Contract
కార్మి క రాజ్య బీమా సంసథ కార్మి క మర్మయు ఉపాధి మంత్రిత్వ శాఖ, భారత్ త్రరభుత్వ ం कर्मचारी राज्य बीर्ा निगर् ( श्रर् एवं रोजगार र्ंत्रालय,भारत सरकार ) EMPLOYEES’ STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India) | త్రపాంతీయ కార్యా లయం/क्षेत्रीय कायामलय/Regional office 5-9-23, హిలఫోర్ట ్ రోడ్, ఆదర్టశ నగర్ట, హైదర్యబాద్-500063 5-9-23, निलफोर्म रोड, आदर्मिगर, िैदराबाद -500063 0-0-00, Xxxxxxxx Xxxx, Xxxxxxxxxxx, Xxxxxxxxx-000000 Phone:000-00000000/57/58/59 |
E-TENDER FOR
NOTICE INVITING TENDER (NIT)
Notice Inviting e-Tender No. | 52.W/17/29/ARM(E)-WGL/2023 -PMD |
Name of Work | Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24 |
Estimated Cost | Rs.28,77,446-00 |
Xxxxxxx Money Deposit (EMD) | Rs.57,549-00 |
Security Deposit | 2.5% of the Tendered Value |
Time Allowed(for return of SD) | 12 Months after completion of contract |
Date of Start of Bid Submission | 04.08.2023, 11.00 AM |
Last Date & Time for Submission of Bids | 19.08.2023, 11.00 AM |
Date & Time of Opening of Technical Bids | 21.08.2023, 11.00 AM |
Pre bid meeting | 10.08.2023, 11.00 AM |
Date & Time of Opening of Financial Bids | Will be intimated to technically qualified bidders in due course of time. |
Submission of hard copies of EMD and Pre bid meeting address | The original EMD should be submitted in the office of Construction Branch, 2nd Floor, Regional Office, ESI Corporation, Hill Fort Road, Adarshnagar, Hyderabad up to 11.00 AM on 21/08/2023 |
Experience Certificates, Registratio certificates, Affidavit, Undertaking and othe documents to Regional Office by the Xxxx Tenderer. | To be submitted during office hours within a week from th date of opening of Financial Bid. In case the last day happen to be closed holiday, these documents shall be submitted o next working day. |
Certified that NIT contains 1 to 45 pages with up-to-date correction slips.
Regional Director
ESIC, RO, Hyderabad, Telangana
NOTICE INVITING e-TENDER 52.W/17/29/ARM(E)-WGL/2023 -PMD
Name of work: Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24
INDEX
Sl. No. | CONTENTS | Page No. |
1 | NIT Particulars and Index | 1-2 |
2 | Information & Instructions to bidders for e-tendering | 3-9 |
3 | Notice Inviting e-Tender | 10-12 |
4 | Integrity Pact | 13-19 |
5 | Form of Undertaking | 20 |
6 | Percentage Rate Tender/Item Rate Tender & Contract for Works (CPWD Form-7/8) | 21-22 |
7 | Proforma of Schedule A to F | 23-26 |
8 | Additional and Special Conditions for Execution of Work | 27-32 |
9 | Complain Registration Form and Maintenance of Complaint Register | 33-34 |
10 | Checklist of Documents to be attached with Tender | 35 |
11 | Form of Performance Security (Bank Guarantee) | 36 |
12 | Form of Xxxxxxx Money (Bank Guarantee) | 37 |
13 | Technical Bid Formats A, B, C, D & E | 38-43 |
14 | Financial Bid Format | 44 |
15 | General Condition of Contract 2020- Maintenance Works | 45 |
Certified that NIT contains 1 to 45 pages with up-to-date correction slips. NIT No. 52.W/17/29/ARM(E)- WGL/2023 -PMD.
Regional Director
ESIC, RO, Hyderabad, Telangana
కార్మి క రాజ్య బీమా సంసథ కార్మి క మర్మయు ఉపాధి మంత్రిత్వ శాఖ, భారత్ త్రరభుత్వ ం कर्मचारी राज्य बीर्ा निगर् ( श्रर् एवं रोजगार र्ंत्रालय,भारत सरकार ) EMPLOYEES’ STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India) | త్రపాంతీయ కార్యా లయం/क्षेत्रीय कायामलय/Regional office 5-9-23, హిలఫోర్ట ్ రోడ్, ఆదర్టశ నగర్ట, హైదర్యబాద్-500063 5-9-23, निलफोर्म रोड, आदर्मिगर, िैदराबाद -500063 0-0-00, Xxxxxxxx Xxxx, Xxxxxxxxxxx, Xxxxxxxxx-000000 Phone:000-00000000/57/58/59 |
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE:
The Regional Director, ESI Corporation, Regional Office, Hyderabad invites online Percentage Rate bids in two bid system through e-tendering mode from enlisted and eligible contractor / firm of CPWD/State PWD /MES/Railways/BSNL or the departments of state government dealing with Buildings and Roads with appropriate class and category and having valid electrical contract license from Central Government or any State/UT Government, which is not less than EA i.e Grade “A” as detailed below:
Eligibility Criteria-
(i) The bidder should have registration with CPWD/State PWD /MES/Railways/BSNL or the departments of state government dealing with Buildings and Roads with appropriate class and category in either Electrical or Composite .
(ii) The Bidder should have satisfactorily completed similar works during the last Seven years ending previous day of last date of submission of tenders as below. For this purpose, cost of work shall mean gross value the completed work including cost of material supplied by the Government/Client but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent. :
Three similar completed works each costing not less than Rs.11,50,978-00 (40% of the estimated cost to put to tender)
OR
Two similar completed works each costing not less than Rs.17,26,468-00 (60% of the estimated cost to put to tender)
OR
One similar completed work of aggregate cost not less than Rs.23,01,957-00 (80% of the estimated cost to put to tender)
OR
Enlisted contractors of CPWD (either Electrical or Composite Category) Class-I and above are eligible to submit the bids without submission of work experience certificates. Therefore eligible contractors of CPWD (either Electrical or Composite category) Class-I and above shall upload two separate letters for experience certificate and affidavit that these documents are not required to be submitted by them. Uploading of these two letters is mandatory.
Similar work shall mean works of:
Day to day maintenance, repair works of internal electrification including deployment of manpower, supply of material and allied services in Residential Buildings / Office Buildings / Hospitals buildings / Other Institutional buildings under one contract.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the
previous day of last date of submission of bid.
(iii) The bidder should have had Average Annual Financial Turn over of Rs.14,38,723-00 (50% of the estimated cost to put to tender) on Electrical works during the last three consecutive years Balance sheets duly audited by Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.
(iv) The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant.
(v) The solvency of bidder should have Rs. 11,50,978-00 (40% of the estimated cost to put to tender certified by his Bankers. (Not required if bidder is a Class-I (Electrical or Composite) and above registered contractor of CPWD).
(vi) The past experience in similar nature of work should be supported by certificates issued
by the client’s organization.
(vii) The tenderer must be registered with following statutory authorities and must also furnish self attested copies ESI, EPF, GST along with last six months payment receipts.
1. The Xxxxxxx Money Deposit ( EMD ) for Rs.57,549-00 (Rupees Fifty seven thousand five hundred and forty nine only) shall be in the form of Insurance Surety Bonds/ Account Payee Demand Draft/ Fixed Deposit Receipt. Banker’s Cheque or Bank Guarantee(including e-Bank Guarantee) from any of the Commercial Banks or payment online in an acceptable form in favor of “ ESI Fund A/C No. 1” payable at Hyderabad. EMD of unsuccessful bidder will be returned / refunded within one month after the award of the work to the successful bidder.
Exemption of EMD is allowed for Micro and Small Enterprises(MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small and Medium Enterprises(MSME) or are registered with the Central Purchase Organization or the concerned Ministry or Department or Start-ups as recognized by Department of Industrial Policy and Promotion(DIPP).
2. The bids need to be submitted 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. In complete bid is liable to be rejected.
3. Delayed / late and submission of bids by any other mode other than online mode bids will not be accepted and summarily rejected.
4. Conditional bid will not to be accepted and liable to the summarily rejected.
5. 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 criteria as given in page No – 4 & 5 and other pre - requirements before submitting the bids.
6. The tender for the work shall remain open for acceptance by ESI Corporation for a period 60 days from the date of opening of the tender / bid.
7. ESI Corporation reserves the right to accept or reject any bid or annul the whole bidding process without assigning any reason whatsoever.
8. The bid submitted shall become invalid if:
1. The bidder is found ineligible vis – a – vis eligibility criteria mentioned in page No – 4 & 5 above.
2. EMD of requisite amount and in the prescribed manner is not deposited by the bidder.
3. The bidder does not upload all the documents (including GST Registration) as stipulated in the bid document including the EMD as listed in para-16 below.
4. Any discrepancy is noticed between the documents as uploaded at the time of submission of bid (as uploaded online) and hard copies (submitted by the lowest bidder physically in Regional Office, ESIC, Hyderabad).
decimal only both in figures as well as in words. The total amount of the offer corresponding to
The bidder must ensure to quote the percentage above or below or at par to two places of
9.
the percentages quoted by the bidder shall also be mentioned both in words and figures.
10. Technical bid documents submitted by the eligible and intending bidders shall be opened only for those bidders whose EMD and other required documents / certificates etc. are found in order.
11. Financial 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 list of documents to be scanned and uploaded within the period of bid submission :
1. Copy of EMD.
2. Letter of Transmittal.
3. Certificate of Work Experience as per Form – A. (Enlisted CPWD (either Electrical or Composite Category) Class-I & above contractors are not required to submit Certificate of Work Experience)
4. Performance Certificate of Work Experience as per Form – B (Enlisted CPWD (either Electrical or Composite Category) Class-I & above contractors are not required to submit Performance Certificate of Work Experience)
5. Certificate of Average Financial Turnover of Rs.14,38,723-00 (50% of the estimated cost to put to tender) from Chartered Accountant as per Form – C.
6. Details of organizational structure of the bidder as per Form – E.
7. Certificate of Registration for Goods and Service Tax (GST).
8. PAN Card
9. Valid ESIC Registration Certificate
10. Valid EPF Registration Certificate
11. Last six months ESI, EPF, GST payment receipts.
12. Copy of valid electrical contract license from Central Government or any State/UT
Government, which is not less than EA i.e Grade “A”
13. Copy of solvency of Rs.11,50,978-00 (40% of the estimated cost to put to tender) certified by his banker (Enlisted CPWD (either Electrical or Composite Category) Class-I & above contractors are not required to submit Solvency Certificate)
14. Valid Registration certificate of the firm/individual from CPWD/State PWD
/MES/Railways/BSNL or the departments of state government dealing with buildings and roads with appropriate class and category in Electrical/Composite.
15. Eligible contractors of CPWD (either Electrical or Composite category) Class-I and above shall upload two separate letters for experience certificate and affidavit that these documents are not required to be submitted by them. Uploading of these two letters is mandatory.
14. The bid is invited from the intending and eligible bidders for twelve (12) months during financial year 2023. However, depending upon the satisfactory performance, the tenor of the contract agreement may be extended further up to twelve (12) months or part thereof with the mutual consent of ESI Corporation and the contractor / agency.
15. The site for the work is available as the ARM work is to be carried out in their premises. The prospective eligible bidders are advised to inspect and examine the concerned to acquainted themselves about the various aspects related to ARM works to be carried out by them and satisfy themselves before submitting their bids with full awareness. The bidders are also expected to critically examine the premises from the point of view of its nature, means of access, the accommodation they may require, risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies that he has read this notice and all other bid document and has made himself fully aware about the scope and specifications of the work to be done and local conditions and other factors having a bearing on the execution of this ARM work.
16. Brief scope of services :
The prospective bidder is supposed to provide day to day maintenance services to buildings including supply of materials and deployment of required manpower as specified in the bid document and also doing all such works as defined / specified / stipulated in the technical and financial bid documents and elsewhere. The deployed manpower have to perform any other additional duties assigned by the Engineer -in- charge from time to time.
17. The bidder whose bid is accepted will be required to furnish Performance Guarantee ( PG ) of 5% (Five Percent) of the bid amount within 10 days of the acceptance of the bid in the form of Insurance Surety Bonds/ Account Payee Demand Draft/ Fixed Deposit Receipt. Banker’s Cheque or Bank Guarantee(including e-Bank Guarantee) from any of the Commercial Banks or payment online in an acceptable form in favor of “ ESI Fund A/C No. 1” payable at Hyderabad. If the successful bidder fails to deposit the said performance guarantee within the prescribed period of 10 working days including the extended period of 3 more working days, the Xxxxxxx Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. However, EMD shall be returned after receiving the PG. PG will be returned after completion of the contract satisfactorily.
18. In addition to PG, Security Deposit ( SD ) equal to 2.5 % of the cost of work shall be deducted by ESIC from the running and final bills of the Contractor towards fulfillment of contractual obligation on the part of Contractor. Security Deposit will be released after completion of defect liability period of 1 year from date of completion of contract.
19. The bidder whose bid is accepted will be required to furnish either copy of applicable Licenses / Registrations or proof for applying for obtaining Labour Licenses and Registration with EPFO, ESIC
and BOCW Welfare Board. The registration with EPFO and Labour License are mandatory if 20 or more labour is employed in any day in the preceding one year whereas registration with ESIC and BOCW Welfare Board is mandatory if 10 or more labour is employed in any day in the preceding one year. On acceptance of the tender, the name(s) of the authorized representative of the contractor shall be communicated in writing to ESIC by the Contractor, who would be responsible for taking instructions from ESIC.
20. 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.
21. The tender for the works shall remain open for acceptance for a period of sixty ( 60 ) days from the date of opening of eligibility 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 xxxxxxx money as aforesaid. Further the bidders shall not be allowed to participate in the re-tendering process of the work.
22. 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.
23. Pages of the eligibility document are numbered. Additional sheets, if any added by the contractor, should also be numbered by him. They should be submitted as a package with signed letter of transmittal.
24. 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.
25. 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.
26. The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder shall have to submit a list of these employees stating clearly how these would be involved in this work within 15 days of award of work.
• Further clarifications, if any can be obtained from Regional Office, ESI Corporation, Hyderabad, Telangana.
Important Instructions for Bidders to participate in the E-Tenders and regarding Online Payment: 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: xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxx.
Registration
1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxx)xx 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.
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 take into account any corrigendum(s) 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.
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 bidsubmission process.
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 toother 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 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.
5. Bidders are requested to note that they should necessarily submit their financial 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 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
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 0000-0000 000, 0000-0000 000, 0000-0000 000, 0000-0000 000. Email Support: Technical –
xxxxxxx-xxxxx@xxx.xx,Policy Related – xxxx-xxx@xxx.xx
Regional Director
ESIC, RO, Hyderabad, Telangana
NOTICE INVITING e-TENDERING
Percentage Rate Bids are invited by Regional Director, ESIC, R.O, Hydrabad on behalf of Director General, ESIC from registered contractors of Govt. Departments such as CPWD/State PWD
/MES/Railways/BSNL or the departments of state government dealing with Buildings and Roads with appropriate class and category and having valid electrical contract license from Central Government or any State/UT Government, which is not less than EA i.e Grade “A”.
Name of work: Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24
Tender documents are available online at xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxx and xxx.xxxx.xxx.xx. Bidders have to deposit the Xxxxxxx Money (EMD) of Rs.57,549-00 (Rupees fifty seven thousand five hundred and forty nine only) in the form as mentioned above in favour of "ESI Fund A/c No.1" payable at Hyderabad. The interested bidders having experience in similar electrical works should upload their bids along with scanned copy of EMD and copies of all the relevant certificates, documents etc. xxxx signed in support of their technical and financial bids.
Tender documents are available on CPP Portal i.e. xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxxxxxxxx website of Employees' State Insurance Corporation x.x.xxx.xxxx.xxx.xx.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids.
Agreement shall be drawn with the successful bidder on prescribed format of CPWD Form-7/8. Bidder shall quote his percentage rate as per various terms and conditions of the said form which will form part of the agreement with the substitution of words of President of India as Director General of ESIC and CPWD as ESIC respectively wherever applicable. The work in general shall be executed as per CPWD General Specifications for Electrical Works: Part-I (Internal) 2013 & Part-II (External) 1995 with up-to-date correction slips.
1. The registration/enlistment of the contractors should be valid on the last date of submission ofbids.
2. The time allowed for carrying out the work will be 12 Months (365 days) from the date of start as defined in schedule „F‟ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.
3. The site for the work is available. The architectural and structural drawing for the work will be issued during the execution of work.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents including General Conditions of Contract can be seen from the website xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxx at free of cost. The tender document can also be seen from the website xxx.xxxx.xxx.xx.
5. Xxxxxxx Money in the form as mentioned above (Drawn in favour of ESIC Account no.1 payable at Hyderabad) shall be scanned and uploaded to the e-tendering website within the period of bid submission. The original EMD should be deposited within the period as specified in NIT.
6. Copy of Registration/Enlistment Order of Govt. Departments such as CPWD/PWD/MES/BSNL etc., Certificate of work experience and other documents as specified shall be scanned and uploaded to the e-tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically from date
of the opening of financial bids in the office of tender opening authority.
7. Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited Xxxxxxx Money Deposit (EMD) and uploaded the scanned documents as specified in NIT, are found in order.
8. The bid submitted shall become invalid if
• The bidder is found ineligible.
• The bidder does not upload all the documents (including GST Registration) as stipulated in the bid document
• If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of Tender Opening Authority.
9. The contractor whose bid is accepted will be required to furnish Performance Guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of Insurance Surety Bonds/ Account Payee Demand Draft/ Fixed Deposit Receipt. Banker’s Cheque or Bank Guarantee(including e-Bank Guarantee) from any of the Commercial Banks or payment online in an acceptable form in favor of “ ESI Fund A/C No. 1” payable at Hyderabad. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any, the Xxxxxxx Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The xxxxxxx money deposited along with bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by the contractor for the said work and Program Chart (Time and Progress) within the period specified in Schedule F.
10. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and the percentage rate quoted shall be inclusive of GST and all other statutory taxes.
11. The Competent Authority i.e. Regional Director, ESIC, R.O Hyderabad does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
12. The contractor shall not be permitted to bid for works in ESIC Telangana Region in case of contract responsible for award and execution of contracts, in which his near relative is posted as Employee/ Officer of ESIC Telangana Region. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any in the ESIC. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of the ESIC.
13. 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.
14. The Competent Authority i.e. Regional Director, ESIC, RO Hyderabad, ESIC reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the percentage rate quoted.
15. The bid for the works shall remain open for acceptance for a period of 60(Sixty) days from the date of opening of bids. If any bidders withdraw his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to ESIC, then ESI Corporation shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said xxxxxxx money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.
16. This Notice Inviting Tender shall form a part of the Contract Document. The successful bidders/contractor, on acceptance of his bid 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 including additional conditions, specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the percentage rate quoted online at time of submission of bid and acceptance thereof together with any correspondence leading thereto.
• Standard CPWD Form-7/8 (with substitution of words as Director General of ESIC and ESIC in place of President of India and Government of India/CPWD respectively).
17. Deleted.
18. The Contractor shall upload copies of all eligible documents, scanned copy of EMD which will form part of Technical bid and financial bid before the last date and time for submission of bids on specified date only. The Technical bid shall be opened first and financial bids of those Contractors who technically qualify the eligible criteria only will be opened on the specified date of opening of financial bid which shall be intimated.
19. 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 under the specifications and documents. The tenderer should take care to upload all the information sought by the ESIC in prescribed formats.
• Firm‟s relevant experience and strength – Profile of agency, registration details, experience of similar works, annual turnover, total manpower employed.
• Qualification/related experience.
20. 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 on a date which will intimated through E-mail/Mobile.
21. Award of Work:
• The selection of the agency will be at the sole discretion of the ESIC which reserves its right to accept or reject any or all the proposals without assigning any reason.
• The contract for the work shall be awarded to the qualified responsive tenderer who has quotedlowest.
• Upon evaluation of offers, the notification on award of contract will be intimated to the successful tenderer.
Signature of Regional Director
INTEGRITY PACT
To
…………………………………..…..
………………………………………
……………………………………...
Sub: NIT No. 52.W/17/29/ARM(E)-WGL/2023-PMD for the work Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023- 24
……………...................
Dear Xxx,
It is here by 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,
Regional Director
ANNEXURE-A
INTEGRITY PACT
To,
The Regional Director,
……………………………………………………………………....,
……………………………………………………………………….
Sub: Submission of Tender for the work of Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24
…………………....…………….... Dear Xxx,
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)
INTEGRITY PACT
To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of ESIC.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ..........................on this ........... day of ........... 20......
BETWEEN
Director General, ESIC represented through Regional Director, RO, Hyderabad, Telangana, (Name of the Regional Office) ESIC(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 (Details of duly authorized signatory)
(Hereinafter referred to as the “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. )
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24
..............................................................................................................................
(Name of work)
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.
INTEGRITY PACT
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 endeavour 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 give to any of the Principal/Owner‟s employees involved in the Tender process orexecution 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 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.
3) The Bidder(s)/ Contactor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.
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 damaged to justified interest of other 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 Xxxxxxx Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.
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/Vendors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all Vendors 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 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.
Article 6-Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, 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 Competent Authority, ESIC.
Article 7-Other Provisions
1. This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the Division 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.
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 Principal/Owner)
................................................................. (For and on behalf of Bidder/Contractor)
WITNESSES:
.............................................. (Signature, name and address)
............................................... (Signature, name and address)
Place:
Dated:
FORM OF UNDERTAKING
I, (name of the contractor) hereby undertake to
abide by the CPWD General Conditions of Contract 2020- Maintenance Works containing pages from 1 to 107 with up-to-date correction slips as an integral part of the Agreement substituting with words „Director General, ESI Corporation‟ and „ESI Corporation‟ in the places of „President of India‟ and Central Public Works Department/ Government of India‟ respectively wherever applicable.
Place: Signature of the Contractor
Date:
Form 7/8
ESI CORPORATION, REGIONAL OFFICE, HYDERABAD, TELANGANA
Percentage Rate Tender/ Item Rate Tender & Contract for Works
(A) Tender for the work of:-
a. Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, JD office, Dispensary cum Branch Office, ESI Staff Quarters at Warangal during 2023-24
b. To be uploaded on 04/08/2023 to/upload at the CPP Portal website
xxxxx://xxxxxxxx.xxx.xx/xxxxxxxx/xxx.
c. To be opened in presence of tenderers who may be present at time and date as mentioned above in the office of ESI Corporation, Regional Office, Hyderabad, Telangana.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Percentage Rate & other documents 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 Director General, ESI Corporation within the time specified in Schedule „F‟ viz., schedule of quantities and in accordance in all respect with the specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for 60 days from the date of opening of technical bid and not to make any modification in its terms and conditions.
A sum of Rs.57,549-00 is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as xxxxxxx money.
A copy of xxxxxxx money in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank is scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said Director General, ESI Corporation or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said xxxxxxx money absolutely. Further, if I/We fail to commence work as specified, I/ We agree that Director General, ESI Corporation or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Xxxxxxx Money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice
of ESI Corporation, then I/We shall be debarred for tendering in ESI Corporation in future forever. Also, if such a violation comes to the notice of ESI Corporation before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Xxxxxxx Money Deposit/Performance Guarantee.
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 therefrom 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 State.
Dated: Signature of Contractor:
Witness: Postal Address:
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of Director General, ESIC for a sum of Rs. (Rupees
)
The letters referred to below shall form part of this contract Agreement:- (a)
(b)
(c)
Regional Director, ESIC Signature
....................................
Dated ...................... Designation ................................
PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of Quantities Attached BOQ
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any Nil
SCHEDULE ‘E’
Reference to General Conditions of Contract-2020 Maintenance Works (with substitution of words as Director General of ESIC and ESIC in place of President of India and Government of India/CPWD respectively).
Annual Repair and Maintenance (ARM) of Electrical works including Outsourcing of Manpower, Operation & Maintenance of Internal Electrical Services of ESI Hospital, Ramachandrapuram during 2023-24
Estimated cost of work: Rs. 28,77,446-00
(i) Xxxxxxx money: Rs.57,549-00 (to be returned after receiving Performance Guarantee)
(ii) Performance Guarantee: 5% of tendered value.
(iii) Security Deposit: 2.5% of tendered value.
SCHEDULE ‘F’
General Rules & Directions-
Officer inviting bid: The Regional Director, RO, ESIC, Hyderabad Maximum percentage for quantity of items of work to
be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3. ...........................................................................................
Definitions:
2(v) Engineer-in-Charge: The Executive Engineer, ESIC, Regional Office, Hyderabad or his successor. 2(vii) Accepting Authority: The Regional Director, ESIC, Regional Office, Hyderabad or his successor. 2(x) Percentage on cost of materials and labour to cover all overheads and profits 15%
2(xi) Standard Schedule of Rates: DSR-2022 + SSR-2021-22 + Market Rate
2(xii) Department: ESI Corporation
9(ii) Standard CPWD Contract Form GCC 2020- Maintenance Works, CPWD Form 7/8 (with substitution of words as Director General of ESIC and ESIC in place of President of India and Government of India/CPWD respectively) as modified & corrected up-to-date.
Clause 1
(iv) Time allowed for submission of Performance Guarantee, programme chart (Time and progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW welfare board or proof of applying thereof from the date of issue of letter of acceptance 15 days
(ii) Maximum allowable extension with late fee@ 0.1% per day of Performance Guarantee amount beyond the period provided in (i) above 3 days
Clause 2
Authority for fixing compensation under clause 2: The Regional Director, ESI Corporation, R.O.
Hyderabad
Clause 2A
Whether Clause 2A shall be applicable No
Clause 5
Penalty for Delay:
If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of engineer delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as detailed in the particular conditions.
A. The Contractor shall put all out efforts to address the complaints as immediately as possible. However, a tentative timeline for various natures of complaints are given within which the complaints are supposed to be attended by the Contractor without fail so as to maintain the Office / hospital services smoothly.
TIME FRAME FOR ATTENDING COMPLAINTS
X.Xx | Complaint Type (As defined by ESIC) | Maximum time within which the complaints are to be attended and completed |
1 | Emergent complaints | 3 hours |
2 | Minor complaints | 1 day |
3 | Major complaints | 3 days |
4 | Periodical complaints | 5 days |
Following recovery shall be made from the admissible payments for delay in attending the complaints:
(i) The recovery of amount is 1% per day on amount of concerned complaint per complaint per day of delay in attending emergency complaints.
(ii) A recovery of amount is 0.5% per day on amount of concerned complaint per complaint per day for delay in attending Major, Minor & periodical complaints beyond the time given as above.
B. The contractor shall maintain proper attendance records of workmen deployed at the site of work which will be checked by the ESIC Engineer-in-Charge / Staff of verification etc. In case of absence of any workmen, the recovery shall be made at the following rates :
X.Xx | Category of Workmen | Rate Recovery per day per person | Remarks |
1 | Supervisors/ Highly Skilled | 1000 | In case workmen are found absent for particular hours of the day, the recovery shall be made on pro- rate basis by considering 8 hrs. of the duty in a day (Wherever applicable) |
2 | Skilled | 800 | |
3 | Semi Skilled | 600 | |
4 | Un Skilled | 500 |
Clause 6:
A. Monthly Statements for payments
The Contractor shall submit a bill in 3 copies to the Engineer-in-Charge by 20th day of each month for the work executed up to the end of previous month in tabulated form approved by the Engineer-in-Charge, showing the amounts to which the Contractor considers himself to be entitled. The bill must be supported with the following documents:
a) Attendance sheet along with salary certificates, wages sheets of all the workers and staffs deployed in terms of the Contract.
b) Certified bills regarding miscellaneous materials purchased under different heads.
c) Details of defects / complaints attended and rectified within time.
d) Details of complaints attended late.
e) Any other documents asked by ESIC related to ARM works.
f) ESIC & EPF Challans with list of workers.
In the event of failure to submit the bill in 3 copies by the designated date I,e by 20th day of each month a penalty equivalent to 0.50% of the monthly bill amount per week will be deducted from the running account bill and the amount so deducted will not be released in future bills.
B. Monthly Payments
After submission of monthly bill complete in all respects by the contractor, Engineer-in-Charge shall check the bill with the help of contractor and certify for payment within 15 working days of the submission of bill. The payment shall be made through Bank in online mode.
Whether Clause 7A shall be applicable: | Yes (No Running Account Bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-Charge) |
Clause 7: Deleted Clause 7A
Clause 10A
List of testing equipment to be provided by the contractor at site:
1. Earth Resistance Meter
2. Insulation Megger
3. Clamp Meter
Clause 10 B
Whether Clause 10 B shall be applicable: Yes.
Clause 10 C
Component of labour expressed as percent of value of work 60%
Clause 10 CA: Not Applicable Clause 10 CC: Not Applicable
Clause 11
Specifications to be followed for execution of work: CPWD General Specifications for Electrical
Works: Part-I (Internal) 2013 & Part-II (External) 1995 with up-to-date correction slips.
Clause 12
Authority to decide deviation upto 1.5 times of tendered amount: The Regional Director, RO, ESIC, Hyderabad.
12.2 & 12.3
Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work 30%
12.5
(i) Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work 30%
(except items mentioned in earth work subhead in DSR and related items)
(ii) Deviation Limit for items mentioned in earth work subhead of DSR and related items 100%
Clause 16
Competent Authority for deciding reduced rates: The Regional Director, ESIC, RO, Hyderabad. Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:
(1)Xxxx Xxxxxx | (2) Torch Light | (3) Drill Machine |
(4) Ladders | (5) Crimping tool Kit | (6) Hand Blower etc. |
Clause 19 C Regional Director, ESIC, RO, Hyderabad authority to decide penalty for each default. Clause 19 D Regional Director, ESIC, RO, Hyderabad authority to decide penalty for each default. Clause 19 G Regional Director, ESIC, RO, Hyderabad authority to decide penalty for each default. Clause 19 K Regional Director, ESIC, RO, Hyderabad authority to decide penalty for each default. Clause 25
Constitution of Dispute Redressal Committee (DRC)
Chairman : The Regional Director, ESIC, Regional Office, Hyderabad
Member : The Superintending Engineer, ESIC, PMD-SZ, Bengaluru Member & Presenting Officer : The Executive Engineer, ESIC, Regional Office, Hyderabad
Clause 32 Not Applicable
Regional Director
ESIC Regional Office, Hyderabad
ADDITIONAL AND SPECIAL CONDITIONS FOR EXECUTION OF WORK:
1. CPWD General Specifications for Electrical Works: Part-I (Internal) 2013 & Part-II (External) 1995(with up-to-date correction slips) shall be followed for execution of works. Where not available, BIS/Engineering practice as directed by the Engineer-in-Charge shall be followed. All the work procedures, guidelines etc. shall be as per CPWD Works Manual 2022 & SOPs to CPWD Works Manual 2022
2. The materials used should be ISI approved and should be a branded product of good quality.
3. The materials shall be got approved prior to its use in ARM works from the Engineer-in- Charge of ESIC.
4. Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract, the same shall be inclusive of all amendments issued there-to or revisions thereof, if any, up to the date of receipt of tenders.
5. The contractor shall work according to the Programme of work as approved by the Engineer- in- charge, for which purpose, the contractor shall submit a tentative Programme of the work within 15 days from the stipulated date of start of the work.
6. The Contractor will have to work according to the program of work decided by the Engineer- in- charge. Wherever desired by Engineer-in-charge the contractor shall also construct a sample unit complete in all respect within time specified by the Engineer-in-charge & this sample unit shall be got approved from the Engineer-in-charge before mass construction is taken up. No extra claim whatsoever beyond the payment due at agreement rates will be entertained from the contractor on this account.
7. The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site. No excavated earth or building materials shall be stacked on areas where the buildings, roads, services or compound walls are to be constructed.
8. Samples for particular items of work shall be prepared, for prior approval of the Engineer-in- charge before taking up the same on mass scale and nothing shall be payable on this account.
9. If ISI marked products are available, the contractor shall use only ISI marked products. In other cases, the materials shall conform to CPWD specifications. In case a material/product is covered neither by ISI nor by CPWD specification, the work shall be carried out as per sound engineering practice, in which the decisions of the Engineer-In-Charge shall be final & binding. In such cases Engineer-in-charge shall satisfy himself about the quality of such materials and give his approval in writing. Only articles classified as first quality by the manufacturers shall be used unless otherwise specified. All materials not having ISI mark shall be tested as per relevant ISI specifications. The Engineer-in-charge may relax the condition regarding testing if the quantity of the materials required for the work is small. In all cases of used of ISI marked materials proper proof of procurement of materials from authentic manufacturers shall be provided by the contractor to the entire satisfaction of Engineer-in- charge.
10. Some restrictions may be imposed by the security staff etc. on the working and deployment of labour, materials etc. The contractor shall be bound to follow all such restriction/instructions and nothing extra shall be payable on this account.
11. Electricity shall be made available by ESIC on free of cost. Contractor has to make his own arrangement of water at site of work. The estimate rates are inclusive of 1% water charges irrespective of the fact whether water is required for the item or not. As such 1% water charges on total amount of work done will be recovered if Contactor fails to arrange the water from outside sources or doesn’t incur any expenditure for arranging water.
12. Other agencies doing works related with this project will also simultaneously execute the work and the contractor shall afford necessary co-operation for the same. The contractor shall leave such necessary holes, opening etc. For laying/ burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps etc. as may be required for other agencies. Conduits for electrical wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid for the same. The contractor shall extend necessary co-operation to them without any claim on this account.
13. Scope of Work shall not be limited to following installation at site:
A) Repair and maintenance of all electrical works of buildings.
B) Operations for internal Electrical works.
C) All other works directed by the Engineer-in-Charge.
D) List of Approved / Preferred make of items shall be as under.
No. | Materials | Approved Brands |
1. | RIGID FR PVC CONDUIT PIPE | XXXXX, PRECESION, POLYCAB |
2. | ACCESSORIES OF CONDUIT ( I.E. BEND, TEE COUPLER,ELBOW ETC.) | SAME MAKE OF PIPE |
3. | COPPER WIRE /CONDUCTOR | FINOLEX, POLYCAB, RR CABLE, HAVELLS, AVOCAB, ANCHOR |
4. | MODULAR TYPE SWITCH/SOCKET,PLUG ETC. | MK , LEGRAND, ANCHOR, HAVELLS |
5. | MCB / ELCB/ RCCB/ MCBDP/XX | XXXXXXX,ABB,XXXXX, XXXXXXXXXX L&T, XXXXXX |
6. | MCCB / ACB | ABB, SCHEINDER, SIMENS, L&T |
7. | LIGHTING FIXTURES & LAMPS | PHILIPS, CROMPTON, WIPRO, HAVELLS |
8. | CEILING FANS & EXHAUST FAN | CROMPTON, ORIENT, HAVELLS, BAJAJ, USHA |
9. | GEYSER | RECOLD, XXXXXXX, BAJAJ, USHA, XX XXXXX |
10. | PVC TAPE | STEEL GRIP, ANCHOR , XXXXXX |
11. | CALL BELL | ANCHOR, XXXXX, XXX |
12. | DISTRIBUTION BOARD | XXXXXXXX, XXXXXXX, XXXXXX,L&T |
13. | LED STREET LIGHT FIXTURES AND LAMPS | PHILIPS, CROMPTON, HAVELLS, BAJAJ, XXXXX |
14. | CFL LAMPS/ LED LAMPS | PHILIPS, CROMPTON, HAVELLS, BAJAJ, XXXXX |
15. | TELEPHONE WIRE | RRCABLE, FINOLEX, XXXXXX, POLYCAB |
16. | LAN WIRE | TYCO ELE.(AMP), XXXXXXXXX, R&M, SYSTIMAX |
17. | TELEPHONE TAG BOX | KRONE OR EQUIVELENT BRAND |
18. | TELEPHONE/ TV SOCKET | ISI MARKED ONLY |
19. | MAIN LT CABLE | FINOLEX, POLYCAB, RR CABLE, HAVELLS, TORRENT, AVOCAB |
20. | CABLE LUGS | DOWELLS, JOHNSON, HEX |
21. | CABKLE GRANDS | DOWELLS, XXXXXX, CROMPTON, HEX |
22. | CONNECTORS | L&T, XXXXXXXX, XXXXXX, ABB |
23. | CABLE JOINTING KIT | RAYCHEM, DENSON, M-SEAL |
24. | WINDOW/ SPLIT / HI-STATIC DUCTIBLE / VRF TYPE A.C. MACHINE | CARRIER , HITACHI,DAIKIN, TOSHIBA, BLUESTAR, |
25. | WATER COOLER | VOLTAS, USHA, BLUESTAR |
26. | MOTOR PUMP SET | CROMPTON, KIRLOSKAR, KSB |
27. | MS CONDUIT | XXX, AKG, XXXXXXXXXX, NIC, RMCON |
28. | CABLE TRAY | INDIANA, XXXXXXX , PROFAB, AKB |
29. | IRON CLAD SWITCH WITH REWIREABLE FUSE /SFU | KEW, XXXXXXX, SUPER, C&S |
30. | METALCLAD SWITCH WITH REWIREABLE FUSE /SFU | HAVELLS, KEW, C&S, INDOASIAN |
31. | PROTECTION RELAY | L&T, SIEMENS, ABB, CULTER HAMMER |
32. | ANALOG / DIGITALMETER/LOAD ABB, HPL MANAGER | L&T, XXXXXXXXX |
33. | TRANSFORMER | KIRLOSKAR, XXXXXXX, ABB,T&R,XXXXXXXX |
34. | HT VCB | SIEMENS, ABB, L&T, CROMPTON |
35. | HT CABLE | HAVELLS, FINOLEX, POLYCAB, TORRENT,AVOCAB |
36. | PUSH BUTTON | SIEMENS, ABB, L&T, XXXXXXXXX |
37. | INDICATING LED LAMP | SIEMENS, ABB, L&T, WIPRO |
38. | LT PANEL / PCC / MCC / APFC/ CONTROL PANELS | L&T, SIEMENS, C&S , XXXXXXXXX |
39. | TIMERS | L&T, SIEMENS, ABB, CULTER HAMMER |
40. | SELECTOR SWITCH | L&T, HPL, CUMMINS, HAVELLS |
41. | CTS & PTS | KAPPA, L&T, XXXXX, XXXXXXX |
42. | SCREW | RK, ACTION OR EQUAIVELENT |
Notes :
i. The material shall be conforming to CPWD Specification/relevant IS Code / manufacturer specifications etc.
ii. The above list is not exhaustive and as such materials beyond the above said list, if required, shall be used in the work only after due approval from the ESIC engineer.
14. No claim for idle establishment & labour, machinery &equipment, tools & plants and the like, for any reason whatsoever, shall be admissible during the execution of work as well as after its completion.
15. (a) The building work will be carried out in the manner complying in all respect with the requirements of relevant bylaws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra will be paid on this account
(b) The contractor shall comply with legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable.
16. The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test. The work pertaining to the items of internal finishing should be started in consultation and with prior approval of Engineer-in-Charge.
17. All materials equivalent to the one specified should be got approved by the Engineer-in-charge before using the said materials in the work.
18. Any damage to work resulting from weathering conditions, defacing or from any other cause such as negligent act on the part of contractor, until the work is taken over by the Department after completion of work, shall be made good by the contractor, at his own cost.
19. The contractor is supposed to inspect the buildings/ work site before tendering. He should collect and get acquainted with all relevant prevailing conditions of site restrictions etc. available for proper and smooth execution of work. The contractor shall inspect the distance between dispensaries/ staff quarters/ hospital etc. and satisfy themselves before quoting the percentage rate for smooth execution of work.
20. If as per Municipal/Local Authority rules or Client Department rules, the huts for labourers are not be erected at site of work by the contractor, the same shall be complied with by the contractor. The department shall not provide any alternative site or space at any location & the contractor shall provide such accommodation at such locations as are acceptable to local bodies, for which nothing extra shall be payable.
21. Wherever desired by Engineer-in-charge, the contractor shall also construct a sample unit complete in all respect within time specified by the Engineer-in-charge & this sample unit shall be got approved from the Engineer-in-charge before mass construction is taken up. No extra claim, whatsoever beyond the payment due at agreement rates, will be entertained to the contractor on this account.
22. All the labourers engaged shall be registered with ESI and EPF as per statutory norms before submission of First RA Bill.
23. The contractor shall submit to the Engineer-in-charge, the documentary evidence of payments of wages and deposits to appropriate govt. authority/individuals as applicable in respect of statutory requirement i.e. EPFO, ESIC in favor of his employees engaged in the work. The ESIC/EPFO so paid by the contractor shall be reimbursed to the contractor after submitting the original receipt to the department. The receipt should clearly indicate the name of work, list of workers with their names, duration, required information and other details which may be necessary to avoid any confusion/ litigation at the later date.
24. The Engineer-in-charge shall fully empowered to withheld from the contractor‟s bill a sum equal to the amount required to meet the provisions of statutory requirements as mentioned above without giving any notice to the contractor, if the contractor fails to submit the evidence of payment/deposits as mentioned in Conditions.
25. The contractor either himself or any of the persons / workers engaged under this contract shall have no claim for renewal or continuance of the contract or employment in any manner whatsoever other than the payment mentioned in the contract.
26. The Contractor shall quote percentage rate inclusive of all taxes (including GST), levies, cess etc. & nothing extra on this count shall be payable by ESIC.
27. The GST/Income Tax/Labour Welfare Cess as applicable as per govt. notifications from time to time will be deducted at source and credited to the Government on Contractor's behalf.
28. The labourer engaged through labour deployment items shall invariably given a weekly off by making alternative arrangements for continuous deployment of labour.
29. Labour deployed is required to perform duties at various locations as specified in tender. All the workers engaged shall report to the hospital to which they are attached and mark the bio- metric attendance. They shall then move to their respective work place at Dispensaries/Offices as directed by Engineer-in-charge or his authorized representative. Their shift timing will commence from the time they report to the respective locations and nothing extra shall be payable towards TA/DA & other incidental charges for workers for attending duty in different locations under the agreement. The TA/DA and other incidental charges in this regard shall be borne by the Contractor at his risk and cost.
30. The Contractor shall maintain an attendance register of workers on shift basis and shall be made available for verification by ESIC Engineers/ Authorities on daily basis.
31. The Contractor shall maintain a TASK register/ complaint registration form (enclosure-I) for each category of worker and shall obtain acknowledgement of user for the satisfactory redressal of complaints registered in the task register / complaint registration form(enclosure- I). The entries in Task register to be entered by ESIC Engineers/ authorized persons.
32. The task register shall be made available on every day before closing hours and also frequently as and when demanded by ESIC Engineers for entering fresh complaints in the register.
33. The contractor shall ensure proper record keeping and storing of irreparable/dismantled material.
34. The Agency/Contractor must submit following details of labourers to be deployed at site before starting of the work:
• Bio-metric Enrollment Application in prescribed proforma filled and signed by the labourer. The form should be submitted duly signed & sealed by Agency/Contractor.
• Latest Passport Size Photo
• Copy of Aadhaar Card
• Copy of front page of Passbook of Bank Account to which wages are to be credited.
• Qualification documents
In case of any change in manpower, the same should be intimated to this office.
35. The wages of labourers shall be made to their respective bank accounts and proof thereof shall be provided along with every RA bill/Final bill.
36. The Tender is liable to be rejected if total amount of labour component quoted is less than the amount as per prevailing minimum wages notified by the Government.
37. The contractor or his representative shall be available at site of work every day to take down instruction from ESIC officials and to liaise with hospital authorities.
38. Where there is no Supervisor, the senior electrician shall be the leader of the workers gang and shall supervise the work done by other workers and nothing extra shall be paid on this count.
39. The Agency/Contractor must prepare payroll of each employee containing basic wages, no. of days worked by the labourer, gross wages, ESI/EPF deductions, net wages etc. Copy of payroll for each month shall be provided along with the RA bill/Final bill.
40. As the work will have to be carried out in building and area in use, the contractor shall ensure:-
• That the normal functioning of ESIC activity is not affected as far as possible
• That the work is carried out in an orderly manner without noise and obstruction to flow of traffic
• That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each day's work.
41. The Contractor shall ensure that his staff (workmen, supervisors etc.) are 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.
42. All the above staff of the Contractor shall wear uniform and badges identifying their category and name in English and Local Language.
43. 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 Work.
44. Nothing extra shall be paid for the work as mentioned above from clause 1to 43.
Regional Director, ESI Corporation, Regional Office, Hyderabad
ENCLOSURE-I
REGIONAL OFFICE
EMPLOYEES' STATE INSURANCE CORPORATION 0-0-00, XXXX XXXX XXXX, XXXXXXXXXXX
HYDERABAD – 500063, TELANGANA
Location: Serial Number:
COMPLAINT FORM ( IN TRIPLICATE) | ||||
NATURE OF COMPLAINT | ELECTRICAL( | ) | CIVIL( | ) |
DATE & TIME | ||||
USER DESIGNATION: | NAME: SIGN: | |||
DESCRIPTION OF COMPLAINT: | ||||
JE REMARKS/ DETAILING WITH DATE | ||||
ASSIGNED TO WITH DATE | ||||
COMPLETION DATE | ||||
WORK COMPLETED BY (Man power Name & designation) | ||||
REMARKS OF COMPLAINANT | SIGN: | |||
REMARKS OF SUPERVISOR (ELECTRICAL/ CIVIL) | SIGN: | |||
REMARKS OF CARE TAKER WITH SEAL | SIGN: | |||
WORK COMPLETION REMARKS BY XX(CIVIL/ELECL) WITH DATE | SIGN: |
Note: To be submitted along with running bills
ENCLOSURE-II
MAINTENANCE OF COMPLAINT REGISTER
Sl. No. | Complainant No. | Nature of complainant | Complaint date and Time | Complain attended date and Time | Remarks | Signature of Contractor |
ANNEXURE-'A'
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to participate in the tender.
Sl. No. | Item | Confirm (Yes/No) | |
1 | EMD | ||
2 | Tender form with complete technical bid and Financial bid, with all pages serially numbered, signed and stamped on each page | ||
3 | Audited Balance sheet of last three years with details of annual turnover, profit/loss account etc. | ||
4 | Attested Photo copy of PAN Card | ||
5 | GST Registration certificate with details of the last Payment | ||
6 | Registration certificate under central labour law authorities. Copy of valid labour license | ||
7 | Documents in support of contracts fulfilled in last 7 years along with their values in support of the experience and financial credibility | ||
8 | Satisfactory completion of contract certificate from previous organizations | ||
9 | ESI Registration Certificate copy | ||
10 | EPF Registration Certificate copy | ||
11 | Valid electrical contract license from Central Government or any State/UT Government, which is not less than EA i.e Grade “A” |
Signature of Authorized Person Date:
Full name:
Place: Company's seal
SIGNATURE OF THE CONTRACTOR
FORM OF PERFORMANCE SECURITY (GUARANTEE) BANK GUARANTEE BOND
In consideration of the Director General, ESI Corporation (hereinafter called “ESIC") having offered to accept the terms and conditions of the proposed Agreement between and
…………….……… (Hereinafter called "the said contractors") for the work
…………………………………………………………………….. (Hereafter called “the said Agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs. …………….….
(Rupees… ) as a security/guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms & conditions in the said agreement,
1) We (Hereinafter referred to as "the Bank") hereby undertake to
pay to (indicate the name of the Bank)
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
(Indicate the name of the Bank)
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 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 an amount not exceeding Rs.
……………….(Rupees only).
3) We, the said bank further undertake to pay to ESIC 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 thereunder and the contractor(s) shall have no claim against us for making such payment.
4). We ………………………………………… further agree that the guarantee herein (Indicate the name of the Bank)
contained shall remain in full 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 dues of the ESIC 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 ESIC certifies 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 ESIC that the ESIC
(Indicate the name of the Bank)
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 ESIC against the said contractor (s) and to for 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(s) or fore any forbearance, act of omission on the part of ESIC or any indulgence by ESIC 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)
Previous consent of ESIC in writing that this guarantee shall be valid up to _.Unless extended on demand by ESIC. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. (Rs. only) and unless a claim in writing is lodged with us within six months of the date of 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 bank)
FORM OF XXXXXXX MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (Hereinafter called "the contractor") has submitted his tender dated............. (Date) for the construction of (Name
of work) (Hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we (Name of bank) having our
registered office at. .................................. (Hereinafter called "the Bank") are bound unto the Regional
Director, ESI Corporation in the sum of Rs.......................... (Rs. in words
.................................................) for which payment well and truly to be made to the said Regional Director the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this.................day of .................20....
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Regional Director
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required; OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and Instructions to contractor,
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor, OR
(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.
DATE ………………………. SIGNATURE OF THE BANK SEAL
WITNESS………………….
(SIGNATURE, NAME AND ADDRESS)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
Technical Bid Forms
X.Xx | Form | Particular |
1 | A | DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS |
2 | B | PERFORMANCE REPORT OF INDIVIDUAL WORK REFERRED TO IN FORM “A” |
3 | C | FINANCIAL INFORMATION |
4 | D | FORM OF BANKER’S CERTIFICATE FROM A SCHEDULED BANK |
5 | E | STRUCTURE & ORGANISATION |
FORM ‘A’
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS
X.Xx | Name of the work and location | Name of Organizat ion | Cost of work in corers of Rs. | Date of comme ncemen t as per contrac t | Stipulate d date of completi on | Actual date of compl etion | Litigation/ Arbitration cases pending with details* | Name and contact details of concerned officer of the organization | Whether work was done on back to back basis Yes/No |
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8 | 9 | 10 |
* Including gross amount claimed and amount awarded by the Arbitrator.
Signature of Bidder(s)
Form ‘B’
Performance report of individual report work referred to in Form ‘A’
1. Name of work location
2. Agreement No.
3. Estimated cost
4. Tendered cost
5. Date of start
6. Date of completion
(i) Stipulated date of completion
(ii) Actual date of completion
7A. Whether case of levy of compensation for delay has been decided or not Yes/No 7B. If decided, amount of compensation levied for delayed completion, if any
8. | Performance Report: | |
a. | Quality of work | Outstanding/Very Good/Good/satisfactory/Poor |
b. | Financial soundness | Outstanding/Very Good/Good/satisfactory/Poor |
c. | Technical Proficiency | Outstanding/Very Good/Good/satisfactory/Poor |
d. | Resourcefulness | Outstanding/Very Good/Good/satisfactory/Poor |
e. | General Behavior | Outstanding/Very Good/Good/satisfactory/Poor |
Dated:
Executive Engineer or Equivalent
FORM ‘C’
FINANCIAL INFORMATION
Name of the Firm / Contractor: …………………………………………………..
X.Xx | Particulars | Financial Year | ||
2020-21 | 2021-22 | 2022-23 | ||
1 | Gross annual turnover on Electrical works (in lakh Rupees) |
Signature of Chartered Accountant with Seal.
Signature(s) of Bidder(s) Seal of the Bidder
FORM ‘D’
FORM OF BANKER’S CERTIFICATE FROM A SCHEDULED BANK
This is to certified that to the best of our knowledge & information that M/s…………………………………....
having marginally noted address, a customer of our bank is respectable & can be treated as good for any engagement up to a limit of Rs. …………………. (Rupees ).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
Signature (For Bank)
Note:
(i) Bankers’ Certificate should be on letter head of the bank and addressed to The Regional Director, ESIC, Hyderabad.
(ii) In case of partnership firm, Certificate should include names of all partners as recorded with the bank.
FORM ‘E’
STRUCTURE & ORGANISATION
1. Name & address of the bidder
2. Telephone no./Telex no./Fax no.
3. Contact Details of the authorized personnel
4. Legal status of the bidder (attached copies of original document defining the legal status)
(a) An Individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited company of Corporation
5. Particulars of registration with various Government Bodies / Departments / Organization (attached attested photocopy)
Organization Name & Place of Registration Registration No.
1.
2.
3
6. Names and titles of Directors & Officers with designation associated with this work.
7. Designation of individuals authorized to act for the organization for this work.
8. Has the bidder or any constituent partner in case of partnership firm, ever been convicted by a court of law? if so, give details.
9. Any other information considered necessary with regard to this bid and for establishing the eligibility of the bidder.
Signature of the Bidder Seal of the Bidder
Financial Bid
X.Xx | Form | Particular | Amount in Rs. |
1 | FB-1 | Electrical Manpower Deployment | 19,95,606.28 |
2 | FB-2 | Electrical Material | 8,03,155.84 |
3 | FB-3 | Electrical Works | 78,684.16 |
Total Amount in Rs. | 28,77,446-00 |
Note:
1.The bidders should submit the price bid online only.
2.The bidders should upload the signed schedule of quantities along with other documents. 3.The bidder should quote the percentage above or below or at par in the price bid.
GENERAL CONDITIONS OF CONTRACT 2020 MAINTENANCE WORKS:
1. This book of “General Conditions of Contract” is applicable to both types of tenders i.e. “Percentage rate tenders and Item rate tenders”. Accordingly, alternative provisions for conditions Nos. 4A, 9 &10 of the General Rules and Directions are given in this book. The appropriate alternatives will be applicable in specific cases depending on whether this is used for percentage rate tender (CPWD-7) or item rate tender (CPWD-8).
2. CPWD-6, Schedules A to F, special conditions/specifications and drawings etc. will be part of NIT and shall be uploaded.
3. The intending bidders will quote their percentage rate in Schedule A and schedule A to F and proforma for registers are only for information and guidance.
NOTE:
1. Please refer GCC of CPWD for Maintenance works 2020.
2. For manpower wages, ESI, EPF, BONUS and any other statutory payments wherever applicable will be reimbursed on actuals from time to time on submission of documentary proofs.
3. The contractor shall provide uniform with ESIC logo along with name Badge and shoes within 15 days of start of work. In the event of non compliance a recovery of Rs. 25/- per day per employee shall be made. The employee and labours engaged by the contractor under this contract shall wear neat and clean uniforms along with name badges as approved by the concerned Engineer-in-Charge. Nothing extra cost shall be paid on this count.
4. The contractor shall not sub- contract in whole or any part to any contractor / agency.
5. Name badges as approved by the concerned Engineer-in-Charge. Nothing extra cost shall be paid on this count.
6. The work shall be carried out in a manner complying in all respects with the requirements of relevant bye laws of the local bodies, labour laws, minimum wages act, workmen compensation act and other statutory laws enacted by Central Govt. as well as State Govt.
7. The ESI, EPF & GST shall be paid by the contractor in their respective code allotted to the contractor by concerned deportment without fail.
8. 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.
9. The Contractor is bound to execute all contingent and supplemental items of work as directed by Engineer in charge. The rates for such items shall be worked out based on CPWD Manual, Delhi Schedule of Rates (DSR) and State Schedule of Rates including with which the original estimate was technically sanctioned.
10. If the Item is not available in BOQ, Market rate will be allowed after verifying from Justifiable Market Rates.
Page 45 of 45