tender document nit no: c/ag-12/22/lift/2019-const/dgp€¦ · document including integrity pact...

103
Page 1 of 103 REGIONAL OFFICE, Kolkata, West Bengal & Sikkim Region EMPLOYEES' STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Government of India) Regional Office, Plot No. 6, GB Block, Salt Lake, Sector – 3, Kolkata - 700097 Phone: 033-23356021 Fax: 033-23351956. Web Site: www.esic.nic.in TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP NAME OF WORK: - SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL

Upload: others

Post on 27-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 1 of 103

REGIONAL OFFICE, Kolkata, West

Bengal & Sikkim Region

EMPLOYEES' STATE INSURANCE CORPORATION

(Ministry of Labour & Employment, Government

of India) Regional Office, Plot No. 6, GB

Block, Salt Lake, Sector – 3, Kolkata -

700097

Phone: 033-23356021 Fax: 033-23351956.

Web Site: www.esic.nic.in

TENDER DOCUMENT

NIT NO: C/AG-12/22/Lift/2019-Const/DGP

NAME OF WORK: - SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE

NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL

DURGAPUR, WEST BENGAL

Page 2: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 2 of 103

INDEX

Sl. No. Contents Page

(A) Part – I Technical Bid

1. Instructions for Online Bid

Submission 03 - 07

2. INDICATIVE CRITICAL DATE SHEET 08

3. Notice Inviting e-Tender 09

4. Eligibility / Evaluation criterion 10

5. Information & Instructions to

Bidders

11 - 14

6. Integrity Pact 15 - 23

7. Letter of Transmittal &Tender 24 - 26

8. Proforma of Schedule 27 - 29

9. Form of Performance Guarantee 30 - 31

10. Contract Agreement 32 - 35

11. General Conditions of Contract 36 - 65

Scope of work 66 - 73

12. Technical Terms and Conditions 74 - 91

13. Technical Parameter

92 - 95

14. Special Terms and condition 96

15 Make list 97

16 Measurement Book 98

17 Part II : Price Bid (BOQ) 99 - 100

18 Technical Bid Performa 101 - 102

Page 3: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 3 of 103

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids

electronically on the CPP Portal, using valid Digital Signature

Certificates. The instructions given below are meant to assist

the bidders in registering on the CPP Portal, prepare their

bids in accordance with the requirements and submitting their

bids online on the CPP Portal.

More information useful for submitting online bids on the CPP

Portal may be obtained at: https://eprocure.gov.in/eprocure/app

REGISTRATION

1) Bidders are required to enroll on the e-Procurement

module of the Central Public Procurement Portal (URL:

https://eprocure.gov.in/eprocure/app) by clicking on the

link “Online bidder Enrollment” on the CPP Portal which

is free of charge.

2) As part of the enrolment process, the bidders will be

required to choose a unique username and assign a

password for their accounts.

3) Bidders are advised to register their valid email

address and mobile numbers as part of the registration

process. These would be used for any communication from

the CPP Portal.

4) Upon enrolment, the bidders will be required to register

their valid Digital Signature Certificate (Class III

Certificates with signing key usage) issued by any

Certifying Authority recognized by CCA India (e.g. Sify /

TCS / nCode / eMudra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder.

Please note that the bidders are responsible to ensure

that they do not lend their DSC’s to others which may

lead to misuse.

6) Bidder then logs in to the site through the secured log-

in by entering their user ID / password and the password

of the DSC / e-Token.

Page 4: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 4 of 103

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal,

to facilitate bidders to search active tenders by

several parameters. These parameters could include

Tender ID, organization Name, Location, Date, Value,

etc. There is also an option of advanced search for

tenders, wherein the bidders may combine a number of

search parameters such as Organization Name, Form of

Contract, Location, Date, Other keywords etc. to search

for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are

interested in, they may download the required documents/

tender schedules. These tenders can be moved to the

respective ‘My Tenders’ folder. This would enable the

CPP Portal to intimate the bidders through SMS / e-mail

in case there is any corrigendum issued to the tender

document.

3) The bidder should make a note of the unique Tender ID

assigned to each tender, in case they want to obtain any

clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should consider any corrigendum published on the

tender document before submitting their bids.

2) Please go through the tender advertisement and the

tender document carefully to understand the documents

required to be submitted as part of the bid. Please note

the number of covers in which the bid documents have to

be submitted, the number of documents - including the

names and content of each of the document that need to

be submitted. Any deviations from these may lead to

rejection of the bid.

3) Bidder, in advance, should get ready the bid documents

to be submitted as indicated in the tender document /

schedule and generally, they can be in PDF / XLS / RAR /

DWF/JPG formats. Bid documents may be scanned with 100

dpi with black and white option which helps in reducing

size of the scanned document.

Page 5: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 5 of 103

4) To avoid the time and effort required in uploading the

same set of standard documents which are required to be

submitted as a part of every bid, a provision of uploading such

standard documents (e.g. PAN card copy, annual reports, auditor

certificates etc.) has been provided to the bidders. Bidders

can use “My Space” or ‘’Other Important Documents’’ area

available to them to upload such documents. These documents may

be directly submitted from the “My Space” area while submitting

a bid, and need not be uploaded again and again. This will lead

to a reduction in the time required for bid submission process.

5) SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid

submission so that they can upload the bid in time i.e.

on or before the bid submission time. Bidder will be

responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required

bid documents one by one as indicated in the tender

document.

3) Bidder has to select the payment option as “offline” to

pay the tender fee / EMD as applicable and enter details

of the instrument / scan copy.

4) Bidder should prepare the EMD as per the instructions

specified in the tender document. The original should be

posted/couriered/given in person to the concerned official,

latest by the last date of bid submission or as specified in

the tender documents. The details of the DD/any other accepted

instrument, physically sent, should tally with the details

available in the scanned copy and the data entered during bid

submission time. Otherwise the uploaded bid will be rejected.

The bidder is liable to pay EMD wherever applicable to

pay the EMD, within the time limit as specified, through

ESIC Challan only.

5) Bidders are requested to note that they should

necessarily submit their price bids in the format

provided and no other format is acceptable. If the price

bid has been given as a standard BOQ format with the

tender document, then the same is to be downloaded and

to be filled by all the bidders. Bidders are required to

Page 6: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 6 of 103

download the BOQ file, open it and complete the white

colored (unprotected) cells with their respective

financial quotes and other details (such as name of the

bidder). No other cells should be changed. Once the

details have been completed, the bidder should save it

and submit it online, without changing the filename. If

the BOQ file is found to be modified by the bidder, the

bid will be rejected.

6) The server time (which is displayed on the bidders’

dashboard) will be considered as the standard time for

referencing the deadlines for submission of the bids by

the bidders, opening of bids etc. The bidders should

follow this time during bid submission.

7) All the documents being submitted by the bidders would

be encrypted using PKI encryption techniques to ensure

the secrecy of the data. The data entered cannot be

viewed by unauthorized persons until the time of bid

opening. The confidentiality of the bids is maintained

using the secured Socket Layer 128 bit encryption

technology. Data storage encryption of sensitive fields

is done. Any bid document that is uploaded to the server

is subjected to symmetric encryption using a system

generated symmetric key. Further this key is subjected to

asymmetric encryption using buyers/bid opener’s public

keys. Overall, the uploaded tender documents become

readable only after the tender opening by the authorized

bid openers.

8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

9) Upon the successful and timely submission of bids (i.e.

after Clicking “Freeze Bid Submission” in the portal),

the portal will give a successful bid submission message

& a bid summary will be displayed with the bid no. and

the date & time of submission of the bid with all other

relevant details.

10) The bid summary has to be printed and kept as an

acknowledgement of the submission of the bid. This

acknowledgement may be used as an entry pass for any bid

opening meetings.

ASSISTANCE TO BIDDERS

Page 7: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 7 of 103

1) Any queries relating to the tender document and the

terms and conditions contained therein should be

addressed to the Tender Inviting Authority for a tender

or the relevant contact person indicated in the tender.

Any queries relating to the process of online bid submission or

queries relating to CPP Portal in general may be directed to

the 24x7 CPP Portal Helpdesk. The contact number for the

helpdesk is 1800 233 7315. Foreign bidder can get help at +91-

79-40007451 to 460.

Page 8: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 8 of 103

CRITICAL DATES & TIME

Name ………………………………………………..

Address ………………………………………………..

………………………………………………..

………………………………………………..

Phone No ………………………………..………………

Email Id ………………………………..………………

Seal of the Firm

……………………………………………

Sl. No. Particulars Date & Time

1 Date of uploading of N.I.T. & other Documents (Publishing Date)

24.06.2020

2 Documents download/sell start date 24.06.2020 1:00 P.M.

3 Documents download/sell end date 15.07.2020 1:00 P.M.

4 Bid submission start date 24.06.2020 1:00 P.M.

5 Bid Submission closing 15.07.2020 1:00 P.M.

6 Technical Bid opening date 16.07.2020 3:00 P.M

7 Financial Bid opening date To be notified later

8 Bid Security/EMD(Demand Draft in favour of ESIC Fund A/c No.1 payable at Kolkata)

Rs. 48,000.00

Page 9: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 9 of 103

EMPLOYEES’ STATE INSURANCE CORPORATION

Plot No. 6, GB Block, Salt Lake, Sector – 3,

Kolkata-700097

NOTICE INVITING e – TENDER

The AC & RD, ESI Corporation, Regional Office, West Bengal

& Sikkim Region invites on behalf of the Director General, ESI

Corporation online e-tender (in two bids) through e-tendering

mode from eligible Agencies/ Contractor for work of SUPPLY

INSTALLATION TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED

LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL as detailed below:

S.No. Particulars Details

1. Name of work

SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE

NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL

DURGAPUR, WEST BENGAL

2. Estimated Cost Rs.24,00,000.00/-

3.

Earnest

money

Deposit

Rs.48,000.00/-

4. Period of Work 06 Months/ 180 days

Any change in the tender shall be uploaded in the below

mentioned website only, hence the tenderers may visit the website

regularly (https://eprocure.gov.in/eprocure/app & www.esic.nic.in)

to make themselves aware about the information related to the

bidding.

AC & RD

Page 10: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 10 of 103

Eligibility evaluation criterion

1. Eligibility Criteria

The bidder must fulfill the following conditions for qualification in

the technical bid: -

Three similar completed works each costing not less than

40% of the estimated cost of the work OR two similar

completed works each costing not less than 60% of the

estimated cost of the work OR one similar completed works

each costing not less than 80% of the estimated cost of

the work executed within last three years.

(Their completion certificate along with cost of the work,

period and nature of work, performance duly signed by AC & RD

of the concerned department should be furnished)

2. The list of documents to be scanned and uploaded along with the bid:

(i) Copy of EMD.

(ii) Certificate of Relevant Work or credential duly signed by client.

(iii) Certificate of Registration for Goods and Service Tax(GST).

(iv) Copy of Pan Card.

(v) Audited balance sheet of last three years

(vi) Valid trade License.

(vii) Electrical / Lift License of appropriate class.

(viii) Annual Turnover (which should be based on CVC norms).

(ix) Audited Income and Expenditure Statement of the bidder.

(x) All the Tender Documents from Page no. 01 to 103 with Signature &

Stamp of party on each page

Page 11: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 11 of 103

Information and Instructions to Bidders :

1. The percentage rate and items rate offers from intending and

eligible Agencies / contractors are invited for ……………………. Name of

Work SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL. In

the prescribed forms and format through online mode only.

2. Bidder means the individual, proprietary firm, firm in partnership,

limited company private or public or corporation.

3. Any of the following mode may be adopted for submission of EMD by

the intended bidders: -

• The Earnest Money Deposit (EMD) for Rs.48,000.00 (Forty Eight

thousand rupees only) should be paid in the form ESIC Challan

generated online https://www.esic.nic.in and to be

deposited at any scheduled bank in favor of “ESIC FUND

A/C 1”.

• Earnest Money in the form of Demand Draft drawn in

favour of “ESIC Fund A/c No. 1” shall be scanned and

uploaded to the E-tendering website within the period

of bid submission.

The physical EMD shall be deposited at ESIC, R.O. Salt

Lake, Kolkata by such bidders in the tender box kept

with Security Office, Ground Floor or in-person to

construction cell, or may be sent through registered

post / courier before the bid submission closing date &

time failing which the bid shall be rejected and

enlistment of the agency shall be withdrawn by the

enlisting authority. The agency shall be debarred from

tendering in ESIC.

EMD of unsuccessful bidder will be returned / refunded

within one month after the award of the work to the

successful bidder.

• In case bidder is exempted by any Ministry/

Department of Government of India, for deposit of

EMD, copy of the exemption proof must be uploaded at

the time of e-bidding.

4. The bids need to be submitted only online along with all required

and relevant documents related to works experience, financial

strength etc. as per the requirement of bid documents duly

authenticated / signed by the bidder. Incomplete bid is liable to

be rejected.

5. Delayed / late and submission of bids by any other mode other

than online mode, bids will not be accepted and summarily rejected.

6. Conditional bid will not to be accepted and liable to the summarily

rejected.

7. The intending bidders must read the terms and conditions of the bid

document and satisfy himself fully with regard to their eligibility

vis – a – vis eligibility evaluation criteria and other pre -

requirements before submitting the bids.

Page 12: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 12 of 103

8. ESI Corporation reserves the right to accept or reject any bid or

annul the whole bidding process without assigning any reason

whatsoever.

9. The bid submitted shall become invalid if:

(i) The bidder is found ineligible vis – a – vis eligibility criteria.

(ii) EMD of requisite amount and in the prescribed manner is not deposited by the bidder.

(iii) The bidder does not upload all the documents as required under the bid.

(iv) Any discrepancy is noticed between the soft copies which have been uploaded online.

10. Technical bid documents submitted by the eligible and intending

bidders shall be opened only for those bidders whose EMD are found

in order. Bidders are requested to attend the tender opening in

person on specified date & time.

11. Price bids submitted by the eligible and intending bidders shall be opened only for those bidders who are found qualified based on

technical bids. The financial bid shall be opened at the notified

time, date and place in the presence of qualified bidders or their

representatives, if they wish to be present.

12. ESIC reserves the right to verify the particulars furnished by the bidder independently and if any information furnished by the bidder

is found incorrect at a later stage, the Agency shall be liable to

be debarred from tendering / taking up works in ESIC.

13. The performance guarantee shall be deposited categorically as given below: -

ARM Works: -

The bidder whose bid is accepted will be required to furnish

Performance Guarantee (PG) of 5% (Five Percent) of the bid amount

within time, as mentioned in Schedule-E, of the acceptance of the

bid in the form of Demand draft / Pay Order / Banker Cheque /

FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND

A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the

State Bank of India in accordance with the form annexed hereto

payable at Kolkata. If the successful bidder fails to deposit the

said performance guarantee within the period including the extended

period as prescribed in Schedule-F, the Earnest Money deposited by

the contractor shall be forfeited automatically without any notice

to the contractor. However, EMD shall be returned after receiving

the PG.

SR Works

The bidder whose bid is accepted will be required to furnish

Performance Guarantee (PG) of 10% (Ten Percent) of the bid amount

within time, as mentioned in Schedule-E, of the acceptance of the

bid in the form of Demand draft / Pay Order / Banker Cheque /

FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND

A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the

State Bank of India in accordance with the form annexed hereto

payable at Kolkata. If the successful bidder fails to deposit the

said performance guarantee within the period including the extended

period as prescribed in Schedule-F, the Earnest Money deposited by

the contractor shall be forfeited automatically without any notice

to the contractor. However, EMD shall be returned after receiving

the PG.

14. In addition to Performance Guarantee, Security Deposit (SD) equal to 2.5 % of the cost of work shall be deducted by ESIC from the

running bill and final bills of the Contractor towards fulfillment

of contractual obligation on the part of Contractor for ARM works

only. SD shall be released after successful completion of the

Page 13: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 13 of 103

contract in all respects and settlement of final claims by ESIC.

15. Canvassing whether directly or indirectly, in connection with

bidders is strictly prohibited and the bids submitted by the

contractors who resort to canvassing will be liable for rejection

summarily. Such bidders may not be allowed to participate in the

bidding process for ESIC works in future also.

16. The tender for the works shall remain open for acceptance for a period of Seventy five (75) days from the date of opening of bid. If

any bidder withdraws his tender before the said period or issue of

letter of acceptance, whichever is earlier, or makes any

modifications in the terms and conditions of the tender which are

not acceptable to the department, then the ESIC shall, without

prejudice to any other right or remedy, be at liberty to forfeit

50% of the said earnest money as aforesaid. Further the bidders

shall not be allowed to participate in the re-tendering process of

the work.

17. All information called for in the enclosed forms should be

furnished against the relevant columns in the forms. If for any

reason, information is furnished on a separate sheet, this fact

should be mentioned against the relevant column. Even if no

information is to be provided in a column, a "nil" or "no such

case" entry should be made in that column. If any particulars/query

is not applicable in case of the bidder, it should be stated as

"not applicable". The bidders are cautioned that not giving

complete information called for in the application forms or not

giving it in clear terms or making any change in the prescribed

forms or deliberately suppressing the information may result in the

bid being summarily disqualified.

18. References, information and certificates from the respective

clients certifying suitability, technical knowledge or capability

of the bidder should be signed by an officer not below the rank of

Executive Engineer or equivalent.

19. The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete

the envisaged work. He is, however, advised not to furnish

superfluous information. No information shall be entertained after

submission of technical bid document unless it is called for by the

Employer.

20. Method of Application: (i) If the bidder is an individual, the application shall be signed

by him above his full type written name and current address.

(ii) If the bidder is a proprietary firm, the application shall be

signed by the proprietor above his full typewritten name and

the full name of his firm with its current address.

(iii) If the bidder is a limited company or a corporation, the

application shall be signed by a duly authorized person holding

power of attorney for signing the application accompanied by a

copy of the power of attorney. The bidder should also furnish a

copy of the Memorandum of Articles of Association duly attested

by a Public Notary.

21. The Agreement shall be signed between ESIC and the successful Bidder within 15 days after the acceptance of his bid by ESIC on

prescribed format which is being given in the bid document. All the

documents of the bid document shall form part of the contract

document including Integrity Pact Agreement for which format is

also being provided in the bid document.

22. Integrity Agreement: It is here by declared that ESIC is committed to follow the principle

of transparency, equity and competitiveness in procurement of goods

and services. The subject Notice Inviting Tender (NIT) is an

invitation to offer made on the condition that the Bidder will sign

Page 14: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 14 of 103

the Integrity Agreement, which is an integral part of tender / bid

documents, failing which the tenderer / bidder will stand

disqualified from the tendering process and the bid of the bidder

would be summarily rejected. This declaration shall form part and

parcel of the Integrity Agreement and signing of the same shall be

deemed as acceptance and signing of the Integrity Agreement on behalf

of the ESIC.

23. All tendered rates shall be inclusive of taxes, GST, levies or cess as applicable on last date of receipt of tender including

extension, if any, or otherwise exclusively mentioned the financial

bid documents. However, effect of variation in rates of taxes or

cess due to change in legislation occurred after receipt of tender

/ bid shall be adjusted on either side i.e. increase or decrease,

as the case may be.

24. ESIC reserves the right without being liable for any damages or obligation to inform the bidder to either amend the scope and value

of the contract or reject any or all the application without

assigning any reason.

Page 15: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 15 of 103

Annexure - I

Integrity Pact

To

……………………………..

……………………………..

……………………………..

……………………………..

Sub: NIT No. : C/AG-12/22/Lift/2019-Const/DGP

Name of the work: -SUPPLY INSTALLATION TESTING COMMISSIONING

OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL

DURGAPUR, WEST BENGAL

Dear Sir,

It is hereby declared that ESIC is committed to follow

the principle of transparency, equity and competitiveness in

public procurement.

The subject Notice Inviting Tender (NIT) is an invitation

to offer made on the condition that the Bidder will sign the

integrity Agreement, which is an integral part of tender/bid

documents, failing which the tenderer / bidder will stand

disqualified from the tendering process and the bid of the

bidder would be summarily rejected.

This declaration shall form part and parcel of the

Integrity Agreement and signing of the same shall be deemed as

acceptance and signing of the Integrity Agreement on behalf of

the ESIC.

Yours faithfully

AC & RD,

Page 16: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 16 of 103

Annexure - II

Integrity Pact

To

AC & RD

ESIC REGIONAL OFFICE

West Bengal & Sikkim

Region.

Sub: Submission of Tender for the work - SUPPLY

INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR,

WEST BENGAL

Dear Sir,

I/We acknowledge that ESIC is committed to follow the

principles thereof as enumerated in the Integrity Agreement

enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an

invitation to offer made on the condition that I/We will sign

the enclosed integrity Agreement, which is an integral part of

tender documents, failing which I/We will stand disqualified

from the tendering process. I/We acknowledge that THE MAKING OF

THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE

ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity

Agreement in letter and spirit and further agree that execution

of the said Integrity Agreement shall be separate and distinct

from the main contract, which will come into existence when

tender/bid is finally accepted by ESIC. I/We acknowledge and

accept the duration of the Integrity Agreement, which shall be

in the line with Article 1 of the enclosed Integrity

Agreement.

I/We acknowledge that in the event of my/our failure to

sign and accept the Integrity Agreement, while submitting the

tender/bid, ESIC shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject

the tender/bid is accordance with terms and conditions of the

tender/bid.

Yours faithfully,

(Duly authorized signatory of the Bidder)

Page 17: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 17 of 103

To be signed by the bidder and same signatory AC & RD /

authorized to sign the relevant contract on behalf of ESIC.

INTEGRITY AGREEMENT

This Integrity Agreement is made at

................................................... on

this............... ..day of ... 20...BETWEEN AC & RD, ESIC

REGIONAL OFFICE Plot No. 6, GB Block, Salt Lake, Sector – 3, Kolkata -

700097. (Hereinafter referred as the ‘Principal/Owner’, which

expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns) AND (Name and Address of the

Individual/firm/Company)……………………………………………………………………………………………………

…………………………..through.................................................

...................................................... (Hereinafter

referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant

to the meaning or context hereof include its successors and

permitted assigns)

Preamble

WHEREAS the Principal/ Owner has floated the Tender (NIT No

C/AG-12/22/Lift/2019-Const/DGP) (hereinafter referred to as

“Tender/Bid”) and intends to award, under laid down

organizational procedure, contract work – SUPPLY INSTALLATION

TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT

ESI HOSPITAL DURGAPUR, WEST BENGAL hereinafter referred to as

the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with

all relevant laws of the land, rules, regulations, economic

use of resources and of fairness/transparency in its relation

with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have

agreed to enter into this Integrity Agreement (hereinafter

referred to as “Integrity Pact” or “Pact”), the terms and

conditions of which shall also be read as integral part and

parcel of the Tender/Bid documents and Contract between the

parties.

NOW, THEREFORE, in consideration of mutual covenants contained

in this Pact, the parties hereby agree as follows and this

Pact witnesses as under:

Page 18: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 18 of 103

Article 1: Commitment of the Principal Owner

1) The Principal/Owner commits itself to take all measures

necessary to prevent corruption and to observe the

following principles:

(a) No employee of the Principal/Owner, personally or

through any of his/her family members, will in connection

with the Tender, or the execution of the Contract,

demand, take a promise for or accept, for self or third

person, any material or immaterial benefit which the person

is not legally entitled to.

(b) The Principal/Owner will, during the Tender process,

treat all Bidder(s) with equity and reason. The

Principal/Owner will, in particular, before and during

the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidder(s)

confidential / additional information through which

the Bidder(s) could obtain an advantage in relation

to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from

the Tender process any person, whose conduct in the

past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct

of any of its employees which is a criminal offence under

the Indian Penal code (IPC)/Prevention of Corruption Act,

1988 (PC Act) or is in violation of the principles herein

mentioned or if there be a substantive suspicion in this

regard, the Principal/Owner will inform the Chief

Vigilance Officer and in addition can also initiate

disciplinary actions as per its internal laid down policies

and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including

their respective officers, employees and agents) adhere to

the highest ethical standards, and report to the Government

/ Department all suspected acts of fraud or corruption or

Coercion or Collusion of which it has knowledge or becomes

aware, during the tendering process and throughout the

negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all

measures necessary to prevent corruption. He commits

himself to observe the following principles during his

participation in the Tender process and during the

Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or

through any other person or firm, offer, promise or

Page 19: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 19 of 103

give to any of the Principal/Owner’s employees

involved in the Tender process or execution of the

Contract or to any third person any material or other

benefit which he/she is not legally entitled to, in

order to obtain in exchange any advantage of any kind

whatsoever during the Tender process or during the

execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with

other Bidder(s) into any undisclosed agreement or

understanding, whether formal or informal. This

applies in particular to prices, specifications,

certifications, subsidiary contracts, submission or

non-submission of bids or any other actions to

restrict competitive or to cartelize in the

bidding process. Competitiveness or to cartelize

in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any

offence under the relevant IPC/PC Act. Further the

Bidder(s)/Contract(s) will not use improperly, (for

the purpose of competition or personal gain), or pass

on to others, any information or documents provided

by the Principal/Owner as part of the business

relationship, regarding plans, technical proposals

and business details, including information

contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall

disclose the names and addresses of

agents/representatives in India, if any. Similarly,

Bidder(s)/Contractor(s) of Indian Nationality shall

disclose names and addresses of foreign

agents/representatives, if any. Either the Indian

agent on behalf of the foreign principal or the

foreign principal directly could bid in a tender but

not both. Further, in cases where an agent

participates in a tender on behalf of one

manufacturer, he shall not be allowed to quote on

behalf of another manufacturer along with the first

manufacturer in a subsequent/parallel tender for the

same item.

e) The Bidder(s)/Contractor(s) will, when presenting

his bid, disclose any and all payments he has made,

is committed to or intends to make to agents, brokers

or any other intermediaries in connection with the

award of the Contract.

1. The Bidder(s)/Contractor(s) will not instigate third

persons to commit offences outlined above or be an

accessory to such offences.

Page 20: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 20 of 103

4) The Bidder(s)/Contractor(s) will not, directly or through

any other person or firm indulge in fraudulent practice

means a willful misrepresentation or omission of

facts or submission of fake/forged documents in order to

induce public official to act in reliance thereof, with

the purpose of obtaining unjust advantage by or causing

damage to justified interest of others and/or to

influence the procurement process to the detriment of the

Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through

any other person or firm use Coercive Practices (means

the act of obtaining something, compelling an action or

influencing a decision through intimidation, threat or

the use of force directly or indirectly, where potential

or actual injury may befall upon a person, his/ her

reputation or property to influence their participation in

the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the

Principal/Owner under law or the Contract or its established

policies and laid down procedures, the Principal/Owner shall

have the following rights in case of breach of this Integrity

Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor

accepts and undertakes to respect and uphold the

Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award

or during execution of Contract has committed a

transgression through a violation of Article 2 above or

in any other form, such as to put his reliability or

credibility in question, the Principal/Owner after giving

14 days’ notice to the contractor shall have powers to

disqualify the Bidder(s)/Contractor(s) from the Tender

process or terminate/determine the Contract, if already

executed or exclude the Bidder/Contractor from future

contract award processes. The imposition and duration of

the exclusion will be determined by the severity of

transgression and determined by the Principal/Owner. Such

exclusion may be forever or for a limited period as

decided by the Principal/Owner.

2) Forfeiture of EMD / Performance Guarantee / Security

Deposit: If the Principal/Owner has disqualified the

Bidder(s) from the Tender process prior to the award of

the Contract or terminated/determined the Contract or has

accrued the right to terminate/determine the Contract

according to Article 3(1), the Principal/Owner apart from

exercising any legal rights that may have accrued to the

Principal/Owner, may in its considered opinion forfeit

the entire amount of Earnest Money Deposit, Performance

Guarantee and Security Deposit of the Bidder/Contractor.

Page 21: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 21 of 103

3) Criminal Liability: If the Principal/Owner obtains

knowledge of conduct of a Bidder or Contractor, or of an

employee or a representative or an associate of a Bidder

or Contractor which constitutes corruption within the

meaning of IPC Act, or if the Principal/Owner has

substantive suspicion in this regard, the Principal/Owner

will inform the same to law enforcing agencies for further

investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions

occurred in the last 5 years with any other Company in any

country confirming to the anticorruption approach or with

Central Government or State Government or any other

Central/State Public Sector Enterprises in India that

could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject,

he can be disqualified from the Tender process or action

can be taken for banning of business dealings/ holiday

listing of the Bidder/Contractor as deemed fit by the

Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted /

recouped the damage caused by him and has installed a

suitable corruption prevention system, the

Principal/Owner may, at its own discretion, revoke the

exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from

all sub-contractors a commitment in conformity with this

Integrity Pact. The Bidder/Contractor shall be responsible

for any violation(s) of the principles laid down in this

agreement/Pact by any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical

terms as this one with all Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not

submit, the duly Signed Pact between the Principal/Owner

and the bidder, along with the Tender or violate its

provisions at any stage of the Tender process, from the

Tender process.

Page 22: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 22 of 103

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it.

It expires for the Contractor/Vendor 6 months after the

completion of work under the contract or till the continuation

of defect liability period (15 months), whichever is more and

for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be

binding and continue to be valid despite the lapse of this

Pacts as specified above, unless it is discharged/determined by

the AC & RD, ESIC.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance

and Jurisdiction is the AC & RD of the ESIC of the

Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing.

Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this

Pact must be signed by all the partners or by one or more

partner holding power of attorney signed by all partners

and consortium members. In case of a Company, the Pact

must be signed by a representative duly authorized by

board resolution.

4) Should one or several provisions of this Pact turn out to

be invalid; the remainder of this Pact remains valid. In

this case, the parties will strive to come to an

agreement to their original intensions.

5) It is agreed term and condition that any dispute or

difference arising between the parties with regard to

the terms of this Integrity Agreement / Pact, any action

taken by the Owner/Principal in accordance with this

Integrity Agreement/ Pact or interpretation thereof shall

not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in

addition to all the other legal rights and remedies belonging

to such parties under the Contract and/or law and the same shall

be deemed to be cumulative and not alternative to such legal

rights and remedies aforesaid. For the sake of brevity, both

the Parties agree that this Integrity Pact will have precedence

over the Tender/Contact documents with regard any of the

provisions covered under this Integrity Pact.

Page 23: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 23 of 103

IN WITNESS WHEREOF the parties have signed and executed this

Integrity Pact at the place and date first above mentioned in

the presence of following witnesses:

(For and on behalf of

AC & RD)

(For and on behalf of

Bidder/Contractor)

WITNESSES:

1. …………………………………….

(signature, name and

address)

2. …………………………………….

(signature, name and

address)

Place:

Dated:

AC & RD

ESIC REGIONAL OFFICE West

Bengal & Sikkim

Page 24: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 24 of 103

Annexure - III

LETTER OF TRANSMITTAL (On Bidder’s Letter Head)

To

AC & RD

ESI Corporation

Regional Office, Plot No. 6,

GB Block, Salt Lake, Sector – 3,

Kolkata – 700097

Subject: ………………………………………………………………….

Si

r,

Having examined the details given in Press / Web Notice and NIT / Bid

Document for the above work, I / we hereby submit the relevant

information.

1. I / We hereby certify that all the statements made and information

supplied in the enclosed forms and accompanying statement are true and

correct.

2. I / We have furnished all information’s and details necessary for

eligibility and have no further pertinent information to supply.

3. I / we submit the requisite certified solvency certificate and authorize

the AC & RD Regional Office, West Bengal & Sikkim to approach the Bank

issuing the solvency certificate to confirm the correctness thereof. I/We

also authorized AC & RD Regional Office, West Bengal & Sikkim to approach

individuals, employers, firms and corporation to verify our competence

and general reputation, if required.

4. I / we submit the following certificates in support of our overall

suitability, technical competence for having successfully completed the

following similar works for establishing our eligibility:

S.No

.

Name of

work

Certificate from

1

Certificate:

It is certified that the information given in the enclosed

eligibility bid are correct. It is also certified that I / We

shall be liable to be debarred and disqualified for

participating in the subject bid as well as in future in case

any information furnished by me / us found to be incorrect by

ESIC.

Enclosures : ………………. Signature(s) of

Bidder (s) Date of Submission: Seal of

Bidder

State- Kolkata

Page 25: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 25 of 103

TENDER

I/We have read and examined the notice Inviting Tender, Schedule,

Specifications applicable, General Rules and Directions, Conditions of

Contract, clauses of contract, special conditions, Schedule of Rate &

other document and Rules referred to in the conditions of contract and

all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the ESIC

RO GB Block ESI Corporation. within the time specified in Schedule `F’

viz, schedule of quantities and in accordance in all respects with the

specifications, designs, drawings and instructions in writing referred to

in Rule-I of General Rules and Directions and in 1 of Clauses of contract

and in respects in accordance with such conditions so far as applicable.

We agree to keep the tender open for 75 days from the due date of

submission thereof and not to make any modifications in its terms and

conditions.

A sum of Rs.48,000/- is hereby deposited in the form of ESIC Challan at a

Schedule Bank in the form of DD as earnest money. If I/we, fail to

commence the work specified I/we agree that the said AC & RD ESIC or their

nominees in office shall without prejudice to any other right or remedy,

be at liberty to forfeit the said earnest money absolutely otherwise the

said earnest money shall be retained by him towards security deposit to

execute all the works referred to in the tender documents upon the terms

and conditions contained or referred to therein and to carry out such

deviations as may be ordered.

I/We hereby declare that I/we shall treat the tender documents drawings

and other records connected with the work as secret/ confidential

documents and shall not communicate information / derived there from to

any person other than a person to whom I/We am/are authorized to

communicate the same or use the information in any manner prejudicial to

the safety of the Organization.

I/we agree that should I/we fail to commence the work specified in the

above memorandum an amount equal to the amount of the earnest money

mentioned in the form of invitation of tender shall be absolutely

forfeited to the Organization and the same may at the option of the AC &

RD on behalf of the AC & RD be recovered without prejudice to any other

right or remedy available in law out of the deposit in so far as the same

may extend in terms of the said bond and in the event of deficiency out

of any other money due to me/ us under this contract or otherwise.

Dated ………………………….

Signature of Contractor

Postal Address

Witness:

Address:

Occupati

on:

Page 26: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 26 of 103

ACCEPTANCE

The tender for the work of SUPPLY INSTALLATION TESTING COMMISSIONING OF

ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST

BENGAL. as negotiated and provided in the letters mentioned here under)

is accepted by me for and on behalf of the AC & RD for a sum of

Rs………………………….(Rupees

……………….…………………………………………………………………………………………………………………………………)The letters

referred to below shall form part of this contract Agreement: -

a)

b)

c)

For & on behalf of AC & RD

Dated …………… Signature

Designation -

Page 27: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 27 of 103

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each

intending tenderer) SCHEDULE `A ‘

Schedule of quantities enclosed. (As per Tender document Part –II)

SCHEDULE `B’

Schedule of materials to be issued to the contractor

S.

No.

Description of

item

Quanti

ty

Rates in figures & words

at which the material

will be charged to the

contrac

tor

Place of

issue

1 2 3 4 5

No material shall be issued to the Contractor

by the ESIC.

SCHEDULE `C’

Tools and plants to be hired to the contractor

S.

No.

Descript

ion

Hire charges

per day

Place of

issue

1 2 3 4

No tools & plants shall be hired to the

Contractor by the ESIC.

SCHEDULE `D’

Extra schedule for specific requirements/ document for the work, if any.

- Nil -

SCHEDULE `E’

Name of work: SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL

Estimated cost of work: 24,00,000/-Rs.…………(approx.)

(i) E a r n e s t Money Rs. 48,000/-

(ii) Performance Guarantee 5% of tendered value

(iii) Security deposit - -- 10% of tendered value

Page 28: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 28 of 103

SCHEDULE `F’

General Rules & Directions

Officer inviting tender AC & RD Based on

Recommendation of SE & EE

Definitions:

(i) Engineer-in-Charge

The Engineer of ESIC Who

shall supervise and be In-

charge of the work.

(ii) Accepting Authority AC & RD

(iii)

Percentage on cost of

materials and labour to

cover all overheads and

profits

- NA -

(iv) Standard Schedule of Rates

Latest C.P.W.D. Delhi PWD

west Bengal and market

rates Rates of relevant

work with upto date

correction slips issued

upto the date of receipt

of tender.

(v) Department ESIC, RO, Kolkata

Clause 1

(i) Time allowed for

submission of performance

guarantee from the date

of issue of letter of

acceptance, in days

15

days

(ii) Maximum allowable

extension beyond the

period provided in (i)

above, in days

7 days

Clause 2

Authority for fixing

compensation under clause 2

of General Condition of

Contract

AC & RD

Clause 3

Number of days from the date

of issue of letter of

acceptance for reckoning

date of start

22

days

Page 29: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 29 of 103

Milestone(s) as per table given below: -

S.No

.

Description of

milestone

(Physical)

Time allowed in

days (from

date of start)

Amount to be with-

held in case of non-

achievement of

milesto

ne

--- Not

applicable ---

Time allowed for execution of

work

06 Months/ 180

days

Authority to give fair and

reasonable extension of

time

AC & RD

Clause 4

Gross work to be done

together with net

payment / adjustment of

advances for material

of collected, if any,

since the last such

payment for being

eligible to interim

payment.

-NA-

Clause 5

Specifications to be

followed for

Execution of work

Latest CPWD

Specifications / BIS Norms

of relevant work with upto

date correction slips or

as specified in the tender

document. Annexure---

Clause 6

AC & RD for

deciding reduced

rates

AC & RD

Requirement of Technical Representative(s) and recovery rate

S.No

.

Minimum

Qualificati

on of

Technical

Representat

ive discipline

Designation

(Principal

technical

/ Technical

representat

ive) Minimum

Experience

Number

Rate at which

shall be made

from the

contractor in

the event of

not fulfilling

provision of

clause

--- As per requirement/ in accordance to HQ

guidelines ---

Page 30: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 30 of 103

Form of Performance

Guarantee Bank

Guarantee Bond

In consideration of the Employees’ State Insurance Corp. (hereinafter

called ‘The Organization’) having offered to accept the terms and

conditions of the proposed agreement between

and (hereinafter called ”the

said

contractor(s)”for the Work

( hereinafter called”

the said Agreement”) having agreed to production of an

irrevocable Bank Guarantee for Rs. (Rupees only) as a

security / guarantee from the contractor(s) for compliance of his

obligations in accordance with the terms and conditions in the said

agreement.

We (hereinafter referred to as “the Bank”)

hereby undertake to (Indicate the name of the Bank)

pay to the Organization an amount not

exceeding Rs.

(Rupee

only) on demand by the Organization.

2. We, do hereby undertake to pay the amounts

due and payable(Indicate the name of the Bank) under this

guarantee without any demure, merely on a demand from the

Organization stating that the amount claimed as required to

meet the recoveries due or likely to be due from the said

contractor (s. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the bank

under this Guarantee.

However, our liability under this guarantee shall be

restricted to amount not exceeding to Rs.

Rupees only).

3. We, the said bank further undertakes to pay the organization any

money so demanded notwithstanding any dispute or disputes raised by

the contractor (s) in any suit or proceeding pending before any

court or Tribunal relating thereto, our liability under this present

being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge

of our liability for payment there under and the Contractor (s)

shall have no claim against us for making such payment.

Page 31: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 31 of 103

4. We, further agree that the guarantee herein

contained shall remain in full(Indicate the name of the Bank)force

and effect during the period that would be taken for the

performance of the said agreement and that it shall continue to

be enforceable till all the due of the Organization under or by

virtue of the said agreement have been fully paid and its claims

satisfied or discharged or till Engineer-in-Charge on behalf of

the Organization certified that the terms and conditions of the

said agreement have been fully and properly carried out by the

said Contractor (s) and accordingly discharges this guarantee.

5. We further agree with the Organization that the

Organization shall have

(Indicate the name of the Bank)

the fullest liberty without our consent and without affecting in any

manner our obligation hereunder to vary any of the terms and

conditions of the said agreement or to extend time of performance by

the said Contractor (s) from time to time or to postpone for any

time or form time to time any of the powers exercisable by the

Organization against the said contractor (s)and to forbear or

enforce any of the terms and conditions relating to the said

agreement and we shall not be relived from our liability by reason

of any such variation, or extension being granted to the said

Contractor (s) or for any forbearance, act of omission on the part

of the Organization or any indulgence by the Organization to the

said Contractor (s) or by any such matter or thing whatsoever which

under the law relating to sureties would, but for this provision,

have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the

constitution of the Bank or the Contractor (s).

7. We lastly undertake not to revoke this guarantee

except with the(Indicate the name of the Bank) pervious consent of

the Organization in writing.

8. This guarantee shall be valid up to unless

extended on demand by the Organization. Notwithstanding anything

mentioned above, our liability against this guarantee is restricted

to Rs. (Rupee only) and

unless a claim in writing is lodged with us within six months of the

date of the expiry or the extended date of expiry of this guarantee

all our liabilities under this guarantee shall stand discharged.

Dated the day of for (Indicate the name of the

bank)

Page 32: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 32 of 103

Contract Agreement

(To be signed between ESIC and the Contractor on Non – Judicial Stamp Paper

of minimum Rs. 100/-)

This Agreement (hereinafter referred to as the “Contract Agreement”) is made on

...................................................................... between

Employees’ State Insurance Corporation ( hereinafter call the ‘Client’ or

“ESIC”, which expression shall unless repugnant to the context or meaning

thereof, include its administrators, successors and permitted assigns ) of

the One Part and M/s …………………………………… ( hereinafter called the ‘Contractor’

which expression shall unless repugnant to the context or meaning thereof,

include its administrators, successors and permitted assigns ) of the Other

Part ( the client and the Contractor are hereinafter collectively referred to

as “Parties” and singly as “First Party and “Second Party” respectively ).

Whereas

SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.

A. The Contractor has participated in the bidding process (conducted by

the Client through e- tendering mode) based on their professional

expertise and having possessed the required technical competence and

financial capability for fulfilling the requirements of the Client.

B. The Client after due evaluation of the bids has agreed to award the

contract for the above work to M/s …………………..subject to and on terms and conditions set forth in this Contract Agreement.

NOW THEREFORE, THE PARTIES HERETO HEREBY AGREE AND THIS CONTRACT WITNESSTH

AS FOLLOWS:

1. Definitions and Interpretation

In the Contract, the following words and expressions shall have the

meanings hereby assigned to them except where the context otherwise

requires :

(i) “Employer” means the ESIC and the legal successors in title to ESIC.

(ii) “Engineer” means the person appointed by ESIC to act as Engineer

for the purposes of the Contract.

(iii) “Contractor” / bidders / Tenderer means an individual or firm

(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) Market Rate shall be the rate as decided by the Engineer on the

basis of the cost of the materials and labour at the site where

the work is to be executed plus the percentage to cover all

overheads and profits as mentioned in the Contract.

(v) “Contract” shall mean this Contract Agreement together with all

Appendices and other relevant documents in accordance with the

provisions contained in this regard in this Contract.

(vi) “Contract Price” shall mean the quoted price / amount by the

Contractor in the financial bid and agreed between the Parties.

(vii) “Drawings” means all the completion drawings, calculations and

technical information of a like nature provided by the Engineer to

be Contractor under the Contract and all drawings, calculations,

samples, patterns, model Repair and Repair and Maintenance manuals

Page 33: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 33 of 103

and other technical information of a like nature submitted by the

contractor and approved by the Engineer.

(viii) “Bill of Quantities”” means the priced and completed bill of

quantities Forming part of the tender / bid.

(ix) “Tender”” means the Contractor’s priced offer to the Client 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 work Tender is

synonymous with “Bid” and the words “Tender Documents”” with

“Bidding Documents”.

(x) Client’s Requirements shall mean the broad requirements of ESIC

set forth hereto and which in relation to the work, are required to

be fulfilled and complied with by the Contractor in terms of this

Contract.

(xi) General Conditions of Contract or GCC shall mean the General

Conditions of Contract as set forth in this Contract.

(xii) Particular Conditions of Contract or PCC shall mean the particular conditions of Contract as set forth in this Contract.

2. Time for Completion

The work shall be for a period as mentioned in Schedule “F” or as

mentioned in the letter of commencement and shall start from the date

issue of letter commencement and shall stand terminated after the

expiry of time period unless it is mutually extended.

3. Extension of Time for Completion

The contract may be extended on the written mutual consent of both

Employer and Contractor for a further period. However, employer

reserves it’s right to terminate the Repair and Repair and Maintenance

contract by giving 15 days’ notice at any time during the currency of

the contract if the services of the agency are not satisfactory as per

the opinion of employer or it’s representative. No escalation payment

shall be made by ESIC either during initial contract period of one year

or in extended period and the work shall have carried out by the

Contractor as the same price / cost as quoted by higher earlier under

the ambit of the Contract Agreement.

4. The work shall mean the sum of the obligations and works to be performed and undertaken by the contractor including planning, safety

precautions, required tools, tackles and plants and the completion of

individual item of work in all respects under and in accordance with the

Contract and shall include all materials and things to be supplied /

done and services and activities to be performed or provided by or

which may be reasonably implied there from and necessary for execution

and completion of the work by the Contractor pursuant to and in

accordance with this Contract.

5. No modifications or amendment to this Contract including any of the Appendices hereto shall be valid and effectual unless expressly agreed

as an amendment thereto and is in writing and dated and duly executed

by the authorized representatives of the Parties thereto.

6. In the event of any conflict or inconsistency between any provision of

this Contract Agreement and any of the Appendices, the provisions of

this Contract shall prevail.

7. In the event of any conflict or inconsistency between any provisions of SCC and GCC, the provisions of SCC shall prevail.

8. This Contract Agreement and the following documents attached hereto

shall be deemed to form an integral part of this Contract.

(i) Instructions for Online Bid Submission.

(ii) Notice Inviting e-Tender.

Page 34: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 34 of 103

(iii) Information & Instructions to the Bidders.

(iv) Integrity Pact / Agreement.

(v) Letter of Transmittal & Tender.

(vi) Proforma of Schedules.

(vii) Form of Performance Guarantee.

(viii) Contract Agreement.

(ix) General Conditions of Contract.

(x) Particular Conditions of Contract.

(xi) Technical Specifications

(xii) List of Approved makes

(xiii) Price Bid

9. This Contract Agreement and all the documents forming part of this

Contract and related to this work, are to be taken as mutually

explanatory and unless otherwise expressly provided in this Contract

Agreement, the priority between this Contract Agreement and other

documents forming part hereof shall, in the event of any conflict and

inconsistency between them, be in the following order :

(i) This Contract Agreement

(ii) ESIC Requirements

(iii) SCC

(iv) Financial Bid / BOQ

(v) GCC

10. Execution of the Works

The Contractor agrees and undertakes to execute the work, complete in

all respects, under and in accordance with this Contract.

11. Rights and Obligations of the Parties

11.1 The mutual rights and obligations of the Client and the Contractor shall, without prejudice to the following, be as set forth in the

Contract:

(a) In consideration of the payments agreed to be made by the Client to the Contractor as set forth in this Contract, the Contractor

hereby covenants with the Client and agrees and undertakes to

perform the Works including planning, designing, and executing the

whole or part of the work by using required tools, tackles and

plants and by observing due safety precautions for completing the

assignment / the work in all respects with due diligence and to

remedy any defects or deficiencies therein, in accordance with the

provisions of the Contract ; and

(b) The Client hereby covenants to pay to the Contractor in

consideration of his performance in terms and under this Contract,

the contract price at the times and in the manner prescribed in the

Contract.

11.2 With reference to the Contract Price, the Contractor acknowledges and

confirms that

(i) The price quoted by the Contractor in the financial bids to

this Contract are firm and fixed and not subject to any

escalation and is inclusive of all applicable taxes, levies,

cess etc. otherwise exclusively illustrated in the offer of

NIT.

(ii) All taxes on the income of the Contract shall be borne and be the liability of the Contractor and the Client shall not be

liable for the same in any manner whatsoever.

12. Effective Date

The Contract shall be effective on and from the date on which all of

Page 35: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 35 of 103

the following conditions have been fulfilled:

(i) Furnishing of the Performance Guarantee by the Contractor to the

Client in accordance with clauses of contract; and

(ii) Singing of the Contract Agreement by the Client and the Contractor.

13. DISCLAIMER

It is expressly understood and agreed by and between the Contractor and

the client that the Client is entering into this Contract solely on its

own behalf and not on behalf of any other person or entity. In

particular it is expressly understood and agreed that the Government of

India is not a party to this Contract and has no liabilities,

obligations or rights hereunder. It is expressly understood and agreed

that the Client is an Independent Legal entity with power and authority

to enter into contracts solely on its own account under the applicable

laws. The Contractor expressly agrees, acknowledges and understands

that the Client is not an agent, representative or delegate of the

Government of India. It is further understood and agreed that the

Government of India is not and shall not be liable for any acts,

omissions, commissions, breaches or other wrongs arising out of the

Contract. Accordingly, the Contractor expressly waives, releases and

foregoes any and all actions or claims, including cross claims,

impleader claims or counter claims against the Government of India

arising out of this Contract and covenants not to sue the Government of

India as to any claim, cause of action or thing whatsoever arising out

of or under this Contract.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to

be signed in their respective names as of the day and year first

above written.

For and on behalf of ESIC For an on behalf of Contractor

……………………………. ………………………………….

Name : Name :

Designation : Post :

Address : Address :

Official Seal Official Seal

Witness : Witness :

Signature :…………………. Signature : ……………………

Name : Name :

Address : Address :

Page 36: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 36 of 103

GENERAL CONDITIONS OF CONTRACT

General Rules & Directions

1. In the event of tender being submitted by a firm, it must be signed

separately by each partner thereof or in the event of the absence of

any partner, it must be signed on his behalf by a person holding a

power of attorney authorizing him to do so, such power of attorney

to be produced with the tender, and it must disclose that the firm

is duly registered under the Indian Partnership Act’ 1952.

2. Receipts for payment made on account of work, when executed by a

firm, must also be signed by all the partners, except where

contractors are described in their tender as a firm in which case

the receipts must be signed in the name of the firm by one of the

partners or by some other person having due authority to give

effectual receipts for the firm.

3. Any person who submits a tender shall fill up the bid, stating at

what rate he is willing to undertake each item of the work. Tenders,

which propose any alteration in the work specified in the said form

of invitation to tender, or in the time allowed for carrying out the

work, or which contain any other conditions of any sort including

conditional rebates will be summarily rejected.

4. The officer inviting tender or his duly authorized assistant, will

open tenders in the presence of intending contractors who may be

present at the time, and will enter the amounts of the several

tenders in a comparative statement in a suitable form. In the event

of a tender being accepted, a receipt for the earnest money

forwarded therewith shall thereupon be given to the contractor who

shall thereupon for the purpose of identification sign copies of the

specifications and other related documents. In the event of a tender

being rejected, the earnest money forwarded with such unaccepted

tender shall thereupon be returned to the contractor remitting the

same, without any interest.

5. The officer inviting tenders shall have the right of rejecting all

or any of the tenders and will not be bound to accept the lowest

or any other tender.

6. The receipt of an accountant or clerk for any money paid by the

contractor will not be considered as any acknowledgement or payment

to the officer inviting tender and the contractors shall be

responsible for seeing that he procures a receipt signed by the

officer inviting tender or a duly authorized cashier.

7. The memorandum of work tendered for and the schedule of materials to

be supplied by the ESIC and their issue-rates, shall be filled and

completed in the office of the officer inviting tender before the

tender form is issued. If a form is issued to an intending tenderer

without having been so filled in and incomplete, he shall request

the officer to have this done before he completes and delivers his

tender.

8. The tenderers shall sign a declaration under the officials Secret

Act 1923, for maintaining secrecy of the tender document drawings

or other records connected with the work given to them.

Page 37: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 37 of 103

9. In the case of percentage rate Tenders, only rates quoted above /

below for items shall be considered. The ibids of the bidders quoted

below rates for manpower estimate of minimum wages shall summarily

be rejected. Rates quoted by the contractor in percentage rate

tender in figures and words shall be accurately filled in so that

there is no discrepancy in the rates written in figures and words.

However, if a discrepancy is found, the rates which correspond with

the amount worked out by the contractor shall unless otherwise

provided be taken as correct. If the amount of an item is not worked

out by the contractor or it does not correspond with the rates

written either in figures or in words then the rates quoted by the

contractor in words shall be taken as correct. Where the rates

quoted by the contractor in figures and in words tally but the

amount is not worked out correctly, the rates quoted by the

contractor will unless otherwise proved be taken as correct and not

the amount. In the event no rate has been quoted for any item (s),

leaving space both in figure(s), word (s), and amount blank, it

will be presumed that the contractor has included the cost of

this/these item

(s) in other items and rate for such items (s) will be considered as

zero and work will be required to be executed accordingly.

10. In the case of any tender where unit rate of any item/ items appear

unrealistic, such tender will be considered as unbalanced and in

case the tenderer is unable to provide satisfactory explanation such

a tender is liable to be disqualified and rejected.

11. 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-in-charge shall be

communicated in writing to the Engineer-in-charge.

12. The contractor shall give a list of employees of ESIC related to him.

13. The tender for the work shall not be witnessed by a contractor who

himself / themselves has / have tendered or who may and has / have

tendered for the same work. Failure to observe this condition, would

render, tenders of the contractors tendering, as well as witnessing

the tender, liable to summary rejection.

14. The contractor shall comply with the provisions of the Apprentices

Act 1961, and the rules and orders issued there under from time to

time. If he fails to do so, his failure will be a breach of the

contract and the AC & RD may in his discretion without prejudice to

any other right or remedy available in law cancel the contract. The

contractor shall also be liable for any pecuniary liability arising

on account of any violation by him of the provisions of the said

Act.

15. Item/ items of same nomenclature may appear under different sub-

heads in this tender. The contractor has to ensure that for such

identical items, the rates quoted are same at all the places. In

case any variation in the quoted rates is found for such items, the

lowest of all such quoted rates will be taken as the tendered rate

for that particular item, and the tender will be evaluated

accordingly.

Page 38: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 38 of 103

GENERAL CONDITIONS OF CONTRACT

CONDITIONS AND CLAUSES OF CONTRACT

Definitions:

1. The contract means the documents forming the tender and acceptance

thereof and the formal agreement executed between the AC & RD on

behalf of the AC & RD, ESIC and the Contractor together with the

documents referred to therein including these conditions, the

specifications, designs, drawings and instructions issued from time

to time by the Engineer-in-charge/ Architects and all these

documents taken together shall be deemed to form one contract and

shall be complementary to one another.

2. In the contract, the following expressions shall, unless the

context otherwise requires have the meanings, hereby

respectively assigned to them: -

i). The expression works or work shall, unless there be something

either in the subject or context repugnant to such construction, be

construed and taken to mean the works by or by virtue of the contract

contracted to be executed whether temporary or permanent, and

whether original, altered, substituted or additional.

ii). The site shall mean the land/ or other places on, into or through which work is to be executed under the contract or any adjacent

land, path or street through which work is to be

executed under the contract or any adjacent land, path or street which

may be allotted or used for the purpose of carrying out the contract.

iii). The contractor shall mean the individual, firm or company,

whether incorporated or not, undertaking the works shall include the

legal personal representative of such individual or the persons

composing such firm or company, or the successors of such firm or

company and the permitted assignees of such individual, firm or

company.

iv). The AC & RD, ESIC means their nominees also.

v). AC & RD means the AC & RD, Regional Office, Plot No. 6,

GB Block, Salt Lake, Sector – 3, Kolkata - 700097.

vi) The Engineer-in-charge means the Engineer of ESIC who shall

supervise and be in-charge of the work.

vii). Architect means the Architect appointed by ESIC, RO, Kolkata.

viii) Centre means the Place of

work

ix). Department means ESIC

x) Government means Govt of India or Govt. of West Bengal as

applicable.

xi) Accepting authority shall mean the authority who accepts the

Page 39: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 39 of 103

tender.

xii) Excepted Risk are risks due to riots (other than those on

account of contractor’s employees), war (whether declared or

not) invasion, act of foreign enemies, hostilities, civil war,

rebellion revolution, insurrection, military or usurped power,

any acts of organization,

damages from aircraft, acts of God, such as earthquake,

lightening and unprecedented floods, and other causes over

which the contractor has no control and accepted as such by

the Accepting Authority or causes solely due to use or

occupation by Organization of the part of the works in respect

of which a certificate of completion has been issued or a

cause solely due to organization faulty design of works.

xiii). Market Rate shall be the rate as decided by the Engineer-in-

charge on the basis of the cost of materials and labour at the

site where the work is to be executed plus the percentage

mentioned in Schedule `F’ to cover, all overheads and profits.

xiv). Schedule(s) referred to in these conditions shall mean the

relevant schedule(s) annexed to the tender papers or the

standard Schedule of Rates mentioned in Schedule `F’ hereunder,

with the amendments thereto issued up to the date of receipt

of the tender.

xv). District Specifications means the specifications followed by

the State Govt in the area where the work is to be executed.

xvi). Tendered value means the value of the entire work as stipulated in

the letter of award.

3. Scope & Performance

Where the context so requires, words imparting the singular only also

include the plural and vice versa. Any reference to masculine gender

shall whenever required include feminine gender and vice versa.

4. Headings and Marginal notes to these General Conditions of Contract

shall not be deemed to form part thereof or be taken into

consideration in the interpretation or construction thereof or of

the contract.

5. The contractor shall be furnished, free of cost one certified copy

of the contract documents except standard specifications. Schedule

of Rates and such other printed and published documents, together

with all drawings as may be forming part of the tender papers. None

of these documents shall be used for any purpose other than that of

this contract.

6. Works to be carried out: - The work to be carried out under the

Contract shall, except as otherwise provided in these conditions,

include all labour, materials, tools, plants, equipment and

transport which may be required in preparation of and in the full

and entire execution and completion of the works. The descriptions

given in the Schedule of quantities shall, unless otherwise stated,

be held to include wastage on materials, carriage and cartage,

carrying and return of empties, hoisting, setting, fitting and

fixing in position and all other labour necessary in and for the

full and entire execution and completion of the work as aforesaid in

accordance with good practice and recognized principles.

Page 40: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 40 of 103

7. Sufficiency of Tender: -The contractor shall be deemed to have

satisfied himself before tendering as to the correctness and

sufficiency of his tender for the works and the rates and price

quoted in the Schedule of Quantities, which rates and prices shall

except as otherwise provided, cover all his obligations under the

Contract and all matters and things necessary for the proper

completion and maintenance of the works.

8. Discrepancies and Adjustment of Errors: -The several

documents forming the contract are to be taken as mutually

explanatory of one another; detailed drawings being followed

in preference to small scale drawing and figured dimensions

in preference to scale and special conditions in

preference to General conditions.

8.1 Any error in description, quantity or rate in Schedule of

quantities or any omission there from shall not vitiate the contract

or release the contractor from the execution of the whole or any

part of the works comprised therein according to drawings and

specifications or from any of his obligations under the contract.

9. Signing of Contract: - The successful tenderer/contractor, on

acceptance of his tender by the Accepting Authority shall, within 15

days from the stipulated date of start of the work sign the contract

consisting of the notice inviting tender, all the documents if any,

forming the tender as issued at the time of invitation of tender and

acceptance thereof together with any correspondence leading thereto.

Page 41: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 41 of 103

GENERAL CONDITIONS OF CONTRACT

CLAUSES OF CONTRACT

Clause – I

Performance

Guarantee

i) The contractor shall submit an irrevocable Performance Guarantee

of 10% (Ten Percent) and 5 % ( Five percent ) for SR works and

ARM works respectively of the tendered amount in addition to

other deposits mentioned elsewhere in the contract for his proper

performance of the contract agreement, (not withstanding and/or

without prejudice to any other provisions in the contract) within

period specified in Schedule ‘F’ from the date of issue of letter

of acceptance. This period can be further extended by the

Engineer-in-charge up to a maximum period as specified in Schedule

‘F’ on written request of the contractor stating the reason for

delays in procuring the Bank Guarantee, to the satisfaction of

the Engineer-in-Charge. This Guarantee shall be in the form of

Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank

/ Treasury Challan in favour of “ESIC FUND A/C 1” or Bank

Guarantee Bonds of any Scheduled Bank or the State Bank of India

in accordance with the form annexed hereto payable at Kolkata. In

case a fixed deposit receipt of any bank is furnished by the

contractor to the organization as part of the 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 the organization to make good the deficit.

ii) The performance Guarantee shall be initially valid up to the

stipulated date of completion plus 150 days beyond that. In case

the time of completion of work gets enlarged, the contractor

shall get the validity of Performance Guarantee extended to cover

such enlarged time for completion of work. After recording of the

completion certificate for the work by the AC & RD, the

performance guarantee shall be returned to the contractor,

without any interest.

iii) The organization shall not make a claim under the Performance

guarantee except for amounts to which the organization is

entitled under the contract (notwithstanding and/or without

prejudice to any other provisions in the contract agreement) in

the event of:

(a) Failure by the contractor to extend the validity of the

Performance Guarantee as described herein above, in which

event the organization may claim the full amount of the

Performance Guarantee.

(b) Failure by the contractor to pay to the Organization any

amount due, either as agreed by the contractor or determined

under any of the clauses/conditions of the agreement, within 30

days of the service of notice to this effect by engineer-in-

Charge.

iv) In the event of the contract being determined or rescinded under

Page 42: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 42 of 103

provision of any of the clause/condition of the agreement, the

performance guarantee shall stand forfeited in full and shall be

absolutely at the disposal of the Organization.

Clause – 1 A

Recovery of Security Deposit: - The person/persons whose tender(s) may be

accepted (hereinafter called the contractor) shall permit Organization at

the time of making any payment to him for work done under the contract to

deduct a sum at the rate of 2.5% of the gross amount of each running bill

and final bill for ARM works only till the sum will amount to security

deposit @ 2.5% of the tendered value of the work. Such deductions will be

made and held by ESIC by way of Security Deposit unless he/ they has/have

deposited the amount of Security at the rate mentioned above or in the

form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank

/ Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds

of any Scheduled Bank or the State Bank of India in accordance with the

form annexed hereto. In case a fixed deposit receipt of any Bank is

furnished by the contractor to the ESIC as part of the security deposit

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 the

ESIC to make good the deficit.

All compensations or the other sums of money payable by the contractor

under the terms of this contract may be deducted from, or paid by the

sale of a sufficient part of his security deposit or from the interest

arising there from, or from any sums which may be due to or may become

due to the contractor by Organization on any account whatsoever and in the

event of his Security Deposit being reduced by reason of any such

deductions or sale as aforesaid, the contractor shall within 10 days make

good in form of Demand draft / Pay Order / Banker Cheque or fixed deposit

receipt tendered by the State Bank of India or by Scheduled Bank endorsed

in favor of the Organization, any sum or sums which may have been

deducted from, or raised by sale of his security deposit or any part

thereof. The security deposit shall be collected from the running bills

of the contractor at the rates mentioned above and the Earnest money if

deposited in cash at the time of tenders will be treated a part of the

Security Deposit.

Note – 1: Government papers tendered as security will be taken at 5% (five

percent) below its market price or at its face value, whichever is less.

The market price of Government paper would be ascertained by the Engineer

–in-charge at the time of collection of interest and the amount of

interest to the extent of deficiency in value of the Government paper

will be withheld if necessary.

Note – 2: Government Securities will include all forms of Securities

mentioned in rule No. 274 of the

G.F Rules except fidelity bond. This will be subject to the observance

of the condition mentioned under the rule against each form of security.

Note - 3: Note 1 & 2 above shall be applicable for both clause 1 & 1 A

Clause -2

Compensation for Delay:- If the contractor fails to maintain the required

progress in terms of clause 5 or to complete the work and clear the site

on or before the contract or extended date of completion, he shall without

prejudice to any other right or remedy available under the law to the

Organization on account of such breach, pay as agreed compensation the

amount calculated at the rate of 2.5% (Two decimal five percent) per week

as the AC & RD of ESIC (whose decision in writing shall be final and

Page 43: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 43 of 103

binding ) may decide on the amount of tendered value of the work for every

completed month (as applicable) that the progress remains below that

specified in Clause 5 or that the work remains in-complete. This will

also apply to items or group of items for which a separate period of

completion has been specified.

Provided always that the total amount of compensation for delay to be paid

under this Condition shall not exceed 10% of the Tendered Value of work

21The amount of compensation may be adjusted or set-off against any

sum payable to the Contractor under this or any other contract with

the Organization. In case, the contractor does not achieve a

particular milestone mentioned in Schedule ‘F’, or the re-scheduled

milestone (s) in terms of clause 5.4, the amount shown against that

milestone shall be withheld to be adjusted against the compensation

levied at the final grant of Extension of Time. Withholding of this

amount on failure to achieve a milestone shall be automatic, without

any notice to the contractor. However, if the contractor catches up

with the progress of the work, on the subsequent milestone (s), with

the held amount shall be released. In case the contractor fails to

make up for the delay in subsequent milestone (s), amount mentioned

against each milestone missed subsequently also shall be withheld.

However, no interest, whatsoever, shall be payable on such withheld

amount.

Clause – 3

When Contract can be determined: - Subject to other provisions contained

in this clause the AC & RD may, without prejudice to his any other rights

or remedy against the contractor in respect of any delay, inferior

workmanship, any claims for damages and/ or any other provisions of this

contract or otherwise, and whether the date of completion has or has not

elapsed, by notice in writing absolutely determine the contract in any of

the following cases:

i) If the contractor having been given by the AC & RD a notice in

writing to rectify, reconstruct or replace any defective work or that

the work is being performed in an inefficient or otherwise improper

or un-workman like manner shall omit to comply with the requirement

of such notice for a period of seven days thereafter.

ii) If the contractor has, without reasonable cause, suspended the

progress of the work or has failed to proceed with the work with due

diligence and continues to do so after a notice in writing of seven

days from the AC & RD.

iii) If the contractor fails to complete the work or section of work

with individual date of completion on or before the stipulated or

justified extended date, on or before such date of completion; and the

AC & RD without any prejudice to any other right or remedy under any

other provision in the contract has given further reasonable time in

a notice given in writing in that behalf as either mutually agreed or

in absence of such mutual agreement by his own assessment making such

time essence of contract and in the opinion of AC & RD the contractor

will be unable to complete the same or does not complete the same

within the period specified.

iv) If the contractor persistently neglects to carry out his obligations under the contract and/ or commits default in complying with any of

the terms and conditions of the contract and does not remedy it or

take effective steps to remedy it within 7 days after a notice in

writing is given to him in that behalf by the AC & RD.

v) If the contractor shall offer or give or agree to give to any person

Page 44: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 44 of 103

in Government service or to any other person on his behalf any gift or

consideration of any kind as an inducement or reward for doing or

forbearing to do or for having done or forborne to do any act in

relation to the obtaining or execution of this or any other contract

for Government.

vi) If the contractor shall enter into a contract with Government in

connection with which commission has been paid or agreed to be paid

by him or to his knowledge, unless the particulars of any such

commission and the terms of payment thereof have been previously

disclosed in writing to the AC & RD.

vii) If the contractor had secured the contract with Government as a

result of wrong tendering or other non-bonafide methods of competitive

tendering or commits breach of Integrity Agreement.

viii) If the contractor being an individual, or if a firm, any partner

thereof shall at any time be adjudged insolvent or have a receiving

order or order for administration of his estate made against him or

shall take any proceedings for liquidation or composition (other than

a voluntary liquidation for the purpose of amalgamation or

reconstruction) under any Insolvency Act for the time being in force

or make any conveyance or assignment of his effects or composition or

arrangement for the benefit of his creditors or purport so to do, or

if any application be made under any Insolvency Act for the time being

in force for the sequestration of his estate or if a trust deed be

executed by him for benefit of his creditors.

ix)If the contractor being a company shall pass a resolution or the

court shall make an order that the company shall be wound up or if a

receiver or a manager on behalf of a creditor shall be appointed or

if circumstances shall arise which entitle the court or the creditor

to appoint a receiver or a manager or which entitle the court to make

a winding up order.

x) If the contractor shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days.

xi) If the contractor assigns, (excluding part(s) of work assigned to other agency(s) by the contractor as per terms of contract),

transfers, sublets (engagement of labour on a piece-work basis or of

labour with materials not to be incorporated in the work, shall not

be deemed to be subletting) or otherwise parts with or attempts to

assign, transfer, sublet or otherwise parts with the entire works or

any portion thereof without the prior written approval of the AC &

RD.

When the contractor has made himself liable for action under any of the

cases aforesaid, the AC & RD, ESIC shall have powers:

a) To determine the contract as aforesaid so far as performance of work by the Contractor is concerned (of which determination notice

in writing to the contractor under the hand of the Engineer-in-

Charge shall be conclusive evidence). Upon such determination, the

Earnest Money Deposit Security Deposit already recovered and

Performance Guarantee under the contract shall be liable to be

forfeited and shall be absolutely at the disposal of the

government.

b) After giving notice to the contractor to measure up the work of the contractor and to take such whole, or the balance or part

thereof, as shall be un-executed out of his hands and to give it

to another contractor to complete the work. The contractor, whose

contract is determined as above, shall not be allowed to

participate in the tendering process for the balance work.

In the event of above courses being adopted by the AC & RD, the

contractor shall have no claim to compensation for any loss sustained by

him by reasons of his having purchased or procured any materials or

Page 45: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 45 of 103

entered into any engagements or made any advances on account or with a

view to the execution of the work or the performance of the contract. And

in case action is taken under any of the provision aforesaid the

contractor shall not be entitled to recover or be paid any sum for any

work thereof or actually performed under this contract unless and until

the Engineer –in-Charge has certified in writing the performance of such

work and the value payable in respect thereof and he shall only be

entitled to be paid the value so certified.

Clause – 3A

In case, the work cannot be started due to reasons not within the control

of the contractor within 1/8th

of the stipulated time of completion of the

work or one month whichever is more, either party may close the contract

by giving notice to the other party stating reasons. In such eventuality,

the Earnest Money Deposit and the Performance Guarantee of the Contractor

shall be refunded, but no payment on account of interest, loss of profit

or damages etc. shall be payable at all.

Clause – 4

Contractor liable to pay compensation even if action not taken under

clause 3 :- In any case in which any of the powers conferred upon the AC &

RD by Clause – 3 thereof, shall have become exercisable and the same are

not exercised, the non-exercise thereof shall not constitute a waiver of

any of the conditions hereof and such powers shall notwithstanding be

exercisable in the event of any future case of default by the contractor

and the liability of the contractor for compensation shall remain

unaffected. In the event of the AC & RD putting in force all or any of the

powers vested in him under the preceding clause he may, if he so desires

after giving a notice in writing to the contractor, take possession of

(or at the sole discretion of the AC & RD which shall be final and

binding on the contractor) use as on hire (the amount of the hire money

being also in the final determination of the AC & RD) all or any tools

plant, materials and stores, in or upon the works, or the site thereof

belonging to the contractor, or procured by the contractor and intended

to be used for the execution of the work/or any part thereof, paying or

allowing for the same in account at the contract rates or, in the case of

these not being applicable, at current market rates to be certified by

the Engineer-in- Charge whose certificate thereof shall be final, and

binding on the contractor otherwise the AC & RD by notice in writing may

order the contractor or his clerk of the works, foreman or other

authorized agent to remove such tools, plant, materials or stores from the

premises (within a time to be specified in such notice) in the event of

the contractor failing to comply with any such requisition, the AC & RD

may remove them at the contractor’s expense or sell them by auction or

private sale on account of the contractor and his risk in all respects

and the certificate of the Engineer-in-Charge as to the expenses of any

such removal and the amount of the proceeds and expense of any such sale

shall be final and conclusive against the contractor.

Clause – 5

Time and Extension for delay: - The time allowed for execution of the

Works as specified in Schedule `F’ or the extended time in accordance

with these conditions shall be the essence of the Contract. The execution

of the works shall commence from the time period as mentioned in letter

of award after the date on which the AC & RD issues written orders to

commence the work or from the date of handing over of the site whichever

is later. If the contractor commits default in commencing the execution

of the work as aforesaid Organization shall without prejudice to any

Page 46: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 46 of 103

other right or remedy available in law, be at liberty to forfeit the

earnest money absolutely.

5.1 As soon as possible after the contract is concluded the contractor

shall submit a Time and Progress Chart for each milestone and get it

approved by the Engineer-in –charge. The chart shall be prepared in

direct relation to the time stated in the Contract documents for

completion of items of works. It shall indicate the forecast of the dates

of commencement and completion of various trades of sections of the work

and may be amended as necessary by agreement between the AC & RD and the

contractor within the limitations of time imposed in the contract

documents, and further to ensure good progress during the execution of the

work, the contractor shall in all cases in which the time allowed for any

work exceeds one month (save for special jobs for which a separate

programme has been agreed upon) complete the work as per milestone given

in schedule ‘F’.

5.2 If the work(s) be delayed by :- i). Force majeure or ii)

.

Abnormally bad weather, or

iii

).

Serious loss or damage by fire or

iv)

.

Civil commotion, local commotion of workmen, strike or lockout,

affecting any of the trades employed on the work, or. v). delay on the part of other contractors or tradesmen engaged by

AC & RD in executing work not forming part of the contract or. vi)

.

Any other cause which, in the absolute discretion of the

authority mentioned in schedule `F’ is beyond the contractor’s control.

Then upon the happening of any such event causing delay, the

contractor shall immediately give notice thereof in writing to the AC & RD but

shall nevertheless use constantly his best endeavors to prevent or make good the

delay and shall do all that may be reasonably required to the satisfaction of the AC &

RD to proceed with

the works.

5.3 Request for rescheduling of milestones and extension of time, to be

eligible for

consideration, shall be made by the Contractor in writing within

fourteen days of the

happening of the event causing delay on the prescribed form. The

contractor may also, if

practicable, indicate in such a request the period for which

extension is desired.

5.4 In any such case the AC & RD of the ESIC may give a fair and

reasonable extension of time and reschedule the milestones for completion of work. Such

extension shall be

communicated to the contractor by the AC & RD of the ESIC in

writing, within 3 months of the date of receipt of such request.

Non-application by the contractor for extension of time shall not be

a bar for giving a fair and reasonable extension by the AC & RD and

this shall be binding on the contractor.

Page 47: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 47 of 103

Clause – 6

Measurements of Work Done :- Engineer- in- Charge shall, except as

otherwise provided, ascertain and determine by measurement the value of

work done in accordance with the contract.

All measurements of all items having financial value shall be entered in

Measurement Book and/ or level field book so that a complete record is

obtained of all works performed under the contract.

All measurements and levels shall be taken jointly by the Engineer- in-

Charge or his authorized representative and by the contractor or his

authorized representative from time to time during the progress of the

work and such measurements shall be signed and dated by the Engineer- in-

Charge or his authorized representative and the contractor or his

authorized representative in token of their acceptance. If the contractor

objects to any of the measurements recorded, a note shall be made to that

effect with reason and signed by the concerned parties.

If for any reason the contractor or his authorized representative is not

available and the work of recording measurements is suspended by the

Engineer- in- Charge or his representative, the Engineer- in- Charge and

the department shall not entertain any claim from contractor for any loss

or damages on this account. If the contractor or his authorized

representative does not remain present at the time of such measurements

after the contractor or his authorized representative has been given a

notice in writing three (3) days in advance or fails to countersign or to

record objection within a week from the date of the measurements, then

such measurements recorded in his absence by the Engineer- in- Charge or

his representative shall be deemed to be accepted by the Contractor.

The contractor shall, without extra charge, provide all assistance with

every appliance, labour and other things necessary for measurements and

recording levels. Except where any general or detailed description of the

work expressly shows to the contrary, measurements shall be taken in

accordance with the procedure set forth in the specifications

notwithstanding any provision in the relevant

`Standard method of measurement or any general or local custom. In the

case of items which are not covered by specifications, measurements shall

be taken in accordance with the relevant standard method of measurement

issued by the Bureau of Indian Standards and if for any item no such

standard is available then a mutually agreed method shall be followed.

The contractor shall give not less than seven days’ notice to the Engineer-

in- Charge or his authorized representative in charge of the work before

covering up or otherwise placing beyond the reach of measurement any work

in order that the same may be measured and correct dimensions thereof be

taken before the same is covered up or placed beyond the reach of

measurement and shall not cover up and place beyond reach of measurement

any work without consent in writing of the Engineer- in- Charge or his

authorized representative in charge of the work who shall within the

aforesaid period of seven days inspect the work, and if any work shall be

covered up or placed beyond the reach of measurements without such notice

having been given or the Engineer- in- Charge’s consent being obtained in

writing the same shall be uncovered at the contractor’s expense, or in

default thereof no payment or allowance shall be made for such work or

the materials with which the same was executed.

Engineer-in-Charge or his authorized representative may cause either

themselves or through another officer of the department to check the

Page 48: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 48 of 103

measurements recorded jointly or otherwise as aforesaid and all

provisions stipulated herein above shall be applicable to such checking of

measurements or levels.

It is also a term of this contract that recording of measurements of any

item of work in the measurement book and/ or its payment in the interim,

on account of final bill shall not be considered as conclusive evidence

as to the sufficiency of any work or material to which it relates nor

shall it relieve the contractor from liabilities from any over

measurement or defects noticed till completion of the defect liability

period.

Clause – 7

Payment on intermediate certificate to be regarded as advances:-The

interim or running account bills shall be submitted by the contractor

for the work executed on the basis of recorded measurements on the

format of the Organization in triplicate on or before the date of every

month fixed for the same by the Engineer-in-charge. The contractor

shall not be entitled to be paid any such interim payment if the gross

work done together with net payment / adjustment of advances for

material collected, if any, since the last such payment is less than Rs.

Five lakhs in which case the interim bill shall be prepared on the

appointed date of the month after the requisite progress is achieved.

Engineer-in-charge shall arrange to have the bill verified by taking or

causing to be taken, where necessary, the requisite measurements of the

work. In the event of the failure of the contractor to submit the

bills, Engineer-in-charge shall prepare or cause to be prepared such

bills in which event no claims whatsoever due to delays on payment

including that of interest shall be payable to the contractor. Payment

on account of amount admissible shall be made by the Engineer-in-charge

certifying the sum to which the contractor is considered entitled by

way of interim payment at such rates as decided by the Engineer-in-

Charge. All such interim payments shall be regarded as payment by way

of advances against final payment only and shall not preclude the

requiring of bad, unsound and imperfect or unskilled work to be

rejected, removed, taken away and reconstructed or re-erected. Any

certificate given by the Engineer-in-charge relating to the work done

or materials delivered forming part of such payment, may be modified or

corrected by any subsequent such certificate (s) or by the final

certificate and shall not by itself be conclusive evidence that any

work or materials to which it relates is/ are in accordance with the

contract and specifications. Any such interim payment, or any part

thereof shall not in any respect conclude, determine or affect in any

way powers of the Engineer-in-charge under the contract or any of such

payments be treated as final settlement and adjustment of accounts or in

any way vary or affect the contract.

Pending consideration of extension of date of completion interim

payments shall continue to be made as herein provided, without

prejudice to the right of the department to take action under the terms

of this contract for delay in the completion of work, if the extension

of date of completion is not granted by the AC & RD.

Clause – 8

Completion certificate and completion plans :- Within ten days of the

completion of the work, the contractor shall give notice of such

completion to the Engineer-in-charge and within thirty days of the

receipt of such notice the Engineer-in-charge shall inspect the work and

if there is no defect in the work shall furnish the contractor with a

final certificate of completion, otherwise a provisional certificate of

Page 49: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 49 of 103

physical completion indicating defects (a) to be rectified by the

contractor and/or(b) for which payment will be made at reduced rates

shall be issued. But no final certificate of completion shall be

issued, nor shall the work be considered to be complete until the

contractor shall have removed from the premises on which the work shall

be executed all scaffolding, surplus materials, rubbish and all huts

and sanitary arrangements required for his/ their work people on the

site in connection with the execution of the works as shall have been

erected or constructed by the contractor(s) and cleaned off the dirt

from all wood work, doors, windows, walls, floor or other parts of the

building, in, upon, or about which the work is to be executed or of

which he may have had possession for the purpose of the execution

thereof, and not until the work shall have been measured by the

Engineer-in-charge. If the contractor shall fail to comply with the

requirements of this clause as to removal of scaffolding, surplus

materials and rubbish and all huts and sanitary arrangements as

aforesaid and cleaning of dirt on or before the date fixed for the

completion of work, the Engineer-in-Charge may at the expense of the

contractor remove such scaffolding surplus materials and rubbish etc.

and dispose of the same as he thinks fit and clean off such dirt as

aforesaid, and the contractor shall have no claim in respect of

scaffolding or surplus materials as aforesaid except for any sum

actually realized by the sale thereof.

Clause 8A

Contractor to keep site clean : - The splashes and droppings from white

washing, color washing, painting etc on walls, floor windows etc shall

be removed and the surface cleaned simultaneously with the completion

of these items of work in the individual rooms, quarters or premises etc

where the work is done without waiting for the actual completion of all

the other items of work in the contract. In case the contractor fails

to comply with the requirements of this clause, the Engineer- in-charge

shall have the right to get this work done at the cost of the

contractor either departmentally or through any other agency. Before

taking such action, the Engineer-in-charge shall give ten days’ notice

in writing to the contractor.

Clause 8 B

Completion plans to be submitted by the Contractor: - The contractor

shall submit five sets of completion plans within thirty days of the

completion of the work along with soft copy.

In case, the contractor fails to submit the completion plan as

aforesaid, he shall be liable to pay a sum equivalent to 2.5% of the

value of the work subject to ceiling of Rs. 1,00,000/- (Rupees One

Lakhs Only) as may be fixed by AC & RD, ESIC concerned and in this

respect the decision of the AC & RD, ESIC shall be final and binding on

the contractor.

Clause 9

Payment of final bill: - The final bill shall be submitted by the

contractor in the same manner as specified in interim bills within three

months of physical completion of the work or within one month of the

date of the final certificate of completion furnished by the Engineer-

in-charge whichever is earlier. The contractor shall make no further

claims after submission of the final bill and these shall be deemed to

have been waived and extinguished. Payments of those items of the bill

in respect of which there is no dispute and of items in dispute, for

quantities and rates as approved by ESIC, will as far as possible be

Page 50: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 50 of 103

made within six months from the date of receipt of the bill by the ESIC

or his authorized representative.

Clause 10A

Materials to be provided by the contractor: - The contractor shall at

his own cost provide all materials required for the works. The

contractor shall, at his own expense and without delay, supply to

Engineer-in-charge samples of materials to be used on the work and

shall get these approved in advance. All such materials to be provided

by the contractor shall be in conformity with the specifications laid

down or referred to in the contract. The contractor shall, if requested

by the Engineer-in-charge furnish proof, to the satisfaction of the

Engineer-in-charge that the materials so comply. The Engineer-in-charge

shall within five days of supply of samples or within five days of the

receipt of test result intimate to the contractor in writing whether

samples are approved by him or not. If samples are not approved the

contractor shall forthwith arrange to supply to the Engineer-in-Charge

for his approval fresh samples complying with the specifications laid

down in the contract. When materials are required to be tested in

accordance with specification, approval of the Engineer-in-charge shall

be issued after the test results are received.

The contractor shall at his risk and cost submit the samples of

materials to be tested or analyzed and shall not make use of or

incorporate in the work any materials represented by the samples until

the required tests or analysis have been made and materials finally

accepted by the Engineer- in-charge. The contractor shall not be

eligible for any claim or compensation either arising out of any delay

in the work or due to any corrective measures required to be taken on

account of and as a result of testing of materials.

The contractor shall at his risk and cost make all arrangements and

shall provide all facilities as the Engineer-in-charge may require for

collecting, and preparing the required number of samples for such tests

at such time and to such place or places as may be directed by the

Engineer-in- charge and bear all charges and cost of testing unless

specifically provided for otherwise elsewhere in the contract or

specifications. The Engineer-in-Charge or his authorized representative

and Architect shall at all times have access to the work and to all

such workshops and places where work is being prepared or from where

materials manufactured articles, or machinery are being obtained for

the works and the contractor shall afford every facility and every

assistance in obtaining the right to such access.

The Engineer-in-charge shall have full powers to require the removal

from the premises of all materials which in his opinion are not in

accordance with the specifications and in case of default the Engineer-

in-charge shall be at liberty to employ at the expense of the

contractor, other persons to remove the same without being answerable

or accountable for any loss or damage that may happen or arise to such

materials. The Engineer-in-charge shall also have full powers to

require other proper materials to be substitute thereof and in case of

default the Engineer-in-Charge may cause the same to be supplied and

all costs which may attend such removal and substitution shall be borne

by the contractor.

Clause 10 B

Secured Advance on Non-perishable Materials :-

Page 51: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 51 of 103

The contractor, on signing an indenture in the form to be specified by

the Engineer-in-charge shall be entitled to be paid during the progress

of the execution of the work upto 75% of the assessed value of any

materials which are in the opinion of the Engineer-in-charge

nonperishable, non- fragile and noncombustible and are in accordance

with the contract and which have been brought on the site in connection

therewith and are adequately stored and/ or protected against damage by

weather or other causes but which have not at the time of advance been

incorporated in the works. When materials on account of which an advance

has been made under this sub-clause are incorporated in the work the

amount of such advance shall be recovered/ deducted from the next

payment made under any of the clause or clauses of this contract.

Such secured advance shall also be payable on other items of perishable

nature, fragile and combustible with the approval of the Engineer-in-

charge provided the contractor provides a comprehensive insurance cover

for the full cost of such materials. The decision of the Engineer- in-

charge shall be final and binding on the contractor in this matter. No

secured advance, shall however, be paid on high-risk materials such as

ordinary glass, sand, petrol, diesel etc.

Clause – 10C: -

Payment on account of increase in prices / wages due to statutory order(s)

If after submission of the tender, the wages of labour increases as a

direct result of the coming into force of any fresh law, or statutory

rule or order and such increase in wages prevailing at the time of the

last stipulated date for receipt of the tenders including extensions if

any for the work, and the contractor thereupon necessarily and properly

pays such increased wages then the amount of the contract shall

accordingly be varied and provided further that any such increase shall

not be payable if such increase has become operative after the

stipulated date of completion of the work in question.

If after submission of the tender, wages of labour is decreased as a

direct result of the coming into force of any fresh law statutory rules

or order and such decrease in the wages prevailing at the time of

receipt of the tender for the work, Organization shall in respect of

labour engaged on the execution of the work after the date of coming

into force of such law statutory rule or order be entitled to deduct

from the dues of the contractor, such amount as shall be equivalent to

the difference between the wages as prevailed at the time of the last

stipulated date for receipt of tenders including extensions if any for

the work and the wages of labour on the coming into force of such law,

statutory rule or order.

The contractor shall, for the purpose of this condition, keep such

books of account and other documents as are necessary to show the

amount of any increase claimed or reduction available and shall allow

inspection of the same by a duly authorized representative of the

Government, and further shall, at the request to the Engineer-in-charge

may require any documents so kept and such other information as the

Engineer-in-charge may require.

The contractor shall, within a reasonable time of his becoming aware of

any alteration in the wages of labour, give notice thereof to the

Engineer-in-charge stating that the same is given pursuant to this

condition together with all information relating thereto which he may

be in position to supply.

Page 52: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 52 of 103

Clause - 10D

Dismantled material Organization Property: - The contractor shall treat

all materials obtained during dismantling of a structure, excavation of

the site for a work, etc as ESIC’s property and such materials shall be

disposed off to the best advantage of ESIC according to the instructions

in writing issued by the Engineer-in-Charge.(except lift material for

which salvage value has been given in Price bid)

Clause – 11

Work to be executed in accordance with specifications, drawings, orders

etc.: - The contractor shall execute the whole and every part of the

work in the most substantial and workmanlike manner both as regards

materials and otherwise in every respect in strict accordance with CPWD

Specifications for Electrical works Part-I, 2005, Part-II for External

Electrical works and Part –III Lifts & Escalators 2003 with upto date

correction slips. The contractor shall also conform exactly, fully and

faithfully to the design, drawings and instructions in writing in

respect of the work signed by the Engineer-in-charge and the contractor

shall be furnished free of charge one copy of the contract documents

together with specifications, designs, drawings and instructions as are

not included in the standard specifications of Central Public Works

Department specified in schedule `F’ or in any Bureau of Indian

Standard or any other, published standard or code or, Schedule of Rates

or any other printed publication referred to elsewhere in the contract.

The contractor shall comply with the provisions of the contract and

with the care and diligence execute and maintain the works and provide

all labour and materials, tools and plants including for measurements

and supervision of all works structural plans and other things of

temporary or permanent nature required for such execution and

maintenance in so far as the necessity for providing these, is

specified or is reasonably inferred from the contract. The contractor

shall take full responsibility for adequacy, suitability and safety of

all the works and methods of construction.

Clause 12 :

Deviations/Variations Extent and Pricing: - The AC & RD shall have power

(i) to make alteration in, omissions from, additions to, or

substitutions for the original specifications, drawings, designs and

instructions that may appear to him to be necessary or advisable during

the progress of the work, and (ii) to omit a part of the works in case

of non-availability of a portion of the site or for any other reasons

and the contractor shall be bound to carry out the works in accordance

with any instructions given to him in writing signed by the AC & RD and

such alterations, omissions, additions or substitutions shall form part

of the contract as if originally provided therein and any altered,

additional or substituted work which the contractor may be directed to

do in the manner specified above as part of the works, shall be carried

out by the contractor on the same conditions in all respects including

price on which he agreed to do the main work except as hereafter

provided. The time for completion of the works shall, in the event of

any deviations resulting in additional cost over the tendered value sum

being ordered, be extended, if requested by the contractor, as follows –

i) In the proportion which the additional cost of the altered,

additional or substituted work, bears to the original tendered

value plus.

Page 53: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 53 of 103

ii) 25% of the time calculated in (i) above or such further additional

time as may be considered reasonable by the Engineer-in-charge.

12.2 In the case of extra item(s) being the schedule items (Delhi

Schedule of Rates items), these shall be paid as per schedule rate

plus cost index (if applicable as mentioned in schedule -

F) plus/minus percentage above/below quoted contract amount.

Payment of extra items in case of non-schedule items (Non-DSR

items) shall be made as per the prevailing market rate.

In the case of Substitute Item(s) being the schedule items (Delhi

Schedule of Rates items), these shall be paid as per the schedule

rate plus cost index (at the time of tender) plus/minus percentage

above/ below quoted contract amount. Payment of Substitute in case

of non- schedule items (Non-DSR items) shall be made as per the

prevailing market rate.

In the case of contract items, which exceed the limits laid down in

schedule F, the contractor shall be paid rates at Agreement rate /

Market rate whichever is lower.

12.3 The contractor shall send to the ESIC once every three months an upto date account giving complete details of all claims for

additional payments to which the contractor may consider himself

entitled and of all additional work ordered by the Engineer-in-

Charge which he has executed during the preceding quarter failing

which the contractor shall be deemed to have waived his right.

However, the AC & RD may authorize consideration of such claims on

merits.

12.4 Any operation incidental to or necessarily has to be in

contemplation of tenderer while filling tender, or necessary for

proper execution of the item included in the Schedule of quantities

or in the schedule of rates mentioned above, whether or not,

specifically indicated in the description of the item and the

relevant specifications, shall be deemed to be included in the

rates quoted by the tenderer or the rate given in the said schedule

of rates, as the case may be. Nothing extra shall be admissible for

such operations.

Clause 13

Foreclosure of Contract due to Abandonment or Reduction in Scope of Work: -

If at any time after acceptance of the tender or during the progress of

work, the purpose or object for which the work is being done changes

due to any supervening cause and as a result of which the work has to

be abandoned or reduced in scope the ESIC shall give notice in writing

to that effect to the contractor stating the decision as well as the

cause for such decision and the contractor shall act accordingly in the

matter. The contractor shall have no claim to any payment of

compensation or otherwise whatsoever, on account of any profit or

advantage which he might have derived from the execution of the works

in full but which he did not derive in consequence of the foreclosure

of the whole or part of the works.

The contractor shall be paid at contract rates full amount for works

executed at site and in addition, a reasonable amount as certified by

the Engineer-in-charge for the items hereunder mentioned which could

not be utilized on the work to the full extent in view of the

foreclosure:-

i) Any expenditure incurred on preliminary site work, e.g. temporary

Page 54: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 54 of 103

access roads, temporary labour huts, staff quarters and site office;

storage accommodation and water storage tanks.

ii) ESIC shall have the option to take over contractor’s materials or

any part thereof either brought to site or of which the contractor

is legally bound to accept delivery from suppliers (for

incorporation in or incidental to the work) provided, however ESIC

shall be bound to take over the materials or such portions thereof as

the contractor does not desire to retain. For materials taken over

or to be taken over by ESIC, cost of such materials as detailed by

ESIC shall be paid. The cost shall, however, take into account

purchase price, cost of transportation and

deterioration or damage which may have been caused to materials

whilst in the custody of the contractor.

iii) If any materials supplied by ESIC are rendered surplus, the same except normal wastage shall be returned by the contractor to ESIC at

rates not exceeding those at which these were originally issued,

less allowance for any deterioration or damage which may have been

caused whilst the materials were in the custody of the contractor.

In addition, cost of transporting such materials from site to ESIC

stores, if so required by ESIC, shall be paid.

iv) Reasonable compensation for transfer of T & P from site to

contractor’s permanent stores or to his other works, whichever is

less. If T & P are not transported to either of the said places, no

cost of transportation shall be payable.

v) Reasonable compensation for repatriation of contractor’s site staff

and imported labour to the extent necessary.

The contractor shall, if required by the Engineer- in-Charge, furnish to

him, books of account, wage books, time sheets and other relevant

documents and evidence as may be necessary to enable him to certify the

reasonable amount payable under this condition.

The reasonable amount of items on (i), (iv) and (v) above shall not be

in excess of 2% of the cost of the work remaining incomplete on the

date of closure, i.e. total stipulated cost of the work as per accepted

tender less the cost of work actually executed under the contract and

less the cost of contractor’s materials at site taken over by the

Government as per item (ii) above. Provided always that against any

payments due to the contractor on this account or otherwise, the

Engineer-in-Charge shall be entitled to recover or be credited with any

outstanding balances due from the contractor for advance paid in

respect of any tool, plants and materials and any other sums which at

the date of termination were recoverable by the Government from the

contractor under the terms of the contract.

Clause – 14

If contractor:

i) At any time makes default during currency of work or does not

execute any part of the work with due diligence and continues to

do so even after a notice in writing of 7 working days in this

respect from the ESIC; or

ii) Commits default in complying with any of the terms and conditions

of the contract and does not remedy it or takes effective steps to

remedy it within 7 working days even after a notice in writing is

given in that behalf by the ESIC; or

Fails to complete the work(s) or items of work with individual

dates of completion, on or before the date(s) so determined, and

does not complete them within the period specified in the notice

given in writing in that behalf by the ESIC.

Page 55: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 55 of 103

The AC & RD shall on such cancellation by the Accepting Authority have powers

to :

a) take possession of the site and any materials, constructional

plant, implements, stores etc., thereon; and/or

b) carry out the incomplete work by any means at the risk and cost of

the contractor.

On cancellation of the contract in full or in part, the AC & RD shall

determine the amount, if any, is recoverable from the contractor for

completion of the works or part of the works or in case the works or

part of the works is not to be completed, the loss or damage suffered

by ESIC. In determining the amount, credit shall be given to the

contractor for the value of the work executed by him upto to time of

cancellation, the value of contractor’s materials taken over and

incorporated in the work and use of plant and machinery belonging to

the contractor.

Any excess expenditure incurred or to be incurred by ESIC in completing

the works or part of the works or the excess loss or damages suffered

or may be suffered by ESIC as aforesaid after allowing such credit

shall without prejudice to any other right or remedy available to ESIC

in law be recovered from any moneys due to the contractor on any

account, and if such moneys are not sufficient the contractor shall be

called upon in writing and shall be liable to pay the same within 30

days.

If the contractor shall fail to pay the required sum within the

aforesaid period of 30 days the AC & RD shall have the right to sell

any or all of the contractor’s unused materials, constructional plant,

implements, temporary buildings, etc and apply the proceeds of sale

thereof towards the satisfaction of any sums due from the contractor

under the contract and if thereafter there be any balance outstanding

from the contractor, it shall be recovered in accordance with the

provisions of the contract.

Any sums in excess of the amounts due to the ESIC and unsold materials,

constructional plant, etc. shall be returned to the contractor,

provided always that if cost or anticipated cost of completion by ESIC

of the works or part of the works is less than the amount which the

contractor would have been paid had he completed the works or part of

the works, such benefit shall not accrue to the contractor.

Clause - 15

Suspension of work

i) The contractor shall, on receipt of the order in writing of the AC & RD, (whose decision shall be final and binding on the contractor)

suspend the progress of the works or any part thereof for such time and

in such manner as the AC & RD may consider necessary so as not to cause

any damage or injury to the work already done or endanger the safety

thereof for any of the following reasons :

a) On account of any default on the part of the contractor or

b) for proper execution of the works or part thereof for reasons

Page 56: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 56 of 103

other than the default of the contractor or

c) for safety of the works or part thereof

The contractor shall, during such suspension, properly protect and

secure the works to the extent necessary and carry out the instructions

given in that behalf by the AC & RD.

ii) If the suspension is ordered for reasons (b) and (c) in sub-para (I) above:

a) The contractor shall be entitled to an extension of time equal to the period of every such suspension PLUS 25% for completion of

the item or group of items of work for which a separate period of

completion is specified in the contract and of which the suspended

work forms a part and :

b) If the total period of all such suspensions in respect of an item or group of items or work for which a separate period of

completion is specified in the contract exceeds thirty days, the

contractor shall, in addition, be entitled to such compensation

as the AC & RD may consider reasonable in respect of salaries

and/ or wages paid by the contractor to his employees and labour

at site, remaining idle during the period of suspension, adding

thereto 2% to cover indirect expenses of the contractor. Provided

the contractor submits his claim supported by details to the AC &

RD within fifteen days of the expiry of the period of 30 days.

iii). If the works or part thereof is suspended on the orders of the AC

& RD for more than three months at a time, except when suspension is

ordered for reason (a) in sub-para (I) above, the contractor may after

receipt of such order serve a written notice on the AC & RD requiring

permission within fifteen days from receipt by the AC & RD of the said

notice, to proceed with the work or part thereof in regard to which

progress has been suspended and if such permission is not granted within

that time, the contractor, if he intends to treat the suspension, where

it affects only a part of the works as an omission of such part by the

ESIC or where it affects whole of the works, as an abandonment of the

works by the ESIC, shall within ten days of expiry of such period of 15

days give notice in writing of his intention to the AC & RD. In the

event of the contractor treating the suspension as an abandonment of the

contract by the ESIC, he shall have no claim to payment of any

compensation on account of any profit or advantage which he might have

derived from the execution of the work in full but which he could not

derive in consequence of the abandonment. He shall, however, be

entitled to such compensation, as the AC & RD may consider reasonable,

in respect of salaries and/ or wages paid by him to his employees and

labour at site, remaining idle in consequence adding to the total

thereof 2% to cover indirect expenses of the contractor provided the

contractor submits his claim supported by details to the AC & RD within

30 days of the expiry of the period of 3 months.

Clause 16

Action in case work not done as per specifications: - All works under or

in course of execution or executed in pursuance of the contract shall at

all times be open and accessible to the inspection and supervision of

the AC & RD, his authorized subordinates in charge of the work /

architect and all the superior officers of the ESIC and the Chief

Technical examiner’s office, and the contractor shall, at all times,

during the usual working hours and at all other times at which

reasonable notice of the visit of such officers has been given to the

Page 57: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 57 of 103

contractor, either himself be present to receive orders and

instructions or have a responsible agent duly accredited in writing,

present for that purpose. Orders given to the contractor’s agent shall

be considered to have the same force as if they had been given to the

contractor himself. If it shall appear to the Engineer-in-charge or his

authorized subordinates in charge of the work or to the Architect or

the Chief Technical Examiner or his subordinate officers, that any work

has been executed with unsound, imperfect or unskillful workmanship, or

with materials or articles provided by him for the execution of the

work which are unsound or of a quality inferior to that contracted or

otherwise not in accordance with the contract the contractor shall, on

demand in writing which shall be made within six months of the

completion of the work from the Engineer-in-charge specifying the work,

materials or articles complained of notwithstanding that the same may

have been passed, certified and paid for forthwith rectify, or remove

and reconstruct the work so specified in whole or in part, as the case

may require or as the case may be, remove the materials or articles so

specified and provide other proper and suitable materials or articles

at his own charge and cost. In the event of the failing to do so within

a period specified by the Engineer-in-charge in his demand aforesaid,

then the contractor shall be liable to pay compensation at the same

rate as under clause 2 of the contract (for non-completion of the work

in time) for this default.

In such case the Engineer-in-charge may not accept the item of work at

the rates applicable under the contract but may accept such items at

reduced rates as the AC & RD may consider reasonable during the

preparation of on account bills or final bill if the item is so

acceptable without detriment to the safety and utility of the item and

the structure or he may reject the work outright without any payment

and/ or get it and other connected and incidental items rectified, or

removed and re- executed at the risk and cost of the contractor.

Decision of the AC & RD to be conveyed in writing in respect of the

same will be final and binding on the contractor.

Clause – 17

Contractor Liable for damages, defects during maintenance period: - If

the contractor or his working people or servants shall break, deface,

injure or destroy any part of building in which they may be working, or

any building, road, road curb, fence, enclosure, water pipe, cables,

drains, electric or telephone post or wires, trees, grass or grassland,

or cultivated ground contiguous to the premises on which the work or

any part is being executed, or if any damage shall happen to the work

while in progress, from any cause whatever of if any defect, shrinkage

or other faults appear in the work within twelve months (6 months in

the case of any work other than road work costing Rs. 1,00,000/- and

below) after a certificate final or otherwise its completion shall have

been given by the AC & RD as aforesaid arising out of defect or improper

materials or workmanship the contractor shall upon receipt of a notice

in writing on that behalf make the same good by other workmen and

deduct the expense from any sums that may be due or at any time

thereafter may become due to the contractor, or from his security

deposit or the proceeds of sale thereof or of a sufficient portion

thereof. The security deposit of the contractor shall not be refunded

before the expiry of twelve months after the issue of the certificate

final or otherwise, of completion of work, or till the final bill has

been prepared and passed whichever is later.

Clause 18

Page 58: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 58 of 103

Contractor to Supply Tools & Plants etc.: - The contractor shall

provide at his own cost all materials, plant, tools, appliances,

implements, ladders, cordage, tackle, scaffolding and temporary works

required for the proper execution of the work, whether original,

altered or substituted and whether included in the specification or

other documents forming part of the contract or referred to in these

conditions or not, or which may be necessary for the purpose of

satisfying or complying with the requirements of the Engineer-in-charge

as to any matter as to which under these conditions he is entitled to be

satisfied, or which he is entitled to require together with carriage

thereof to and from the work. The contractor shall also supply without

charge the requisite number of persons with the means and materials,

necessary for the purpose of setting out works, and counting, weighing

and assisting the measurement for examination at any time and from time

to time of the work or materials. Failing his so doing the same may be

provided by the Engineer-in-charge at the expense of the contractor and

the expenses may be deducted, from any money due to the contractor,

under this contract or otherwise and/or from his security deposit or

the proceeds of sale thereof, or of a sufficient portions thereof.

Clause 18A

Recovery of compensation paid to workman: - In every case in which by

virtue of the provisions sub-section (1) of section 12, of the

Workmen’s Compensation Act, 1923, ESIC is obliged to pay compensation

to a workman employed by the contractor, in execution of the works,

ESIC will recover from the contractor for the amount of the

compensation so paid ; and, without prejudice to the rights of the ESIC

under sub-section (2) of Section 12, of the said Act, ESIC shall be at

liberty to recover such amount or any part thereof by deducting it from

the security deposit or from any sum due by ESIC to the contractor

whether under this contract or otherwise. ESIC shall not be bound to

contest any claim made against it under sub-section

(1) Section 12, of the said Act, except on the written request of the contractor and upon his giving to ESIC full security for all costs for

which ESIC might become liable in consequence of contesting such claim.

Clause 18 B

Ensuring Payment and Amenities to Workers if Contractor fails: - In

every case in which by virtue of the provisions of the Contract Labour

(Regulation and Abolition) Act, 1970 and of the Contract Labour

(Regulation and Abolition) Central Rules, 1971, ESIC is obliged to pay

any amounts of wages to a workman employed by the contractor in

execution of the works, or to incur any expenditure in providing welfare

and health amenities required to be provided under the above said Act

the Rules framed by ESIC from time to time for the protection of health

and sanitary arrangements for workers employed by ESIC Contractors,

ESIC will recover from the contractor the amount of wages so paid or

the amount of expenditure so incurred, and without prejudice to the

rights of the ESIC under sub-section (2) of Section 20 and sub-section

(4) of Section 21, of the Contract Labour (Regulation and Abolition)

Act, 1970, ESIC shall be at liberty to recover such amount or any part

thereof by deducting it from the security deposit or from any sum due

by ESIC to the contractor whether under this contract or otherwise ESIC

shall not be bound to contest any claim made against it under sub-

section (1) of Section 20, sub-section (4) of Section 21, of the said

Act, except on the written request of the contractor and upon his giving

to the ESIC full security for all costs for which ESIC might become

liable in contesting such claim.

Page 59: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 59 of 103

Clause 19

Labour Laws to be complied by the Contractor: - The contractor shall

obtain a valid license under the Contract Labour (R & A) Act 1970, and

the Contract Labour (Regulation and Abolition) Central Rules 1971,

before the commencement of the work, and continue to have a valid

licenseuntil the completion of the work. The contractor shall also

abide by the Provisions of Child Labour (prohibition and Regulation)

Act, 1986.

The contractor shall also comply with the provisions of the building and

other construction workers (Regulation of Employment & Conditions of

Service) Act, 1996 and the building and other Construction Welfare Cess

Act, 1996. The Contractor shall also abide the provisions of Contract

Labour (Regulations and Abolition) Act 1970 and the Contract Labour

Regulation & Abolition Central Rules 1971.

Any failure to fulfil this requirement shall attract the penal

provisions of this contract arising out of the resultant non-execution

of the work. The Contractor shall also abide by the provisions of child

labour (Prohibition and Regulations) Act, 1986.

CLAUSE 20: Minimum Wages Act to be complied with:

The Contractor shall comply with all the provision of the Minimum

Wages Act, 1948, amended from time to time and rules framed

thereunder and other labour laws affecting contract labour that may

be brought from time to time.

CLAUSE 21 : Work not to be sublet. Action in case of insolvency

The Contract shall not be assigned or sublet without the written

approval of the AC & RD. And if the contractor shall assign or

sublet his contract, or attempt to do so or become insolvent or

commence any insolvency proceedings or make any composition with

his creditors or attempt to do so, or if any bribe, gratuity, gift,

loan, perquisite, reward or advantage pecuniary or otherwise shall

either directly or indirectly be given, promised or offered by the

contractor, or any of his servants or agent to any public officer

or persons in the employ of ESIC in any way relating to his office

or employment, or if any such officer or person shall become in any

way directly or indirectly interested in the contract, the AC &

RD,ESIC on behalf of the corporation Member of ESIC shall have

power to adopt any of the courses specified in Clause 3 hereof as

he may deem best suited to the interest of the ESIC and in the

event of any of these courses being adopted the consequences

specified in the said Clause 3 shall ensure.

CLAUSE 22:

All sums payable by way of compensation under any of these

conditions shall be considered as reasonable compensation to be

applied to the use of the ESIC without reference to the actual loss

or damage sustained, and whether or not any damage shall have been

sustained.

CLAUSE 23: Changes in firm’s constitution to be intimated

Where the Contractor is a partnership firm, the previous approval in

Page 60: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 60 of 103

writing, of the AC & RD shall be obtained before any change is made in

the constitution of the firm. Where the Contractor is an individual or

a Hindu undivided family business concern, such approval as aforesaid,

shall likewise, be obtained before the Contractors enters into any

partnership agreement where under the partnership firm would have the

right to carry out the work hereby undertaken by the Contractor. If

previous approval, aforesaid, is not obtained,

the contract shall be deemed to have been assigned in contravention

of Clause 21 hereof and the same action may be taken and the same

consequences shall ensue as provided in the said Clause 21.

CLAUSE 24: Directions for execution of works.

All works to be executed under the contract shall be executed under

the direction and subject to the approval of the AC & RD of the ESIC

who shall be entitled to direct at what point or points and in what

manner they are to be commenced, and from time to time carried on.

CLAUSE 25: Settlement of Disputes & Arbitration

Except where otherwise provided in the contract all questions and all

disputes relating to the meaning of the specification, design,

drawings and instructions here - in before mentioned and as to the

quality of workmanship or materials used on the work or as to any

other question, claim, right, matter or thing whatsoever in any way

arising out of or relating to the contract, designs, drawings,

specifications, estimates, instructions, orders or these conditions

or otherwise concerning the works or the execution or failure to

execute the same whether arising during the progress of the work or

after the cancellation, termination, completion or abandonment

thereof shall be referred for adjudication through arbitration by a

sole arbitrator appointed by the AC & RD of ESIC or if there be no AC

& RD of the ESIC, the administrative head of the said Organization.

If the arbitrator so appointed is unable or unwilling to act or

resigns his appointment or vacates his office due to any reason

whatsoever another sole arbitrator shall be appointed in the manner

aforesaid. Such person shall be entitled to proceed with the

reference from the stage at which it was left by his predecessor.

It is a term of this contract that the party invoking Arbitration

shall give a list of disputes with amounts claimed in respect of each

such dispute along with the notice for appointment of arbitrator and

giving reference to the rejection by the AC & RD of the ESIC of the

appeal.

It is also a term of this contract that no person other than a person

appointed by such AC & RD of the ESIC or the administrative head as

aforesaid should act as arbitrator and if for any reason that is not

possible, the matter shall not be referred to arbitration at all.

It is also a term of this contract that if the contractor does not

make any demand for appointment of arbitrator in respect of any

claims in writing as aforesaid within 120 days of receiving the

intimation from the Engineer-in-Charge that the final bill is ready

for payment, the claim of the contractor shall be deemed to have been

waived and absolutely barred and the ESIC shall be discharged and

released of all liabilities under the contract in respect of these

claims.

Page 61: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 61 of 103

The arbitration shall be conducted in accordance with the provisions

of the Arbitration and conciliation Act. 1996, (26 of 1996) or any

statutory modifications or re-enactment thereof and the rules made

thereunder and for the time being in force shall apply to the

arbitration proceeding under this clause.

It is also a term of this contract that the arbitrator shall

adjudicate on only such disputes as are referred to him by the

appointing authority and give separate award against each dispute and

claim referred to him and, in all cases, where the total amount of the

claims by any party exceeds Rs.1,00,000/- the arbitrator shall give

reasons for the award.

It is also a term of the contract that if any fees are payable to the

arbitrator these shall be paid equally by both the parties.

It is also a term of the contract that the arbitrator shall be deemed

to have entered on the reference on the date he issues notice to both

the parties calling them to submit their statement of claims and

counter statement of claims. The venue of the arbitration shall be

such place as may be fixed by the Arbitrator in his sole discretion.

The fees, if any, of the arbitrator shall, if required to be paid

before the award is made and published, be paid half and half by each

of the parties. The cost of the reference and of the award (including

the fees, if any, of the arbitrator) shall be in the discretion of

the arbitrator who may direct to any by whom and in what manner such

costs or any part thereof shall be paid and fix or settle the amount

of costs to be so paid.

CLAUSE 26

Contractor to Indemnify ESIC against patent Rights

The Contractor shall fully indemnify and keep indemnified the Board

of Governors of the ESIC against any action, claim or proceeding

relating to infringement or use of any patent or design or any

alleged patent or design rights and shall pay any royalties which may

be payable in respect of any article or part of thereof included in

the Contract. In the event of any claims made under or action brought

against ESIC in respect of any such matter as aforesaid the

Contractor shall be immediately notified thereof and the Contractor

shall be at liberty at his own expense, to settle any dispute or to

conduct any litigation that may arise

there from. Provided that the Contractor shall not be liable to

indemnify the Board of Governors of the ESIC if the infringement of

the patent or design or any alleged patent or design right is the

direct result of an order passed by the Engineer in Charge in this

behalf.

CLAUSE 27 : Lump sum Provision in Tender

When the estimate on which a tender is made includes lump sum in

respect of parts of the work, the Contractor shall be entitled to

payment in respect of the items of work involved or the part of the

work in question at the same rates, as are payable under this

contract for such items, or if the part of the work in question is

not in the opinion of the Engineer-in-Charge payable of measurement,

the Engineer-in-Charge may at his discretion pay the lump sum amount

Page 62: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 62 of 103

entered in the estimate, and the certificate in writing of the

Engineer-in-Charge shall be final and conclusive against the

Contractor with regard to any sum payable to him under the provisions

of the clause.

CLAUSE 28: Action Where no specifications are Specified.

In case of any class of work for which there is no such

specifications as referred to in Clause 11, such work shall be

carried out in accordance with the Bureau of Indian Standard

Specifications. In case there is no such specifications in Bureau of

Indian Standards, the work shall be carried out as per manufacturer’s

specifications, if not available then as per District Specifications.

In case there are no such specifications as required above, the work

shall be carried out in all respects in accordance with the

instructions and requirements of the Engineer- in-Charge.

CLAUSE 29: With-holding and lien in respect of Sums due from Contractor

(i) Whenever any claim, for payment of a sum of money arises out of or under the contract or against the contractor, the ESIC shall be

entitled to withhold and also have a lien to retain such sum or sums

in whole or in part from the security, if any deposited by the

contractor and for the purpose aforesaid, the ESIC shall be entitled

to withhold the security deposit, if any furnished as the case may be

and also have a lien over the same pending finalization or

adjudication of any such claim. In the event of the security being

insufficient to cover the claimed amount or amounts or if no security

has been taken from the Contractor, the ESIC shall be entitled to

withhold and have lien to retain to the extent of such claimed amount

or amounts referred to above, from any sum or sums found payable or

which may at any time thereafter become payable to the contractor

under the same contract or any other contract with the AC & RD

pending finalization of adjudication of any such claim.

It is an agreed term of the contract that the sum of money or moneys

so withheld or retained under the lien referred to above by the ESIC

will be kept withheld or retained as such by the ESIC till the claim

arising out of or under the contract is determined by the arbitrator

(if the contract is governed by the arbitration clause) by the

competent court, as the case may be and that the contractor will have

no claim for interest or damages whatsoever on any account in respect

of such withholding or retention under the lien referred to above and

duly notified as such to the contractor. For the purpose of this

clause where the contractor is a partnership firm or a limited

company, the ESIC shall be entitled to withhold and also have a lien to

retain towards such claimed amount or amounts in whole or in part from

any sum found payable to any partner/ limited company as the case may

be, whether in his individual capacity or otherwise.

(ii) ESIC shall have the right to cause an audit and technical

examination of the works and the final bills of the contractor

including all supporting vouchers, abstract etc. to be made after

payment of the final bill and if as a result of such audit and

technical examination any sum is found to have been overpaid in

respect of any work done by the contractor under the contract or any

work claimed to have been done by him under the contract and found

not to have been executed, the contractor shall be liable to refund

the amount of over-payment and it shall be lawful for ESIC to recover

the same from him in the manner prescribed in sub-clause (i) of this

clause or in any other manner legally permissible and if it is found

Page 63: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 63 of 103

that the contractor was paid less than what was due to him under the

contract in respect of any work executed by him under it, the amount

of such under payment shall be duly paid by ESIC to the contractor,

without any interest thereon whatsoever.

Provided that the ESIC shall not be entitled to recover any sum

overpaid, nor the contractor shall be entitled to payment of any sum

paid short where such payment has been agreed upon between the ESIC

on the one hand and the contractor on the other under any term of the

contract permitting payment for work after assessment by the

Engineer-in-Charge.

CLAUSE 30 : Lien in respect of claims in other Contracts

Any sum of money due and payable to the Contractor (including

security deposit returnable to him) under this contract may be

withheld or retained by way of lien by the ESIC or any other

contracting person or persons through Engineer-in-Charge against any

claim of the ESIC or such other person or persons in respect of

payment of a sum of money arising out of or under any other Contract

made by the Contractor with the ESIC or with such other person or

persons.

It is an agreed term of the contract that the sum of money so

withheld or retained under this clause by the ESIC will be kept

withheld or retained as such by the ESIC or till his claim arising

out of the same contract or any other contract is either mutually

settled or determined by the arbitration clause or by the competent

court, as the case may be and that the contractor shall have no claim

for interest or damages whatsoever on this account or on any other

ground in respect of any sum of money withheld or retained under this

clause and duly notified as such to the contractor.

CLAUSE 31: Water supply

Water supply shall be made available by Dept. at one point. This will

be subject to the condition that the water used by the contractor(s)

shall be fit for construction purposes.

CLAUSE 32: Alternate water arrangement

The contractor shall be allowed to construct temporary wells in ESIC

land for taking water for construction purposes only after he has got

permission of the Engineer-in-Charge in writing. No charges shall be

recovered from the contractor on this account, but the contractor

shall be required to provide necessary safety arrangements to avoid

any accidents or damage to adjacent buildings, roads and service

lines. He shall be responsible for any accidents or damage caused due

to construction and subsequent maintenance of the wells and shall

restore the ground to its original condition after the wells are

dismantled on completion of the work.

CLAUSE 33 : Return of Surplus materials

Notwithstanding anything contained to the contrary in this contract,

where any materials for the execution of the contract are procured

with the assistance of ESIC either by issue from ESIC stocks or

purchase made under orders or permits or licenses issued by ESIC the

contractor shall hold the said materials economically and solely for

the purpose of the contract and not dispose of them without the

written permission of the ESIC and return, if required by the

Engineer-in-Charge, all surplus or unserviceable materials that may

Page 64: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 64 of 103

be left with him after the completion of the contract or at its

termination for any reason whatsoever on being paid or credited such

price as the Engineer-in-Charge shall determine having due regard to

the condition of the materials. The price allowed to the contractor

however shall not exceed the amount charged to him excluding the

element of storage charges. The decision of the Engineer- in-Charge

shall be final and conclusive. In the event of breach of the

aforesaid condition the contractor shall in addition to throwing

himself open to action for contravention of the terms of the license

or permit and / or for criminal breach of trust, be liable to ESIC

for all moneys, advantages or profits resulting or which in the usual

course would have resulted to him by reason of such breach.

CLAUSE 34: Plant & Machinery:

The contractor shall arrange at his own expense all tools,

plant, machinery and equipment.

CLAUSE 35: deleted

CLAUSE 36: Deleted

CLAUSE 37: Levy/Taxes payable by Contractor.

i) GST, Building and other Construction Workers cess or any

other tax levy or cess in respect of input or output by

this contract shall be payable by the Contractor and ESIC

shall not entertain any claim whatsoever in this respect.

ii) The contractor shall deposit royalty and obtain necessary

permit for supply of the red bajri, stone, kankar, etc.

from local authorities.

iii) If pursuant to or under any law, notification or order any

royalty, cess or the like becomes payable by the ESIC to

the State Government, Local authorities in respect of any

material used by the contractor in the works then in such a

case, it shall be lawful to the ESIC and it will have the

right and be entitled to recover the amount paid in the

circumstances as aforesaid from dues of the contractor.

CLAUSE 38 : Deleted

CLAUSE 39: Termination of Contract on death of contractor

Without prejudice to any of the rights or remedies under this

contract if the contractor dies, the AC & RD General on behalf of the

corporation Member of the ESIC shall have the option of terminating

the contract without compensation to the contractor.

CLAUSE 40: Deleted

NOTE: By the term “near relatives” is meant wife, husband, parents and

grandparents, children and grandchildren, brothers and sisters,

uncles, aunts and cousins and their corresponding in- laws.

CLAUSE 41: Deleted

CLAUSE 42 : Deleted

CLAUSE 43: Compensation during warlike situations

Page 65: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 65 of 103

The work (whether fully constructed or not) and all materials,

machines, tools and plants, scaffolding, temporary buildings and other

things connected therewith shall be at the risk of the contractor

until the work has been delivered to the Engineer-in-Charge and a

certificate from him to that effect obtained. In the event of the work

or any materials properly brought to the site for incorporation in the

work being damaged or destroyed in consequence of hostilities or

warlike operation, the contractor shall when ordered (in writing) by

the Engineer-in-Charge to remove any debris from the site, collect and

properly stack or remove in store all serviceable materials salvaged

from the damaged work and shall be paid at the contract rates in

accordance with the provision of this agreement for the work of

clearing the site of debris, stacking or removal of serviceable

material and for reconstruction of all works ordered by the Engineer-

in- Charge, such payments being in addition to compensation up to the

value of the work originally executed before being damaged or

destroyed and not paid for. In case of works damaged or destroyed but

not already measured and paid for, the compensation shall be assessed

by Engineer-in-Charge. The contractor shall be paid for the damages/

destruction suffered and for the restoring the material at the rate

based on analysis of rates tendered for in accordance with the

provision of the contract. The certificate of the Engineer-in-Charge

regarding the quality and quantity of materials and the purpose for

which they were collected shall be final and binding on all parties to

this contract.

Provided always that no compensation shall be payable for any loss in

consequence of hostilities or warlike operations(a) unless the

contractor had taken all such precautions against air raid as are

deemed necessary by the A.R.P. Officers or the Engineer-in-Charge.

(b) for any material etc. not on the site of the work or for

any tools, plant, machinery scaffolding, temporary building

and other things not intended for the work.

In the event of the contractor having to carry out reconstruction as

aforesaid, he shall be allowed such extension of time for its

completion as is considered reasonable by the AC & RD.

CLAUSE 44: Deleted

CLAUSE 45: Release of Security deposit after labour clearance.

Security Deposit of the work shall not be refunded till the

contractor produces a clearance certificate from the Labour Officer.

As soon as the work is virtually complete the contractor shall apply

for the clearance certificate to the Labour Officer under intimation

to the ESIC. The ESIC, on receipt of the said communication, shall

write to the Labour Officer to intimate if any complaint is pending

against the contractor in respect of the work. If no complaint is

pending, or recorded till after 3 months after completion of the work

and/ or no communication is received from the Labour Officer to this

effect till six months after the date of completion, it will be deemed

to have received the clearance certificate and the Security Deposit

will be released if otherwise due.

Page 66: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 66 of 103

Supply Installation Testing Commissioning of Two numbers 20 Passengers

cum Bed Lift at ESI Hospital Durgapur, West Bengal.

Scope of Work

WORK TO BE EXECUTED AS PER TENDER AND STATUTORY REGULATIONS ETC.

Tender Document this tender document, comprising of Notice Inviting

Tender, Special Conditions of Contract, Technical Specifications and

Schedule of Quantities shall form part of the contract Agreement after

award of contract. Work under this contract shall be executed at

contract rates as per conditions and specifications stipulated in this

tender document excepting in respect of deviations specifically agreed

to before the award of the contract and incorporated in the contract

Agreement. In addition, components / materials, which may not be

specifically stipulated in the tender document, but which are necessary

for satisfactory installation and/or operation of any portion of the

work, shall also be provided within the contract rates without any

extra cost. Contractor shall carry out and complete the work in all

respects to the satisfaction of ESICs as per the contract agreement and

as directed by ESICs as required.

Tender Conditions, Specifications and Schedule • Special Conditions of

Contract (SCC) shall be read in conjunction with Technical

Specifications, Schedule of Quantities and any other document forming

part of this contract Agreement • For any discrepancy between Technical

Specifications and Schedule of Quantities, provision of schedule of

Quantities shall prevail. • Any item shown in Schedule of Quantities

and not called for in the Specifications or vice versa shall be

provided as if called for in both. • Wherever it is mentioned that the

Contractor shall perform certain work or provide certain facilities, it

is understood that the Contractor shall do so at his cost. • Where the

Technical Specifications stipulate requirements in addition to those

contained in the applicable Indian Standard Specifications/Codes, these

additional requirements shall also be satisfied.

Departures

No deviation / departure from tender conditions shall be acceptable.

Authorities

The work shall conform to all the provisions of the relevant Government

Legislation, regulations and Bye-laws of the Central/Local Authorities

and of the concerned Electricity Supply Authority or Lift licensing

authority. The Contractor shall also be responsible for giving all

notices required under the said Acts/Regulations/Bye-laws.

Electrical and Lift Licence

The tenderers shall be a licence Electrical and Lift Contractor

possessing a valid Contractor's licence of appropriate class in the

state, employing licence supervisors and skilled workers having valid

permits as per the regulations of Indian Electricity Rules or Indian

Lift rules and local Electrical or Lift Inspectors requirements. Copy

of Contractor's Electrical and Lift Licence shall be furnished along

with the tender.

INTENT OF SPECIFICATIONS

It is not the intent of Technical Specifications to completely specify

all aspects of design / construction 47 features of equipments and all

details of work to be carried out Nevertheless the intent of the

Technical Specification is to ensure that the equipments and the work

Page 67: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 67 of 103

shall fully comply with and conform to the relevant Bureau of Indian

Standard Specifications, Codes of Practice, Indian Electricity Act,

Indian Electricity Rules and other Statutory Regulations, and other

standards as may be applicable and to the best available standards of

engineering, design and workmanship. The equipment and work shall

perform in manner acceptable to ESICs who shall interpret meaning of

the applicable Specifications / Codes and shall have the right to

reject any equipment or work, which, in their assessment, is not

complete to meet the Standard/Code.

Brief description of site

Works covered in this contract is required for ESI hospital at

Durgapur. Tenderers are advised to visit the site after taking prior

permission from ESIC for familiarizing themselves with working

conditions available at site as also with the statutory levies and

their prevailing quantum payable at site. Contractors shall not be

entitled to claim any extra payment on account of lack of such

knowledge after award of contract. This is to inform that our Lift pit

is presently not available which shall be done by ARM(Civil) agency of

the hospital having the dimension – 3000 mm X 2400 mm X. 1600 mm.

Existing Lift shaft form Ground Floor to Top - 3000 mm X 2400 mm X.

10800 mm.

Power Supply System

Entire work shall be suitable for use on 415 volt 3 phase 4 wire supply

system with transformer neutral grounded. The rated frequency of the

supply system shall be 50 cycles per second.

Ambient Conditions

All equipments components and materials used in the work shall be

suitable for continuous

Operation / use at rated output with permissible overload at the

following extremes of ambient conditions likely to be encountered at

site. Temperature from minimum 0o C to maximum 48º C Related humidity

from minimum 10% RH to maximum 100% RH

ESIC TO PROVIDE

ESIC’s scope of contract shall be restricted to providing the following

items free of cost to the Contractor.

a) Hoist way (with structural openings for doors) and Machine Room.

b) Space only for Contractor’s site office / stores for the duration of

the contract at location and of size considered suitable and separable

by ESIC. ESIC reserve the right to provide alternative space for the

purpose, if so necessary, during the tenure of the contract.

C) RAW power line 3 phase 4 wire system up to Machine room which will

be terminated by 100AMPS MCCB.

SCOPE OF CONTRACT

Contractor’s scope of the contract shall comprise of providing

equipments, components, materials, labour, supervisory staff with

infrastructure, T&P, scaffolding, consumables, testing equipment, etc.

required for completion of the work as per the contract Agreement and

Free Comprehensive Maintenance for One year after completion. Contract

rates shall be inclusive of installation of two numbers new lift.

Contract Rates shall be deemed to be inclusive of all Taxes (GST) and

direct and indirect expenses required to be incurred as per this scope

including but not restricted to the costs of the following.

Page 68: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 68 of 103

Items of Work

Design, Engineering, manufacture, supply, installation, testing and

commissioning of Lifts as per Schedule of Quantities including minor

and incidental electrical and civil work to ensure complete and

satisfactory completion.

Statutory Levies

Rates shall be inclusive of statutory levies as applicable as below.

• Central Sales tax without issue of C-form by ESICs.

• Excise duty/custom duty / GST.

• Work contract tax

• Octroi

• Any other levies.

The ESIC being situated in Special economic zone, the price quotes

should mention basic price separately and taxes/duties / GST

separately.

Testing

Testing for the various items of equipment shall be performed at the

contractor’s cost and test certificate to be furnished by the

contractor (for Motor, Machine Break-tests Controller & Steel wire

Ropes), if required by the Engineer, the Contractor shall permit the

ESIC’s authorized representative to be present during any of the tests.

After notification to the ESIC that the installation has been completed

the contractor shall make under the direction and in the presence of

the Engineer such test and inspections as have been specified or as the

Engineer shall consider necessary to determine whether or not the full

intent of the requirements of the plans and specifications have been

fulfilled. In case the work does not meet the full intent of the

specifications and further tests shall be considered necessary the

contractor shall bear all the expenses thereof.

Transportation, Storage, insurance etc.

• Loading, transportation and unloading.

• Protection of stored materials/installed work against damage due to

dirt, sun and rain including providing tarpaulin / PVC sheet covers as

required.

• Providing security arrangements/watch and ward for stored materials

and installed works to guard against pilferage/damage.

• Comprehensive insurance with ESICs as beneficiaries against

pilferage/damage during transportation / storage / installation valid

till handing over.

• Third party insurance of adequate amount.

Name plates

Providing engraved anodized aluminium or approved equivalent name

plates of suitable sizes on switchboards /panels / equipments etc.

Civil works, cleaning and painting

Civil Works

• All steel items required for installation and operation of Lift

System in Pits, Hoist ways and Machine Rooms.

• Minor civil work items required for the work like making chases in

walls/ceilings, making holes and openings, providing inserts, grouting

etc including making good and painting the civil works.

• Minor Civil work is required for making good the damages which are

cause by installation the new lifts.

• Minor Civil work is also included like cutting the walls for making

opening for entry or exit on each floor etc.

Page 69: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 69 of 103

Major civil works related to making the pit for lifts shall be carried

out by agency and making good the damages shall be responsibility of

the agency.

Housekeeping

Housekeeping and clearing of work area during the tenure of contract.

Final Painting

Providing final paint coat to all exposed fabricated steel work and

providing matching paint in approved manner over portions of factory

painted equipment if damaged during transportation /storage /

installation before handing over.

Site Clearance

Demobilization and clearing of all temporary works / facilities after

completion of work at site and cleaning work are before handing over.

Statutory approval

• Obtaining approval from Lift inspector and NOC from West Bengal Fire

Service for satisfactory installation of the lift system as also for

clearance to put the lift into regular use.

• Obtaining any other statutory permission / clearance / approval from

concerned authority as required.

• Pay any licensing fee / submission fee / inspection fee payable to

statutory authorities for obtaining above approvals.

• All actual fees payable in this regard will be reimbursed against

receipt / documentary proof on completion of work.

Compliance of statutory observation.

Complying with observations, if any, of Lift / Electrical Inspector and

/ or any other Statutory Authority after completion of work in order to

obtain a categorical clearance to start beneficial use.

Manuals, drawings etc.

4.9.1 Along with the tender Technical Parameters enclosed as Annexure-

VI duly filled in by the Tenderers along with technical catalogue etc.

of the equipment offered.

4.9.2 Shop drawings on award of work before commencement The Contractor

shall submit GA drawings of Lift System to ESICs for approval before

commencement of work at site/fabrication/ manufacture.

4.9.3 Operation and maintenance manuals three sets of operation and

maintenance manual with support drawings shall be submitted to the

ESICs after completion of work.

Training

Training of ESICs personnel in operation, handling and maintenance of

equipment.

The Contractor shall submit following documents 3 sets of operation and

maintenance manual with support drawings shall be submitted to the ESIC

after completion of work. 3 sets of test results of pre-commissioning

test carried out at site. 3 sets of as built GA drawings.

COMPLETION TIME & TIME DELAY PENALTY

Completion Time

The entire work shall be completed within 4 months from the date of

work order issued. The Contractor shall submit a bar chart along with

the tender and a detailed time schedule of completing salient

activities of the contract to achieve overall completion for approval

of ESICs. The Contractor shall ensure supply and erection of sill

Page 70: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 70 of 103

angles and door frames within 3 months of issue of letter of intent or

within two weeks of handing over of lift shaft whichever is earlier, to

enable coordinated completion of items like Architraves, facia returns

in stone etc. by other agencies. If the completion of work is delayed

beyond the period stipulated in the original contract agreement due to

reasons considered by ESICs to be beyond the control of contractor,

extension of time for the completion of the work shall be granted by

the ESICs without the levy of the time delay penalty. The extension of

time shall however not entitles the contractor to claim any extra

payment and or compensation on this account. Completion of work shall

include supply, installation, testing, commissioning, and obtaining the

required statutory approvals. The work shall not be demand to be

completed till all these items are completed by the Contractor to the

satisfaction of the ESICs.

FREE MAINTENANCE PERIOD

Maintenance

Quoted rates shall be deemed to be inclusive of, free comprehensive

maintenance (including spares) of lifts for a period of one year from

the accepted date of completion of the contract.

FINAL BILL

The payment of final bill duly certified by the Employer’s Engineer

shall be made as per GCC.

WATER AND ELECTRICITY

The Contractor shall make his own arrangements for electricity and

water at site. Nothing extra shall be payable for this.

GODOWN/WORKER ACCOMMODATION

The accommodation for workers shall be arranged by the Contractor. No

labour hutments shall be allowed within the site premises. Storage

space shall be arranged by the ESICs. Contractor shall construct the

stores at his cost and he shall be responsible for watch and ward of

his materials/installations.

MINOR CIVIL WORKS

Minor Civil works such as cutting holes and making good for hall

buttons, indicators including laying of sill in position and providing

dash fasteners for fixing Car and counter weight, rail brackets shall

be borne by the Contractors at his own cost. All scaffolding work

required for erection / installation of lifts in the pit and the hoist

way shall be arranged by the Contractor at his own cost. All structural

work including plates, bolts, rag bolts, nuts, channels, angles, beams,

shall also be arranged by the Contractor at his own cost. Dismantling

charges of existing Lift shall be included in the tendering cost.

Minor Electrical Works

Minor Electrical works for commissioning the lift, such as providing of

Electrical Power socket points, wiring with pipe, installation of LED

lamp etc. against each landing should be arranged and provided by the

Contractor’s at his own cost.

CONTRACT PRICE

The contract price shall remain firm during the currency of the

contract & any extension thereof. Rates quoted shall hold good for any

increase / decrease in the quantities. Any of the items may be deleted

as per directions of ESIC. In respect of any additional item rendered

Page 71: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 71 of 103

to be executed, the rates payable shall be derived from DSR followed by

PWD if not available in DSR or PWD then market rates, supporting

vouchers plus 10% will be added there on for Contractors profit and

overhead.

TENDER ACCEPTANCE

The ESIC reserves the right to award the contract to any bidder other

than the lowest without assigning any reasons what so ever.

SAFETY REGULATIONS

• The Contractors shall, at their own expense, arrange for safety

provisions as per safety codes of Indian Standards Institution, Indian

Electricity Act and such other Rules, Regulations and Laws as may be

applicable, as indicated below, in respect of all labour, directly or

indirectly employed in the work for performance of the Contractors’

part of this agreement.

• No inflammable materials shall be stored in places other than the

rooms specially constructed for this purposes in accordance with the

provisions of Indian Explosives Act. If such storage is unavoidable, it

should be allowed only for a short period and in addition, special

precautions, such as cutting off the supply to such places at normal

items, storing materials away from wring and switch boards, giving

electric supply for a temporary period with due permission of Engineer-

in-charge shall be taken.

• Protective and safety equipment such as rubber gauntlets or gloves,

earthing rods, line men’s belt, portable artificial respiration

apparatus etc. should be provided in easily identifiable locations.

Where electric welding or such other nature of work is undertaken,

goggles shall also be provided.

• All necessary personal safety equipment such as Helmets, Protective

footwear protective

Goggles / eye shields, Lift Jacket, Gas masks etc. as considered

adequate by the Engineer-in-charge shall be available for use of

persons employed on the site and maintained in conditions suitable for

immediate use and the contractor shall take adequate steps to ensure

proper use of equipment by those concerned.

• Safety means of access shall be provided to all working platforms and

other working places. Every ladder shall be securely fixed. Adequate

precautions shall be taken to prevent danger from electrical equipment.

• The Contractor shall provide all necessary fencing and lights to

protect public from accidents and shall be bound to bear expenses of

defence of every suit, action or other proceedings at law that may be

brought by any person for injury sustained owning to neglect of the

above precautions and to pay any damages and costs which may be awarded

in any such suit, action or proceedings to any such person or which may

with the consent of the Contractor be paid to compromise any claim by

any such person.

• Motor gearing, transmission, electric wiring and other dangerous

parts of hoisting appliances shall be provided with efficient safe

guards; hoisting appliance shall be provided with such means as will

reduce to the minimum risk of accidental descend of load. Adequate

precautions shall be taken to reduce to the minimum risk of any part of

a suspended load becoming accidentally displaced.

• All scaffolds, ladders, First Aid Equipments/medicines and other

safety devices shall be maintained in a safe condition and no scaffold,

ladder or equipment shall be altered or removed while it is in use.

Adequate washing facilities shall be provided at or near place of work.

Necessary warning sign boards in Red / White paint, with proper

Page 72: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 72 of 103

lighting arrangements for nights are to be provided at prominent

locations.

• Necessary number of caution board such as “Man on Line, Don’t switch

on” should be readily available in easily identifiable locations.

• Standard first aid boxes containing materials as prescribed by the

St. John Ambulance Brigade or Indian Red Cross should be provided in

easily identifiable locations and should be readily available.

Periodical examination of the first aid facilities and protective and

safety equipment provided shall be undertaken and proper records shall

be maintained for their adequacy and effectiveness.

• Charts (one in English and one in regional language) displaying

methods of living artificial respiration to a recipient of electrical

shock shall be prominently displayed at appropriate places.

• A chart containing the names, addresses and telephone numbers of

nearest authorized medical practitioners, hospitals, Fire Brigade and

also of the officers in charge shall be displayed prominently along

with the First Aid Box.

• Steps to train supervisory and authorized persons of the Engineering

staff in the First Aid Practices, including various methods of

artificial respiration with the help of local authorities such as Fire

Brigade, Indian Red Cross or other recognized institutions equipped to

impart such training shall be taken, as prompt rendering of artificial

respiration can save life at time of electric shock.

• No work shall be undertaken on live installations, or on

installations which could be energized unless one another person is

present to immediately isolate the electric supply in case of any

accident and to render first aid, if necessary.

COMPLETION CERTIFICATE

On completion of the electrical installation a certificate shall be

furnished by the Contractor countersigned by the Licensed Supervisor,

under whose direct supervision the installation was carried out. This

certificate shall be in the prescribed form as required by the local

supply authority. The contractor shall be responsible for getting the

electrical installation inspected and approved by the local and

statutory authorities concerned and expenses if any shall be borne by

the contractor.

WORKMANSHIP

Good workmanship is an essential prerequisite to be complied for this

work. Entire work shall be carried out in the most workmanlike manner

by skilled workers under competent supervision.

Page 73: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 73 of 103

TECHNICAL SPECIFICATIONS LIFTS

GENERAL

1. STANDARDS The following Indian Standard Specifications and Codes of

Practice, currently applicable and updated as of date irrespective of

dates given below, shall apply to the equipments and the work covered

by this contract. In addition the relevant clauses of the Indian

Electricity Act 1910 and Indian Electricity Rules 1956 as amended up to

date shall also apply. Wherever appropriate Indian Standards are not

available, relevant British and/or IEC Standards shall be applicable.

1. Code of Practice for installation, operation and IS-14665 (Part 2)

Sec-1 : maintenance of electric passenger & goods lifts. 2000

2. Code of practice for installation, operation and IS-14665 (Part 2)

Sec-2 : 2000 maintenance of electric service lift.

3. Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3)

Sec-1 : 2000

4. Safety Rules Section-2 – Service Lifts IS-14665 (Part 3) Sec-2 :

2000

5. Outline dimension for electric lifts. IS-14665 (Part-1) : 2000

6. Inspection Manual for Electric Lifts IS-14665 (Part 5) : 1999

7. Electric Traction Lifts – Components IS-14665 (Part 4) Sec-1 to 9 :

2001

8. Installation And Maintenance of Lifts For Handicapped IS 15330 :2003

Persons (Code of Practice)

9. Specification for lifts cables. IS-4289 (Par-1) : 1984 Reaffirmed

1991

10. Specification for hot rolled and slit steel tee bars. IS-1173-1978

Reaffirmed 1987

11. Method of loading rating of worm gear. IS-7443-1974 Reaffirmed 1991

12. Code of practice for selection of standard worn and IS-7403-1974

helical gear box. Reaffirmed 1991

13. Isometrics screw threads. IS-4218-(Part-II)1976 Reaffirmed 1996

14. Degree of protection provided by enclosure for low IS-2147-1962

voltage switchgear and control gear.

15. Classification of insulating materials for electrical IS-1271-1985

machinery and apparatus in relation to their thermal Reaffirmed 1990

stability in service.

16. Code of practice for earthing. IS-3043-1987

17. Electrical installation Fire Safety of Building. IS-1646-1997

18. PVC insulated electric cable for working voltage upto IS-694-1990

and including 1100 volts.

19. Code of practice for electrical wiring and installation IS-732-1989

20. PVC insulated (Heavy Duty) electric cables for IS-1554-1988 (Part-

1) working voltage up to and including 1100 volts.

21. Flexible steel conduits IS-3480-1966

22. Accessories for rigid steel conduit for electrical wiring IS-3837-

1976

23. Boxes for the enclosure of electrical accessories IS-5133-1969

(Part 1) Guide for safety procedures and practices in electrical IS-

5216-1982 (Part-1) work.

25. Conductors for insulated electric cables and flexible IS-8130-1984

codes.

26. Miniature Circuit Breakers IS-8828-1996

27. Rigid steel conduits for electrical wiring (Second IS-9537-1981

revisions) Methods of test for cables IS-10810-1998

29. Earth Leakage Circuit Breakers. IS-12640-1988

30. Moulded Case Circuit Breakers IS-13947-1993

31. General requirement for switchgear and control gear IS-13947-1993

Page 74: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 74 of 103

for voltage not exceeding 1000 volts.

32. 1100 volt grade XLPE insulated armoured cables IS 7098

33. Specifications for hoist way door-locks IS 7754-1975

34. Rules for design, installation, testing and operation of IS 1735-

1975 lifts, escalators and moving parts.

In addition the relevant clauses of the following, as amended up to

date shall apply.

. The Indian Electricity Rules 1956

. The Indian Electricity Act 1910

. Delhi Lift Rules

. Fire safety regulations pertaining to lifts

. West Bengal State Electricity Regulation

. West Bengal State Lift Act.

The tenderers shall also take into account local and State regulations

as in vogue for the design and installation of lifts. Wherever

appropriate Indian Standards are not available, relevant British and/or

IEC Standards shall be applicable. BIS certified equipment shall be

used as a part of the Contract.

ELECTRIC SUPPLY

The available system of electric supply is 415 volts +10% -20%, -3

phase 4 wire AC 50 Hz system and 240 volts between phase and neutral.

Any equipment /component operating at other than the above mentioned

power supply shall be provided with necessary transformers / voltage

stabilizers. The amount of power required for lifts shall be indicated

in the tender. Power shall be provided at one point to be indicated by

the tenderer. All subsequent electrical systems shall be deemed to be

included in the scope of this contract.

TECHNICAL PARAMETERS

Technical parameters given in Annexure-VI give requirement of

passenger, Service & Goods lifts. Tenderers shall fill in their item

wise confirmation / comments in the column provided for the purpose in

this annexure. Deviations, if any, from tender requirements shall be

clearly brought out in this annexure, failing which it shall be

presumed that the offer conforms to the tender requirements fully.

Tenders in which Annexure-III is not duly filled in by the tenderers

are liable to be summarily rejected.

MACHINE ROOM LIFTS LIFT MACHINE AND CONTROLLER

GENERAL REQUIREMENTS

The Elevators shall include all elements confirming to specifications

or as amended herein. Elevators covered by these specifications shall

be provided, installed, tested, commissioned, certified and approved as

per statutory requirements of Lift Inspectorate. Each Elevator shall

have its own driving machine. The method of drive shall be Electric

Traction with gear less motor having VVVF Control. The design of the

Elevators shall take into consideration fire prevention, elimination of

dust and dirt traps, and easy accessibility for cleaning and routine

maintenance.

ELECTRIC TRACTION DRIVE SYSTEM

2.1 Traction Machine The construction of all Elevator machines shall

conform to IS-14665.

2.2 Brake

a) The Electro-magnetic brake with non-asbestos lining shall be spring

applied and electrically released type having noiseless operation.

b) The brake shall be capable of stopping and holding the Elevator car

Page 75: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 75 of 103

in its downward travel to rest with 125% of its rated load from the

maximum governor tripping speed. In this condition the retardation of

the car shall not exceed that resulting from the operation of the

Safety gear or stopping on the buffer.

c) Springs used to apply the brake shoes (two nos.) shall be in

compression and adequately supported.

d) Brake linings shall be of renewable incombustible materials and

shall be secured to the brake shoes such that normal wear shall not

weaken their fixings. Band brakes shall not be used.

e) No earth fault, short circuit or residual magnetism shall prevent

the brake from being applied in the event of loss of power supply to

the Elevator motor and control circuit.

f) A means of adjusting the brake plunger stroke and releasing the

brake in emergency shall be provided.

g) The Elevator machine shall be fitted with a manual emergency device

capable of having the brake released by hand and requiring a constant

effort to keep the brake open.

h) The fail safe break shall incorporate an approved design of brake

switch i.e. pick up, hold, discharge. Brake coil shall be wired in

series & their respective switches in parallel. The operation of brake

shall be thyristor controlled from solid state drive in order to effect

minimum pick up time and synchronized start.

Driving Mechanism

Lift Machine

The lift machine shall be suitable for 415 volt 3 phase 50 Hz AC supply

with a voltage variation of +10% and -20% and shall be placed directly

above the hoist way on steel beams resting on machine room floor slab.

The lift machine shall have high efficiency and low power consumption

and shall be designed to withstand peak currents in lift duties. Means

for manual operation of the lift car shall be made by providing winding

wheel suitably marked to indicate the direction of the movement to

enable the lift car to be brought to the nearest landing. There shall

be a warning display for switching off electrical supply before the

manual operations.

Driving Sheaves

a) The sheaves shall be manufactured in steel or SG iron and fitted

with sealed for life lubricated bearings.

b) The sheaves shall have machined rope grooves that can be reworked

for future wear.

c) Adequate provision shall be made to prevent any suspension ropes

leaving groove due to rope slack or introduction of foreign objects.

Alignment

a) The brake plunger, collar, sleeve, motor, sheaves and all bearings

shall be mounted and assembled so that proper alignment of these parts

is maintained.

b) The assembly shall be reviewed and rectified when excessive noise is

emitted during operation.

Gearless Machines

The gearless machine shall consist of a motor traction sheave and brake

drum or brake disc completely aligned on a single shaft. Gearless

machine shall be AC gearless with VVVF drive.

2.7 Anti-Vibration Supports The whole traction machine shall be mounted

on appropriate anti-vibration supports to minimize noise and vibration.

CONTROL SYSTEMS

Page 76: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 76 of 103

3.1 Description the Lifts shall have state of art microprocessor based

AC variable voltage variable frequency (ACVVVF) drive. Single lifts

shall be provided with directional collective control for one car, two

cars and 5 cars (also called simplex, collective control). Some of the

technical parameters required are innumerate below.

a) Starting current

b) Power saving

c) Leveling accuracy

d) Acceptable voltage fluctuation

e) Rate of acceleration/deceleration (M/S2)

f) Maximum jerk (M/S3)

g) Maximum vibration in car horizontal/ vertical

h) Maximum noise level in car during travel

i) Maximum door noise level while closing and opening at a distance of

1 mtr from car door

1.2 -1.5 times full load running current 50 -55% ± 3 mm

(passenger/service lifts) & + 5mm(Freight lift) +10to -20% 0.6 -1.5

(Adjustable at site) 0.7 -1.5 (Adjustable at site) 20/18 dBA 45 dBA

52dBA The controller shall be mounted on the side of the top of lift

shaft, vertical, totally enclosed cubicle type with hinged doors on the

front provide easy access to all components in the controller. Cubicle

shall be well ventilated such that the temperature inside never exceeds

the safe limits of the components at ambient room conditions.

The controller shall operate within the supply voltage variation of

plus 10% to minus 10% of the nominal voltage. The Controller shall be

include protection against the following abnormalities and shall cut

off the power supply, apply the brake and bring the car to a rest in

the event of any of the abnormalities occurring.

a) Over current

b) Under voltage

c) Overvoltage

d) Single phasing

e) Phase reversal

f) Earth leakage

Features Control system features are detailed as below.

• Attendant Operation all lifts shall be provided with attendant

control facilities. A key switch for change of operation mode shall be

provided in a lockable recess panel on the car operation panel. After

gaining control on the lift, the attendant can direct the car to stop

at any storey. The attendant can also by pass the landing calls (but

not cancel them) or reverse the direction of travelling.

• Automatic By-pass Load weighing devices located either on car top or

under the car cage shall be provided for all lifts. Whenever the load

exceed 60-70% of the capacity load of the lifts, the lifts shall ignore

all landing calls and only respond to car calls.

• Over load device

A load weighing devices shall operate when the load in the car exceeds

the rated capacity. The operation of the device shall activate buzzer

sound and flashing ‘overload’ signals. At the same time the car doors

shall be prevented from closing. When the excess load has been removed

from the car, the buzzer alarm shall be muted automatically and the car

shall function normally. The sensitivity shall be 30 kg for Passenger

lifts and 5% of the contract load for service lifts.

• Automatic self-levelling all lifts shall be provided with automatic

self-levelling feature that shall bring the lift car level to within ±

3 mm for passenger/service elevators and + 5mm for freight elevators of

the landing floor regardless of load or direction of travel. The

Page 77: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 77 of 103

automatic self levelling feature shall correct for over travel and rope

stretch.

• Possible future requirement of access control and BMS integration of

the controller.

LIFTS , LIFT CAR, DOORS AND SAFETY DEVICES

CAR ENCLOSURES

General Requirements

• Frame

Every lift car body shall be carried in a steel car frame assembly

which shall have sufficient mechanical strength to resist the forces

applied by the safety gear or impact of the car on the buffers. The

deflection of the steel members carrying the platform shall not exceed

1/1000 of their span under static conditions when the rated load is

evenly distributed on the platform

At least four renewable guide shoes or shoes with renewable linings or

sets of guides rollers shall be provided two at the top and two at the

top and two at the bottom of the car frame assembly.

• Enclosure finishes the car enclosure, doors etc. shall be as per

specification. The following are to be provided.

Alarm System: An emergency alarm buzzer, including wiring shall be

provided and connected to a plainly marked push button in the car

operating panel. The alarm bell shall be located in central security

room. The alarm unit shall be solid- state siren type, to give a waxing

and waning siren when the alarm button in the car is pressed

momentarily. Built in 3 way intercom system with telephone instrument

in the car, reception and security, (as directed by ESICs) including

wiring telephone instrument and associated EPABX shall be provided.

Sealed Maintenance Free Nickel Cadmium Batteries capable of maintaining

the following in each lift for 2 hrs after mains failure. -Emergency

light of adequate illumination in car -Car Ventilation

-Intercommunication System

-Alarm bell

One no. 16 amp switch socket outlet to IP 54 and a permanent

weatherproof type luminaries to IP54 (with lighting switch ) adequately

protected shall be provided on the top of the lift car for maintenance.

One no. 16 amp switch socket outlet to IP 54 at bottom of lift car for

maintenance.

Operation Panel

A full length car operating panel incorporating following

control/indications shall be provided in each lift on the return panel.

• LCD Illuminated touch push buttons of micro pressure type

corresponding to the floors served at ground floor and Inside Car. For

Other floors LED Illuminated touch push buttons of micro pressure type

to be provided.

• Door open and door close button

• Emergency stop button with Alarm

• Two position key operated switch for 'with attendant' and 'without

attendant' operation.

• Ventilation fan ON/OFF switch with auto OFF when there is no call

after 120 seconds (Two Speed & concealed vents).

• Built in intercom of the hands free type as well as space for

providing EPABX telephone instrument and 5 pair telephone trailing

cable to communicate from car to Two Locations i.e. Operator’s Room (at

remote location) & Security Guard Room and vice-versa.

• Dynamic car direction display

Page 78: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 78 of 103

• Car position indicator (digital)

• Audio/Visual overload warning indicator

• In order to have at least one device of communication functioning at

all the times, as an alternative arrangement, it is recommended that

the provision of both i.e. telephone with minimum connections one at

the operator’s room and other at guard room and the emergency signal

with re-chargeable batteries as source of supply be made in the lift

cars.

• The device used for emergency signals should incorporate a feature

that gives a immediate feedback to the car passengers that the device

has worked properly and the signal has been passed on to the intended

agency.

• Digital voice synthesizer (Optional) for announcing special messages

with background music.

Landing fixture

The landing fixtures shall be recess mounted on a base junction box in

the wall by the side or on top of landing doors as required.

Each landing fixtures shall consist of micro touch type landing call

buttons with illuminated call acknowledge signal and illuminated

digital type car position indicators on separate stainless steel face

panels with hairline finish. Alternatives as available with bidders

shall be indicated in tender for ESICs approval.

The following landing fixtures shall be provided for each lift.

a) Lowest floor

• Up call button

• Digital car position indicators

• Travel direction indicators

• “In use” indicator to signify the lift door is opened for delivery at

a certain landing

b) All floors other than lowest and top most floor

• Button up and down call buttons

• Travel direction indicators

• Digital car position indicators with Gong (Optional)

• “In use” indicators to signify the lift door is opened for delivery

at a certain landing

• Manual by pass key switch for lift landings.

c) The top most floor

• Down call button

• Travel direction indictors

• Digital car position indicators with Gong (Optional)

• “In use” indicators to signify the lift door is opened for delivery

at a certain landing

• Manual by pass key switch for lift landings.

12 V 20 W LED spotlights shall be supplied and installed on the

underside of the hall lanterns. The spot lights on a particular floor

shall be lit up to signify the arrival of the corresponding lifts.

These spotlights shall be switched off after the corresponding lifts

have left that particular floor. For passenger cars, the spotlights on

the parking floor shall be turned off after a present period adjustable

from 15 to 150 sec. Should a call from the parking floor be registered,

spotlight of the assigned parking car shall be switched on again

together with the opening of the landing doors to attend the call

CAR AND LANDING DOORS

General requirements

All car doors shall extend to the full height and width of landing

opening and shall be operated with variable frequency door operator. A

similar imperforate door shall be provided for every landing opening in

Page 79: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 79 of 103

the lift hoist way enclosure. The top track of the landing and car

doors shall not obstruct the entrance to the lift cars. All car and

landing doors shall have a fire resistance of not less than 1 hours.

In addition, all the car and landing doors shall meet the following

general requirements.

a) Car door locking devices

Every car door shall be provided with an electrical switch to prevent

the lift car from being started or kept in motion unless the car door

is closed. A mechanical locking device shall also be provided to

prevent door opening from inside the car whilst the car is in motion.

b) Landing door locking devices every landing door shall be provided

with a mechanical locking device to prevent opening of the door from

the landing side in normal cases unless the lift car is in that

particular landing zone.

c) Projections and recesses sliding car and landing doors shall be

guided on door tracks and sills for the full travel of the doors. The

distance between the cars and the landing sills shall not exceed 35 mm.

d) Door locking devices all doors locking devices, door switches and

associated actuating rods, levers or contracts, shall be inaccessible

from the landing or the car.

e) Protective devices

Protective devices shall be fitted to the leading edges of both car

door panels. It shall automatically initiate reopening of the door in

the event of a passenger being struck (or about to be struck) by the

door in crossing the entrance during the closing movement. The

obstruction of either leading edge when closing shall actuate the

protective device to function.

f) “Door open” alarm “Door open” alarm shall be provided in the car to

initiate alarm and a continuous buzzer if a car or landing door has

been mechanically kept open for a present period. The period shall be

adjustable from 0-10 minute.

g) Emergency landing door unlocking devices and key

• Every landing door shall be provided with an emergency landing door

unlocking device.

When operated by an authorized person with the aid of a key to fit the

unlocking triangle, the landing door shall be unlocked irrespective of

the position of the lift car for rescue purpose. When there is no

“unlocking” action, the key shall only be able to stay in the locked

position.

• In the case of coupled car and landing doors, the landing doors shall

be automatically closed by means of weight or springs when the car is

outside the unlocking zone.

Door Hangers and Tracks

The car and the landing doors shall be provided with two point

suspension sheave type hangers complete with tracks. Sheaves and

rollers shall be steel with moulded nylon collar and shall include

shielded ball bearings. Tracks shall be of suitable steel section with

smooth surface. The landing doors shall be complete with headers,

sills, frames etc. as required.

Lift Door Protection

Multiple-Infra red door protection and mechanical shoes shall be

provided for all lift to control door movement which shall cover the

entire door opening effectively.

2.4 Protective Hand Rail in the Car (Optional as this will depend on

interior design)

CABIN FAN

Page 80: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 80 of 103

A noiseless pressure fan shall be provided in the lift cabin.

HOIST ROPES

Hoist way material shall be non-flammable (02 hrs fire rated) except

travelling cables which shall be flame resistant.

Lift Ropes – IS 14665 (Part 4 / Sec 8)-2001

Round strand steel wires ropes made from steel wire ropes having a

tensile strength not less than 12.5 tonnes / cm2 and of good

flexibility shall be used for lift. Lubrications between the strands

shall be achieved by providing impregnated hemp core. The lift ropes

shall conform to IS 14665-(Part-4-Sec.8):2001 and the following factor

of safety shall be adhered to. The minimum diameter of rope for cars

and counter weight of passenger and goods lift shall be 8mm. Rope speed

of Passenger & Passenger cum Goods Lifts (Service Lift) (m/s) Factor of

safeties 0.5 or less

exceeding 0.5 to 1.0

exceeding 1.0 to 2.0

exceeding 2.0 to 3.5

exceeding 3.5

Rope fastenings

The ends of lift ropes shall be properly secured to the car and counter

weight hitch plates as the case may be with adjustable rope shackles

having individual tapers babbit sockets, or any other suitable

arrangement. Each lift rope shackle shall be fitted with a suitable

shackle spring, seat washer, shackle nut & lock & shackle nut split

pin.

Guards for Lift Ropes

Where lift ropes run round a sheave or sheaves on the car and/ or

counterweight of geared/ gearless machine suitable guards shall be

provided to prevent injury to maintenance personnel.

Number & Size of Ropes

The contractor must indicate the number and size of lift ropes and

governor ropes proposed to be used, their origin, type, ultimate

strength and factor of safety. The contractor should furnish

certificate or ropes from the rope manufacturers issued by competent

authority.

COUNTER WEIGHT

The counter weight for lift cars shall be in accordance with clause 6

of IS 14665 (Part 4-Sec-3) : 2001 and shall be designed to balance the

weight of empty lift car plus approximately 50 percent of the rated

load. It shall consist of cast sections firmly secured in relative

movement by at least two numbers steel tie rods having lock nuts/split

pins at each end and passing through each section and Housed in a rigid

steel frame work. Cracked and broken sub weights shall not be accepted.

Counter weight for passenger lifts should be able to accommodate

suitable weight Interior finishes. In case interior finishes material

exceeds this provision, then the elevator contractor shall adjust the

Counter Weight accordingly, however this will be decided and intimated

much before the delivery of the elevators.

Counter Weight Guards

Guards of wire metal / mesh shall be provided in the lift pit to a

suitable height above the pit floor to eliminate the possibility of

injuries to the maintenance personnel.

GUIDES / Guide Rails

Car and counterweight guide shall be machined T section as per relevant

Indian Standards IS-14665 of 2000 revised up to date. The guides shall

Page 81: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 81 of 103

be capable of withstanding forces resulting from the application of the

car or counter weight safety devices The guide rails shall be minimum

16mm Tongued & Grooved type.

TRAILING CABLES

A single trailing cable for lighting control and signal circuit is

permitted, if all the conductors of these trailing cables are insulated

for maximum voltage running through any one conductor of this cable.

The lengths of the cables shall be adequate to prevent any strain due

to movement of the car. All cables shall be properly tagged by metallic

/ plastic tags for identification. Cable jacket should be suitable for

immersion in water, salt water & oil etc.

Trailing cables shall run from a junction box on the top of the car to

a junction box located in the shaft bear midpoint of travel and from

these junction boxes conductors shall be run to the various locations.

Trailing cables exceeding 30 meters in length shall run so that the

strain on individual cable conductors will be reduced to a minimum and

the cables are free from contact with the car counterweight, shaft

walls or other equipment. Trailing cables exceeding 30 meters in length

shall have steel supporting fillers and shall be suspended directly by

them without rubbing over other supports. Cables less than 30 meters in

length shall have no – metallic fillers and shall be suspended by

looping cables around supports of porcelain spools type or equivalent.

5 percent of the total capacity subject to a minimum of 5 wires shall

be available unutilised in the trailing cable everywhere suitable

distributed between various functions.

SAFETY DEVICES

Safety devices shall be capable of operating only in the downward

direction and stopping fully loaded car, at the tripping speed of the

over speed governor, even if the suspension devices break, by gripping

the guides, and holding the car there. Governor sheave in elevator pit

shall be enclosed in a wire cage to a height of 2.40 metre. All safety

devises statutorily required by Lift Inspector, including but not

restricted to the following shall be provided.

• Terminal slow down switches

These shall be provided and installed to slow down the lift car when

approaching the top and bottom landings. The slow down switches shall

act independently from the normal car operating device.

• Over travel limit switches

These shall be provided and installed to stop the car within the top

and bottom clearance, independent of the normal car operating device.

The bottom over travel limit switch shall become operative when the

bottom of the car touches the buffer. When the over travel limit

switches are operative, it shall be impossible to operate the car until

the car has been hand would to a position within the normal travel

limits.

• Pit Switch

An emergency stop switch shall be located in the pit which when

operated shall stop the car regardless of the position of hoist way.

• Terminal Buffers

Suitable spring buffers mounted on RCC foundation blocks shall be

provided in the pit in compliance with ANSI/ASME/CENEN-81 /JIS codes

for stopping the car in case of mal-operation. Dowels for the purpose

shall be left while casting the pit floor alternatively floor

reinforcement could be exposed by chipping for welding additional

reinforcement for Dowels. However clearance from underside of the car

resting on a fully compressed buffer shall not be less than 1.20 metre.

Buffers shall be designed for a design speed + 15%. Oil buffers shall

Page 82: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 82 of 103

be provided for the passenger elevators for speed of more than 1.75 mps

and spring buffers for lower speed.

• Interlocking

Adequate interlocking is to be provided so that the car shall not move

if the landing doors are even partially open and also the lift is

overloaded.

• Over speed governor

Over speed governor shall be of centrifugal type and shall operate the

safety gear at a speed at least equal to 115% of the rate speed and

less than the over speed governors shall be driven by flexible wire

ropes with the following requirements.

-The breaking load of ropes shall be related to the force required to

operate the safety gear by the safety factor of at least 8.

-The nominal rope diameter shall be at least 7 mm.

-The radio between the pitch diameter of the over speed governor pulley

and the nominal rope diameter shall be at least 30 the over speed

governors shall be sealed after setting the tripping speed. The

breaking or slackening of the governor rope shall cause the motor to

stop by an electric safety device.

• Alarm bells

A Concealed 200 mm diameter alarm bell shall be installed in the main

security area. The alarm bell shall sound when the alarm bell button in

the car operating panel is pressed. The bell shall mute when the

pressure on the alarm bell button is released.

• Emergency Stop Switches

An emergency stop for use by maintenance personal shall be provided in

each lift car.

FIREMAN SWITCH

Each Lift shall have a Fireman switch with glass front for access by

the Firemen. The operation of this switch shall cancel all calls to

this lift and shall stop at the next nearest landing if travelling

upwards. The doors shall not open at this landing and the lift shall

return to the ground floor. In case the lift is travelling downwards

when the fireman's switch is operated it shall go straight to the

ground floor bypassing all calls enroute. The emergency stop button

inside the car shall be rendered inoperative. The fireman’s switch

shall be located adjacent to the lift opening at the terminal floor and

shall be at a height of approximately 2 m above the floor level. For

easy identification of firemen’s lift which confirm to the local

authorities requirements, a red and white diagonal striped backing

shall be provided behind the glass of the firemen’s switch. A permanent

notice of prominent size indicating the floors served shall be provided

and displayed adjacent to the firemen’s lift at the terminal floor. The

notice shall be made of laminated plastic sheet or other approved

materials with red letters on white background. Details of the notice

shall be submitted to the Engineer-in-Charge for approval prior to

fabrication.

CONTROL OF NOISE AND VIBRATION General

The whole of the lift assembly, including the opening and closing of

the car and landing doors shall be quiet in operation and shall be free

of rattling or squeaking noises. Lift doors operation shall be smooth

to avoid the transmission of impact noise to the surrounding structure.

Noise level resulting from the operation of the lifts, including direct

sound transmission, breakout noise and re-radiation of structure borne

noise, shall not exceed the specified noise criteria of the adjacent

spaces. Vibration resulting from operation of lifts of escalators shall

not be perceptible in any occupied areas.

Page 83: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 83 of 103

Car construction

All elements of the lift car construction shall be sufficiently rigid

to avoid generation of noise by panel excitation as a result of

movement. The total noise level in a moving lift car shall not exceed

45 dBA with the ventilation system operating.

Machinery

The gearless traction machine and compact PM motor are installed within

the hoist way and the slim control panel is located on the shaft side

wall. Provision shall be made for the control vibration isolation

measures employed to ensure that structure borne noise resulting from

the operation of the lift machinery is not audible in any occupied

area. Lift machinery noise levels under normal operating conditions

shall not exceed 70 dBA at 1 m from the equipment in free field.

Arrival chimes

Noise from arrival chimes shall not exceed 60 dBA. The above levels

shall be measured at 3 m from the arrival chimes using a noise meter

set to ‘fast’ response. Chimes with adjustable loudness shall be

provided.

FIRE SAFETY REQUIREMENTS

General requirements of lifts shall be as follows:

10.1 Landing doors in lift enclosures shall have a fire resistance of

not less than one hour.

10.2 Lift car door shall have a fire resistance rating of one hour.

10.3 Grounding switch (es), at ground floor level, shall be provided on

all the lifts to enable

the fire services to ground the lifts.

LIFTS & ASSOCIATED WORKS

ASSOCIATED ELECTRICAL WORKS

Scope

Based on power requirements of lifts furnished by the lift contractor,

power supply for the lifts machines, terminating in a Switchboard

located at a desired location, shall be provided by Engineering-

Incharge. The earth bar provided on this switchboards shall be

connected to the building earthing system also by Engineer-in-charge.

All cabling / wiring/loop earthing beyond this Switchboard for

interconnection with the lift controllers / motors/ indicators / push

buttons / safety devices etc. shall be provided by the lift contractor

and its cost shall be deemed to be included in the quoted rates.

Cabling

Cabling between switchboard and the controller /lift motor shall be

with XLPE insulated HR PVC sheathed 1100 volt grade aluminium conductor

armoured cables conforming to IS 7098 or PVC insulated, PVC sheathed,

1100 volt grade al conductor armoured cables conforming to IS 1554.

Cables shall be terminated in glands fitted with armour clamps the

gland body shall be provide with an internal conical sating to receive

the armour clamping cone and clamping nuts which shall secure the

armour wires. A PVC shroud shall be fitted to cover the gland body and

exposed armour wires Trailing cables for the lifts shall be EPR

insulated stranded copper conductor flexible cables conforming to IS

9968 control cabling shall be with multi core stranded copper conductor

PVC insulated and sheathed 1100 volt grade cables conforming to IS

8130. Minimum size of the cable shall be 2.5 sq mm. where cables pass

Page 84: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 84 of 103

through walls or floor slabs, pieces of GI sleeves shall be provided

for cast into the wall / floor and cable shall be drawn therein.

Annular space around the cable in the sleeve shall be sealed with fire

proof sealant supplied by Engineer-incharge.

Wiring

All wiring shall be carried out with FRLS PVC insulated 1100 volt grade

stranded copper conductor wires conforming to IS 694 drawn in MS rigid

/ flexible conducting system and / or MS raceways. Minimum 2.5 sq mm

size wires shall be used. Wires shall be cut only at terminations.

Intermediate jointing shall not be permitted. Drawing, cutting and

terminating of the wires shall comply with the relevant Indian standard

specifications and shall be carried out in the most work man like

manner as per standard practice. All normal care like cutting the

insulation with a pencil edge, taking care not to cut the strands and

proper tightening of terminal connector screws to avoid loose

connection or breaking of conductors etc. shall be taken. Heavy gauge

black enamelled screw type ISI embossed MS conduits with superior

quality accessories approved by Engineer-in-Charge shall be used in the

work. Conduits could either be recessed in floors / walls or fixed on

surface with saddles and clamps. Final connections to vibrating the

equipment shall be made with metal flexible conduits. Entire work shall

be carried out in work man like manner as per standard practice

Earthing

Metal enclosures of all electrical equipment and devices including

frames of motors, controllers, switchgear, conduits and raceways etc.

shall be properly earthed so as to form an equivalent-potential zone.

Loop earthing of vibrating equipment shall be done with flexible copper

earthing braid or flexible cables. The lift motor frame shall be

connected to the building earthing system termination at the

switchboard by duplicate loop earthing conductors of appropriate size.

ASSOCIATED CIVIL & STRUCTURAL ITEMS

All civil and structural items of work associated with erection and

operation of lifts shall be provided by the Contractor at his cost

including (but not restricted to) the following.

. Hook for lifting lift equipments in the top of shaft.

. Temporary scaffoldings and safety barricades during lift installation

in and around lift wells

. Sill angels

. Bearing plates

. Buffer supports

. Checqured plates

. Fascia plates

. Ladders in pits (MS)

. Safety railing on car top

. Separator /stretcher beams if required .

. Dowels for terminal buffers in pit floor during casting.

The Contractor shall ensure erection and fixing of steel work in such a

manner that no RCC wall or any other structural member is damaged.

LIFTS & MAINTENANCE SERVICES

SCOPE

The Contractor shall provide Free Comprehensive Maintenance service for

a period on one year from the date of handing over of the lift to

Engineer-in-Charge.

ROUTINE AND PREVENTIVE MAINTENANCE

Program of routine and preventive maintenance during the free (1 year)

maintenance period as also during the tenure of annual maintenance

Page 85: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 85 of 103

contract shall comply with minimum requirements as below.

Fortnightly

• To check all bearing oils, oil rings, oil chains, etc. All machines

should be carefully checked and repaired for abnormal temperature rise.

• To check and repair all relays and contacts as wells as their

movements and repair as necessary

• To clean traction machines, relays panels, control panel, starter

panels, selectors, governors, car top, car gates, sills and pits

• To check brake action and adjust if necessary

• To check and repair movement of door switches, gate switches and

emergency stop switches

• To check and repair indicator lamps and indicator

• To check and repair annunciator lights, buzzer and car lights

• To check and adjust leveling differences, brake slippage,

acceleration, deceleration and riding comfort.

• To check and repair movements of car control buttons, switches and

the like.

• To check and repair operat5ion of weighting devices.

Monthly

• To turn grease cups for speed governors and compensating pulleys

• To check and oil selectors

• To top up rail lubricators

• To clean ropes oil if necessary

• To clean PM motor and inspect controller box etc.

• To oil electric brake pins

• To oil all pins of door operation and door opening mechanisms

• To clean hoist way, beams slow down cams, outside cages, rails and

counterweight rails

• To clean, oil and adjust door closer and levers

• To clean main sheave, secondary sheaves and rope sheaves on car top

and counterweigh top

• To clean and repair brake wheels and shoes

• To oil compensating rope tensioning pulleys.

Every Two months

• To clean and oil door hangers, door rails, interior of hanger case.

If necessary adjust a centric rollers, car door hangers, door

connecting ropes and chains

• To check and repair door shoe

• To clean and oil safety fears

• To clean and oil car and counterweight guide shoes. Adjust if

necessary

• To clean and oil interior of terminal limit switches and position

switches. Check rubber rollers of terminal limit switches.

• To check oil clean and repair interior of door switches, gate

switches. Replace worn parts if necessary

• To check and repair flexible cable

• To check and repair movement of limit switches

• To clean and oil interior of car control switches.

• To clean and check push buttons of care control panels

• To check, clean and repair the sleeve and plungers of the

electromagnetic brakes.

Every three months

• To check and repair the operation of terminal limit switches and

final limit switches.

• To check and repair the governor switches.

• To clean the brush holders and commentators of the door motors.

• To check and repair the traction ropes for broken wire, wear

elongation and even tension. Adjust if necessary.

• To remove the dust inside the traction machines and controls panels

Page 86: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 86 of 103

using electric blower

• To clean and repair the indicator lamps

• To check the voltage of rectifiers and thyristors

Half yearly

• To check and repair the operation of safety gears

• To check oil for oil buffers

• To check and clean the hall buttons and contacts

• To check and repair the compensating chains or ropes

• To check and oil the bearing of door motors

• To grease the secondary sheaves, car top sheaves and counterweights.

• To check the wear of guide shoes of cars and counterweights

Annual

• To clean the wire connection box of every landing and car cages.

Tighten all screws and check the conditions of cables at conduit inlets

and outlets

• To check and tighten screws of control panels, starters panels and

relay panels

• To remove the dust inside the landing indicator switches by electric

blower

• To test all safety devices

• To dismantle, clean and adjust the electro-magnetic brake of gearless

machines

• To charge motor oil

• To check and tighten screws and foundation bolts of traction machine,

secondary sheaves, exterior of lift frame, guide rail, guide rail

clamps and bracket etc.

• To test the over current relays

• To provide all labour, materials, tools and transport to carry out

annual inspection and load test according to the requirement of the

employer All the scheduled maintenance services described above shall

be properly programmed and agreed with the Engineer-in-charge in order

not to affect operation of the lift systems

BREAK DOWN MAINTENANCE

The Contractor shall also undertake to provide a comprehensive

breakdown service whereby qualified technicians shall attend to each

breakdown as soon as practicable after a breakdown is reported and

carry out immediate remedial work at a reasonable speed according to

the nature of the breakdown. Any faulty equipment or components shall

be quickly replaced. In circumstance such that the Contractor fails to

attend the breakdown within four normal working hours after

notification of the breakdown and where remedial work is interrupted

during normal working hours for purposes other than obtaining

replacement parts, the employer reserves the right to order such action

as may be necessary to expedite completion of remedial work which shall

be at the contractors expense without abrogation of the Contractors

responsibilities. Contractor has to be provide a email address and a

Contact number for logging Emergency Complain.

GENERAL

The Contractor shall keep sufficient spare parts during the maintenance

period to ensure that replacement work for defect can be carried out

immediately A competent engineer shall be provided to investigate the

fundamental cause of a fault temporary quick fix solution will not be

accepted. The employer shall at his discretion, take action to recover

all losses incurred rising from the failure of the contract to perform

the duties either wholly or in part as detailed in this section.

LIFTS & SAFETY ASPECTS & PROCEDURE

Page 87: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 87 of 103

1. Since lift installation consists of a number of electrical and

mechanical components having linear / rotary motions, utmost caution

should be exercised while working and all safety precautions shall be

rigorously followed.

2. Only authorized persons shall be allowed to work on lift

installations and officer empowered for such authorization shall keep

proper recorded thereof during the test, inspection and maintenance

except where necessary.

3. If during erection any safety or protection devices are inoperative,

special care must be taken to avoid accidents on this account.

4. Supply at main incoming iron clad switch or circuit breaker shall be

switched off before examining any part of the equipment. Whether during

periodical inspection or while carrying out any work on the equipments

(including using the winding handle at times of mains failures) unless

power is particularly required for particular operation or tests on the

lifts. The breaker located in OFF position.

5. The landing and car buttons shall be keep out of circuit by

switching on the ‘Maintenance Switch’ located on the top of the lift

car during maintenance operators. Whenever maintenance switch is not

proved emergency stop switch inside car and or attendant control switch

should be used.

6. Before carrying out any repair work it shall be ensured that none of

the electromechanical door locks are short circuited either from the

controller or at the landings.

7. As a general precaution, facia plate between the door headers and

the corresponding upper landing sill on each floor must be provided.

PROVISION FOR THE DISABLED AND HANDICAPPED

All the Passenger Elevator shall be provided with following features:

a) Elevator control buttons at locations and height specified in IS

15330 -2003

b) Hall call buttons at locations and height specified in IS 15330 -

2003

c) Hand rails shall be provided on the side walls of the Elevator at

height & locations specified in IS: 15330 -2003. An international

symbol of access of the disabled shall be permanently and conspicuously

displayed at each and every Elevator landing next to the Elevator

entrance (to be provided by signage contractor). Braille notations

indicating the floor levels shall be incorporated next to each button

at the handicap COP and handicap hall call buttons.

d) A digital voice system for announcing the car position,

opening/closing of doors, direction of travel and messages shall be

provided as per IS:15330 -2003

e) A laminated safety glass type mirror of at least half of the size

shall be installed on rear panel at appropriate position as per IS :

15330 -2003

Provisions for use of lift by Handicapped persons in Passenger

Elevators.

3.1 Hand rail A hand rail not less than 600 mm long at 900 mm above

floor level shall be fixed adjacent to the control panel.

3.2 Car operating panel Inscription in Braille also to be provided.

Level to be lower than the normal so as to be accessible by a person

sitting on wheel chair.

3.3 Hall buttons Inscription in Braille also to be provided. Level to

be lower than the normal so as to be accessible by a person sitting on

wheel chair.

3.4 Car position indicator the interior of the cage shall be provided

with a device that audibly indicate the floor, the cage has reached and

Page 88: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 88 of 103

indicate that the door of the cage for entrance / exit is either open

or close.

3.5 Hall lantern To be provided along with an audible chime.

3.6 Any other feature The time of an automatically closing door should

be minimum 5 second and closing speed should not exceed 0.25 m/sec.

4.0 Landing signals

4.1 Hall buttons Self illuminating micro-push type in hair line

stainless steel facia plates

4.2 Car Position Digital position indicators along with direction of

travel (with audible signal in each elevator lobby)

4.3 Hall gong Up/down indicator with single stroke gong/chime at all

landing

5.0 Safety features

5.1 Door safety Multiple infra red device to cover the total height and

width of the door and with protective leading edge device to operate in

case of failure of infra red protection.

5.2 Buffer Spring Buffer to be provided

5.3 Overload protection

Overload protective device

Overload non starter.

5.4 Over travel protection Terminal and final limit switches to be

provided

5.5 Motor protection Trip devices for :

. Over current

. Under voltage

. Over voltage

. Single phasing

. Earth leakage

. Phase reversal

5.6 Interlocking of car and hoist way doors to be provided as per

specifications.

5.7 Automatic Rescue Device (ARD) to be provided

6.0 Associated Civil and structural items All civil and structural

items of work associated with erection and operation of lifts shall be

provided by the Contractor at his cost including (but not restricted to

) the following-

Temporary Scaffolding and safety barricades for erection in and around

lift hoist ways

Bearing plates

Buffer supports

Facia plates

Ladder in pits

Safety railing on top of car Channels, separators, stretchers etc.

7.0 Fireman’s switch to be provided at GF/ Lobby level

8.0 Free Comprehensive Maintenance Period One YEARS after completion of

work and handing over of the Lifts in satisfactory operating condition.

TESTING OF LIFT INSTALLATION

TESTS AT SITE:

a) Levelling Test:

Accuracy of the floor levelling shall be tested with the lift empty,

fully loaded. he lift shall be run to each floor while travelling both

in upward and downward directions and the actual distance of car floor

above/ below landing floor shall be measured. In each case there shall

not be any appreciable difference in these measurements for levelling

at the floors when the car is empty and when it is fully loaded. The

tolerances for levelling shall be as + 5mm accuracy.

b) Safety Gear Test:

Page 89: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 89 of 103

Instantaneous safety gear controlled by a governor, should be tested

with contract load and a contract speed, governor being operated by

hand. Two tests should be made, however, with wedge clamps or flexible

clamp safeties, one with contract load in the car and the other with 68

kg (equivalent to one person) in the car. The stopping distance

obtained should be compared with specified figures and the guides, car

platform, and safety gear should be carefully examined afterwards for

signs of permanent distortion. Counterweight safety gear should be

tripped by the counterweight governor and the stopping distance noted.

In this case, however the governor tripping speed should exceed that of

the car safety governor

but by not more than 10 percent. During the safety gear test, car speed

(from the governor or the main sheave) should be determined at the

instant or tripping speed with that stated in I.S. The governor jaws

and rope should be examined for any undue wear.

c) Contract Speed:

This should be measured with contract load in the car, with half load

with no load, and should not vary from the contract speed by more than

10 percent. The convenient method is by counting the number of

revolutions, made by the sheave or drum in a known time. Chalk mark on

the sheave or drum and a stop switch will facilitate timing but care

must be exercised to ensure that no acceleration or retardation periods

are included. If the roping is 2 to 1 the sheave speed is twice the car

speed. Alternatively, the speed can be measured by a tachometer applied

directly to shaft immediately below the sheave.

d) Lift Balance:

After the above test, some of the weight shall be removed until the

remaining weights represent the figures specified by the tenderer. With

this condition car at half way travel the effort required to move the

lift car in either direction with the help of winding wheel shall be as

nearly as can be judge by the same.

e) Car and landing doors inter locks:

The lift shall not move with any door open. The car doors relay contact

and the retiring release cam must be tested. The working of the door

operation and the safety edges and light equipment if any provided

shall also be examined.

f) Controllers:

The operation of the contactors and interlocks shall be examined and it

shall be ascertained whether all requirements laid down in the

specifications have been met.

g) Normal Terminal Stopping Switches:

This shall be tested by letting the car run to each terminal landing in

turn, first with no load and then with contract load and by taking

measurements, top and bottom over travels can be ascertained.

h) Final Terminal Stopping Switches:

The normal terminal stopping switches shall be disconnected for this

test. It shall be ensured that these switches operate before the

buffers are engaged.

i) Insulation Resistance:

This shall be measured (after removing the electronic PCB’s and their

connection) between power and control lines and earth and shall not be

less than 5 mega-ohms when measured with D.C. voltage of 500 volts. The

test shall be carried out with contactors so connected together as to

ensure that all parts of every circuit are simultaneously tested.

j) Earthing:

All conduits, switches, casing and similar metal work shall have

earthing continuity.

k) Ropes:

The size, number construction and fastenings of the ropes should be

Page 90: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 90 of 103

carefully examined and

recorded.

l) Buffers:

The car should be run on to its buffers at contract speed and with

contract load in the car to test whether there is any permanent

distortion of the car or buffers. The counterweight buffers should be

tested similarly.

1.2 Tests at Manufacturer’s Works:

a) High Voltage Test:

The dielectric or electric apparatus (excluding motors, generators and

instruments which are tested in accordance with the appropriate Indian

Standards wherever they exist) shall be capable of withstanding a test

voltage of ten times the working voltage with a maximum of 2000 Volts

when applied.

i) between the live parts and case of frame with all circuits

completed.

ii) between main terminals or equivalent parts with all circuits open,

and

iii) between the lift parts of independent circuits.

Note : Owing to the impracticability of applying tests (ii), (iii)

mentioned above on controllers and similar apparatus after controller

wiring has been completed, these tests may be made at convenient stages

of manufacturer.

b) i) Method of Applying High Voltage:

The test shall be made with alternating voltage of any convenient

frequency, preferably between 49 to 60 cycles per second. The test

voltage shall be approximately sine-wave form and during the

application of voltage with peak value, as would be determined by spark

gap by occillograph or by any other approved method shall not be more

than 1.45 times the rms value. The rms values of applied voltage shall

be measured by means of a volt meter used with a suitably calibrated

potential transformer or by means of voltmeter used in connection with

a special calibrated voltmeter winding or testing transformer by any

other suitable voltmeter connected to the output side of the testing

transformer.

ii) Duration of High Voltage Test:

The test shall be commenced at a voltage of about one third of the test

voltage which shall be increased to the full test voltage as rapidly as

is consistent with the value being indicated by the measuring

instrument. The full test voltage shall be maintained for one minute.

At the end of this period, the test voltage shall be rapidly diminished

to one third of its full value before switching off. The oil buffers

are examined after the above tests have been made to determine if there

has been any oil leakage or distortion and to ensure that the buffers

return to their normal positions.

c) Buffer Test:

A copy of the test report shall be intimated after testing at works.

Performance Test:

This test if meant for passengers lifts and is conducted to watch the

performance of lift installation in terms of passenger handling

capacity and waiting interval as obtained at site vis-a-vis design,

data and conducted as below :

i) Waiting interval : (T)-This can be worked out by taking the average

of several round trip times as observed physically and then dividing it

by the number of lifts in that bank.

ii) Handling capacity H = 300 x Q x 100 TxP Where

H = Handling capacity as the percentage of the peak population handled

Page 91: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 91 of 103

during 5 minutes.

P = Total population to be handled during peak morning/ evening period.

(It is related to the area for which particular bank of lifts serves).

Q = Average number of passenger carried in a car.

T = Waiting interval.

iii) Service Temperature Test:

A continuous run of one hour should be made with number of starts and

stops to reproduce as nearly as practical the anticipate duty in

service. (The standard duty cycle is for 90 to 180 start per hour). It

is very difficult in practice to carry out this test with alternate

starts at full load and no load and it is necessary therefore to

simulate these cycles. A suitable test for all motors except squirrel

cage motors is to run the car up from the bottom landing with contract

load and stop at each floor. From the top floor a nonstop run is made

to the lowest floor and the upward journey with stop is then repeated.

The time intervals between stops and starts at the floors should be

uniform and such as to give about 180 starts in one hour. At the end of

this run the temperatures of the armatures and fields of the motor and

generator are recorded. The temperature rise should, be within

prescribed limit.

Note:-

Tenderers to give item wise confirmation/comment against each

parameter. Deviations if any shall be clearly brought out in this

Performa. Tendrers shall fill in the Performa and enclose it along with

the tender.

Page 92: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 92 of 103

Annexure – I

Technical Parameters or Bill of Quantities:-

Sl

No.

items Requirement as per tender Item wise

confirmation

/comment to be

filled in

by tenderer

A PASSENGER LIFTS Gearless

General

1.1 Number of Lifts 2 (Two)

1.2 Capacity 20 passenger cum bed lift /

1360 kg / Lift.

1.3 Speed 1.00 MPS

1.4 Number of Landings Ground floor + Two floor

1.5 Number of openings 3 on the same side

1.6 Travel (10800 mm Approx)

Machine, Hoist way and Pit

1.7 Machine room

location

Machine room at the top of

lift shaft

1.8 Machine Details PM Gearless (Located above

shaft)

1.9 Control AC D3 MR

1.10 Drive Variable Voltage Variable

Frequency.

Operation Full Collective operation

1.11 Hoist dimensions As per Set

'1.12 Head room available

above last landing

2000mm (Approx)

1.13 Pit depth 1600 mm approx (to be

provided)

Car

1.14 Car Enclosure SS Finish

1.15 Car ceiling SS Finish

1.16 Car floor PVC Anti skid Flooring/tile

flooring

1.17 Car and landing

doors

Automatic power operated

Center Opening approx

2000mm x 1000mm Stainless

Steel. (Inside car 2100 mm

H)

1.1

8

Car size To be furnished by tenderer

(shall not be less as

specified in ISI)

1.1

9

Car Operating Panel Stainless Steel hairline /

mirror finish Car Operating

Panel inside at car. (1

COP)

1.2

0

Car interior load Counter weight should be

able to accommodate approx

500 kg weight for interior

finish.

Page 93: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 93 of 103

1.21 Machine GEARLESS

1.22 Power Supply 415/V240V, 50Hz

1.23 Acceptable voltage

fluctuation

+10to-20%

1.24 Rate of acceleration

deceleration(m/sec)

0.75-1.5 (adjustable at site)

1.25 Jerk (m/sec) 0.7-1.5 (adjustable at site)

1.26 Vibration in car

horizontal/vertical

20/18 MG maximum

1.27 Noise level in car 45dBA maximum

1.28 Noise level in

machine room at 1 mtr

from machine

52dBA maximum

1.29 Door noise level

while closing and

opening at a distance

of 1 mtr from car

door and 1.5 mtr from

floor level

52dBA maximum

Fixtures / signals inside car

2.30 Normal lighting LED recessed type

2.31 Emergency light and

alarm bell (security

room)

With SMF battery operated with

charger rated for 30 minute

2.32 Ventilation Blower Fan (Two speed and

concealed vents)

2.33 Operating buttons and

indications

Stainless steel operating panel

with following buttons and

indications.LCD illuminated

touch push buttons of micro

pressure type corresponding to

the floors served at Ground

floor. For Other floors LED

Illuminated touch push buttons

of micro pressure type to be

provided.

“Door open” and “Door close”

button

with arrow indicators

Emergency stop button

Emergency alarm button

Two position key operated

switch for 'with attendant' and

' without attendant' operation.

Ventilation fan ON/OFF switch

with

auto OFF when there is no call

after

120 seconds.

Built in 3 way intercom system

with telephone instrument in

the car, machine room and

reception /security (as

directed by Engineer incharge)

including wiring telephone

instrument and EPABX.

Page 94: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 94 of 103

Dynamic car direction display

Digital position indicators.

Audio/Visual overload warning

Indicator

2.34 Display inside car LCD display in side car

2.35 Voice synthesizer To be provided

2.36 Is neutral wire

available for control

circuits

Yes

2.37 Music (Music Speaker) Trailing cable

3 Provisions for use of lift by Handicapped persons in passenger Elevators

3.1 Hand rail A hand rail not less than 600

mm long at 900mm above floor

level shall be fixed adjacent

to the control panel

3.2 Car operating panel Inscription in Braille also to

be provided as to be accessible

by a person sitting on wheel

chair

3.3 Hall buttons Inscription in Braille also to

be provided.

normal so as to be accessible

by a person sitting on wheel

chair

3.4 Car position indicator The interior of the cage shall

be provided with a device that

audibly indicate the floor, the

cage has reached and indicate

that the door of the cage for

entrance / exit is either

open or close.

3.5 Hall lantern To be provided along with an

audible

chime.

3.6 Any other feature The time of an automatically

closing door should be minimum

5 second and closing speed

should not exceed 0.25m/sec.

4.0 Landing signals

4.1 Hall buttons Self illuminating micro-push

type in hair line stainless

steel fascia plates.

4.2 Car position Digital position indicators

along with direction of travel

( with audible signal in each

elevator with signal in each

elevator lobby)

4.3 Hall gong Up/ down indicator with single

stroke

Gong / chime at all landing.

5.0 Safety features

Page 95: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 95 of 103

Annexure - II

Special Data should be filled by Tenderer:-

Sl

No.

Data to be filled in by tenderer Passenger cum bed lifts

5.1 Door safety Multiple infra red device to

cover the total height and

width of the door and with

protective leading edge device

to operate in case of failure

of infra red protection.

5.2 Buffer Spring Buffer to be provided

5.3 Overload protection Overload protective device

Overload non starter

5.4 Over travel protection Terminal and final limit

switches to

be provided

5.5 Motor protection Trip devices for : Over

current, Under voltage, Over

voltage , Single phasing,

Earth leakage, phase reversal

5.6 Interlocking of car and

hoist way doors

To be provided as per

specifications.

5.7 Automatic Rescue

Device(ARD)

To be provided

6.0 Other Features Micro processors Based

Selective Collective

Controller, with / without

attended switch Full length

Infra red Safety Light Curtain

Battery Operated Emergency

Alarm & Light.

Page 96: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 96 of 103

A Equipment details

1 Machine type (Gear less)

3 Drive motor data

i) KW

ii) Starting current (Amp)

iii) F.L. Rated current (AMP)

iv) Max. no. of starts per hour.

v Insulation class

4 Hoist/Governor ropes (no. and size)

5 Max. temperature tolerance during

peak summer months

6 Heat release data for machine room equipment

B Special features Tenders to confirm Included

/ Not included in respect of the following

Included/Not Included

1 Auto fan off switch

2 Fan inside the Car

3 Over load warning indicator

4 Ni-Cd batteries with charging circuit.

5 Doors safety

6 Additional weight permitted inside the

car for interiors

C Performance parameters

1 Leveling accuracy

2 Governor tripping speed

Note :

1. Bidders to quote strictly as per the BOQ enclosed herewith in tender

document

2. Complete tender document with all technical details only filled in the

format provided in the tender

shall be returned with just as annexure as terms / conditions if any required.

3. Failure to comply with above shall lead to disqualification of bidders.

Page 97: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 97 of 103

Special Terms and Condition

Subject:- SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.

1. Agency should take all necessary measures to arrange temporary

electricity supply to the Corporation so that the normal activities

of the Corporation are not hampered during execution of work.

2. All the rates should be inclusive of all taxes, GST, carrying

charges or other charges. No separate charges shall be quoted.

3. “Installation, testing and commissioning” component should include the cost of necessary civil work such as foundation base

arrangement, cutting the concrete for making trench having 900 mm

width and 600 mm depth and approx 20 mtr long and making the good

the damages.

4. If it is necessary, to obtain electrical or Lift related clearance / permission from statutory body then same should be arranged by

the Agency and copy of the approval should be submitted to this

office with original copy.

5. Agency should carry out the work as per specification; make list, as well as direction of concerned Engineers of ESIC or ESIC.

6. All the works should be carried out according to the latest

guideline spelt out in CPWD specification or Indian Standard

Specification or Local statutory Bodies as deemed fit.

7. Agency should provide their Email ID and at least one Mobile Phone Number to make any urgent communication or lodge complain from ESIC

or ESIC end.

8. It is requested that before quoting the bidder must visit the site. 9. If required, the bidder may contact the concerned person of ESIC or

ESIC.

10. Bidder should quote according to the Make List provided at tender

and they should clearly indicate the make quoted for.

11. The Agency have to be submit the Measurement Book as prescribed

in the tender which need to be duly signed by Site Engineer or

Corporation Authority and Agency at that time of submission the

final bill.

Page 98: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 98 of 103

List of Approved Make of Lifts

Items Name of Manufacturer

Lifts As per CPWD eligibility criteria (A-42021/42/2017-W-

2(PT.I) dated 16.10.2019

Note: - Bid should fulfill the above “eligibility criteria.

Page 99: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 99 of 103

Measurement Book for SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL.

BOM

No

Description of

Items

Unit Qty Price Length

Amount

Remarks

From To

Sub assistant engineer (Electrical) Junior Engineer (Electrical)

From Hospital From R.O ESIC

Verified by Assistant Engineer (Electrical)

From R.O ESIC

Certified by Executive Engineer (Electrical)

From R.O ESIC

Page 100: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

Page 100 of 103

TENDER DOCUMENT

PART – II Price Bid Bill of Quantities (BOQ)

NAME OF WORK: SUPPLY INSTALLATION TESTING

COMMISSIONING OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT

ESI HOSPITAL DURGAPUR, WEST BENGAL

……………………………………………………………………………………………………………………………

Page 101: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

101

ESIC RO, West

Bengal & Sikkim

SCHEDULE OF QUANTITY Name of work: SUPPLY INSTALLATION TESTING COMMISSIONING OF ONE NO. 20

PASSENGER-CUM-BED LIFT AT ESI HOSPITAL DURGAPUR, WEST BENGAL

Annexure – A

(A) BOQ items based on Market Rate (Non-Schedule Items)

amount – Rs.24,00,000.00 (Twenty Four Lakh Rupees only) with

GST SL

Description U/M Qty Unit Rate Amount

1 SUPPLY INSTALLATION TESTING COMMISSIONING

OF ONE NO. 20 PASSENGER-CUM-BED LIFT AT

ESI HOSPITAL DURGAPUR, WEST BENGAL

Each 1

Total for Material

GST as applicable Grand Total Amount

Note: 1. If any cells (Rates) left blank, then the same will be treated as

“Zero”.

1. The Rates quoted by bidders shall be inclusive of all Taxes and

all others overheads, unless otherwise explicitly expressed.

2. Payment to be made as per actual measurement at site.

I / We hereby agree to execute the work on the above-mentioned rates and

term condition, total amounting to Rs for the entire work and on the

enclosed terms and conditions of contract of the Organization.

Signature of the contractor

with seal Address

Mobile No

Opened by us on

Tender Stands total amounting to Rs for the

entire work AC & RD

Page 102: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

102

ANNEXURE-IV

TECHNICAL BID PROFORMA

1. GENERAL INFORMATION

NAME OF THE AGENCY/ FIRM ALONG WITH ADDRESS AND

TELEPHONE / MOBILE NO AND

E-MAIL ADDRESS (Registered office/ Branch Office in West

Bengal

NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS

TYPE OF FORMATION

(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)

CBS ACCOUNT RTGS/NEFT DETAILS

2. STATUTORY AND OTHER REQUIREMNTS:

Particulars Registration Number Copy Enclosed (Yes/No)

Certificate of Incorporation/

Registration of Firm

Registration details as contractor

with C.P.W.D./ State

P.W.D.s./M.E.S./

Railways/PSU/Automonous Bodies/ BSNL or

any other government body (along with year

of registration)

ESI Registration

Valid copy of Electrical License to carry out Electrical work

EPF Registration

GST Registration with Latest Challan

PAN No. under Income Tax

Professional Tax Registration

Labour (Central) Registration

Certificate, if applicable

3. DETAILS OF COMPLETED WORK AS PER SL. NO. 3 OF ANNEXURE-C

Name of

C.P.W.D./ State P.W.D.s./M.E.S./

Railways/PSU/Autonomous

Bodies/ BSNL or any other

government body

Details of the

Completed Works

of Similar Nature

Cost of the

Completed

Works

Copy of Certificate issued by

concerning authority Enclosed

(Yes/No)

Page 103: TENDER DOCUMENT NIT NO: C/AG-12/22/Lift/2019-Const/DGP€¦ · document including Integrity Pact Agreement for which format is also being provided in the bid document. 22. Integrity

103

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.)

2016-17

2017-18

2018-19

5. Copies of Income Tax Return for Financial year , 2015-16 , 2016-17 and 2017-2018

Financial Year Income Tax Return Enclosed (Yes)

2016-17

2017-18

2018-19

Sign of Contractor: ...........................................

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

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