regional office (maharashtra) employees' state …€¦ · (instruction read and complied/term...

25
(Instruction read and Complied/Term and Conditions Accepted) Page 1 (Sign and Seal of Bidder) REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE INSURANCE CORPORATION (Ministry of Labour& Employment, Government of India) Regional Office, PanchdeepBhavan, N.M Joshi Marg, Lower Parel, Mumbai-400013 Phone: 022- 61209775 /97 Web Site: www.esic.nic.in &www.esicmaharashtra.gov.in e-mail id : [email protected]. e - TENDER FOR “COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI. BID DOCUMENT Issued by:- (Additional Commissioner)

Upload: others

Post on 10-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 1 (Sign and Seal of Bidder)

REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE INSURANCE CORPORATION

(Ministry of Labour& Employment, Government of India) Regional Office, PanchdeepBhavan, N.M Joshi Marg,

Lower Parel, Mumbai-400013 Phone: 022- 61209775 /97

Web Site: www.esic.nic.in&www.esicmaharashtra.gov.in e-mail id : [email protected].

e - TENDER FOR

“COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE

HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI.”

BID DOCUMENT

Issued by:-

(Additional Commissioner)

Page 2: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 2 (Sign and Seal of Bidder)

Name of Work : COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI(EAST),MUMBAI.

INDEX

Sl. No

Subject Annexure Page No.

1. Notice Inviting Tender A 03 2. Instructions to the Bidders for e-tendering B 05 3. Eligibility Condition C 06 4. Instructions to bidders D 07

5. Scope of work E 12 6. Contract Agreement F 18

7. Technical Bid Performa G 20

8. Experience of Company H 22

9. Undertaking I 23

10. Consent letter from eligible associate agency of minor Component of work

J 24

11. Financial Bid K 25

Page 3: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 3 (Sign and Seal of Bidder)

ANNEXURE-A

REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE INSURANCE CORPORATION

(Ministry of Labour& Employment, Government of India) Regional Office, PanchdeepBhavan, N.M Joshi Marg,

Lower Parel, Mumbai-400013 Phone: 022 61209797 /75

Web Site: www.esic.nic.in&www.esicmaharashtra.gov.in e-mail id : [email protected]

Notice Inviting e-Tender

NAME OF WORK: COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED

AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI. E-tender in two bid system through e-procurement solution are invited from eligible contractors/Vendors/Company/Firms for ‘COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI(EAST),MUMBAI,.

Sl. Item Detail 1 Name of work COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE

DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI.

2 CAMC Period 03 Years 4 Earnest

Money Deposit (EMD)

The amount of Earnest Money Deposit (EMD) is Rs.50,000/- which shall be in the form of deposit at call receipt of a Scheduled Bank/ Fixed Deposit receipt of Scheduled Bank/Demand Draft of scheduled Bank issued / drawn in favour of ‘ESI FUND ACCOUNT No.1’, payable at Mumbai.

5 Tender Document

The tender document may be downloaded from www.esic.nic.in / tenders, www.esicmaharashtra.gov.in and https://esictenders.eproc.in from 08/03/2019 at 11:30AM to 28/03/2019 till 05:00PM.

6 Last Date of submission

Technical bid and Financial bid must be submitted online at https://esictenders.eproc.in during period 08/03/2019 at 11:30AM to 28/03/2019 till 05:00PM. Bid submitted through any other mode shall

Page 4: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 4 (Sign and Seal of Bidder)

not be entertained. 7 Date of

opening of tender:

The technical bids of tenders shall be opened in the presence of the tenderers who desire to be present on 29/03/2019 at 11:00AM in conference hall at 3rd Floor, RO Lower Parel, Mumbai. In case 29/03/2019 is declared a public holiday, tenders shall be opened as per above schedule on next working day. The date for opening of Financial Bid of those bids who found Technically qualified shall be communicated separately.

Additional Commissioner Employees’ State Insurance Corporation,

Page 5: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 5 (Sign and Seal of Bidder)

Annexure-B

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 and 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.ipg-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 Banking for participating in the Tender. Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Page 6: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder)

Annexure-C

ELIGIBILITY CRITERIA FOR BIDDERS

1. The bidder should have minimum two years experience as on last day of the month

previous to the one in which tenders are invited, in similar nature of works in Central Govt. offices/ State Govt. offices/ attached offices/ statutory bodies/ PSU departments.

2. The Bidder should have valid Fire Licenses from Maharashtra Fire service.

3. The Bidder should be an income tax assesse and should have filed income tax return for the last three assessment year.

4. Average Annual Financial turnover during the immediate last 3 consecutive financial years should be at least Rs. 25,00,000/- (Rupees Twenty Five Lacks) copies of balance Sheets signed by Chartered Accountant to be submitted online.

5. The bidder could be a sole proprietary concern/partnership firm or a company and should be registered of Firms/Companies wherever applicable.

6. The company/ firm/bidder should have valid GST No., P.F registration, ESI registration etc.

7. Experience of having satisfactory successfully completed similar nature of work such as CAMC works of Fire fighting, Fire alarm systems & PA system.

8. The bidder must have to submit a Self-Certificate that they have not been indicted for any criminal, fraudulent or anti-competition activity and have not been blacklisted by any Govt. departments or otherwise.

Page 7: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 7 (Sign and Seal of Bidder)

Annexure- D INSTRUCTIONS TO THE BIDDERS

1. Earnest Money Deposit : 1.1. The Earnest Money of Rs. 50,000/-in the form of deposit at call receipt of a

scheduled Bank/Fixed Deposit receipt of Scheduled Bank/Demand Draft of scheduled Bank issued / drawn in favor of ‘ESI FUND ACCOUNT No.1’, payable at Mumbai shall be dropped on or before 28/03/2019 till 05:00PM in the tender box placed at Construction branch, ESIC Regional Office, Lower Parel, Mumbai. The bids received without submission of EMD will summarily be rejected.

1.2. EMD shall be placed in separate sealed cover by writing the “COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI.” on the envelope. If the Earnest Money is not found as per the prescribed manner then Technical/Financial Bid shall not be opened.

1.3. EMD as above mentioned will be accepted in above manner shall accompany the bid.

1.4. EMD shall remain valid for a period of 90 days. A bid received without Bid Security (EMD) shall be rejected at the bid opening stage.

1.5. The earnest money shall be refunded to the unsuccessful tenderers after finalization of the contract.

1.6. No interest is payable on the EMD/SD. 1.7. The bid security (EMD) may be forfeited, if a bidder withdraws his bid during the

specified period of bid validity, specified in the bid documents. In the case of successful bidder, if the bidder fails to submit the agreement bond along with Performance Guarantee within time specified in the Tender document after awarding of the contract, ESIC shall without prejudice to any other right or remedy available in Law, be at liberty to forfeit the earnest money absolutely.

1.8. Letter of authorization to attend bid opening.

2. Submission of bids:- 2.1. Each and every page of the tender documents should bear the stamp and

signature of the person whose name registration exists or he/she shall be authorized legally or any representative by clearly mentioning the name and stating that the person can sign the tender documents on his behalf. Format enclosed shall be filled without exception.

2.2 The tenderer should take care to upload online all the information sought by the Employees' State Insurance Corporation in prescribed formats. Also, the tenderer has to upload online the scan copy of following documents along with the technical bid.

Page 8: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 8 (Sign and Seal of Bidder)

(a) E.M.D. of Rs. Rs. 50,000/- (Rupees fifty thousand only) (b) Valid Fire License from Maharashtra Fire service.

(c) PAN Card

(d) Clause by clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid documents in online submission.

(e) Certificate of Incorporation/ Shop & Establishment Registration Certificate of Firm/

Memorandum and Article of Association/ Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc. as the case may be.

(f) Balance sheet/ P & L Account for last three financial years (i.e. for the year 2015-16, 2016-17, 2017-18).

(g) Income Tax Return of the Firm for last three financial years (i.e. for the year 2015-16, 2016-17, 2017-18).

(h) GST registration Certificate.

(i) Annual turnover of works for immediate last 3 consecutive financial years i.e. for the year 2015-16, 2016-17, 2017-18, duly certified by Chartered Accountant.

(j) Satisfactory completion certificate of similar nature of work (k) Registration Certificate of the firm under ESIC.

(l) Registration Certificate of the firm under EPFO.

(m) Registration certificate of the firm under the Contract Labour (Regulation & Abolition) Act 1970 & Contract Labour Central Rule (Regulation & Abolition) 1971, if applicable.

(n) Professional Tax Registration Certificate.

(o) A self-certificate that they have not been indicted for any criminal, fraudulent or anti-competition activity and has not been blacklisted by any Govt. departments or otherwise.

(p) Complete Bank Details/ Cancelled Cheque

Technical bid shall be opened on the date as mentioned in NIT. The financial bid of the tender shall be opened only for the tenders, which qualify in the technical bid. The date of opening of Financial Bid will be communicated separately

Page 9: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 9 (Sign and Seal of Bidder)

2.3 Financial Bid: Financial bid must be submitted online only athttps://esictenders.eproc.in.The financial bid of the tenderers, whose technical bid is found to be qualified, will be opened in the presence of the tenderers, who desire to attend the opening of financial bid.

3. EMD (as per Annexure-‘D’-1.1) may be dropped in the tender box placed at following address :

Construction Branch Regional Office Employees State Insurance Corporation Panchdeep Bhavan-108, N.M. Joshi Marg, Lower Parel, Mumbai-400013

4. The site for the work can be seen on any working days during office hours by

contacting ‘Branch Officer, Construction Branch,Employees’ State Insurance Corporation, Panchdeep Bhavan-108, N.M. Joshi Marg, Lower Parel, Mumbai-13’.The tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting the tenders, the form and nature of site, the means of access to the site etc. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.

5. Canvassing whether directly or indirectly, in connection with tenders strictly

prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

6. The work shall remain open for acceptance for a period of 90 days from the date of

opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance/Indent whichever is earlier or makes any modifications in the terms and conditions of the tender which are not acceptable by the ESIC and, shall be without prejudice to any other right or remedy, be at liberty to forfeit 100% of the said earnest money.

7. Rights of Acceptance/ Rejection: Additional Commissioner, ESI Corporation, Maharashtra reserves the right to reject all or any tender in whole, or in part, without assigning any reason thereof. The competent authority on behalf of ESIC does not bind himself to accept the lowest or any other tender and reserves the right to reject any or all of the tenders without assigning any reasons thereof. All the tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

Page 10: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 10 (Sign and Seal of Bidder)

8. PERFORMANCE GUARANTEE:

8.1 The successful contractor will be required to furnish an PERFORMANCE GUARANTEE of

10% (Ten percent) of the value of the contract as specified in the bid documents of successful bidder in addition to other deposit mentioned elsewhere in the contract for his proper performance of the contract (not withstanding and /or without prejudice to any other provisions in the contract) within 10 days from the date of issue of letter of acceptance of tender.

8.2 The guarantee shall be in the form of Demand Draft/ Banker’s Cheque or of Fixed Deposit Receipts pledged to ‘ESI Fund A/c No. 1’ Payable at Mumbai of any scheduled bank or the State Bank of India in , a fixed deposit receipt of any bank is furnished by the contractor to ESIC as a part of performance guarantee and the bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith on demand furnish additional security to ESIC to make good the deficit. No interest shall be payable on performance security.

8.3 The Performance Guarantee shall be initially valid for a period up to 365 days beyond the Stipulated Contract Period. In case the Contract Period of work gets extended, the contractor shall get the validity of Performance Guarantee extended, at his own cost; to cover such extended time for Contract Period.

8.4 EMD shall be returned to the successful bidder after receiving Performance Guarantee from he/she/them and making Contract Agreement with him/her/them.

9. Letter of Acceptance of tender/Work Order shall be issued in the first instance to the

successful tenderer with the decision/approval of the competent authority and letter for commencement of work awarded shall be issued only after the Performance Guarantee in the prescribed form is received from the successful tenderer/contractor. In case of failure of the contractor to furnish the Performance Guarantee within the specified period, the ESIC shall without prejudice to any other right or remedy available in Law, be at liberty to forfeit the earnest money absolutely.

10. On acceptance of the tender, the name of the accredited representative(s) of the contractor, who would be responsible for taking instructions from the Engineer/Authority, shall be communicated in writing to the ESIC.

11. Central Sales Tax, Local Sales Tax, VAT, Purchase Tax, Turn over Tax, Service Tax, GST

or any other tax, wherever applicable, inclusive of all cess and all duties in respect of the contract, must be payable by the contractor. The ESIC, will not entertain any claim what so ever in respect of the same.

Page 11: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 11 (Sign and Seal of Bidder)

12. Rates quoted by the Contractor/Tender shall be deemed to have inclusive of cost of manpower, material, machinery, tools, plants, GST etc. & all taxes including GST, duties, levies, Cess, ESI, EPF, Insurance etc. No escalation of whatsoever nature, shall be payable.

13. The tenderers shall produce their valid enlistment with the appropriate authority for

all types of Taxes, GST, Cess, Duty, Contribution etc.

14. Award of work :

i The selection of the agency will be at the sole discretion of the Employees State Insurance Corporation, who reserves the right to accept one or to reject any or all the tenders without assigning any reasons thereof.

ii The contract shall be awarded to the best qualified responsive tender. iii Upon evaluation of offers, the written notification for award of contract will be

intimated to the successful tenderer to start the work.

Additional Commissioner, Employees' State Insurance Corporation

Sign& Seal of the Contractor : ...........................................

Date : .................................

Place: .................................

Page 12: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 12 (Sign and Seal of Bidder)

Annexure - E

SCOPE OF WORK

Details of Premises/buildings :

Serial No. Name and Address of Building Nature of Facility 1 COMPREHENSIVE ANNUAL MAINTENANCE

CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRANT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI(EAST),MUMBAI

300 bedded Hospital

a. The work consists of the proposed monthly maintenance work of Fire Detection, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA system etc. Installed in said buildings In accordance with Maharashtra Fire prevention and Life Safety Measure Act/Rules. b. All tools, plants, equipment & manpower etc. to carry out the fire works at site are to be provided by the agency free of cost. c. Fire Officer should be available at site whenever required. d. Whenever there is requirement of any kind of materials or any part relating to Fire Fighting & Fire Alarm system, the agency shall provide such materials or part without any delay free of cost.

e. The contractor shall strictly comply all terms and conditions of the tender document and also in accordance Maharashtra Fire Prevention and Life safety measure Act (as amended up-to-date).

f. The Engineer/Technician of contractor/vendor shall visit monthly on said building and perform service/maintenance work of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguisher and PA system as per prescribed detail.

Page 13: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 13 (Sign and Seal of Bidder)

g. The maximum response time for a maintenance/Breakdown complaint shall not exceed 04 (four) hours in working days and 06 (Six) hours for non-working days. The contractor must be ready to provide round the clock emergency services at a short notice.

h. The Contractor must supply Certified Manpower for operating the Fire Alarm, Fire Hydrant & Sprinkler System, Fire Extinguisher, PA system & shall be in uniform on duty always without fail.

i. The agency shall always keep the Fire system/pump room site clean. j. The agency shall do the fire mock drill of Fire system at least once in a every six

months or as per fire norms k. The agency shall also train the housekeeping & maintenance staffs deployed for Fire

fighting job, in addition to this the agency shall provide training to staff & officers of ESI Hospital,Kandivali

l. The agency must submit six monthly valid Form- B to the local Fire department in accordance Maharashtra Fire Prevention and Life safety measure Act (as amended uptodate).

m. To ensure proper operation & maintenance of fire safety and fire fighting equipments installed and carry out the fire fighting/ rescue operation in case of fire or accident in the hospital premises.

n. Service report/logbook and register must be got signed after every service by engineer in charge/Hospital officials designated by the ESIC for such purpose.

o. To perform any additional special tests as required by the local fire codes. p. To organize and impart training to the occupants of buildings in first Aid, Fire fighting,

using fire Extinguisher and building evacuation during emergency situation. q. Call fire brigade in case of break out of fire and provide assistance to fire service/fire fighters in case of breakout of fire.

r. The Manpower Required shall be in the following Classification :- SR NO NAME OF THE SYSTEM NO. OF EMPLOYEES IN 3 SHIFTS

1 Fire Alarm System & PA system 3

2 Fire Hydrant and Sprinkler System 6

s. ESIC / PF / PTRC of all the employees engaged in the works in the Contractor/Vendor Scope.

t. The Contractor/Vendor shall be responsible for any injuries to the work or workmen, to persons, animals or things and for all damages to the structural and / or decorative part of property which may arise from the maintenance/servicing of fire hydrant & sprinkler system of said buildings.

u. The contractor/vendor shall submit monthly maintenance/service report with all details to ESIC staff/Engineer and it will be verified/ signed by hospital staff.

v. Payment of Comprehensive Annual Maintenance Contract shall be made by the ESIC on quarterly basis against service certificate and invoice.

Page 14: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 14 (Sign and Seal of Bidder)

w. The contractor/vendor shall maintain the data sheet of the equipment (Annexure-I) of Fire Detection, Fire Hydrant & Sprinkler system, Fire Extinguisher and PA system.

x. If service/maintenance work will found unsatisfactory during CAMC period then there

will penalty of Rs. 10,000/- and agreement may be terminated by giving 15 days prior notice to the vendor/contractor

y. The comprehensive AMC of Fire Detection, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA system will be 03(three) years. It will be reviewed on every year and in case of unsatisfactory performance, the CAMC agreement may be terminated during the period after giving 15 days notice.

z. Details of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguisher and PA system as given below:-

A. Fire Detection System

SR NO FIRE ALARM INSTALLATION QTY

1 5 Loop Morley Panel 8

2 Morley Smoke Detectors 2307

3 Morley Heat Detectors 16

4 Morley Manual Call points 80

5 Morley Sounders 80

6 Morley Monitor Modules 119

7 Morley Control Modules 119

8 Morley Isolator Modules 108

9 Power Supply 8

10 Response Indicators 656

Page 15: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 15 (Sign and Seal of Bidder)

B. Fire Hydrant & Sprinkler System –

SR NO FIRE FIGHTING INSTALLTION QTY

1 Electrically Driven Main Pump for Hydrant System 2800 LPM , 75HP , 80M Head

1

2 Electrically Driven Jockey Pump for Hydrant System 180LPM, 75M Head

1

3 Electrically Driven Main Pump for Sprinkler System 2280LPM, 60HP

1

4 Electrically Driven Jockey Pump for Sprinkler System 180LPM, 75M Head

1

5 Diesel Driven Fire Service Pump 2400lpm, 85M Head 1

6 Booster Pump 900 LPM , 35M Head & 450LPM 1

7 Fire Pump Control Panel 1

8 68 Deg Sprinklers Std Response 2420

9 Hydrant Post 14

10 Double Door Hose Box with RRL Hose 14

11 Short Branch Pipe 14

C. PA System- SR NO PUBLIC ADDRESS INSTALLTION QTY

1 Bosch Main Controller 1

2 480W Amplifier 6

3 240W Amplifier 2

4 Voice Alarm Call station 4

Page 16: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 16 (Sign and Seal of Bidder)

5 Call station Keypad 4

6 6 Watt Ceiling Speaker 784

7 Volume Control 163

8 Music Player 1

D. Fire Extinguishers- SR NO EXTINGUISHER INSTALLTION QTY

1 ABC Type 87

2 CO2 Type 4.5KG 64

3 WATER CO2 Type 9LTRS 55

(Note:- Details of items are tentative, there may be some variations in actual installations. All equipment pertaining to the system shall come under vendor’s scope. Bidder may take a visit to the premises before quoting after obtaining permission by us.)

Work Schedule-

(1) Fire Detection System- a. Checking and functioning of fire detection system with all items. b. Testing of each fire loop for proper functioning. c. Removing of all faults (if any) like earth fault, open circuit, fire fault, low battery etc. d. Checking and Testing of Fire Detector, MCP, and Fire Hooters etc. e. Check event history of fire panel and analysis the reason for rectification. f. Cleaning of all fire detectors on half yearly basis. g. All maintenance work should comply IS 2189:1999

(2) Fire Hydrant & Sprinkler System- a. Checking and operating of all Fire Pumps, electric panels. Check noise, vibration and

temperature of pumps

b. Checking, Oiling and Servicing of all fire hydrant outlets, sluice valves, butterfly valves, air release valve and alarm valves, fire hoses, fire hose box, Hose reels, pressure gauge, pressure switch, alarm gauge etc..

c. Replacing of gasket & Washer ( if leakage/faulty are noticed)

d. Checking of batteries, fan belt, temperature gauge, Fuel gauge etc. of diesel generator fire pump.

e. Polishing of all gun metals items like hydrant outlet, branch pipe on quarterly basis.

Page 17: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 17 (Sign and Seal of Bidder)

f. Recalibration of all measuring instrument like pressure switch, pressure gauge etc. and greasing of pump shaft and sluice valve/butterfly valve on quarterly basis.

g. Full running discharge test of fire hydrant & sprinkler system (At least 10 minute)

h. Testing of sprinkler bulb, Earthing system, NRV, Foot Valves, Oil Filter, air Filter, engine oil etc. on yearly basis.

i. All maintenance work should be done as per BIS 3844/1989 and 15105/2002

Fire Extinguisher-

a. Visual checking and cleaning of all fire extinguishers including vent hole, port hole, nozzle etc.

b. Maintenance and refilling of fire extinguisher shall comply BIS 2190:2010.

c. The refilling periodicity of fire extinguisher shall be 1 years for DCP/ABC and Water CO2 type fire extinguisher and 5 years for CO2 fire extinguisher

d. Hydraulic testing of fire extinguisher shall be taken before refilling of fire extinguishers.

PA System-

a. Checking and testing of amplifier, main controller, speakers, key pads etc. b. Checking of quality of announcement on all floors.

Page 18: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 18 (Sign and Seal of Bidder)

Annexure - F

CONTRACT AGREEMENT

This CONTRACT (hereinafter called the “Contract”) is made on the …………….. day of the month of ____________________ between Additional Commissioner, Regional Office, Employees' State Insurance Corporation, Panchdeep Bhavan-108, N.M Joshi Marg, Lower Parel, Mumbai-13 on the one hand (hereinafter called the Employer) and on the other hand ………………………………………….(hereinafter called the Contractor).

WHEREAS The Employer has accepted the offer of the Contractor to provide- COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI

AND WHEREAS The Contractor, having represented to the Employer that they have the required professional skills, personnel and technical resources, have agreed to provide the services and execute the works on the terms and conditions set forth in this Contract Agreement. Now therefore the parties here to/ hereby agree as follows:

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

1 Notice Inviting Tender Annexure 'A'

2 Eligibility Condition Annexure 'C'

3 Instruction to the bidders Annexure 'D'

4 Scope of work Annexure 'E'

5 Financial Bid

Annexure-K

2.0 The mutual rights and obligations of the Employer and the Contractor shall be as set forth in the contract in particular: a) The Contractor shall carry out the services in accordance with the provisions of the contract

and Maharashtra Fire Prevention and Life Safety Major Act/Rule (As amended upto date).

b) The Employer shall make payments to the contractor in accordance with the provisions of the contract.

Page 19: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 19 (Sign and Seal of Bidder)

In witness whereof, the parties here to have caused this contract to be signed in their respective names as of the day and year first above written.

Signature & Seal of Contractor Additional Commissioner, Dated ……………… at ___________ Employees' State Insurance Corporation,

PanchadeepBhavan, N.M. Joshi Marg, Lower Parel, Mumbai-400013

Page 20: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 20 (Sign and Seal of Bidder)

Annexure - G

TECHNICAL BID PERFORMA

1. GENERAL INFORMATION NAME OF THE AGENCY/ FIRM ALONG WITH ADDRESS AND TELEPHONE / MOBILE NO AND E-MAIL ADDRESS .

NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS

TYPE OF FIRM (Proprietorship/ Partnership / Pvt. Ltd/Ltd.)

BANK ACCOUNT NUMBER WITH BANK NAME,IFSC Code AND ADDRESS

2. STATUTORY AND OTHER REQUIREMNTS:

Particulars Registration Number Copy Enclosed (Yes/No)

Certificate of Incorporation/ Registration of Firm

Valid License issued by Maharashtra Fire service for Fire Fighting system & Detection, Alarm system

Valid copy of ESI Registration

Valid copy of EPF Registration GST Registration upto date file return.

PAN No. under Income Tax

Professional Tax Registration

Page 21: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 21 (Sign and Seal of Bidder)

3. DETAILS OF COMPLETED WORK :

Name of Government Body

Details of the Completed Works of Similar Nature

Cost of the Completed Works

Copy of Certificate issued by Govt. Body Enclosed (Yes/No)

4. DETAILS OF BALANCE SHEET/ P&L ACCOUNT DURING LAST THREE FINANCIAL YEAR :

Financial Year Copy Enclosed (Yes/No)

Income (Rs.) Expenditure (Rs.) Net Profit/ Loss (Rs.)

2015-16

2016-17

2017-18

5. COPIES OF INCOME TAX RETURN DURING LAST THREE FINANCIAL YEAR :

Financial Year Income Tax Return Enclosed (Yes/No)

2015-16 2016-17 2017-18

Sign & Seal of Contractor: ........................................... Date : ................................. Place: .................................

Page 22: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 22 (Sign and Seal of Bidder)

Annexure –H

EXPERIENCE OF COMPANY

Experience of similar nature of completed work as per eligibility condition.

1 Project title & 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 similar nature of work as per completion Certificate

6 Date of start of the work

7 Date of completion of the work

8 Completion Certificate issued by

7 Any other details

NOTE :-

Supporting authenticated documents, like completion certificates from the client in support of each of the above works/project to be furnished in original when asked for.

Sign& Seal of Contractor: ...........................................

Date : .................................

Place: .................................

Page 23: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 23 (Sign and Seal of Bidder)

Annexure- I

UNDERTAKING

1. I/we, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

2. The rates quoted by me are valid and binding upon me for the entire period of contract. 3. The earnest money of Rs. _____________________has been deposited by me vide

demand Draft/ Banker Cheque no. ___________ dated: ___________ drawn on Bank___________________ Branch__________________.

4. I/we hereby undertake to provide the service as per directions given in the tender document order within stipulated period.

5. I/We give the rights to Additional Commissioner to forfeit the earnest money deposited by me/us if any delay occur on my/agent’s part of failed to provide the service within the scheduled time or service of desired quality.

6. This is to declare and certify that the neither myself nor my firm has ever been blacklisted by any Govt. /Semi Govt./Public/Private Institution.

7. I/We hereby certify that the firm posses all the required license/ certification to perform the work.

Sign & Seal of Contractor: ________________

Full Name: ________________

Designation: _________________

Date: _____________________

Place: ______________________.

Page 24: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 24 (Sign and Seal of Bidder)

ANNEXURE-J

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR COMPONENT OF WORK

Name of work: - ___________________________________________________________.

1. I / We hereby give my consent to associate with M/s …………………………………, for executing the minor component of work of …….……… (Mention category).

2. I / We will execute the work as per specifications and conditions of the agreement and as per directions of the Engineer –in-Charge for the corresponding minor work till the Completion of the work.

3. I / We will be responsible for necessary action to handover the installations and for rectification of defects and repair during the maintenance / warranty period.

4. Also I / We will employ full time technically qualified Engineer / supervisor/Fireman for the minor component of the work as required for the work. I / We will attend inspection of officers of the department as and when required.

Date: Signature with date of Major component Signature with date of Associate/ Minor Component Contractor Contractor Address Address 1. Witness with address (From major component contractor side) 2. Witness with address (From minor component contractor side)

Page 25: REGIONAL OFFICE (MAHARASHTRA) EMPLOYEES' STATE …€¦ · (Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder) Annexure-C ELIGIBILITY CRITERIA

(Instruction read and Complied/Term and Conditions Accepted) Page 25 (Sign and Seal of Bidder)

Annexure-K

FINANCIAL BID Name of Work: COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE

DETECTION, FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST), MUMBAI.

Sr. No. Description of works Year Amount(Rs.)

1

COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) OF FIRE DETECTION,

FIRE HYDRENT & SPRINKELER, FIRE EXTINGUISHER AND PA SYSTEM

INSTALLED AT ESIS HOSPITAL, KANDIVALI (EAST),MUMBAI.

1st Year

2nd Year

3rd Year

Grand Total