44
  ELECTRICAL Tender 2015 -16 NAME OF WORK  MOEI & Fans, Compound light & operation and maintenance  of water supply pumps sets at ESIC Model Hospital, Residential Quarters and related structures and installations MIDC, Andheri, (E), Mumbai-93.      A) TECHNICAL BID :- 1 TO 30                    B) FINANCIAL  BID :- 31 TO 44 LAST DATE OF SUBMISSION 19/12/2014 At 1.00 PM

ELECTRICAL Tender 2015 16 - Employees' State … of the project for which Tenders are invited are as follows:-Nature of Facility -: Hospital, Residential Quarters and related structures

  • Upload
    hahanh

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

  ELECTRICAL Tender2015 ­16

NAME OF WORK 

MOEI & Fans, Compound light & operation and maintenance     of   water   supply   pumps   sets   at ESIC Model Hospital, Residential Quarters and related   structures   and   installations   MIDC, Andheri, (E), Mumbai­93.

     A) TECHNICAL BID :­ 1 TO 30                   B) FINANCIAL  BID :­ 31 TO 44

LAST DATE OF SUBMISSION19/12/2014 At 1.00 PM

OFFICE OF THE MEDICAL SUPERINTENDENT

ESIC MODEL HOSPITAL cum O.D.C., ANDHERI (E)

(ISO 9001 – 2008 Certified) M.I.D.C. ANDHERI (E), MUMBAI-400 093

Telefax 022-28203266 PBX- 28367203 – 07

www.esicmh-andheri.org/ www.esic.nic.in Email : [email protected]

TENDER NOTICE No. /ESIHA./2014-15

Medical Superintendent, ESIC Model Hospital, Andheri (E),Mumbai invites item rate sealed tenders, under two envelope systems, from eligible contractors for the following works.

Sr.

No.

Name of Work Estimated Cost (Rs.)

Earnest money (Rs.)

Time allowed for the completion of work

Cost of tender

(Non-Refundable

1 ARM OF Electrical work at ESIC Model Hospital Andheri(E)

Rs.

3380142/-

Rs.67600/- 12 Months D.D. Of `` Rs.1000/- in favour of ESI Fund A/c No.1 payable at Mumbai-93.

Tender should be submitted in Tender form, available along with terms and condition in the

office of Medical Superintendent at a price of Rs.1000/- (One Thousand rupees) to be paid by

Demand Draft Drawn on ESI Fund Account No.1 ESIC Model Hospital, Andheri(E) payable at Mumbai. The

Tender notice is also available at website http://www. esicmaharashtra . gov .in or www. esic .nic.in .

The vendors downloading the Tender from the website must submit the above mention Demand Draft /

Pay Order of Rs.1000/- along with Tender.

Tender document will be available from 09/12/2014 to 18/12/2014 between 11.00 A.M. to

4.00 P.M.(Monday to Friday), 11.00 to 1.00 P.M.(Saturday) in the office of the Medical

Superintendent at 3rd floor ESIC Model Hospital M.I.D.C. ANDHERI(E), Mumbai. Last date for

submission of the Tender bids (Technical & Financial) will be 19/12/2014 at 1.00 P.M. The

technical bids will be opened on the same day at 3.00 P.M. The Date and Time of opening of

financial bids shall be intimated to the eligible bidders.

Medical Superintendent

Copy to : M/s______________

Notice Inviting Tender

ESIC Model Hospital, Andheri (E)

INVITATION OF BIDS FOR ARM OF ELECTIRICAL WORKS AT ESIC Model Hospital, MIDC, Central Road, Andheri (E) Mumbai- 400 093. ARM OF ELECTIRICAL WORKS listed under the scope of work in this bid document.

Details of the project for which Tenders are invited are as follows:-

Nature of Facility -: Hospital, Residential Quarters and related structures and installations.Total plot area of complex – 10.41 acres (to be confirmed from Red Book)Total number of building with areas :- Hospital - 20145 sq. Mt.

Residential Quarter - 17710 sq. Mt. Transformer, pump House - 300 sq. Mt. (approx.)

1. Scope of services to be provided:-

The agency will be responsible for ARM OF ELECTIRICAL WORKS in ESIC Model Hospital, Andheri (E) and Residential Quarters and related structures and installations.

2. Bid Documents.

Tender documents for invitation of bids for annual Repair and Maintenance works can be obtained from Dy. Director, ESIC Model Hospital, Central Road, MIDC, Andheri (E), Mumbai-93, during working hours on all working days between11. a.m. to 4 p.m. on payment of a non refundable cost of Tender of Rs. 1000/- in the form of a Demand Draft/ Banker’s Cheque drawn in favour of (ESIC Fund Account No. 1 payable at Mumbai.

The last date of submission of Tender is 19/12/2014 by 1.00 p.m.

The tender shall be opened in the presence of the tenderers who choose to be present on the same date at 3.00 P.M. The date and time of opening financial bids shall be intimated to eligible bidders.

3

INSTRUCTIONS TO THE TENDERERS

1. Sealed offers under two envelope system (i.e. Technical Bid and Financial Bid each in separate sealed covers.) in the prescribed forms are invited from eligible Tenderers for providing Annual Repair and Maintenance services listed scope of services in this bid document.

2. The amount of earnest money deposit (EMD) shall be Rs. 67600/- (Rupees Sixty seven thousand Six Hundred only) in the form of DD/Pay order, drawn in favour of ESI Fund Account No. 1 payable at Mumbai.

3. Tender form shall be complete in all respect. Incomplete tenders or tenders without E.M.D. shall be treated as invalid.

4. Last date of submission of tender is 19/12/2014 up to 1.00 P.M.

5. Date and time of opening of tender is (Technical Bids) 19/12/2014 at 3.00 P.M. in the presence of bidders and the Date and time of opening of financial bids shall be intimated to the eligible bidders.

6. Each and every page of the tender documents should bear the stamp and signature of the authorised representative. Format, I, II, III enclosed shall be filled without exception. The Tenderers shall also enclose the latest Income Tax Clearance Certificate and proof of VAT/Works Contract Tax Registration/Service tax Registration /ESIC Registration where applicable, along with Technical Bid.

7. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in rates, the rates written in words shall prevail.

8. The envelope containing tender document shall be sealed and bear the name of work and the name and address of the tenderer.

9. The site for the work is available and can be seen on any working day during office hours by contacting Dy. Director, ESIC Hospital, Andheri (E).

10. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders without assigning any reason.

11. Conditional tenders are liable to be rejected.

12. The tender for the work shall remain open for acceptance for a period of (60) sixty days from the date of opening of tender.

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

14. The EMD of unsuccessful tenderers shall be refunded within one month after the award of work to the successful tenderer.

4

15. Rates quoted shall be firm and fixed and are inclusive of cost of manpower, material, machinery, tools and plant etc., all taxes (including services tax), duties and levies, insurance etc. no escalation of whatsoever nature shall be payable during the entire contract period.

16. Eligibility criteria: The tenderer should have minimum two years experience in works of similar nature. The tenderers should have undertaken/completed the following work in the last 3 years:a. One similar work of value not less than Rs. Thirty Three Lakhs Eighty thousand Two

Hundred per annum. (Equals to the value of work to be executed per annum)

Or

Two similar work of value not less than Rs. Sixteen Lakhs Ninety Thousand One Hundred per

annum. (Equals to 50% of The value of work to be executed per annum )

Or

Registration with CPWD/BSNL/Railways/MES

b. The Tenderer would be required to establish its office within the site of the work in the space provided by the ESIC.

c. Copy of registration under contract Labour Act as well as certificate of registration of firm with Registrar of firms shall be submitted.

d. Coverage under ESI Act is mandatory, code number showing coverage under ESI/ACTS to be quoted.

e. The manpower rates to be paid as per the minimum wages of Maharashtra Govt as on date of opening of tender. (Except 6 wireman Cum Pump operator and 3 Mazdoor) 6 wireman-cum-pump operator and 3 mazdoor filed a petition in the Bombay High court for declaration that they were direct and permanent employees of CPWD with effect from their joining dates in writ petition no 1335of 1999. By their order dated 02/12/2002, the Honorable Bombay High Court has ordered that until final decision in the matter status quo will be maintained by the respondents in respect of the employment of the workers concerned with petition, in the place where they are presently working. Hence the workers concerned presently will continue to be employed by the successful tenderers.

17. Submission of bids: Proposals should be submitted in two separate envelopes namely, “Technical Bid” (including experience certificate, IT related papers, registration etc) and Financial Bid’. The technical and financial bids duly sealed in separate envelopes must be kept inside a single third envelope and clearly superscribed as “ARM OF ELECTIRICAL WORKS'' at ESIC Model Hospital, Andheri (E).” The envelope should be clearly marked as ‘Technical Bid’ (Envelope-1) and ‘Financial Bid’ (Envelope-II) The third envelope shall also contain the EMD.

18. Evaluation of Technical Bids: Bids received and found valid will be evaluated by the ESIC to ascertain the best-evaluated bid for the complete work/services under the specification and documents. The tenderer should take care to submit all the information sought by the ESIC in prescribed formats.

5

a. Firm’s relevant experience and strength- Profile of agency, registration details, experience of similar works, annual turnover, total manpower employed.

b. Qualification/related experience.

19. Financial Bid : The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the tenderers, who choose to attend the opening of financial bid.

20. Award of work:

i. The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or reject any or all the proposal without assigning any reason.

ii The contract for the “ARM OF ELECTRICAL WORKS ''shall be awarded to the best-qualified responsive Tenderer.

iii Upon evaluation of offers, the notification on award of contract will be intimated to the successful Tenderer.

21. Duly filled offer document shall be deposited by hand delivery in the office of Medical Superintendent, ESIC Model Hospital, Opp. MIDC Police Station , MIDC, Andheri (E), Mumbai.

The tender documents should be duly supported by the following documents.

1. Copies of audited Annual Accounts (Balance sheet, P/L Accounts as on 31/03/2012, 31/03/2013, 31/03/2014 ) along with copy of Statutory Audit Reports/Tax Audit Reports if the bidder is within the preview of mandatory Statutory Tax audit under the provision of companies Act-2013 and Income Tax Act 1961.

2. Copy of latest ESI challan if applicable has also to be submitted with technical bids.

3. If the Accounts are not subject to statutory /Tax Audit Certificate from Chartered Accountant certifying turnover and net profit for FY2011-12, FY2012-13, FY2013-14 to be submitted.

4. Income tax return for the year FY2011-12/ AY12-13, FY2012-13/ AY13-14 FY2013-14 and AY2014-15 (if ITR filled for Ay 14-15) to be submitted.

5. Service tax registration certificate to be submitted.

Dy. Director (Constn)

6

GENERAL CONDITION OF CONTRACT

Definitions and interpretation

1. Definitions

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

i. “Employer” means the ESIC and the legal successors in title to ESIC.ii. “Engineer’’ means the person appointed by ESIC to act as Engineer for the purpose of the Contract.iii. ‘’Contractor ‘’ means an individual or firms (proprietary or partnership) whether incorporated or not,

that has entered into contract (with the employer ) and shall include his/its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract.

(b) i) ‘’Contract means these conditions, the Specification, the Bill of Quantities, the tender, the letter of acceptance, the Contract Agreement (if completed) and such further documents as may be expressly incorporated in the Letter of Acceptance or Contract Agreement (if completed).

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

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

iv)“Bill of Quantities” means the priced and completed bill of quantities forming part of the tender.

v) “Tender means the Contractor’s priced offer to the Employer for the execution and completion of the Works and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Acceptance. The word tender is synonymous with “Bid” and the words “Tender Documents” with “Bidding Documents”.

7

vi) “Letter of Acceptance means the formal acceptance of the Tender by ESIC.

vii) “Contract Agreement” means the contract agreement

viii) “Appendix to tender” means the appendix comprised in the form of tender-annexed to these Conditions.

(c) i) “Commencement Date” means the date upon which the Contractor receives the notice to commence the works.

ii) “Time for Completion” means the time period for which the contract of “ARM OF ELECTRICALS WORK '' has been awarded by the employer to the contractor.

(d) “Taking Over Certificate” Means a certificate issued by employer evidencing successful completion of the awarded work.

(e) i) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the contractor for the execution and completion of the Works and the remedying of any defects therein in accordance with the provision of the contract.

ii) “Retention Money” means the aggregate of all monies retained by the Employer.

(f) i) “Works” means the Permanent Works and the Temporary Works of either of them to be executed in accordance with the contract.

ii) “Site” means the places provided by the Employer for “ARM OF ELECTRICALS WORK '' of ESIC Model Hospital, Andheri (E).”

iii) “Cost” means all expenditure properly incurred or to be incurred, whether on or off the Site, including over head and other charges but does not include any allowance for profit.

2. Engineer’s Duties and Authority

The Engineer shall carry out the duties specified in the Contract.

3. Custody and Supply of Drawings and DocumentsThe Drawings shall remain in the sole custody of the Employer/Engineer, but copies as

required thereof shall be provided to the Contractor free solely for the purpose of this contract.

4. Sufficiency of Tender

The Contractor shall be deemed to have based his tender on the data made available by the Employer and on his own inspection and examination of this site conditions.

8

5. Contractor’s Employees

The Contractor shall provide on the Site qualified and experienced technical staff in connection with the Repair and Maintenance Works and the remedying of any defects therein. The minimum staff shall be as per description of work mentioned in BOQ.

6. Engineer at Liberty to Object

The Engineer shall be at liberty to object to the Contractor to remove forthwith from the Works any person provided by the Contractor who, in the opinion of the Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on Site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed upon the Works without consent of the Engineer. Any person so removed from the Works shall be replaced as soon as possible.

7. Safety, Security and Protection of the Environment.

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein:

i) Have full regard for the safety of all persons entitled to be upon the Site and to keep the Site (So far as the same is under his control) and the Works in an orderly state appropriate to the avoidance of danger to such persons, and

ii) Provided and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required by the Engineer or by any duly constituted authority for the protection of the Works or for the safety and convenience of the public or others, and

iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods or Repair.

8. (a) Insurance of work by the Contractor for his liability:

(i) During the Repair and Maintenance period for loss or damage to property and life arising from a cause for which contractor is responsible.

(ii) For loss for damage occasioned by the Contractor in the Course of any Repairs carried out by him for the purpose of complying with his obligations.

It shall be the responsibility of contractor to notify the Insurance Company of any change in the nature and extent of the works and to ensure the adequacy of the insurance cover at all times during the period of contract.

9

9. Damage to Persons and Property

The Contractor shall, except if and so far as the Contract provided otherwise, indemnify the Employer against all losses and claims in respect of:

(a) death of or injury to any person, or

(b) loss or damage to any property (other than the Works):

Which may arise out of or in consequence of the“ARM OF ELECTRICAL WORKS ” and the remedying of any defects therein, and against all claims,Proceedings, damages, costs, charges and expenses whatsoever in respect thereof.

10. Accident or injury to Workmen

The Employer shall not be liable for or in respect of any damages or compensation payable to any workman for death or injury resulting from any act or default of the contractor. The Contractor shall indemnify and keep indemnified the Employer against all such damages and compensation and expenses whatsoever in respect thereof or in relation thereto.

11. Evidence and Terms of Insurance

The Contractor shall take out appropriate insurance to cover his work and workers and staff employed by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after the respective insurance have been taken out but in any case prior to the start of work at the Site that insurance required under the Contract have been effected.

12. Compliance with Statutes, Regulations

The Contractor shall conform in all respects, including by the giving of all notices and paying of all fees, with the provision of:

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

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

Any changes required for approval due to revisions of the local laws.

10

13. Default of contractor in ComplianceIn case of default on the contractor in carrying our such instruction within the time

specified therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other persons to carry out the same and all costs consequent therein or incidental thereto shall, be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the contractor and the Engineer shall notify the Contractor accordingly.

14. Time for CompletionThe Repair and Maintenance work shall be for a period of one year extendible for one

more year on same terms and conditions after successful completion of first year and shall start from the date of issue of letter of commencement and shall stand/ terminated after the expiry of one year.

15. Extension of Time for completionThe “ARM OF ELECTRICAL WORKS ” contract may be extendable on the written

mutual consent of both Employer and Contractor for a further period of first year. However, employer reserves its right to terminate the Repair and Maintenance contract by giving 15 days notice at any time during the currency of the contract if the services of the agency are not satisfactory as per the opinion of employer or its representative.

16. Defect Identification and its Rectifications.Agency shall immediately attend to the defects and complaints noticed at the site. The

agency shall provide and develop a system for regular “ARM OF ELECTRICAL WORKS ” of all the services which includes defects identifications and its immediate rectification so, that services are not affected. It shall be the sole responsibility of the “ ARM OF ELECTRICAL WORKS ” agency that all the services are kept in functional condition round the clock during the currency of the contract. Defect Liability period shall be 3 months from the date of completion of work under BOQ measurable works. The Contractor shall rectify at his own expenses any defect in the work carried out by him during this period. On failure of the contractor to do so, the same shall be completed by the employer at the risk and cost of the contractor.

17. Penalty for DelayIf the Contractor fails to attend any complaint or defect in due course of time and if in the

opinion of engineer delay is on the part of “ ARM OF ELECTRICAL WORKS ” agency, the employer can impose liquidated damages on the contractor as detailed in the particular conditions.

18. Contractor’s Failure to Carry out Instructions

In case of default on the part of the Contractor in carrying our defect rectification works, the Employer/Engineer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the contractor was liable to do at his own cost under the Contract, then all cost consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor.

11

19. Instruction for variations

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

MEASUREMENT

20. Works to be MeasuredThe Medical Superintendent/Engineer shall determine by measurement of the value of

actual work done in accordance with the Contract and the Contractor shall be paid proportionately. Part rate shall be made for any part of BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of Lump Sum items and to decide the part rate for any particular item.

In case overtime working of staff under item no.1 is required, specific instructions of the engineer is to be obtained. Payment shall be made at applicable overtime rates.

21. Methods of MeasurementThe works shall be measured net, notwithstanding any general or local custom, except

where otherwise provided in the Contract.

CERTIFICATES AND PAYMENTS22. Monthly Statements

The Contractor shall submit a bill in 3 copies to the Engineer by 7th day of each month for the work executed up-to the end of previous month in tabulated form approved by the Engineer, showing the amounts to which the Contractor considers himself to be entitled. The bill must be supported with the following documents:-

(a) Attendance sheets along-with salary certificates, wages sheets of all the workers and staffs deployed against item no. ‘A’

(b) Certified bills miscellaneous materials purchased under different heads against item no. ‘A’

(c) Details of defects/Complaints attended and rectified within time.

(d) Details of complaints attended late.

23. Deduction of Income Tax

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

24. Monthly PaymentsAfter submission of monthly bill complete in all respects by the contractor, Engineer

shall check the bill with the help of contractor and certify for payment within 15 days of the submission of bill.

12

25. Security deposit

A sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor, till the sum along with the sum already deposited as earnest money amounts to security deposit @ 10% of the Tender amount of the work. Such deductions shall be made unless the contractor has deposited the amount of security at the rate mentioned, in cash or Govt. securities or fixed deposit receipts.

The S. D shall be refunded after 120 days of completion of work.

26. Completion Certificates

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

27. Final Certificate

Within 28 days after receipt of the final statement, and the written discharge, the Engineer shall issue to the employer (with a copy to the contractor) a Final certificate stating:

(a) The amount which, in the opinion of the Engineer, is finally due under the Contract, and

(b) After giving credit to the Employer for all amounts previously paid by the Employer and for all sums to which the Employer is entitled under the Contract.

28. Default of Contractor

If the performance of the contract is not satisfactory and not corrected within 15 days of receiving notice, then employer shall be at liberty to terminate the contract and get the work executed through other means at the risk and cost of the Contractor.

29. Amicable Settlement of Dispute

The party shall use their best efforts to settle amicable all disputes arising out of or in connection this contract or the interpretation therof.

30. Arbitration

Any dispute and differences relating to the meaning of the specification, designs, drawings and instructions herein before mentioned and as to the quality of workmanship of materials used in the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof in respect of which Amicable settlement has not been reached.

13

Shall be referred to the sole Arbitration of the Chief Engineer, ESIC who shall proceed as per the Arbitration Act.

31. The work under the contract shall continue, during the Arbitration proceedings.

32. The award of the Arbitrator shall be final, conclusive and binding on both the parties.

33. Payment on Termination

In the event of termination of the contract, employer shall be at liberty to get balance work done at the risk and cost of the contractor and due payment of the contractor, if any shall be released after the completion of whole of the works.

Dy. Director (Constn)

14

Particular Conditions of Contract* CPWD specifications shall be followed. Where not available, BIS/Engineering practice as directed by the Engineer shall be followed.* Complaints shall be made in the format (Format-I)• A complaint register (Format II) shall be maintained in the “ARM Electrical works” Office of the contractor in which all complaints received shall be documented.* All “ ARM OF ELECTRICAL WORKS ” related complaints shall be attended to within two hour failing which a recovery of Rs. 100 per event per hour shall be made from the subsequent payment certificate of the contractor.* As the work will have to be carried out in building and area in use, the contractor shall ensure:-

1.That the normal functioning of ESIC activity is not effected as far as possible.2.That the work is carried out in an orderly manner without noise and obstruction to flow

of traffic.

3.That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of an each day’s work.

4. The Contractor shall ensure that his “ARM OF ELECTRICAL WORKS” staff is qualified and licensed for their part of work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to ESIC property.

5.The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any consequence arising out of execution of the “ ARM OF ELECTRICAL WORKS''

6.The Contractor will engage and depute at site full time staff throughout the contract.

7.The contractor shall ensure proper record keeping and storing of irreparable/dismantled material.

8.Water and electricity shall be made available as per CPWD norms at nearby source of work. The contractor has to make his own arrangement for use of the same including drawing temporarily lines etc.

9.The responsibility for following relevant rules, regulations and loss in the regard shall be entirely that of the contractor.

10.All the Salvage materials/ dismantled material shall be the property of ESIC.

15

ADDITIONAL SPECIFICATION & CONDITIONS.a. SCOPE of Work: - It is proposed to provide maintenance & operation services in respect of electrical installation & water supply pump sets installed at the ESIC Hospital and attached residential colony at Andheri (E).

Hospital Section: 24 Hrs. a day and 7 (Seven) days a week including holidays. (2nd & 3rd shift staff also shall look after Residential Qtrs. Complaints also)

Residential Section: 24 hrs a day and 7 (Seven) days a week including holidays.Water Supply Pumps Sets: - 24 hrs, a day and 7 (Seven) days a week including holiday.

a. The following Installations are included in the contract.a. Maintenance of Internal E.I. And fans in the Hospital and attached residential colony.

1.3 Maintenance of street lighting in the above colony. Approximately there are 56 fittings.

a. Operation & Maintenance of water supply pump sets. (See Annexure I)a. The contractor will engage and depute at site full time. (8 Hrs. Staff as follows)

a) Wireman: 1 No. per shift per section (8 Hrs. per shift) b) Khalasi: 1 No. per shift per section (8 Hrs. per shift) c) Pump operator: 1 No. per shift (8 Hrs. per shift) d) Supervisor: 1 No. for day shift (9 A.M. to 5 P.M.) Total 13 Persons

This staff will record their daily attendance in a register to be issued to them immediately after award of work. In case a worker does not turn upon some day, the contractor should provide immediate replacement failing which the following recoveries will be made from the dues on contractor.

a) For absence of Wireman Rs. 500.00 per day (8 hrs.) b) For absence of Pump operator Rs. 500.00 per day (8 hrs.) c) For absence of Khalasi Rs. 450.00 per day (8 hrs.)a. The maintenance services will be rendered at the timings decided by the Engineer in-Charge.

1. The contractor should provide all necessary tools to his workman to carry out day today maintenance work.

1. It will be the responsibility of the Contractor to keep the electrical installation & water supply pump set, neat and clean. He shall employ adequate number of workmen for cleaning the installation.

2.5 The MCBDBs shall be provided duly replacing the earlier D.B.s 3.0 The contractor should keep adequate stock of these for quick repair/replacement works.

16

3.1All the dismantled materials shall be returned to the department.

3.2 The contractor shall assess the requirement of materials for preventive maintenance and break downs which are not covered in his scope of work and intimate the Engineer-in-Charge of the work well in advance for taking procurement action by the department. 3.3 Normal tools and plants required for the staff to carry out the day to day work is to be arranged by the contractor himself. No extra payment will be made for the same. Contractor also has to keep in the site 20 feet height 4 legs aluminium ladder for maintenance of street light pole on his own cost.

4.0All local safety, security regulations shall be strictly observed.

5.0 The workmen engaged for the work will be qualified as per relevant trade rules and also as per Indian Electricity Rules 1956 amended up to date. 6.0Log books, periodical inspection books will be supplied and maintained by the

contractor as per proforma decided by the Engineer-in-Charge.

7.0 The contractor will carry out preventive maintenance/checks as per CPWD specifications/respective standard trade practice.

8.0 The result of such tests will be recorded in the proforma as decided by the Engineer-in-Charge.

9.0The contractor shall arrange to render efficient service as outlined above. However, in case he fails to maintain the services to the satisfaction of the Engineer-in-Charge, the contract shall be rescinded immediately. In case the department has to incur any expenditure to maintain the installations by alternate arrangement, the expenditure thus incurred will be recovered from the contractor.

10.1 The contractor and or his representative, labourer should not remove, disturb/dislocate the existing equipments, plants etc from its positions until and unless it is authorized by the Engineer-in-Charge. The entire installations should be intact at any time of initial taking over of the maintenance and operation. Care should also be taken not to damage caused due to improper handling, etc. The contractor shall be responsible for any damage or theft and shall have to make good to its original shape and description as and when damage theft etc. is noticed or taken place.

11.0 The monthly report detailing the nature of the works carried out, the defects observed, shall be supplied to the Engineer-in-Charge by the 5th of the following month.

17

12.0 The contractor should obtain certificate/confirmation from the user/owner of the equipment about its satisfactory operation/maintenance at such intervals as

prescribed by the Engineer-in-Charge.

13.0 The contractor shall arrange to maintain a log book showing hours of operation and details like current, voltage etc., outages, repair time spares used etc., as prescribed by the Engineer-in-Charge and also obtain the counter signature of such officers designated by the Engineer-in-Charge before the payment is released.

14.0 Contractor shall be fully responsible for obtaining such licenses for taking up the above work as prescribed by the state/local bodies/ CPWD both for execution and operation staff. He shall also be responsible for any periodical statutory inspection to be carried out on the equipment, payments of fees, rectification of defects pointed out during such inspections etc. A failure to comply with this clause by the contractor will render him liable for payment of all penalties imposed by the State/Local bodies and the inspection and/or subsequent rectification will be carried out by the department at his risk and cost besides recovering the penalty amounts imposed by the State/Local bodies.

15.0 In case of any accidents during the operations/maintenance of the equipment leading to injuries/ damages to human beings / equipments for setting all claims and indemnity the department any claims arising out of such accidents. Consequential damages to other systems will also be recovered from the contractor.

16.0. Water and electricity for operation/ repair will be arranged by the department free of cost.

17.0 This contract can be terminated any day by the M.S/Engineer-in-Charge without

assigning any reasons at any time during the period of contract. No claim for any compensation will however be entertained due to such termination prior to the expiry of stipulated period of contract.

18.1 Site order book shall be supplied and maintained by the contractor at no extra cost.

19.1 Payment to the contractor shall be released only for that period for which the contractor has made monthly payment to the staff employed at site for the

previous month (S).

20.1 Contractor should not take away from site any of the registers, log books being maintained at site. For each default contractor shall be fined Rs. 50/- per day.

18

21.1 Worker working in night shift shall take round of the hospital, residential compounds, staircase and corridors to check for non -working fittings and take remedial action immediately.

22.1 The payment will be made to contractor after getting the fund from ESIC. No. claims for any compensation will be entertained due to delay of payment.

23.1 The Contractor will have to register themselves with central Excise Department for payment of service Tax. Performance Guarantee and security Deposit will be released only after production of documents of registration and payment of appropriate service Tax.

24.1 Clause 10 cc will not be able applicable in the contract.24.2 The earth resistance should be maintained with in the permissible limit as per

Indian Electricity Rules 1956 amended up to date.

24.3 The voltage between neutral and earth in all parts of installation should not be

more than 5 Volts.

24.4 The Electrical load of the Hospital Building should be balanced every month. If

there is unbalanced load it should be distributed equally in all three phases.

24.5 The compliance report of 24.2,24.3 and 24.4 as given above shall be submitted

along with the monthly bill, if not recovery of 3% of bill amount from all bills

shall be deducted.

Dy. Director (Constn)

19

ANNEXURE-I (EQUIPMENT DETAILS)

Station: ESIC Hospital and attached Residential colony, Marol, Andheri (E).

A. INTERNAL ELECTRICAL INSTALLATION.

I. Hospital building Total light/fan/plug points to maintain are as follows:-

Light points – 1368 pointsFan points – 439 points3 Pin 5 amp plugs – 408 points3 Pin 15 amp plugs – 39 pointsCall bell Points – 48 points

II. Residential Building including Hostel.

Light points – 2442 pointsFan points – 536 points3 Pin 5 amp plugs – 1122 points3 Pin 15 amp plugs – 1114 pointsCall bell Points – 324 pointsExhaust Fans – 112 points

The light points are with appropriate fittings for GLS lamps/ fluorescent tubular lamps , CFL, T5, and ceiling fans.

B. STREET LIGHTING

1) No. of street light poles -- 56 Nos. 2) 125 watt HPMV lamp fittings -- 10 Nos.

1.3) 70 watt HPMV – 46 Nos.1.4) CFL Street light Fittings - 12 Nos

C. WATER SUPPLY PUMP SETS.

1) Number of pump sets – 6 sets. (Assorted Types, Assorted Makes & Assorted Size) Rating – 15 HP With 3 phase squirrel

Cage AC induction motor 1450 rpm. Make Motor – Kirloskar. Pump – Kirloskar.

2) Submersible Pump – 4 Set

20

De-watering pump sets,

There are two numbers 2 HP de-watering pump sets to be operated and maintained.

Control panel:-

Manufactured by M/s. Electrical Control, Pune. It is provided with all switches and selector switches, starters, Ammeter, voltmeter for operation of pump sets.

D. L. T. Switch qears : (In building)

600/800 A capacity O.C.B. 3 Nos. along with Bus Bar Box. Out going Main switches of different rating switches. In addition to distribution Board, outgoing of different rating at each floor having Bus bars & switch gear.

E) Transformer :-

1.1) 2 nos 500 KVA/433 V indoor transformers with switch gears in the substation.1.2) Maintenance of all the above equipment is covered in this scope of ARM of

Electrical work.

21

ANNEXURE – II

Details of maintenance and Repairs to be done by contractor under this Tender.

1.0 INTERNAL EI AND FANS, STREET LIGHTING, water supply pump sets.

1.1To replace the lamps, tubes, switches, condenser, etc. upon complaint or if noticed in case of staircases or pump rooms, or in case of street light fittings.

1.2To keep the installation neat & clean.

1.3To check the cotter pin, check nuts and locking bolts of ceiling fan down rod and rectify weakness/defect noticed immediately. Checks to be exercised every 6 months and also upon repair works, cotter pin, locking bolt, shall have to be arranged by the contractor within the Tendered amount.

1.4 Periodical checking up of main boarders, sub-distribution boards, switch boards and checking up of live wires for tightness and cleanliness, rectification and applying grease and checking up of fastening of loop earth connections once in three months. A switch board register must maintain to record the preventive switch work done on switch boards.

1.5 Checking up of connection in switches/sockets/switch gears for tightness and cleanliness and rectification and applying grease, once in three month.

1.6 To submit the result of checked/test conducted by the contractor.

a) Earth testing – Once in 12 Months ,or as required.

b) Installation Insulation resistance test. – Once in 6 Months, or as required.

1.7 To oil and grease ceiling fans once in 12 months and enter in fan register.

1.8 Dismantling fans, replacing the bearings condensers.

1.9 To carry the ceiling fans, fittings etc. from place of installation to workshop at site for petty repairs such as replacement of bearings, condensers, cotter pins check nut, etc. and any such accessories.

1.10 To shift tables etc., for doing the repair works and to clear the premises after repairs.1.11 To supply and maintain fan register, earth test register insulation test register etc. as per

the proforma and to record the tests carried out by the contractor, submit the same to the Engineer-in-Charge for verification on demand.

22

1.12 To fix all loose cables with the proper saddles/spacer etc.

1.13 To clean electrical installation once in a year.

1.14 To clean street lights staircase lights and corridor lights once in a six months.

1.15 Register for all the preventive maintenance activities must be maintained at site. On default contractor shall be liable to pay a fine of Rs. 50/- per register per day for not maintaining the registers.

2.0 PUMP SETS

To prime the pump if necessary.

2.2 To replace gland packing, bearings, and check alignments of motor pump sets periodically and as required.

2.3 To observe and inform the Engineer-in-Charge or his authorized person any major faults developing/developed in the pump set operation.

2.4 To check the control panels, replace the contacts , starter coils, fuses, indicating lamps etc. as required i/c cleaning of contracts of all switch gears and starters.

2.5 To check the insulation resistance of the motors, earth resistance of earthing provided for motor etc. at least once in 6 months.

2.6 To check all outlets, to stop leakage in pipe lines, remove replace the washers if required.

2.7 To check alignment of the pump and motor from time to time and do the needful.

2.8 To operate all valves fitted on water lines within 50 Mtrs. Radius of pump rooms as and when necessary.

3.0 The followings works are not considered to be included in the contract.

3.1 Re-winding of pump set motors.

3.2 Jointing of U.G. Cables.

3.3 Any major repairs to pump's component.

23

SPECIAL CONDITIONS

(A) The employees presently employed by the contractor (S) have filed a petition in the Bombay High Court for a declaration that they are direct and permanent employees of CPWD with effect from their respective joining dates in the writ petition No. 1335 of 1999, by their order dated 02/12/99, the Honourable Bombay High Court has ordered that until final decision in the matter status quo will be maintained by the respondents in respect of the employment of the workers concerned with the petition, in the place where they are presently working. Hence the workers concerned presently employed will continue to be employed by the successful Tenderer.

(B) The successful tenderer shall pay the minimum wages to the workers concerned as fixed by the Regional Labour Commissioner (Central) Mumbai vide report dated 20/04/2000, as indicated below. (i) Technical Worker :

Basic salary plus VDA as applicable to the central Government employees from time to time.

(ii) Non technical worker :

Basic Salary plus VDA as applicable to the central Government employees from time to time. The Engineer-in-Charge is fully empowered for recovery from the bill of firm, if any discrepancy noticed/reported that the wages paid to the workers is less than the minimum wage determined by the RLC (C).

(C) The provisions of all applicable statutes including the Employees state Insurance Act, 1948 and the factories Act, 1948/ shop and establishments Act/1948 EPF Act 1952 and payment of Gratuity Act, etc shall be implemented by the successful Tenderer with in Tendered amount. No extra payment shall be made for the same.

(D)The successful tenderer has to ensure implementation of provisions of various statutory rules/ Acts and shall responsible to produce all labour records during inspection of works by Engineer-in-Charge or his authorized representative.

(E)The successful tenderer shall give the weekly off with wages to the workers concerned with writ petition 1335/99 and contractor has to arrange the man power against workers on weekly off with in Tendered amount. No extra payment shall be made for the same.

(F)Any variation in D.A. during the contract period/extended contract period will be reimbursed to the workers by the successful tenderer. However the extra payment involved for reimbursement of DA shall be paid to the contractor subject to the production of receipt of proof of payment made to the Labour. For this purpose the basic DA is to be considered as the prevailing DA of Central Govt. that is 107 %.

(G) The successful tender shall pay to his workers for 3 days National holiday (15th August, 26th

January and 2nd October) and four days festival holidays with consultation of ESIC Electrical in Charge. (Paid holidays for seven days per year to be included in the contract). The Successful tenders shall provide alternate arrangement of workers in place of worker of holidays shall be double the rate if workers are engaged for duty.

24

Format -I

COMPLAINT REGISTRATION FORM

Date

Time

Nature of complaint

Complainant:-..............................................

Signature :-...............................................

Complaint attended.

Date

Time From To

Certified that the complaint has been satisfactorily attended.

Contractor Complainant

Date

To be submitted along with running bills.

25

Format -II

MAINTENANCE COMPLAINT REGISTER

Sr. Date and Nature of Complaint Remarks Sign of No Time Complaint Attended Contractor date and Time

26

Format III

(PART A)Technical Bid

BRIEF DESCRIPTION OF THE FIRM

(With an outline of the experience of the firm for similar works during last three years)

b) Name of the firm.

c) Year of registration

d) Type of firm (Individual /Proprietary/Limited Company or any other)

e) In house facilities available in following fields.

Sr. Fields Manpower with Manpower with Manpower with

No. more than 10 years 5 to 10 years with lesser than 5 years

Experience Experience Experience

1. ARM OF

ELECTRICAL WORKS

Note :-

Provide documents in support of the details provided in above format, failing which the authenticity of the information may not be accepted.

27

Format IV

PART ATECHNICAL BID

EXPERIENCE OF COMPANY

(Experience of relevant and similar Electrical work completed last three years proceeding March 2014 and ongoing works) Use separate. sheet for each work.

1) Project title and location :-

2) Name of the Client and Address:

3) Describe area of Participations (Specific Work

done/services rendered by the applicant) :-

4) Period of Work Done/Services rendered for the project :-

5) Total cost of work/ARM cost :-

6) Date of start of the work and the present status :-

7) Any other details :-

Note:-

Supporting documents like certificates from the client in support of each of the above projects to be furnished.

28

Format V

Form OF PERFORMANCE SECURITY BANK GURANTEE BOND

In consideration of the ESIC having agreed under the terms and conditions of the Agreement No................ dated ......................... made between ESIC and Second Party (herein called the said Agency .................................. for work ............................... hereinafter called the said agreement) to production of irrevocable bank guarantee for Rs. ............................(Rupees..................................................Only) as a security/ Guarantee from the from the Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement,

We …………………………… (hereinafter referred as to “the Bank” hereby)

(indicate the name of the bank) Undertake to pay to the ESIC an amount not exceeding Rs. ……………. (Rupees …………………………. only) on demand by the ESIC.

2. We ………………………………. do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the ESIC stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………… (Rupees …………………………….only).

3. We, the said bank further undertake to pay to the ESIC any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal.

4. We …………………………………………….. further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the

29

dues of the ESIC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-charge on behalf of the ESIC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this guarantee.

5. We ………………………………….. (Indicate the name of Bank) further agree with the ESIC that the ESIC shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC or any indulgence by the ESIC to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor.

7. We …………………………………… lastly undertake not to revoke this guarantee except with the previous consent of the ESIC in writing.

8. This guarantee shall be valid for four more months after contract period unless extended on demand by ESIC. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. ………………..(Rupees ………………………only) and unless a claim in writing is lodged with us within six months of the date of expiry of the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ……… …. Day of ………………….. For ………………….. (Indicate the name of bank).

30

       FINANCIAL             BID

31

Format – VI   

PART B

FINANCIAL BID

Name of work:­ MOEI & Fans, Compound light & operation and  maintenance  of water supply pumps sets at ESIC Model Hospital, MIDC, Andheri, (E), Mumbai­93

ABSTRACT OF COST

A. Supply and Services of Workers

Sr. No.    Description of Items                          Unit       Rate    Amount (Rs)    1)        As per schedule of work ANNEXURE 

               'C' Sub Head (12 Month)

                A. Man Power                                       12 Months

                     B. Materials & Fully    

                     Repairs.    12 Months

                     

                

                Total

Note :­The Contractor shall maintain an inventory and use common miscellaneous sundry material   (Insulation  tape,   fuse,  dusters,  grease,  gland  packing,  CTC test   lamp etc.,) which are required for the work the cost of which is included in above item.

In   case   of   absence  of   any  of   the   above  mentioned  workers  without     providing suitable replacement, an amount of Rs. 500 per day shall be recovered as liquidated damages per person per day of absence.

                                                                  32

Format VIIPART B

FINANCIAL BID

TOTAL MANPOWER DEPLOYMENT SCHEDULE

Sr. No.          Category                                 Nos.       Qualification      Experience

1)           Supervisor

2)                Electrician (Wireman­cum­

          pump Operator)

3)                 Pump Operator

4)                 Khallasi (Helpers)

Note: ­  Only licensed/certified electricians /operators shall  be deployed.   Preferably the other skilled worker deployed shall also be licensed/certified. 

       All the above staff of the contract shall wear uniform and badges identifying their category and name in English and local language.

It may be noted that 4 Wiremen, 2 Pump Operators and 3 Khalasis are working on contract in the hospital through a Contractor and have to be continued till the decision of the Court. They have to be aid as per the conditions of this bid.

                                                                         33

FORMAT ­ VIII

PART­B

Financial Bid

      B. BILL OF QUANTITIES – Measurable items of works.

    Sr. No.             Item of Work                 Unit     Qty         Rate            Amount

        1.               As per schedule

                                 of work 

                              ANNEXURE 'C'

Note:­  Payment shall be made for actual quantities executed at the contract rate.

The   Employer   may   at   his   sole   discretion   extend   the   time   for   completion   on submission of full justification by the Contractor.

            If the Contractor fails to complete the work in time, liquidated Damages @ 1.25 % of the total value of work under measurable items of work above shall be recovered subject to a maximum of 5% of the above total value.

                                                                   34

         ANNEXURE  “C”SCHEDULE OF WORKS

     A   RM of Electrical works at ESIC Model Hospital Cum ODC, Andheri (E)    Mumbai­93.

  Sl. Description of items  QTY Rate Unit  Amount

   A Maintenance   of   EI   &   Fans, compound   &   Garden   lights   and Operation  maintenance  of  water supply pump sets at ESIC Model Hospital,  Andheri,  Mumbai for 7 days in a week basis in 3 shifts by providing   services   of   following maintenance   staff   with   all   tools and plants. 

A) Wireman­Cum­pump

     Operator 

B) Khallasi (helper) &

     Supervisor.

12 Month Month

B Rates   for   replacement   of following items also to be quoted for which payments shall be made as per materials actually used at work. ( Material Cost Only Sr. No. 1 to 126)

TOTAL OF A & B

1 5/6   Amp   Piano   Switch (Anchor/Leader)with ISI mark

200 No. Each

2 15/16   Amp   Piano   Switch (Anchor/Leader)with ISI mark

50 No. Each

3 5/6 Amp Piano type bell push i/c gang box. (Anchor/Leader)

with ISI mark

50 No. Each

4 5/6   Amp   Piano   type   Socket  50 No. Each

(Anchor/Leader) with ISI mark

5 15/16   Amp   Piano   type   Socket (Anchor/Leader) with ISI mark.

25 No. Each

6 2.5   mFd   fan   capacitor (Asian/Apco/ ISI mark)

100 No. Each

7 Fan   Speed   regulator   (Resistance type) (Bajaj/Orient/Crompton)

50 No. Each

8 Angle/Batten/Pendent   holder (Anchor/Leader)

50 No. Each

9 4 feet 40 watt Flu. Tube (Philips/Osram/Crompton)

150 No. Each

10 36   Watt   PL   Lamps (Philips/Osram/Crompton)

60 No. Each

11 T5 type fluorescent lamp  4 No. Each

12 1 x 18 W CFL choke (TC­DE) 25 No. Each

13 2x 18 W CFL choke (TC­DE) 40 No. Each

14 40 W Copper ballast (Choke) (Philips/Osram/Crompton)

25 No. Each

15 20/40 W Tube light starter (Philips/Osram/Crompton) 

250 No. Each

16 11 Watt CFL (Choke) 30 No. Each

17 10''x 8'' PVC box 20 No. Each

18 18 W – 2 pin CFL  (Osram) 10 No. Each

19 S/F exhaust Fan 18'' (Crompton) 3 No. Each

20 6 A to 32 A MCB Single Pole (Indokopp/Standard/Indo­Asian)

50 No. Each

21 32 A  DP MCB (Indokopp/ Standard/Indo­Asian)

10 No. Each

22 63 A MCB Isolator double Pole ( Indokopp/Standard/Indo­Asian)

3 No. Each

23 1.5 sq.mm. FR PVC Insulated Copper Wire (Polycable/Vishal)

1000 Mtr. Mtr.

24 4 sq.mm. FR PVC Inulated Copper wire (Polycab/Vishal)

300 Mtr Mtr.

25 Tube light side holder (Anchor) 25 No. Each

26 Tube light starter holder (Anchor) 25 No. Each

27 100 A MCCB 2 No. Each

28 Adopter 10 No. Each

29 20 A Industrial type sockets with MCB & box for A/c & Gyser points (Standard/Indo­asian)

5 No. Each

30 5/6 A Plug Top (Anchor) 25 No. Each

31 15/16 A  Plug Top (Anchor) 25 No. Each

32 Ceiling Rose (Anchor) 35 No. Each

33 63 A MCB Four Pole (Indokopp/Standard/Indo asian)

5 No. Each

34 11 /14 Watt CFL Lamp (Philips/Osram)

30 No. Each

35 25 mm PVC casing capping/Pipe (Precision/Asian)

150 Mtrs. Each

36 10”x8” PVC box (Precision/Asian) 15 No. Each

37 7”x4” PVC box (Precision/Asian) 15 No. Each

38 4”x4” PVC box (Precision/Asian) 15 No. Each

39 PVC casing and capping 

(20 mm)

50 Mtr. Mtr.

40 4feet 40W Single Box Type fluorescent fitting complete i/c fl lamp (Philips/Bajaj)

25 No. Each

41 5/6 AMP Modular type switch

(Roma/Hawels /Legrand)

50 No. Each

42 15/16 AMP Modular type switch (Roma/Hawels /Legrand)

25 No. Each

43 5/6 AMP Modular type Socket 50 No. Each

44 15/16 AMP Modular type Socket 15 No. Each

45 5/6 AMP box type bell push 10 No. Each

Modular plate and top without box

46 1  way  3 No. Each

47 2 way 10 No. Each

48 3 Way 8 No. Each

49 4 way 30 No. Each

50 5 way  5 No. Each

51 6 way 30 No. Each

52 5/6 AMP Modular type bell push (Roma/Hewels/Legrand)

10 No. Each

53 2 feet 20 watt flu lamp 50 No. Each

54 Bell push Dura type 3 No. Each

55 2.5 sq. mm FR PVC insulated Wire 

50 Mtr. Each

56 GSL Bulb 15 (Philips) 25 No. Each

57 GSL Bulb 25 (Philips) 25 No. Each

58 GSL Bulb 40 (Philips) 25 No. Each

59 GSL Bulb 60 (Philips) 25 No. Each

60 GSL Bulb 100 (Philips) 25 No. Each

61 5 Watt CFL (Philips/Osram) 10 No. Each

62 Fan Regulator electronic type (Crompton/Orient)

25 No. Each

63 18 watt CFL  4 PIN (Philips) 25 No. Each

64 1sq. mm. Twin core copper Flexible wire

500  Mtrs. Mtrs.

65 Ceiling Fan 1200 mm sweep (Crompton)

1 No. Each

66 Ceiling Fan 1400 mm sweep (Crompton)

1 No. Each

67 Wall Fan 400 mm sweep (Crompton)

10 No. Each

68 3.15 mFd fan condenser (Philips/Crompton)

25 No. Each

69 10x12 inch PVC Box 10 No. Each

70 2 feet 20 watt single box type flour cent  fitting i/c lamp complete (Philips/Crompton)

10 No. Each

71 1.5 sq.mm 3 core copper PVC Cable (Polycab)

100 mtrs Mtrs

72 2.5 sq.mm 3 core copper  PVC Cable (Polycab)

100 mtrs Mers

73 35 Watt 4 U CFL Lamp 15 No Each

74 6x8 mm Screw 1 Box. Each

75 6x10 mm Screw 1 Box. Each

76 8x15 mm Screw 1 Box. Each

77 8x25 mm Screw 1 Box. Each

78 8x40  mm Screw 1 Box. Each

79 Iron Clamp for 3 Core Cable (1.5 to 6 Sq.mm i/c 2screws)

30 No Each

80 1x11 watt CFL decorative fittings along with lamp

5 No. Each

81 1x9 watt CFL mirror light  fitting with  lamp

5 No. Each

82 Mirror light fitting  1x11 watt CFL fitting with  lamp (Surface)

5 No. Each

83 100  amps  TPN (SFU/FSU) (Rewirable)

3 No. Each

84 2+2 way SPN MCB DB single door type i/c MCB

3 No. Each

85 2+6 way SPN MCB DB single door type i/c MCB

3 No. Each

86 2+8 way SPN MCB DB single door type i/c MCB

3 No. Each

87 2+12 way SPN MCB DB single door type i/c MCB

3 No. Each

88 20 Watt Copper chock 10 No. Each

89 800 AMP Capacity OCB Servicing 2 No. Nos.

90 6/16 amp. Multi plug socket 10 No. Each

91 15A combined Switch & Socket 15 No. Each

92 40 watt compact type choke 30 No. Each

93 20 watt compact type choke 30 No. Each

94 2x36 watt electronic choke 30 No. Each

95 Insulation Tape (ISI Mark) 25 No. Each

96 Electronic fan regulator stepped type two module

5 No. Each

97 Call bell Ding Dong type (Anchor) 10 No. Each

98 500 KVA transformer servicing with oil filtrationa1 job.  

2 No. 2 No 

99 Overhauling, servicing and painting of ceiling fans/ wall fans scraping including Supplying & replacement of cotter pins, shackle insulator & bolts etc. complete as required.

100 No. Each

100 Supplying and laying of one number PVC insulated and PVC sheathed Aluminium conductor Armoured U.G.  Cable of 1.1 KV grade of size 2x10 sq. mm direct in ground including excavation, sand cushioning, protective covering and re­filling the trench etc.

5 Mtrs Each

101 Supplying, laying and fixing 1 No. Of PVC insulated PVC sheathed aluminum conductor armored UG cable of 1.1 KV grade of size 2 x 1.5 sq. mm. On surface/in open trench duct, shaft etc. complete as required.

25 Mtr. Each

102 Overhauling, servicing of water supply pump sets motor including varnishing, greasing replacement of bearings and glands etc. as required.

6 No. Each

103 Painting of water supply pump sets including switch gears, panel, piping inside the pump room with the one coat of red oxide and two or more coats of synthetic enameled paint after scraping old paints etc. as required.

6 No. Each

104 Earthing with G.I. Earth pipe 2.25 mtr long, 40 mm dia including accessories, and providing masonry enclosure with cover plate having locking arrangement an d watering pipe etc. (but without charcoal or coke & salt) as required.

5 No. Each

105 Extra for using salt and charcoal for pipe earth electrode as required.

5 No. Each

106 Supplying and laying earth connection from earth electrode with 6 SWG  G.I. Wire in 15 mm dia G.I. Pipe from earth electrode as.

50 Mtrs. Each

107 Providing and fixing 8 SWG  G.I. Wire on surface or in recess for loop earthing as required.

200 Mtr Each

108 Wiring for Light/Fan /Exhaust fan point/call Bell point with 1.5 sq mm PVC insulated ISI mark copper conductor cable in surface PVC  conduit/ PVC casing & Capping  with piano type switch etc as required.

60 Pts. Each

109 Wiring for Light/Fan point/call Bell point with 1.5 sq mm PVC insulated ISI mark copper conductor cable in surface PVC conduit/ PVC casing & Capping with modular switch, modular plate and suitable box etc as equired.

60 Pts. Pts

110 Wiring for sub main/circuit wiring with the following sizes of PVC insulated ISI marked copper conductor cable in surface PVC Conduit/PVC Casing  & capping etc as required.

110 a. 2 x 1.5 sq mm and 1x 1.5 sq mm insulated earth wire

60 Mtrs. Mtrs.

b. 2 x 4 sqmm and 1x 4 sq mm insulated earth wire

60 Mtrs. Mtrs.

c. 2 x 6 sqmm and 1x 6 sq mm insulated earth wire. 

100 Mtrs. Mtrs.

111 Supply/Drawing ISI Marked following sizes  copper wire in the existing conduit/casing & capping etc. as required.

a.  2 x 1.5 sqmm 100 Mtrs. Mtrs.

b. 2 x 4 sqmm 100 Mtrs. Mtrs.

c. 1. x 2.24 Sq mm bare copper earth wire 

200 Mtrs. Mtrs.

d.  1. x6 Sq mm PVC insulated copper wire for earthing

100 Mtrs. Mtrs.

112 Supplying & fixing following sizes of     ISI  marked/   conforms   to   IS specification   PVC   conduit/PVC casing and capping on surface etc. as required

a. 19 mm/20 100 Mtrs. Mtrs

b. 25 mm 100 Mtrs. Mtrs

113 Supplying fan down rod of heavy gauge   G.I.   Pipe   of   following lengths   including   cutting   to required   size,   drilling   holes   for entry of wires, cotter pin & Nut & bolts,   surfacing   &   painting   with synthetic enamel white paint etc. as required.

a.  15 mm pipe

    i) 75 cm length 50 Nos. Each

   ii) 120 cm  length 15 Nos. Each

b. 19/20 mm pipe

   i) 60 cm  length 20 Nos. Each

   i) 75 cm  length 30 Nos. Each

   i) 90 cm  length 30 Nos. Each

  ii) 120 cm length 10 Nos. Each

114 Rewinding  of ceiling fans (48''/56'')   including removing & refixing  etc. complete as required.

4 Nos Each

115 Rewinding  of  wall fans including removing & refixing etc. complete as required.

30 Nos Each

116 15 mm GI Pipe 60 cm long suitably bended for fixing Street Light fitting of all types with 2 Sets brackets and 4 Nos nut bolts etc. complete as required.

10 No. Each

117 Supplying  and  fixing  street   light fitting   with   aluminum   weather proof body suitable for 20 Watts CFL including 1 No 20 Watt CFL and   two   sets   of   brackets   etc complete as required.

20 No. Each

118 Supplying   and   fixing   3   pin extension   board   5   Mtrs   long (Elle/Anchor).

6 Nos Each

119 Supplying and fixing Spike guard (I TEX  IT 970/MX­2718 )

5 Nos Each 

120 Supplying   and   fixing   400   mm sweep   pedestrial   fan (Crompton/Sdx)

2 No Each

121 Male/Female 2 Pin connector  2 No Each

122 Earthing GI Plate 600 mm x 6 mm thick   including   accessories   and providing   missionary   enclosure with   cover   plate   having   locking arrangement with   watering pipe of   2.7   mtrs   long   with charcoal/cock   and   salt   as 

2 Sets  Set

required.

123 Earthing with GI earth pipe e4.5 mtrs   long   40   mm   dia   including accessories   and   providing missionary enclosure   with cover plate having locking arrangement etc with charcoal/cock and salt.

1 Sets Set

124 Supply and laying 25 mm x 5 mm GI strip  terminated with GI  nut, bolt,   spring   washers,   etc. (Jointing   shall   be   done   by overlapping and  with 2 sets of GI nut   bolt   and   spring   washers spaced at 50 mm )

100 Mtrs Each

125 Supply and fixing multi plug top 5 AMP 

12 No Each

126 Supply and fixing multi plug top 15 AMP 

12 No Each

Total for materials 

Total for  labour

Grant Total

All     materials     to   be   supplied   by   the   firm   shall   be   ISI   marked   /   confirm   to   ISI specification wherever  applicable.    All    materials  shall  be   got  approved  from engineer   in charge before fixing.  The works serial no 1 to 126 are to be executed as and when the need arises and to be carried out immediately as per direction of engineer in charge.

Dy. Director (Constn)