

20 smt

206 Supplying Kota stone slab 20 mm to 25 mm thick (semi-polished)

30 smt

207 Supplying Flush Valve for Cistern (for Cera or equivalent)

30 nos

208 Supplying Inlet Valve for Cistern (for Cera or equivalent)

30 nos

209 Supplying Bottom sheet foe Flush valve for cistern (for Cera or equivalent)

10 nos

210 Supplying Knob with rod for Cistern(for Cera or equivalent)

15 nos

211 Soft close seat cover for Cistern ( for Cera or equivalent)

8 nos

212 Supplying Ceramic Lid for cistern (for Cera or equivalent)

10 nos

213 Supplying Two way brass CP Bibcock 15 mm 15 nos

214 Supplying Supplying UPVC ball valve

a) 15 mm 10 nos

b) 20 mm 10 nos

215 Supplying & Providing Chlorinated polyvinyl Chloride (CPVC) threaded End plug for fittings:

a) 15 mm 10 nos

b) 20 mm 10 nos

Total Rate for Part “C” in figure ( inclusive all taxes i.e. GST etc) ;- (_______________________________________________________________________ ________________________________________________________________________) Signature of Contractor with seal: