employees' state insurance corporation web site: …€¦ · profile. 5) only one valid dsc...
TRANSCRIPT
1
REGIONAL OFFICE, Kolkata, West Bengal &
Sikkim Region
EMPLOYEES' STATE INSURANCE CORPORATION
(Ministry of Labour & Employment, Government of India)
Regional Office, Plot No. 6, GB Block, Salt Lake, Sector – 3,
Kolkata - 700097
Phone: 033-23356021
Web Site: www.esic.nic.in
TENDER DOCUMENT
NIT NO: No. C/AG-12/20/Lift/2019-Const
NAME OF WORK:- Re-E-Tender for SUPPY INSTALLATION TESTING
COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL
INCLUDING DISMANTLING OF OLD EXISTING
LIFT.
(This NIT Contains page No 1 to 91)
2
INDEX
Sl. No. Contents Page
(A) Part – I Technical Bid
1. Instructions for Online Bid Submission 03 - 06
2. INDICATIVE CRITICAL DATE SHEET 07
3. Notice Inviting e-Tender 08
4. Eligibility / Evaluation criterion 09
5. Information & Instructions to Bidders 10 - 12
6. Integrity Pact 13-20
7. Letter of Transmittal &Tender 21-23
8. Proforma of Schedule 24-26
9. Form of Performance Guarantee 27-28
10. Contract Agreement 29-32
11. General Conditions of Contract 33-59
12. Scope of work 60 – 64
13. Technical Specification
65 – 80
14 Technical Parameters or Bill of Quantities
81 - 84
15 Special Data should be filled by Tenderer
85
16 Make List 86
17 Price bid 87 - 88
23 Technical bid proforma 89 -90
24 Measurement sheet 91
3
Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link “Online bidder Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part
of the registration process. These would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their
profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
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,
4
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc.
to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download
the required documents/ tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should consider any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.)
has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important
Documents’’ area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
5
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument / scan copy.
4) Bidder should prepare the EMD as per the instructions specified in the tender
document. The original should be posted/couriered/given in person to the concerned
official, latest by the last date of bid submission or as specified in the tender
documents. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered
during bid submission time. Otherwise the uploaded bid will be rejected. The bidder
is liable to pay EMD wherever applicable to pay the EMD, within the time limit as
specified, through ESIC Challan only.
5) Bidders are requested to note that they should necessarily submit their price bids in
the format provided and no other format is acceptable. If the price bid has been given
as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to 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.
6
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
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk
is 1800 233 7315. Foreign bidder can get help at +91-79-40007451 to 460.
7
CRITICAL DATES & TIME
Name ………………………………………………..
Address ………………………………………………..
………………………………………………..
………………………………………………..
Phone No ………………………………..………………
Email Id ………………………………..………………
Seal of the Firm ……………………………………………
Sl. No. Particulars Date & Time
1 Date of uploading of N.I.T. & other Documents
(Publishing Date)
19.08.2020
2 Documents download/sell start date 19.08.2020 3:00 P.M.
3 Documents download/sell end date 09.09.2020 1:00 P.M.
4 Bid submission start date 19.08.2020 3:00 P.M.
5 Bid Submission closing 09.09.2020 1:00 P.M.
6 Technical Bid opening date 10.09.2020 3:00 P.M
7 Financial Bid opening date To be notified later
8 Bid Security/EMD(Demand Draft in favour of ESIC
Fund A/c No.1 payable at Kolkata)
Rs. 54,600.00
8
EMPLOYEES’ STATE INSURANCE CORPORATION
Plot No. 6, GB Block, Salt Lake, Sector – 3, Kolkata-700097
NOTICE INVITING Re – e – TENDER
The Competent Authority, ESI Corporation, Regional Office, West Bengal & Sikkim Region
invites on behalf of the Director General, ESI Corporation online e-
tender (in two bids) through e-tendering mode from eligible
Agencies/ Contractor for work of – SUPPY INSTALLATION
TESTING COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL
INCLUDING DISMANTLING OF OLD EXISTING LIFT.
As detailed below:
S.No. Particulars Details
1. Name of work
SUPPY INSTALLATION TESTING
COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL
INCLUDING DISMANTLING OF OLD EXISTING
LIFT.
2. Estimated Cost 27,30,000.00
3. Earnest Money Deposit 54,600.00
4. Period of Work 5 month
Any change in the tender shall be uploaded in the below mentioned website only, hence
the tenderers may visit the website regularly (https://eprocure.gov.in/eprocure/app &
www.esic.nic.in) to make themselves aware about the information related to the bidding.
AC & RD
9
Evaluation Criterion
(1) The bidder must fulfill the following conditions for qualification in the technical bid: -
Three similar completed works each cost not less than 40% of the estimated cost of the
work OR two similar completed works each costing not less than 60% of the estimated
cost of the work OR one similar completed works each costing not less than 80% of the
estimated cost of the work executed within last three years.
(Their completion certificate along with cost of the work, period and nature of work,
performance duly signed by competent authority of the concerned department should be
furnished).
2. The list of documents to be scanned and uploaded along with the bid.: -
(i) Copy of EMD.
(ii) Certificate of Work Experience or satisfactory work completion certificate as per Serial No. 1 duly
signed by client.
(iii) Certificate of Registration for Goods and Service Tax (GST).
(iv) Copy of Pan Card.
(v) Audited balance sheet of last three years.
(vi) Valid trade License.
(vii) ESI & EPF Registration (if applicable).
(viii) Latest challan of ESI & EPF contribution (If applicable).
(ix) Annual turnover (which should be as per CVC norms).
(x) Banker’s solvency certificate.
(xi) Valid Labour license (if applicable).
(xii) All the tender documents from page no 1 to 91 with signature & stamp of party on each page.
(xiii) Valid Electrical / Lift license.
3. …………… (Any other documents as per requirement).
10
Information and Instructions to Bidders :
1. The percentage rate offers from intending and eligible Agencies / contractors are invited for
“SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF
OLD EXISTING LIFT”. in the prescribed forms and format through online mode only.
2. Bidder means the individual, proprietary firm, firm in partnership, limited company private or public or corporation.
3. The following may be adopted for submission of EMD by the intended bidders: -
• The Earnest Money Deposit (EMD) for Rs. 54,600.00 (fifty four thousand six
hundred rupees only) should be paid in the form ESIC Challan generated online
https://www.esic.nic.in and to be deposited at any scheduled bank in favor of
“ESIC Fund A/C No. 1” .
• Earnest Money in the form of Demand Draft drawn in favour of “ESIC Fund A/c
No. 1” shall be scanned and uploaded to the E-tendering website within the period
of bid submission.
The physical EMD shall be deposited at ESIC, R.O. Salt Lake, Kolkata by all the
bidders in the tender box kept with Security Office, Ground Floor or in-person to
construction cell, or may be sent through registered post/courier before the bid
submission closing date & time failing which the bid shall be rejected and
enlistment of the agency shall be withdrawn by the enlisting authority. The agency
shall be debarred from tendering in ESIC.
EMD of unsuccessful bidder will be returned / refunded within one month after the
award of the work to the successful bidder.
• In case bidder is exempted by any Ministry/Department of Government of India,
for deposit of EMD, copy of the exemption proof must be uploaded at the time of
e-bidding.
4. The bids need to be submitted only online along with all required and relevant documents related to works experience, financial strength etc. as per the requirement of
bid documents duly authenticated / signed by the bidder. Incomplete bid is liable to be rejected.
5. Delayed / late and submission of bids by any other mode other than online mode, bids
will not be accepted and summarily rejected.
6. Conditional bid will not to be accepted and liable to the summarily rejected.
7. The intending bidders must read the terms and conditions of the bid document and satisfy himself fully with regard to their eligibility vis – a – vis eligibility criteria and other pre - requirements before submitting the bids.
8. ESI Corporation reserves the right to accept or reject any bid or annul the whole bidding process without assigning any reason whatsoever.
9. The bid submitted shall become invalid if:
(i) The bidder is found ineligible vis – a – vis eligibility criteria. (ii) EMD of requisite amount and in the prescribed manner is not deposited by the bidder.
(iii) The bidder does not upload all the documents as required under the bid.
(iv) Any discrepancy is noticed between the soft copies which have been uploaded
online.
10. Technical bid documents submitted by the eligible and intending bidders shall be opened only for those bidders whose EMD are found in order. Bidders are requested to attend the tender opening in person on specified date & time.
11. Price bids submitted by the eligible and intending bidders shall be opened only for those bidders who are found qualified based on technical bids. The financial bid shall be opened at the notified time, date and place in the presence of qualified bidders or
11
their representatives, if they wish to be present.
12. ESIC reserves the right to verify the particulars furnished by the bidder independently and if any information furnished by the bidder is found incorrect at a later stage, the Agency shall be liable to be debarred from tendering / taking up works in ESIC.
13. The performance guarantee shall be deposited categorically as given below: -
ARM Works: -
The bidder whose bid is accepted will be required to furnish Performance Guarantee (PG) of
5% (Five Percent) of the bid amount within time, as mentioned in Schedule-E, of the acceptance
of the bid in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled
bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of
any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto
payable at Kolkata. If the successful bidder fails to deposit the said performance guarantee
within the period including the extended period as prescribed in Schedule-F, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the contractor.
However, EMD shall be returned after receiving the PG.
SR Works: -
The bidder whose bid is accepted will be required to furnish Performance Guarantee
(PG) of 10% (Ten Percent) of the bid amount within time, as mentioned in Schedule-E,
of the acceptance of the bid in the form of Demand draft / Pay Order / Banker Cheque /
FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with
the form annexed hereto payable at Kolkata. If the successful bidder fails to deposit the
said performance guarantee within the period including the extended period as
prescribed in Schedule-F, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. However, EMD shall be
returned after receiving the PG.
14. In addition to Performance Guarantee, Security Deposit (SD) equal to 5 % of the cost of work shall be deducted by ESIC from the running bill and final bills of the Contractor towards fulfillment of contractual obligation on the part of Contractor for ARM
Works only. SD shall be released after successful completion of the contract in all respects and settlement of final claims by ESIC.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the contractors who resort to canvassing will be
liable for rejection summarily. Such bidders may not be allowed to participate in the
bidding process for ESIC works in future also.
16. The tender for the works shall remain open for acceptance for a period of Seventy-five
(75) days from the date of opening of bid. If any bidder withdraws his tender before the
said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the tender which are not acceptable to the
department, then the ESIC shall, without prejudice to any other right or remedy, be at
liberty to forfeit earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the re-tendering process of the work.
17. All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet,
this fact should be mentioned against the relevant column. Even if no information is to
be provided in a column, a "nil" or "no such case" entry should be made in that
column. If any particulars/query is not applicable in case of the bidder, it should be
stated as "not applicable". The bidders are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms or making
any change in the prescribed forms or deliberately suppressing the information may
12
result in the bid being summarily disqualified.
18. References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.
19. The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of technical bid document unless it is called for by the Employer.
20. Method of Application:
(i) If the bidder is an individual, the application shall be signed by him above his
full type written name and current address.
(ii) If the bidder is a proprietary firm, the application shall be signed by the
proprietor above his full typewritten name and the full name of his firm with
its current address.
(iii) If the bidder is a limited company or a corporation, the application shall be signed by
a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a copy
of the Memorandum of Articles of Association duly attested by a Public Notary.
21. The Agreement shall be signed between ESIC and the successful Bidder within 15 days
after the acceptance of his bid by ESIC on prescribed format which is being given in
the bid document. All the documents of the bid document shall form part of the
contract document including Integrity Pact Agreement for which format is also being
provided in the bid document.
22. Integrity Agreement:
It is here by declared that ESIC is committed to follow the principle of transparency,
equity and competitiveness in procurement of goods and services. The subject Notice
Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will
sign the Integrity Agreement, which is an integral part of tender / bid documents, failing
which the tenderer / bidder will stand disqualified from the tendering process and the bid
of the bidder would be summarily rejected. This declaration shall form part and parcel of
the Integrity Agreement and signing of the same shall be deemed as acceptance and
signing of the Integrity Agreement on behalf of the ESIC.
23. All tendered rates shall be inclusive of taxes, GST, levies or cess as applicable on last date of receipt of tender including extension, if any, or otherwise exclusively mentioned the financial bid documents. However, effect of variation in rates of taxes or cess due to change in legislation occurred after receipt of tender / bid shall be adjusted on either side i.e. increase or decrease, as the case may be.
24. ESIC reserves the right without being liable for any damages or obligation to inform the bidder to either amend the scope and value of the contract or reject any or all the application without assigning any reason.
13
Annexure - I
Integrity Pact
To
……………………………..
……………………………..
……………………………..
……………………………..
Sub: NIT No.: No. C/AG-12/20/Lift/2019-Const
Name of the work: - “SUPPY INSTALLATION TESTING COMMISSIONING OF
20 PASSENGER CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST
BENGAL INCLUDING DISMANTLING OF OLD EXISTING LIFT”.
Dear Sir,
It is hereby declared that ESIC is committed to follow the principle of transparency,
equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents,
failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of
the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of
the ESIC.
Yours faithfully
AC & RD,
14
Annexure - II
Integrity Pact
To AC & RD
ESIC REGIONAL OFFICE
West Bengal & Sikkim
Region.
Sub: Submission of Tender for the work – “SUPPY INSTALLATION
TESTING COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL
INCLUDING DISMANTLING OF OLD EXISTING LIFT.”
Dear Sir,
I/We acknowledge that ESIC is committed to follow the principles thereof as enumerated
in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when tender/bid is finally accepted by
ESIC. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in
the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, ESIC shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.
Yours faithfully,
(Duly authorized signatory of the Bidder)
15
To be signed by the bidder and same signatory competent authority / authorized to sign the
relevant contract on behalf of ESIC.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ................................................... on this............... ..
day of ... 20...
BETWEEN
Competent Authority, ESIC REGIONAL OFFICE Plot No. 6, GB Block, Salt Lake, Sector – 3,
Kolkata - 700097. (Hereinafter referred as the ‘Principal/Owner’, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
AND
(Name and Address of the Individual/firm/Company)
……………………………………………………………………………………………………
………………………….. through ....................................................................................................... (Hereinafter referred to as the (Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal/ Owner has floated the Tender (NIT No.
No. C/AG-12/20/Lift/2019-Const (hereinafter referred to as “Tender/Bid”) and
intends to award, under laid down organizational procedure, contract work –
“SUPPY INSTALLATION TESTING COMMISSIONING OF 20
PASSENGER CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST
BENGAL INCLUDING DISMANTLING OF OLD EXISTING LIFT”. Here in
after 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:
16
Article 1: Commitment of the Principal Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial
benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall endeavor to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,
1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief
Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government /
Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the
negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender
process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict competitive or to cartelize in the bidding process. Competitiveness
or to cartelize in the bidding process.
17
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information
or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses
of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not
both. Further, in cases where an agent participates in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer
along with the first manufacturer in a subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.
1. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days’ notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract
18
award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD / Performance Guarantee / Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all sub-contractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Subcontractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly Signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.
19
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 6 months after the completion of work under the contract or till the
continuation of defect liability period (12 months), whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, ESIC.
Article 7- Other Provisions
1) This Pact is subject to Indian Law, place of performance and Jurisdiction is the
competent authority of the ESIC of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
20
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 Competent
Authority)
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. …………………………………….
(signature, name and address)
2. …………………………………….
(signature, name and address)
Place:
Dated:
AC & RD
ESIC REGIONAL OFFICE West Bengal &
Sikkim
21
Annexure - III
LETTER OF TRANSMITTAL (On Bidder’s Letter Head)
To
AC & RD
ESI Corporation
Regional Office, Plot No. 6,
GB Block, Salt Lake, Sector – 3,
Kolkata – 700097
Subject. SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER CUM BED LIFT
AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF OLD
EXISTING LIFT.
Sir,
Having examined the details given in Press / Web Notice and NIT / Bid Document for the above work, I / we
hereby submit the relevant information.
1. I / We hereby certify that all the statements made and information supplied in the enclosed forms and
accompanying statement are true and correct.
2. I / We have furnished all information’s and details necessary for eligibility and have no further pertinent
information to supply.
3. I / we submit the requisite certified solvency certificate and authorize the AC &RD Regional Office, West
Bengal & Sikkim to approach the Bank issuing the solvency certificate to confirm the correctness thereof.
I/We also authorized AC &RD Regional Office, West Bengal & Sikkim to approach individuals, employers,
firms and corporation to verify our competence and general reputation, if required.
4. I / we submit the following certificates in support of our overall suitability, technical competence for having
successfully completed the following similar works for establishing our eligibility:
S.No. Name of work Certificate from
1
…
…
Certificate:
It is certified that the information given in the enclosed eligibility bid are correct. It is also
certified that I / We shall be liable to be debarred and disqualified for participating in the subject
bid as well as in future in case any information furnished by me / us found to be incorrect by
ESIC.
Enclosures : ………………. Signature(s) of Bidder (s)
Date of Submission: Seal of Bidder
State- Kolkata
22
TENDER
I/We have read and examined the notice Inviting Tender, Schedule, Specifications applicable, General
Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rate &
other document and Rules referred to in the conditions of contract and all other contents in the tender
document for the work.
I/We hereby tender for the execution of the work specified for the “SUPPY INSTALLATION
TESTING COMMISSIONING OF 20 PASSENGER CUM BED LIFT AT ESI
HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF OLD
EXISTING LIFT”. within the time specified in Schedule ̀ F’ viz, schedule of quantities and
in accordance in all respects with the specifications, designs, drawings and instructions in
writing referred to in Rule-I of General Rules and Directions and in 1 of Clauses of contract
and in respects in accordance with such conditions so far as applicable.
We agree to keep the tender open for 75 days from the due date of submission thereof and not to make
any modifications in its terms and conditions.
A sum of Rs. 54,600.00 is hereby deposited in the form of ESIC Challan/Demand draft at a Schedule
Bank as earnest money. If I/we, fail to commence the work specified I/we agree that the said Competent
authority ESIC or their nominees in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by
him towards security deposit to execute all the works referred to in the tender documents upon the terms
and conditions contained or referred to therein and to carry out such deviations as may be ordered.
I/We hereby declare that I/we shall treat the tender documents drawings and other records connected
with the work as secret/ confidential documents and shall not communicate information / derived there
from to any person other than a person to whom I/We am/are authorized to communicate the same or use
the information in any manner prejudicial to the safety of the Organization.
I/we agree that should I/we fail to commence the work specified in the above memorandum an amount
equal to the amount of the earnest money mentioned in the form of invitation of tender shall be
absolutely forfeited to the Organization and the same may at the option of the competent authority on
behalf of the Competent authority be recovered without prejudice to any other right or remedy available
in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of
deficiency out of any other money due to me/ us under this contract or otherwise.
Dated ………………………….
Signature of Contractor
Postal Address
Witness:
Address:
Occupation
:
23
ACCEPTANCE
The tender for the work “SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER
CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF
OLD EXISTING LIFT” as negotiated and provided in the letters mentioned here under) is accepted by me
for and on behalf of the AC &RD for a sum of
Rs………………………….(Rupees ……………….…………………………………………………
………………………………………………………………………………)
The letters referred to below shall form part of this contract Agreement: -
a)
b)
c)
For & on behalf of AC &RD
Dated …………… Signature
Designation -
24
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE `A ‘
Schedule of quantities enclosed. (As per Tender Document Part –II)
SCHEDULE `B’
Schedule of materials to be issued to the contractor
S. No. Description of item Quantity Rates in figures & words at which
the material will be charged to the contractor
Place of issue
1 2 3 4 5
No material shall be issued to the Contractor by the ESIC.
SCHEDULE `C’
Tools and plants to be hired to the contractor
S. No. Description Hire charges per day Place of issue
1 2 3 4
No tools & plants shall be hired to the Contractor by the ESIC.
SCHEDULE `D’
Extra schedule for specific requirements/ document for the work, if any.
- Nil -
SCHEDULE `E’
Name of work: “SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER
CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING
DISMANTLING OF OLD EXISTING LIFT”.
Estimated cost of work---Rs. 27,30,000.00
(i) E a r n e s t Money --Rs. 54,600.00
(ii)Performance Guarantee--5% of tendered value.
(ii) Security deposit----------- -- 5% of tendered value.
25
SCHEDULE `F’
General Rules & Directions
Officer inviting tender AC &RD Based on Recommendation of
SE & EE
Definitions:
(i) Engineer-in-Charge The Engineer of ESIC Who shall supervise
and be In-charge of the work.
(ii) Accepting Authority AC & RD
(iii)
Percentage on cost of materials and
labour to cover all overheads and
profits
-NA-
(iv) Standard Schedule of Rates
Latest C.P.W.D. Delhi Schedule of
Rates 2018 & WB PWD 2017 of
relevant work with upto date correction
slips issued upto the date of receipt of
tender.
(v) Department ESIC, RO, Kolkata
(VI) Whether clause 10 B &10C Applicable NA
Clause 1
(i) Time allowed for submission of
performance guarantee from the date
of issue of letter of acceptance, in
days
15 days
(ii) Maximum allowable extension beyond
the period provided in (i) above, in
days
7 days
Clause 2 Authority for fixing compensation under
clause 2 AC & RD
Clause 3
Number of days from the date of issue of
letter of acceptance for reckoning date of
start
22 days
26
Milestone(s) as per table given below: -
S.No. Description of milestone
(Physical)
Time allowed in days
(from date of start)
Amount to be with-held in
case of non-achievement of
milestone
--- Not applicable ---
Time allowed for execution of work 5 Month
Authority to give fair and reasonable
extension of time AC & RD
Clause 4
Gross work to be done together
with net payment / adjustment of
advances for material of collected,
if any, since the last such payment
for being eligible to interim
payment.
-NA-
Clause 5 Specifications to be followed
for Execution of work
Latest CPWD Specifications / BIS
Norms of relevant work with upto date
correction slips or as specified in the
tender document.
Clause 6 Competent Authority for
deciding reduced rates
AC & RD
Requirement of Technical Representative(s) and recovery rate
S.No
.
Minimum
Qualification of
Technical
Representative dis
cipli
ne Designation
(Principal technical
/ Technical
representative) Min
imum
Exper
ience
Num
ber
Rate at which shall be
made from the
contractor in the
event of not fulfilling
provision of clause
--- As per
requirement/ in
accordance to HQ
guidelines ---
27
Form of Performance Guarantee
Bank Guarantee Bond
In consideration of the Employees’ State Insurance Corp. (hereinafter called ‘The Organization’) having
offered to accept the terms and conditions of the proposed agreement between
and (hereinafter called ” the said
contractor(s)” for the Work
(hereinafter called” the said
Agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs.
(Rupees only) as a security / guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said
agreement.
We (hereinafter referred to as “the Bank”) hereby undertake to
(Indicate the name of the Bank)
pay to the Organization an amount not exceeding Rs.
(Rupee
only) on demand by the Organization.
2. We, do hereby undertake to pay the amounts due and
payable
(Indicate the name of the Bank)
under this guarantee without any demure, merely on a demand from the Organization stating
that the amount claimed as required to meet the recoveries due or likely to be due from the
said contractor (s. Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the bank under this Guarantee.
However, our liability under this guarantee shall be restricted to amount not exceeding to Rs.
Rupees only).
3. We, the said bank further undertakes to pay the organization any money so demanded
notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding pending
before any court or Tribunal relating thereto, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor (s) shall have no claim against us for making such payment.
4. We, further agree that the guarantee herein contained shall remain in full
(Indicate the name of the Bank)
28
force and effect during the period that would be taken for the performance of the said agreement and
that it shall continue to be enforceable till all the due of the Organization under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on
behalf of the Organization certified that the terms and conditions of the said agreement have been fully
and properly carried out by the said Contractor (s) and accordingly discharges this guarantee.
5. We further agree with the Organization that the Organization shall have
(Indicate the name of the Bank)
the fullest liberty without our consent and without affecting in any manner our obligation hereunder
to vary any of the terms and conditions of the said agreement or to extend time of performance by the
said Contractor (s) from time to time or to postpone for any time or form time to time any of the
powers exercisable by the Organization against the said contractor (s)and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relived from our liability
by reason of any such variation, or extension being granted to the said Contractor (s) or for any
forbearance, act of omission on the part of the Organization or any indulgence by the Organization to
the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor (s).
7. We lastly undertake not to revoke this guarantee except with
the
(Indicate the name of the Bank)
pervious consent of the Organization in
writing.
8. This guarantee shall be valid up to unless extended on demand by the
Organization. Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. (Rupee only) and unless a
claim in writing is lodged with us within six months of the date of the expiry or the extended date of
expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the day of for (Indicate the name of the bank)
29
Contract Agreement
(To be signed between ESIC and the Contractor on Non – Judicial Stamp Paper of minimum Rs. 100/-)
This Agreement (hereinafter referred to as the “Contract Agreement”) is made on ......................................... between
Employees’ State Insurance Corporation (hereinafter call the ‘Client’ or “ESIC”, which expression shall unless
repugnant to the context or meaning thereof, include its administrators, successors and permitted assigns ) of the
One Part and M/s …………………………………… ( hereinafter called the ‘Contractor’ which expression shall
unless repugnant to the context or meaning thereof, include its administrators, successors and permitted assigns )
of the Other Part ( the client and the Contractor are hereinafter collectively referred to as “Parties” and singly as
“First Party and “Second Party” respectively ).
Whereas
Name of work: “SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER CUM BED
LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF OLD EXISTING
LIFT”.
A. The Contractor has participated in the bidding process (conducted by the Client through e- tendering
mode) based on their professional expertise and having possessed the required technical competence
and financial capability for fulfilling the requirements of the Client.
B. The Client after due evaluation of the bids has agreed to award the contract for the above work to M/s
…………………..subject to and on terms and conditions set forth in this Contract Agreement.
NOW THEREFORE, THE PARTIES HERETO HEREBY AGREE AND THIS CONTRACT WITNESSTH AS
FOLLOWS:
1. Definitions and Interpretation
In the Contract, the following words and expressions shall have the meanings hereby assigned to them
except where the context otherwise requires:
(i) “Employer” means the ESIC and the legal successors in title to ESIC.
(ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the
Contract.
(iii) “Contractor” / bidders / Tenderer means an individual or firm (proprietary or partnership) whether
incorporated or not, that has entered into contract (with the employer) and shall include his / its
heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any
shall be immediately notified to the employer, in writing and approval obtained for continued
performance of the contract.
(iv) Market Rate shall be the rate as decided by the Engineer on the basis of the cost of the materials
and labour at the site where the work is to be executed plus the percentage to cover all overheads
and profits as mentioned in the Contract.
(v) “Contract” shall mean this Contract Agreement together with all Appendices and other relevant
documents in accordance with the provisions contained in this regard in this Contract.
(vi) “Contract Price” shall mean the quoted price / amount by the Contractor in the financial bid and
agreed between the Parties.
(vii) “Drawings” means all the completion drawings, calculations and technical information of a like
nature provided by the Engineer to be Contractor under the Contract and all drawings,
calculations, samples, patterns, model Repair and Repair and Maintenance manuals and other
technical information of a like nature submitted by the contractor and approved by the Engineer.
(viii) “Bill of Quantities”” means the priced and completed bill of quantities Forming part of the tender /
bid.
(ix) “Tender”” means the Contractor’s priced offer to the Client for the execution and completion of the
works and the remedying of any defects therein in accordance with the provisions of the contract,
as accepted by the Letter of Acceptance. The work Tender is synonymous with “Bid” and the words
“Tender Documents”” with “Bidding Documents”.
30
(x) Client’s Requirements shall mean the broad requirements of ESIC set forth hereto and which in
relation to the work, are required to be fulfilled and complied with by the Contractor in terms of this
Contract.
(xi) General Conditions of Contract or GCC shall mean the General Conditions of Contract as set forth
in this Contract.
(xii) Particular Conditions of Contract or PCC shall mean the particular conditions of Contract as set forth
in this Contract.
2. Time for Completion
The work shall be for a period as mentioned in Schedule “F” or as mentioned in the letter of
commencement and shall start from the date issue of letter commencement and shall stand terminated after
the expiry of time period unless it is mutually extended.
3. Extension of Time for Completion
The contract may be extended on the written mutual consent of both Employer and Contractor for a further
period. However, employer reserves it’s right to terminate the Repair and Repair and Maintenance
contract by giving 15 days’ notice at any time during the currency of the contract if the services of the
agency are not satisfactory as per the opinion of employer or it’s representative. No escalation payment shall
be made by ESIC either during initial contract period of one year or in extended period and the work shall
have carried out by the Contractor as the same price / cost as quoted by higher earlier under the ambit of
the Contract Agreement.
4. The work shall mean the sum of the obligations and works to be performed and undertaken by the
contractor including planning, safety precautions, required tools, tackles and plants and the completion of
individual item of work in all respects under and in accordance with the Contract and shall include all
materials and things to be supplied / done and services and activities to be performed or provided by or
which may be reasonably implied there from and necessary for execution and completion of the work by
the Contractor pursuant to and in accordance with this Contract.
5. No modifications or amendment to this Contract including any of the Appendices hereto shall be valid and
effectual unless expressly agreed as an amendment thereto and is in writing and dated and duly executed
by the authorized representatives of the Parties thereto.
6. In the event of any conflict or inconsistency between any provision of this Contract Agreement and any of
the Appendices, the provisions of this Contract shall prevail.
7. In the event of any conflict or inconsistency between any provisions of SCC and GCC, the provisions of
SCC shall prevail.
8. This Contract Agreement and the following documents attached hereto shall be deemed to form an integral
part of this Contract.
(i) Instructions for Online Bid Submission.
(ii) Notice Inviting e-Tender.
(iii) Information & Instructions to the Bidders.
(iv) Integrity Pact / Agreement. (v) Letter of Transmittal & Tender.
(vi) Proforma of Schedules.
(vii) Form of Performance Guarantee.
(viii) Contract Agreement.
(ix) General Conditions of Contract.
(x) Particular Conditions of Contract.
(xi) Technical Specifications
(xii) List of Approved makes
(xiii) Price Bid
9. This Contract Agreement and all the documents forming part of this Contract and related to this work, are
to be taken as mutually explanatory and unless otherwise expressly provided in this Contract Agreement,
the priority between this Contract Agreement and other documents forming part hereof shall, in the event
of any conflict and inconsistency between them, be in the following order:
(i) This Contract Agreement
31
(ii) ESIC Requirements
(iii) SCC
(iv) Financial Bid / BOQ
(v) GCC
10. Execution of the Works
The Contractor agrees and undertakes to execute the work, complete in all respects, under and in
accordance with this Contract.
11. Rights and Obligations of the Parties
11.1 The mutual rights and obligations of the Client and the Contractor shall, without prejudice to the
following, be as set forth in the Contract:
(a) In consideration of the payments agreed to be made by the Client to the Contractor as set forth in
this Contract, the Contractor hereby covenants with the Client and agrees and undertakes to perform
the Works including planning, designing, and executing the whole or part of the work by using
required tools, tackles and plants and by observing due safety precautions for completing the
assignment / the work in all respects with due diligence and to remedy any defects or deficiencies
therein, in accordance with the provisions of the Contract ; and
(b) The Client hereby covenants to pay to the Contractor in consideration of his performance in terms
and under this Contract, the contract price at the times and in the manner prescribed in the Contract.
11.2 With reference to the Contract Price, the Contractor acknowledges and confirms that
(i) The price quoted by the Contractor in the financial bids to this Contract are firm and fixed and
not subject to any escalation and is inclusive of all applicable taxes, levies, cess etc. otherwise
exclusively illustrated in the offer of NIT.
(ii) All taxes on the income of the Contract shall be borne and be the liability of the Contractor and
the Client shall not be liable for the same in any manner whatsoever.
12. Effective Date
The Contract shall be effective on and from the date on which all of the following conditions have been
fulfilled:
(i) Furnishing of the Performance Guarantee by the Contractor to the Client in accordance with
clauses of contract; and
(ii) Singing of the Contract Agreement by the Client and the Contractor.
13. DISCLAIMER
It is expressly understood and agreed by and between the Contractor and the client that the Client is entering
into this Contract solely on its own behalf and not on behalf of any other person or entity. In particular, it
is expressly understood and agreed that the Government of India is not a party to this Contract and has no
liabilities, obligations or rights hereunder. It is expressly understood and agreed that the Client is an
Independent Legal entity with power and authority to enter into contracts solely on its own account under
the applicable laws. The Contractor expressly agrees, acknowledges and understands that the Client is not
an agent, representative or delegate of the Government of India. It is further understood and agreed that the
Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other
wrongs arising out of the Contract. Accordingly, the Contractor expressly waives, releases and foregoes
any and all actions or claims, including cross claims, impleader claims or counter claims against the
Government of India arising out of this Contract and covenants not to sue the Government of India as to any
claim, cause of action or thing whatsoever arising out of or under this Contract.
32
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be signed in their respective
names as of the day and year first above written.
For and on behalf of ESIC For an on behalf of Contractor
……………………………. ………………………………….
Name : Name :
Designation : Post :
Address : Address :
Official Seal Official Seal
Witness : Witness :
Signature :…………………. Signature : ……………………
Name : Name :
Address : Address :
33
GENERAL CONDITIONS OF CONTRACT
General Rules & Directions
1. In the event of tender being submitted by a firm, it must be signed separately by each partner thereof
or in the event of the absence of any partner, it must be signed on his behalf by a person holding a
power of attorney authorizing him to do so, such power of attorney to be produced with the tender, and
it must disclose that the firm is duly registered under the Indian Partnership Act’ 1952.
2. Receipts for payment made on account of work, when executed by a firm, must also be signed by all
the partners, except where contractors are described in their tender as a firm in which case the receipts
must be signed in the name of the firm by one of the partners or by some other person having due
authority to give effectual receipts for the firm.
3. Any person who submits a tender shall fill up the bid, stating at what rate he is willing to undertake
each item of the work. Tenders, which propose any alteration in the work specified in the said form of
invitation to tender, or in the time allowed for carrying out the work, or which contain any other
conditions of any sort including conditional rebates will be summarily rejected.
4. The officer inviting tender or his duly authorized assistant, will open tenders in the presence of
intending contractors who may be present at the time, and will enter the amounts of the several tenders
in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the
earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for
the purpose of identification sign copies of the specifications and other related documents. In the event
of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon
be returned to the contractor remitting the same, without any interest.
5. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be
bound to accept the lowest or any other tender.
6. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as
any acknowledgement or payment to the officer inviting tender and the contractors shall be responsible
for seeing that he procures a receipt signed by the officer inviting tender or a duly authorized cashier.
7. The memorandum of work tendered for and the schedule of materials to be supplied by the ESIC and
their issue-rates, shall be filled and completed in the office of the officer inviting tender before the
tender form is issued. If a form is issued to an intending tenderer without having been so filled in and
incomplete, he shall request the officer to have this done before he completes and delivers his tender.
8. The tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of
the tender document drawings or other records connected with the work given to them.
9. In the case of percentage rate Tenders, only rates quoted above / below for items shall be
considered. The bids of the bidders quoted below rates for manpower estimate of
minimum wages shall summarily be rejected. Rates quoted by the contractor in percentage
rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates
written in figures and words. However, if a discrepancy is found, the rates which correspond with the
amount worked out by the contractor shall unless otherwise provided be taken as correct. If the
amount of an item is not worked out by the contractor or it does not correspond with the rates written
either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct.
Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out
correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not
the amount. In the event no rate has been quoted for any item (s), leaving space both in figure(s), word
(s), and amount blank, it will be presumed that the contractor has included the cost of this/these item
(s) in other items and rate for such items (s) will be considered as zero and work will be required to be
executed accordingly.
34
10. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be
considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation such a
tender is liable to be disqualified and rejected.
11. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would
be responsible for taking instructions from the Engineer-in-charge shall be communicated in writing to
the Engineer-in-charge.
12. The contractor shall give a list of employees of ESIC related to him.
13. The tender for the work shall not be witnessed by a contractor who himself / themselves has / have
tendered or who may and has / have tendered for the same work. Failure to observe this condition,
would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary
rejection.
14. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders
issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and
the competent authority General may in his discretion without prejudice to any other right or remedy
available in law cancel the contract. The contractor shall also be liable for any pecuniary liability
arising on account of any violation by him of the provisions of the said Act.
15. Item/ items of same nomenclature may appear under different sub-heads in this tender. The contractor
has to ensure that for such identical items, the rates quoted are same at all the places. In case any
variation in the quoted rates is found for such items, the lowest of all such quoted rates will be taken as
the tendered rate for that particular item, and the tender will be evaluated accordingly.
35
GENERAL CONDITIONS OF CONTRACT
CONDITIONS AND CLAUSES OF CONTRACT
Definitions:
1. The contract means the documents forming the tender and acceptance thereof and the formal agreement
executed between the AC & RD on behalf of the AC & RD, ESIC and the Contractor together with
the documents referred to therein including these conditions, the specifications, designs, drawings and
instructions issued from time to time by the Engineer-in-charge/ Architects and all these documents
taken together shall be deemed to form one contract and shall be complementary to one another.
2. In the contract, the following expressions shall, unless the context otherwise requires have the
meanings, hereby respectively assigned to them: -
i). The expression works or work shall, unless there be something either in the subject or context
repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract
contracted to be executed whether temporary or permanent, and whether original, altered, substituted
or additional.
ii). The site shall mean the land/ or other places on, into or through which work is to be executed under
the contract or any adjacent land, path or street through which work is to be
executed under the contract or any adjacent land, path or street which may be allotted or used for the
purpose of carrying out the contract.
iii). The contractor shall mean the individual, firm or company, whether incorporated or not,
undertaking the works shall include the legal personal representative of such individual or the persons
composing such firm or company, or the successors of such firm or company and the permitted
assignees of such individual, firm or company.
iv). The competent authority, ESIC means their nominees also.
v). Competent authority means the AC & RD, Regional Office, Plot No. 6, GB Block,
Salt Lake, Sector – 3, Kolkata - 700097.
vi) The Engineer-in-charge means the Engineer of ESIC who shall supervise and be in-charge of
the work.
vii). Architect means the Architect appointed by ESIC, RO, Kolkata.
viii) Centre means the Place of work
ix). Department means ESIC
x) Government means Govt. of India or Govt. of West Bengal as applicable.
xi) Accepting authority shall mean the authority who accepts the tender.
xii) Excepted Risk are risks due to riots (other than those on account of contractor’s employees),
war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion
revolution, insurrection, military or usurped power, any acts of organization,
36
damages from aircraft, acts of God, such as earthquake, lightening and unprecedented floods,
and other causes over which the contractor has no control and accepted as such by the
Accepting Authority or causes solely due to use or occupation by Organization of the part of
the works in respect of which a certificate of completion has been issued or a cause solely due
to organization faulty design of works.
xiii). Market Rate shall be the rate as decided by the Engineer-in-charge on the basis of the cost of
materials and labour at the site where the work is to be executed plus the percentage mentioned
in Schedule `F’ to cover, all overheads and profits.
xiv). Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the
tender papers or the standard Schedule of Rates mentioned in Schedule `F’ hereunder, with the
amendments thereto issued up to the date of receipt of the tender.
xv). District Specifications means the specifications followed by the State Govt in the area where
the work is to be executed.
xvi). Tendered value means the value of the entire work as stipulated in the letter of award.
3. Scope & Performance
Where the context so requires, words imparting the singular only also include the plural and vice versa.
Any reference to masculine gender shall whenever required include feminine gender and vice versa.
4. Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form part
thereof or be taken into consideration in the interpretation or construction thereof or of the contract.
5. The contractor shall be furnished, free of cost one certified copy of the contract documents except
standard specifications. Schedule of Rates and such other printed and published documents, together
with all drawings as may be forming part of the tender papers. None of these documents shall be used
for any purpose other than that of this contract.
6. Works to be carried out: - The work to be carried out under the Contract shall, except as otherwise
provided in these conditions, include all labour, materials, tools, plants, equipment and transport which
may be required in preparation of and in the full and entire execution and completion of the works. The
descriptions given in the Schedule of quantities shall, unless otherwise stated, be held to include
wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and
fixing in position and all other labour necessary in and for the full and entire execution and completion
of the work as aforesaid in accordance with good practice and recognized principles.
7. Sufficiency of Tender: -The contractor shall be deemed to have satisfied himself before tendering as to
the correctness and sufficiency of his tender for the works and the rates and price quoted in the Schedule
of Quantities, which rates and prices shall except as otherwise provided, cover all his obligations under
the Contract and all matters and things necessary for the proper completion and maintenance of the
works.
8. Discrepancies and Adjustment of Errors: -The several documents forming the contract are to be taken
as mutually explanatory of one another; detailed drawings being followed in preference to
37
small scale drawing and figured dimensions in preference to scale and special conditions in
preference to General conditions.
8.1 Any error in description, quantity or rate in Schedule of quantities or any omission there from shall
not vitiate the contract or release the contractor from the execution of the whole or any part of the
works comprised therein according to drawings and specifications or from any of his obligations
under the contract.
9. Signing of Contract: - The successful tenderer/contractor, on acceptance of his tender by the Accepting
Authority shall, within 15 days from the stipulated date of start of the work sign the contract consisting
of the notice inviting tender, all the documents if any, forming the tender as issued at the time of
invitation of tender and acceptance thereof together with any correspondence leading thereto.
38
GENERAL CONDITIONS OF CONTRACT
CLAUSES OF CONTRACT
Clause – I Performance
Guarantee
i) The contractor shall submit an irrevocable Performance Guarantee of 10% (Ten Percent) and 5%
(Five percent) for SR works and ARM Works respectively of the tendered amount in addition to
other deposits mentioned elsewhere in the contract for his proper performance of the contract
agreement, (not withstanding and/or without prejudice to any other provisions in the contract)
within period specified in Schedule ‘F’ from the date of issue of letter of acceptance. This period
can be further extended by the Engineer-in-charge up to a maximum period as specified in
Schedule ‘F’ on written request of the contractor stating the reason for delays in procuring the
Bank Guarantee, to the satisfaction of the Engineer-in-Charge. This Guarantee shall be in the
form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan
in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the State
Bank of India in accordance with the form annexed hereto payable at Kolkata. In case a fixed
deposit receipt of any bank is furnished by the contractor to the organization as part of the
performance guarantee and the bank is unable to make payment against the said fixed deposit
receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith on
demand furnish additional security to the organization to make good the deficit.
ii) The performance Guarantee shall be initially valid up to the stipulated date of completion plus 60
days beyond that. In case the time of completion of work gets enlarged, the contractor shall get
the validity of Performance Guarantee extended to cover such enlarged time for completion of
work. After recording of the completion certificate for the work by the competent authority, the
performance guarantee shall be returned to the contractor, without any interest.
iii) The organization shall not make a claim under the Performance guarantee except for amounts to
which the organization is entitled under the contract (notwithstanding and/or without prejudice to
any other provisions in the contract agreement) in the event of:
(a) Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the organization may claim the full amount of the Performance
Guarantee.
(b) Failure by the contractor to pay to the Organization any amount due, either as agreed by the
contractor or determined under any of the clauses/conditions of the agreement, within 30 days
of the service of notice to this effect by engineer-in-Charge.
iv) In the event of the contract being determined or rescinded under provision of any of the
clause/condition of the agreement, the performance guarantee shall stand forfeited in full and
shall be absolutely at the disposal of the Organization.
39
Clause – 1 A
Recovery of Security Deposit: - The person/persons whose tender(s) may be accepted (hereinafter called the
contractor) shall permit Organization at the time of making any payment to him for work done under the
contract to deduct a sum at the rate of 5% of the gross amount of each running bill and final bill for ARM
Works only till the sum will amount to security deposit @ 5% of the tendered value of the work. Such
deductions will be made and held by ESIC by way of Security Deposit unless he/ they has/have deposited the
amount of Security at the rate mentioned above or in the form of Demand draft / Pay Order / Banker Cheque /
FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of
any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto. In case a fixed
deposit receipt of any Bank is furnished by the contractor to the ESIC as part of the security deposit and the
Bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the
contractor and the contractor shall forthwith on demand furnish additional security to the ESIC to make good
the deficit.
All compensations or the other sums of money payable by the contractor under the terms of this contract may
be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising
there from, or from any sums which may be due to or may become due to the contractor by Organization on
any account whatsoever and in the event of his Security Deposit being reduced by reason of any such
deductions or sale as aforesaid, the contractor shall within 10 days make good in form of Demand draft / Pay
Order / Banker Cheque or fixed deposit receipt tendered by the State Bank of India or by Scheduled Bank
endorsed in favor of the Organization, any sum or sums which may have been deducted from, or raised by
sale of his security deposit or any part thereof. The security deposit shall be collected from the running bills of
the contractor at the rates mentioned above and the Earnest money if deposited in cash at the time of tenders
will be treated a part of the Security Deposit.
Note – 1: Government papers tendered as security will be taken at 5% (five percent) below its market price or at
its face value, whichever is less. The market price of Government paper would be ascertained by the Engineer
–in-charge at the time of collection of interest and the amount of interest to the extent of deficiency in value of
the Government paper will be withheld if necessary.
Note – 2: Government Securities will include all forms of Securities mentioned in rule No. 274 of the
G.F Rules except fidelity bond. This will be subject to the observance of the condition mentioned under the
rule against each form of security.
Note - 3: Note 1 & 2 above shall be applicable for both clause 1 & 1 A
Clause -2
Compensation for Delay:- If the contractor fails to maintain the required progress in terms of clause 5 or to
complete the work and clear the site on or before the contract or extended date of completion, he shall without
prejudice to any other right or remedy available under the law to the Organization on account of such breach,
pay as agreed compensation the amount calculated at the rate of 2.5% (Two decimal five percent) per week as
the Competent authority of ESIC (whose decision in writing shall be final and binding ) may decide on the
amount of tendered value of the work for every completed month (as applicable) that the progress remains
below that specified in Clause 5 or that the work remains in-complete. This will also apply to items or group
of items for which a separate period of completion has been specified.
Provided always that the total amount of compensation for delay to be paid under this Condition shall not
exceed 10% of the Tendered Value of work
40
The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this
or any other contract with the Organization. In case, the contractor does not achieve a particular milestone
mentioned in Schedule ‘F’, or the re-scheduled milestone (s) in terms of clause 5.4, the amount shown against
that milestone shall be withheld to be adjusted against the compensation levied at the final grant of Extension
of Time. Withholding of this amount on failure to achieve a milestone shall be automatic, without any notice to
the contractor. However, if the contractor catches up with the progress of the work, on the subsequent milestone
(s), with the held amount shall be released. In case the contractor fails to make up for the delay in subsequent
milestone (s), amount mentioned against each milestone missed subsequently also shall be withheld. However,
no interest, whatsoever, shall be payable on such withheld amount.
Clause – 3
When Contract can be determined: - Subject to other provisions contained in this clause the AC & RD
may, without prejudice to his any other rights or remedy against the contractor in respect of any delay,
inferior workmanship, any claims for damages and/ or any other provisions of this contract or otherwise, and
whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract
in any of the following cases:
i) If the contractor having been given by the AC & RD a notice in writing to rectify, reconstruct or replace
any defective work or that the work is being performed in an inefficient or otherwise improper or un-
workman like manner shall omit to comply with the requirement of such notice for a period of seven
days thereafter.
ii) If the contractor has, without reasonable cause, suspended the progress of the work or has failed to
proceed with the work with due diligence and continues to do so after a notice in writing of seven days
from the AC & RD.
iii) If the contractor fails to complete the work or section of work with individual date of completion on or
before the stipulated or justified extended date, on or before such date of completion; and the AC & RD
without any prejudice to any other right or remedy under any other provision in the contract has given
further reasonable time in a notice given in writing in that behalf as either mutually agreed or in absence
of such mutual agreement by his own assessment making such time essence of contract and in the
opinion of AC & RD the contractor will be unable to complete the same or does not complete the same
within the period specified.
iv) If the contractor persistently neglects to carry out his obligations under the contract and/ or commits
default in complying with any of the terms and conditions of the contract and does not remedy it or take
effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the
AC & RD.
v) If the contractor shall offer or give or agree to give to any person in Government service or to any other
person on his behalf any gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of
this or any other contract for Government.
vi) If the contractor shall enter into a contract with Government in connection with which commission has
been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such
commission and the terms of payment thereof have been previously disclosed in writing to the AC &
RD.
vii) If the contractor had secured the contract with Government as a result of wrong tendering or other non-
bonafide methods of competitive tendering or commits breach of Integrity Agreement.
viii) If the contractor being an individual, or if a firm, any partner thereof shall at any time be adjudged
insolvent or have a receiving order or order for administration of his estate made against him or shall
take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose
of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any
conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or
purport so to do, or if any application be made under any Insolvency Act for the time being in force for
the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors.
ix) If the contractor being a company shall pass a resolution or the court shall make an order that the
company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if
circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.
41
x) If the contractor shall suffer an execution being levied on his goods and allow it to be continued for a
period of 21 days.
xi) If the contractor assigns, (excluding part(s) of work assigned to other agency(s) by the contractor as per
terms of contract), transfers, sublets (engagement of labour on a piece-work basis or of labour with
materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts
with or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion
thereof without the prior written approval of the AC & RD. When the contractor has made himself liable for action under any of the cases aforesaid, the AC & RD,
ESIC shall have powers:
a) To determine the contract as aforesaid so far as performance of work by the Contractor is
concerned (of which determination notice in writing to the contractor under the hand of the
Engineer-in-Charge shall be conclusive evidence). Upon such determination, the Earnest Money
Deposit Security Deposit already recovered and Performance Guarantee under the contract shall be
liable to be forfeited and shall be absolutely at the disposal of the government.
b) After giving notice to the contractor to measure up the work of the contractor and to take such
whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to
another contractor to complete the work. The contractor, whose contract is determined as above,
shall not be allowed to participate in the tendering process for the balance work.
In the event of above courses being adopted by the AC& RD, the contractor shall have no claim to
compensation for any loss sustained by him by reasons of his having purchased or procured any materials or
entered into any engagements or made any advances on account or with a view to the execution of the work
or the performance of the contract. And in case action is taken under any of the provision aforesaid the
contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under
this contract unless and until the Engineer –in-Charge has certified in writing the performance of such work
and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.
Clause – 3A
In case, the work cannot be started due to reasons not within the control of the contractor within 1/8th of the stipulated time of completion of the work or one month whichever is more, either party may close the contract by giving notice to the other party stating reasons. In such eventuality, the Earnest Money Deposit and the Performance Guarantee of the Contractor shall be refunded, but no payment on account of interest, loss of profit or damages etc. shall be payable at all.
Clause – 4
Contractor liable to pay compensation even if action not taken under clause 3 :- In any case in which any
of the powers conferred upon the AC & RD by Clause – 3 thereof, shall have become exercisable and the
same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof
and such powers shall notwithstanding be exercisable in the event of any future case of default by the
contractor and the liability of the contractor for compensation shall remain unaffected. In the event of the AC
& RD putting in force all or any of the powers vested in him under the preceding clause he may, if he so
desires after giving a notice in writing to the contractor, take possession of (or at the sole discretion of the AC
& RD which shall be final and binding on the contractor) use as on hire (the amount of the hire money being
also in the final determination of the AC & RD) all or any tools plant, materials and stores, in or upon the
works, or the site thereof belonging to the contractor, or procured by the contractor and intended to be used
for the execution of the work/or any part thereof, paying or allowing for the same in account at the contract
rates or, in the case of these not being applicable, at current market rates to be certified by the Engineer-in-
Charge whose certificate thereof shall be final, and binding on the contractor otherwise the AC & RD by
notice in writing may order the contractor or his clerk of the works, foreman or other authorized agent to
remove such tools, plant, materials or stores from the premises (within a time to be specified in such notice) in
the event of the contractor failing to comply with any such requisition, the AC & RD may remove them at the
contractor’s expense or sell them by auction or private sale on account of the contractor and his risk in all
respects and the certificate of the Engineer-in-Charge as to the expenses of any such removal and the amount
of the proceeds and expense of any such sale shall be final and conclusive against the contractor.
Clause – 5
Time and Extension for delay: - The time allowed for execution of the Works as specified in Schedule `F’
42
or the extended time in accordance with these conditions shall be the essence of the Contract. The execution
of the works shall commence from the time period as mentioned in letter of award after the date on which the
AC & RD issues written orders to commence the work or from the date of handing over of the site whichever
is later. If the contractor commits default in commencing the execution of the work as aforesaid Organization
shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money
absolutely.
5.1 As soon as possible after the contract is concluded the contractor shall submit a Time and Progress Chart
for each milestone and get it approved by the Engineer-in –charge. The chart shall be prepared in direct
relation to the time stated in the Contract documents for completion of items of works. It shall indicate the
forecast of the dates of commencement and completion of various trades of sections of the work and may be
amended as necessary by agreement between the AC & RD and the contractor within the limitations of time
imposed in the contract documents, and further to ensure good progress during the execution of the work, the
contractor shall in all cases in which the time allowed for any work exceeds one month (save for special jobs
for which a separate programme has been agreed upon) complete the work as per milestone given in schedule
‘F’.
5.2 If the work(s) be delayed by :-
i). Force majeure or ii). Abnormally bad weather, or iii). Serious loss or damage by fire or
iv). Civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or. v). Delay on the part of other contractors or tradesmen engaged by AC & RD in executing work
not forming part of the contract or. vi). Any other cause which, in the absolute discretion of the authority mentioned in
schedule `F’ is beyond the contractor’s control.
Then upon the happening of any such event causing delay, the contractor shall
immediately give notice thereof in writing to the AC & RD but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the AC & RD Sto proceed with
the works.
5.3 Request for rescheduling of milestones and extension of time, to be eligible for
consideration, shall be made by the Contractor in writing within fourteen days of the
happening of the event causing delay on the prescribed form. The contractor may also, if
practicable, indicate in such a request the period for which extension is desired.
5.4 In any such case the Competent Authority of the ESIC may give a fair and reasonable extension of time and reschedule the milestones for completion of work. Such extension shall be
communicated to the contractor by the AC & RD of the ESIC in writing, within 3 months of the date
of receipt of such request. Non-application by the contractor for extension of time shall not be a bar
for giving a fair and reasonable extension by the AC & RD and this shall be binding on the contractor.
43
Clause – 6
Measurements of Work Done :- Engineer- in- Charge shall, except as otherwise provided, ascertain and
determine by measurement the value of work done in accordance with the contract.
All measurements of all items having financial value shall be entered in Measurement Book and/ or level field
book so that a complete record is obtained of all works performed under the contract.
All measurements and levels shall be taken jointly by the Engineer- in- Charge or his authorized
representative and by the contractor or his authorized representative from time to time during the progress of
the work and such measurements shall be signed and dated by the Engineer- in-Charge or his authorized
representative and the contractor or his authorized representative in token of their acceptance. If the contractor
objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by the
concerned parties.
If for any reason the contractor or his authorized representative is not available and the work of recording
measurements is suspended by the Engineer- in- Charge or his representative, the Engineer- in- Charge and
the department shall not entertain any claim from contractor for any loss or damages on this account. If the
contractor or his authorized representative does not remain present at the time of such measurements after the
contractor or his authorized representative has been given a notice in writing three (3) days in advance or fails to
countersign or to record objection within a week from the date of the measurements, then such measurements
recorded in his absence by the Engineer- in- Charge or his representative shall be deemed to be accepted by
the Contractor.
The contractor shall, without extra charge, provide all assistance with every appliance, labour and other things
necessary for measurements and recording levels. Except where any general or detailed description of the work
expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in
the specifications notwithstanding any provision in the relevant
`Standard method of measurement or any general or local custom. In the case of items which are not covered
by specifications, measurements shall be taken in accordance with the relevant standard method of
measurement issued by the Bureau of Indian Standards and if for any item no such standard is available then a
mutually agreed method shall be followed.
The contractor shall give not less than seven days’ notice to the Engineer- in- Charge or his authorized
representative in charge of the work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and correct dimensions thereof be taken
before the same is covered up or placed beyond the reach of measurement and shall not cover up and place
beyond reach of measurement any work without consent in writing of the Engineer- in- Charge or his
authorized representative in charge of the work who shall within the aforesaid period of seven days inspect the
work, and if any work shall be covered up or placed beyond the reach of measurements without such notice
having been given or the Engineer- in- Charge’s consent being obtained in writing the same shall be
uncovered at the contractor’s expense, or in default thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-Charge or his authorized representative may cause either themselves or through another officer of
the department to check the measurements recorded jointly or otherwise as aforesaid and all provisions
stipulated herein above shall be applicable to such checking of measurements or levels.
It is also a term of this contract that recording of measurements of any item of work in the measurement book
and/ or its payment in the interim, on account of final bill shall not be considered as conclusive evidence as to
the sufficiency of any work or material to which it relates nor shall it relieve the contractor from liabilities
from any over measurement or defects noticed till completion of the defect liability period.
44
Clause – 7
Payment on intermediate certificate to be regarded as advances: -The interim or running account bills
shall be submitted by the contractor for the work executed on the basis of recorded measurements on the
format of the Organization in triplicate on or before the date of every month fixed for the same by the
Engineer-in-charge. The contractor shall not be entitled to be paid any such interim payment if the gross
work done together with net payment / adjustment of advances for material collected, if any, since the last
such payment is less than Rs. Five lakhs in which case the interim bill shall be prepared on the appointed
date of the month after the requisite progress is achieved. Engineer-in-charge shall arrange to have the bill
verified by taking or causing to be taken, where necessary, the requisite measurements of the work. In the
event of the failure of the contractor to submit the bills, Engineer-in-charge shall prepare or cause to be
prepared such bills in which event no claims whatsoever due to delays on payment including that of
interest shall be payable to the contractor. Payment on account of amount admissible shall be made by the
Engineer-in-charge certifying the sum to which the contractor is considered entitled by way of interim
payment at such rates as decided by the Engineer-in-Charge. All such interim payments shall be regarded
as payment by way of advances against final payment only and shall not preclude the requiring of bad,
unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-
erected. Any certificate given by the Engineer-in-charge relating to the work done or materials delivered
forming part of such payment, may be modified or corrected by any subsequent such certificate (s) or by
the final certificate and shall not by itself be conclusive evidence that any work or materials to which it
relates is/ are in accordance with the contract and specifications. Any such interim payment, or any part
thereof shall not in any respect conclude, determine or affect in any way powers of the Engineer-in-charge
under the contract or any of such payments be treated as final settlement and adjustment of accounts or in
any way vary or affect the contract.
Pending consideration of extension of date of completion interim payments shall continue to be made as
herein provided, without prejudice to the right of the department to take action under the terms of this
contract for delay in the completion of work, if the extension of date of completion is not granted by the
competent authority.
Clause – 8
Completion certificate and completion plans :- Within ten days of the completion of the work, the
contractor shall give notice of such completion to the Engineer-in-charge and within thirty days of the
receipt of such notice the Engineer-in-charge shall inspect the work and if there is no defect in the work
shall furnish the contractor with a final certificate of completion, otherwise a provisional certificate of
physical completion indicating defects (a) to be rectified by the contractor and/or(b) for which payment
will be made at reduced rates shall be issued. But no final certificate of completion shall be issued, nor
shall the work be considered to be complete until the contractor shall have removed from the premises on
which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitary
arrangements required for his/ their work people on the site in connection with the execution of the works
as shall have been erected or constructed by the contractor(s) and cleaned off the dirt from all wood work,
doors, windows, walls, floor or other parts of the building, in, upon, or about which the work is to be
executed or of which he may have had possession for the purpose of the execution thereof, and not until the
work shall have been measured by the Engineer-in-charge. If the contractor shall fail to comply with the
requirements of this clause as to removal of scaffolding, surplus materials and rubbish and all huts and
sanitary arrangements as aforesaid and cleaning of dirt on or before the date fixed for the completion of
work, the Engineer-in-Charge may at the expense of the contractor remove such scaffolding surplus
materials and rubbish etc. and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and
the contractor shall have no claim in respect of scaffolding or surplus materials as aforesaid except for any
sum actually realized by the sale thereof.
45
Clause 8A
Contractor to keep site clean: - The splashes and droppings from white washing, color washing, painting
etc. on walls, floor windows etc. shall be removed and the surface cleaned simultaneously with the
completion of these items of work in the individual rooms, quarters or premises etc where the work is done
without waiting for the actual completion of all the other items of work in the contract. In case the
contractor fails to comply with the requirements of this clause, the Engineer- in-charge shall have the right
to get this work done at the cost of the contractor either departmentally or through any other agency.
Before taking such action, the Engineer-in-charge shall give ten days’ notice in writing to the contractor.
Clause 8 B
Completion plans to be submitted by the Contractor: - The contractor shall submit five sets of
completion plans within thirty days of the completion of the work along with soft copy.
In case, the contractor fails to submit the completion plan as aforesaid, he shall be liable to pay a sum
equivalent to 2.5% of the value of the work subject to ceiling of Rs. 1,00,000/- (Rupees One Lakhs Only)
as may be fixed by AC & RD , ESIC concerned and in this respect the decision of the AC & RD, ESIC
shall be final and binding on the contractor.
Clause 9
Payment of final bill: - The final bill shall be submitted by the contractor in the same manner as specified
in interim bills within three months of physical completion of the work or within one month of the date of
the final certificate of completion furnished by the Engineer-in-charge whichever is earlier. The contractor
shall make no further claims after submission of the final bill and these shall be deemed to have been
waived and extinguished. Payments of those items of the bill in respect of which there is no dispute and of
items in dispute, for quantities and rates as approved by ESIC, will as far as possible be made within six
months from the date of receipt of the bill by the ESIC or his authorized representative.
Clause 10A
Materials to be provided by the contractor: - The contractor shall at his own cost provide all materials
required for the works. The contractor shall, at his own expense and without delay, supply to Engineer-in-
charge samples of materials to be used on the work and shall get these approved in advance. All such
materials to be provided by the contractor shall be in conformity with the specifications laid down or
referred to in the contract. The contractor shall, if requested by the Engineer-in-charge furnish proof, to the
satisfaction of the Engineer-in-charge that the materials so comply. The Engineer-in-charge shall within
five days of supply of samples or within five days of the receipt of test result intimate to the contractor in
writing whether samples are approved by him or not. If samples are not approved the contractor shall
forthwith arrange to supply to the Engineer-in-Charge for his approval fresh samples complying with the
specifications laid down in the contract. When materials are required to be tested in accordance with
specification, approval of the Engineer-in-charge shall be issued after the test results are received.
The contractor shall at his risk and cost submit the samples of materials to be tested or analyzed and shall
not make use of or incorporate in the work any materials represented by the samples until the required tests
or analysis have been made and materials finally accepted by the Engineer- in-charge. The contractor shall
not be eligible for any claim or compensation either arising out of any delay in the work or due to any
corrective measures required to be taken on account of and as a result of testing of materials.
46
The contractor shall at his risk and cost make all arrangements and shall provide all facilities as the
Engineer-in-charge may require for collecting, and preparing the required number of samples for such tests
at such time and to such place or places as may be directed by the Engineer-in- charge and bear all charges
and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications.
The Engineer-in-Charge or his authorized representative and Architect shall at all times have access to the
work and to all such workshops and places where work is being prepared or from where materials
manufactured articles, or machinery are being obtained for the works and the contractor shall afford every
facility and every assistance in obtaining the right to such access.
The Engineer-in-charge shall have full powers to require the removal from the premises of all materials
which in his opinion are not in accordance with the specifications and in case of default the Engineer-in-
charge shall be at liberty to employ at the expense of the contractor, other persons to remove the same
without being answerable or accountable for any loss or damage that may happen or arise to such
materials. The Engineer-in-charge shall also have full powers to require other proper materials to be
substitute thereof and in case of default the Engineer-in-Charge may cause the same to be supplied and all
costs which may attend such removal and substitution shall be borne by the contractor.
Clause 10 B
Secured Advance on Non-perishable Materials: -
The contractor, on signing an indenture in the form to be specified by the Engineer-in-charge shall be
entitled to be paid during the progress of the execution of the work upto 75% of the assessed value of any
materials which are in the opinion of the Engineer-in-charge nonperishable, non- fragile and
noncombustible and are in accordance with the contract and which have been brought on the site in
connection therewith and are adequately stored and/ or protected against damage by weather or other
causes but which have not at the time of advance been incorporated in the works. When materials on
account of which an advance has been made under this sub-clause are incorporated in the work the amount
of such advance shall be recovered/ deducted from the next payment made under any of the clause or
clauses of this contract.
Such secured advance shall also be payable on other items of perishable nature, fragile and combustible
with the approval of the Engineer-in-charge provided the contractor provides a comprehensive insurance
cover for the full cost of such materials. The decision of the Engineer- in-charge shall be final and binding
on the contractor in this matter. No secured advance, shall however, be paid on high-risk materials such as
ordinary glass, sand, petrol, diesel etc.
Clause – 10C: -
Payment on account of increase in prices / wages due to statutory order(s)
If after submission of the tender, the wages of labour increases as a direct result of the coming into force of
any fresh law, or statutory rule or order and such increase in wages prevailing at the time of the last
stipulated date for receipt of the tenders including extensions if any for the work, and the contractor
thereupon necessarily and properly pays such increased wages then the amount of the contract shall
accordingly be varied and provided further that any such increase shall not be payable if such increase has
become operative after the stipulated date of completion of the work in question.
If after submission of the tender, wages of labour is decreased as a direct result of the coming into force of
any fresh law statutory rules or order and such decrease in the wages prevailing at the time of receipt of the
tender for the work, Organization shall in respect of labour engaged on the execution of the work after the
date of coming into force of such law statutory rule or order be entitled to deduct from the dues of the
contractor, such amount as shall be equivalent to the difference between the wages as prevailed at the
time of the last stipulated date for receipt of
47
tenders including extensions if any for the work and the wages of labour on the coming into force of such
law, statutory rule or order.
The contractor shall, for the purpose of this condition, keep such books of account and other documents as
are necessary to show the amount of any increase claimed or reduction available and shall allow inspection
of the same by a duly authorized representative of the Government, and further shall, at the request to the
Engineer-in-charge may require any documents so kept and such other information as the Engineer-in-
charge may require.
The contractor shall, within a reasonable time of his becoming aware of any alteration in the wages of labour,
give notice thereof to the Engineer-in-charge stating that the same is given pursuant to this condition
together with all information relating thereto which he may be in position to supply.
Clause - 10D
Dismantled material Organization Property: - The contractor shall treat all materials obtained during
dismantling of a structure, excavation of the site for a work, etc as ESIC’s property and such materials shall
be disposed off to the best advantage of ESIC according to the instructions in writing issued by the Engineer-
in-Charge.(except lift material for which salvage value has been given in Price bid)
Clause – 11
Work to be executed in accordance with specifications, drawings, orders etc.: - The contractor shall
execute the whole and every part of the work in the most substantial and workmanlike manner both as
regards materials and otherwise in every respect in strict accordance with CPWD Specifications for
Electrical works Part-I, 2005, Part-II for External Electrical works and Part –III Lifts & Escalators 2003
with upto date correction slips. The contractor shall also conform exactly, fully and faithfully to the design,
drawings and instructions in writing in respect of the work signed by the Engineer-in-charge and the
contractor shall be furnished free of charge one copy of the contract documents together with
specifications, designs, drawings and instructions as are not included in the standard specifications of
Central Public Works Department specified in schedule `F’ or in any Bureau of Indian Standard or any
other, published standard or code or, Schedule of Rates or any other printed publication referred to
elsewhere in the contract.
The contractor shall comply with the provisions of the contract and with the care and diligence execute
and maintain the works and provide all labour and materials, tools and plants including for measurements
and supervision of all works structural plans and other things of temporary or permanent nature required
for such execution and maintenance in so far as the necessity for providing these, is specified or is
reasonably inferred from the contract. The contractor shall take full responsibility for adequacy, suitability
and safety of all the works and methods of construction.
Clause 12 :
Deviations/Variations Extent and Pricing: - The AC & RD shall have power (i) to make alteration in,
omissions from, additions to, or substitutions for the original specifications, drawings, designs and
instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to
omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the
contractor shall be bound to carry out the works in accordance with any instructions given to him in
writing signed by the AC & RD and such alterations, omissions, additions or substitutions shall form part
of the contract as if originally provided therein and any altered, additional or substituted work which the
contractor may be directed to do in the manner specified above as part of the works, shall be carried out by
the contractor on the same conditions in all respects including price on which he agreed to do the main work
except as hereafter provided.
48
12.1 The time for completion of the works shall, in the event of any deviations resulting in
additional cost over the tendered value sum being ordered, be extended, if requested by the
contractor, as follows –
i) In the proportion which the additional cost of the altered, additional or substituted work, bears to
the original tendered value plus.
ii) 25% of the time calculated in (i) above or such further additional time as may be considered
reasonable by the Engineer-in-charge.
12.2 In the case of extra item(s) being the schedule items (Delhi Schedule of Rates items), these shall be
paid as per schedule rate plus cost index (if applicable as mentioned in schedule -
F) plus/minus percentage above/below quoted contract amount.
In Case the Item is not available in DSR the same will be paid from state (WB) PWD rate plus/minus
percentage above/below quoted contract amount. In Case also the item is not available in DSR/PWD the
same will be considered from GEM rate.
Payment of extra items in case of non-schedule items (Non-DSR/Non PWD/Non GEM items) shall
be made as per the prevailing market rate.
In the case of Substitute Item(s) being the schedule items (Delhi Schedule of Rates items), these
shall be paid as per the schedule rate plus cost index (at the time of tender) plus/minus percentage
above/ below quoted contract amount. Payment of Substitute in case of non- schedule items (Non-
DSR items) shall be made as per the prevailing market rate.
In the case of contract items, which exceed the limits laid down in schedule F, the contractor shall be
paid rates at Agreement rate / Market rate whichever is lower.
12.3 The contractor shall send to the ESIC once every three months an upto date account giving complete
details of all claims for additional payments to which the contractor may consider himself entitled
and of all additional work ordered by the Engineer-in-Charge which he has executed during the
preceding quarter failing which the contractor shall be deemed to have waived his right. However,
the COMPETANT AUTHORITY may authorize consideration of such claims on merits.
12.4 Any operation incidental to or necessarily has to be in contemplation of tenderer while filling tender,
or necessary for proper execution of the item included in the Schedule of quantities or in the
schedule of rates mentioned above, whether or not, specifically indicated in the description of the
item and the relevant specifications, shall be deemed to be included in the rates quoted by the
tenderer or the rate given in the said schedule of rates, as the case may be. Nothing extra shall be
admissible for such operations.
Clause 13
Foreclosure of Contract due to Abandonment or Reduction in Scope of Work: -
If at any time after acceptance of the tender or during the progress of work, the purpose or object for which
the work is being done changes due to any supervening cause and as a result of which the work has to be
abandoned or reduced in scope the ESIC shall give notice in writing to that effect to the contractor stating
the decision as well as the cause for such decision and the contractor shall act accordingly in the matter.
The contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account
of any profit or advantage which he might have derived from the execution of the works in full but which
he did not derive in consequence of the foreclosure of the whole or part of the works.
The contractor shall be paid at contract rates full amount for works executed at site and in addition, a
reasonable amount as certified by the Engineer-in-charge for the items hereunder mentioned which could
not be utilized on the work to the full extent in view of the foreclosure:-
i) Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporary labour
huts, staff quarters and site office; storage accommodation and water storage tanks.
ii) ESIC shall have the option to take over contractor’s materials or any part thereof either brought to site
or of which the contractor is legally bound to accept delivery from suppliers (for incorporation in or
incidental to the work) provided, however ESIC shall be bound to take over the materials or such
portions thereof as the contractor does not desire to retain. For materials taken over or to be taken over
by ESIC, cost of such materials as detailed by ESIC shall be paid. The cost shall, however, take into
account purchase price, cost of transportation and
49
deterioration or damage which may have been caused to materials whilst in the custody of the
contractor.
iii) If any materials supplied by ESIC are rendered surplus, the same except normal wastage shall be
returned by the contractor to ESIC at rates not exceeding those at which these were originally issued,
less allowance for any deterioration or damage which may have been caused whilst the materials
were in the custody of the contractor. In addition, cost of transporting such materials from site to
ESIC stores, if so required by ESIC, shall be paid.
iv) Reasonable compensation for transfer of T & P from site to contractor’s permanent stores or to his
other works, whichever is less. If T & P are not transported to either of the said places, no cost of
transportation shall be payable.
v) Reasonable compensation for repatriation of contractor’s site staff and imported labour to the extent
necessary.
The contractor shall, if required by the Engineer- in-Charge, furnish to him, books of account, wage books,
time sheets and other relevant documents and evidence as may be necessary to enable him to certify the
reasonable amount payable under this condition.
The reasonable amount of items on (i), (iv) and (v) above shall not be in excess of 2% of the cost of the
work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as per accepted
tender less the cost of work actually executed under the contract and less the cost of contractor’s materials
at site taken over by the Government as per item (ii) above. Provided always that against any payments
due to the contractor on this account or otherwise, the Engineer-in-Charge shall be entitled to recover or be
credited with any outstanding balances due from the contractor for advance paid in respect of any tool,
plants and materials and any other sums which at the date of termination were recoverable by the
Government from the contractor under the terms of the contract.
Clause – 14
If contractor:
i) At any time makes default during currency of work or does not execute any part of the work with
due diligence and continues to do so even after a notice in writing of 7 working days in this
respect from the ESIC; or
ii) Commits default in complying with any of the terms and conditions of the contract and does not
remedy it or takes effective steps to remedy it within 7 working days even after a notice in writing
is given in that behalf by the ESIC; or
Fails to complete the work(s) or items of work with individual dates of completion, on or before
the date(s) so determined, and does not complete them within the period specified in the notice
given in writing in that behalf by the ESIC.
The AC & RD shall on such cancellation by the Accepting Authority have powers to :
a) take possession of the site and any materials, constructional plant, implements, stores etc.,
thereon; and/or
b) carry out the incomplete work by any means at the risk and cost of the contractor.
On cancellation of the contract in full or in part, the AC & RD shall determine the amount, if any, is
recoverable from the contractor for completion of the works or part of the works or in case the works or
part of the works is not to be completed, the loss or damage suffered by ESIC. In determining the amount,
credit shall be given to the contractor for the value of the work executed by him upto to time of
cancellation, the value of contractor’s materials taken over and incorporated in the work and use of plant
and machinery belonging to the contractor.
Any excess expenditure incurred or to be incurred by ESIC in completing the works or part of the works or
the excess loss or damages suffered or may be suffered by ESIC as aforesaid after allowing such credit
shall without prejudice to any other right or remedy available to ESIC in law be recovered from any
moneys due to the contractor on any account, and if such moneys are not
50
sufficient the contractor shall be called upon in writing and shall be liable to pay the same within 30 days.
If the contractor shall fail to pay the required sum within the aforesaid period of 30 days the AC & RD
shall have the right to sell any or all of the contractor’s unused materials, constructional plant, implements,
temporary buildings, etc and apply the proceeds of sale thereof towards the satisfaction of any sums due
from the contractor under the contract and if thereafter there be any balance outstanding from the
contractor, it shall be recovered in accordance with the provisions of the contract.
Any sums in excess of the amounts due to the ESIC and unsold materials, constructional plant, etc. shall
be returned to the contractor, provided always that if cost or anticipated cost of completion by ESIC of the
works or part of the works is less than the amount which the contractor would have been paid had he
completed the works or part of the works, such benefit shall not accrue to the contractor.
Clause - 15
Suspension of work
i) The contractor shall, on receipt of the order in writing of the AC & RD, (whose decision shall be final
and binding on the contractor) suspend the progress of the works or any part thereof for such time and in
such manner as the AC & RD may consider necessary so as not to cause any damage or injury to the work
already done or endanger the safety thereof for any of the following reasons:
a) On account of any default on the part of the contractor or
b) for proper execution of the works or part thereof for reasons other than the default of the
contractor or
c) for safety of the works or part thereof
The contractor shall, during such suspension, properly protect and secure the works to the extent necessary
and carry out the instructions given in that behalf by the AC & RD.
ii) If the suspension is ordered for reasons (b) and (c) in sub-para (I) above:
a) The contractor shall be entitled to an extension of time equal to the period of every such
suspension PLUS 25% for completion of the item or group of items of work for which a separate
period of completion is specified in the contract and of which the suspended work forms a part and:
b) If the total period of all such suspensions in respect of an item or group of items or work for which
a separate period of completion is specified in the contract exceeds thirty days, the contractor
shall, in addition, be entitled to such compensation as the AC & RD may consider reasonable in
respect of salaries and/ or wages paid by the contractor to his employees and labour at site,
remaining idle during the period of suspension, adding thereto 2% to cover indirect expenses of
the contractor. Provided the contractor submits his claim supported by details to the AC& RD
within fifteen days of the expiry of the period of 30 days.
iii). If the works or part thereof is suspended on the orders of the AC & RD for more than three months at a
time, except when suspension is ordered for reason (a) in sub-para (I) above, the contractor may after
receipt of such order serve a written notice on the AC & RD requiring permission within fifteen days from
receipt by the AC & RD of the said notice, to proceed with the work or part thereof in regard to which
progress has been suspended and if such permission is not granted within that time, the contractor, if he
intends to treat the suspension, where it affects only a part of the works as an omission of such part by the
ESIC or where it affects whole of the works, as an abandonment of the works by the ESIC, shall within ten
days of expiry of such period of 15 days give notice in writing of his intention to the AC & RD. In the
event of the contractor treating the suspension as an abandonment of the contract by the ESIC, he shall have
no claim to payment of any compensation on account of any profit or advantage which he might have
derived from the execution of the work in full but which he could not derive in consequence of the
abandonment. He shall, however, be entitled to such compensation, as the AC & RD may consider
reasonable, in respect of salaries and/ or wages paid by him to his employees and labour at site, remaining
51
idle in consequence adding to the total thereof 2% to cover indirect expenses of the contractor provided the
contractor submits his claim supported by details to the AC & RD within 30 days of the expiry of the
period of 3 months.
52
Clause 16
Action in case work not done as per specifications: - All works under or in course of execution or
executed in pursuance of the contract shall at all times be open and accessible to the inspection and
supervision of the AC & RD, his authorized subordinates in charge of the work / architect and all the
superior officers of the ESIC and the Chief Technical examiner’s office, and the contractor shall, at all
times, during the usual working hours and at all other times at which reasonable notice of the visit of such
officers has been given to the contractor, either himself be present to receive orders and instructions or
have a responsible agent duly accredited in writing, present for that purpose. Orders given to the
contractor’s agent shall be considered to have the same force as if they had been given to the contractor
himself. If it shall appear to the Engineer-in-charge or his authorized subordinates in charge of the work or
to the Architect or the Chief Technical Examiner or his subordinate officers, that any work has been
executed with unsound, imperfect or unskillful workmanship, or with materials or articles provided by him
for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not
in accordance with the contract the contractor shall, on demand in writing which shall be made within six
months of the completion of the work from the Engineer-in-charge specifying the work, materials or
articles complained of notwithstanding that the same may have been passed, certified and paid for
forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may
require or as the case may be, remove the materials or articles so specified and provide other proper and
suitable materials or articles at his own charge and cost. In the event of the failing to do so within a period
specified by the Engineer-in-charge in his demand aforesaid, then the contractor shall be liable to pay
compensation at the same rate as under clause 2 of the contract (for non-completion of the work in time)
for this default.
In such case the Engineer-in-charge may not accept the item of work at the rates applicable under the
contract but may accept such items at reduced rates as the AC & RD may consider reasonable during the
preparation of on account bills or final bill if the item is so acceptable without detriment to the safety and
utility of the item and the structure or he may reject the work outright without any payment and/ or get it
and other connected and incidental items rectified, or removed and re- executed at the risk and cost of the
contractor. Decision of the AC & RD to be conveyed in writing in respect of the same will be final and
binding on the contractor.
Clause – 17
Contractor Liable for damages, defects during maintenance period: - If the contractor or his working
people or servants shall break, deface, injure or destroy any part of building in which they may be working,
or any building, road, road curb, fence, enclosure, water pipe, cables, drains, electric or telephone post or
wires, trees, grass or grassland, or cultivated ground contiguous to the premises on which the work or any
part is being executed, or if any damage shall happen to the work while in progress, from any cause
whatever of if any defect, shrinkage or other faults appear in the work within twelve months (6 months in
the case of any work other than road work costing Rs.1,00,000/- and below) after a certificate final or
otherwise its completion shall have been given by the AC & RD as aforesaid arising out of defect or
improper materials or workmanship the contractor shall upon receipt of a notice in writing on that behalf
make the same good by other workmen and deduct the expense from any sums that may be due or at any
time thereafter may become due to the contractor, or from his security deposit or the proceeds of sale
thereof or of a sufficient portion thereof. The security deposit of the contractor shall not be refunded
before the expiry of twelve months after the issue of the certificate final or otherwise, of completion of
work, or till the final bill has been prepared and passed whichever is later.
Clause 18
Contractor to Supply Tools & Plants etc.: - The contractor shall provide at his own cost all materials,
plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and temporary works required
for the proper execution of the work, whether original, altered or substituted and whether included in the
specification or other documents forming part of the contract or referred to in these conditions or not, or
which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-
in-charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is
entitled to require together with carriage thereof to and from the work. The contractor shall also supply
without charge the requisite number of persons with the means and materials, necessary for the purpose of
setting out works, and counting, weighing and assisting the measurement for examination at any time and
53
from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-
in-charge at the expense of the contractor and the expenses may be deducted, from any money due to the
contractor, under this contract or otherwise and/or from his security deposit or the proceeds of sale thereof,
or of a sufficient portion thereof.
Clause 18A
Recovery of compensation paid to workman: - In every case in which by virtue of the provisions sub-
section (1) of section 12, of the Workmen’s Compensation Act, 1923, ESIC is obliged to pay
compensation to a workman employed by the contractor, in execution of the works, ESIC will recover
from the contractor for the amount of the compensation so paid ; and, without prejudice to the rights of the
ESIC under sub-section (2) of Section 12, of the said Act, ESIC shall be at liberty to recover such amount
or any part thereof by deducting it from the security deposit or from any sum due by ESIC to the contractor
whether under this contract or otherwise. ESIC shall not be bound to contest any claim made against it
under sub-section
(1) Section 12, of the said Act, except on the written request of the contractor and upon his giving to ESIC
full security for all costs for which ESIC might become liable in consequence of contesting such claim.
Clause 18 B
Ensuring Payment and Amenities to Workers if Contractor fails: - In every case in which by virtue of
the provisions of the Contract Labour (Regulation and Abolition) Act, 1970 and of the Contract Labour
(Regulation and Abolition) Central Rules, 1971, ESIC is obliged to pay any amounts of wages to a
workman employed by the contractor in execution of the works, or to incur any expenditure in providing
welfare and health amenities required to be provided under the above said Act the Rules framed by ESIC
from time to time for the protection of health and sanitary arrangements for workers employed by ESIC
Contractors, ESIC will recover from the contractor the amount of wages so paid or the amount of
expenditure so incurred, and without prejudice to the rights of the ESIC under sub-section (2) of Section 20
and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition) Act, 1970, ESIC shall
be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from
any sum due by ESIC to the contractor whether under this contract or otherwise ESIC shall not be bound to
contest any claim made against it under sub-section (1) of Section 20, sub-section (4) of Section 21, of the
said Act, except on the written request of the contractor and upon his giving to the ESIC full security for all
costs for which ESIC might become liable in contesting such claim.
Clause 19
Labour Laws to be complied by the Contractor: - The contractor shall obtain a valid license under the
Contract Labour (R & A) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules
1971, before the commencement of the work, and continue to have a valid license
54
until the completion of the work. The contractor shall also abide by the Provisions of Child Labour
(prohibition and Regulation) Act, 1986.
The contractor shall also comply with the provisions of the building and other construction workers
(Regulation of Employment & Conditions of Service) Act, 1996 and the building and other Construction
Welfare Cess Act, 1996. The Contractor shall also abide the provisions of Contract Labour (Regulations
and Abolition) Act 1970 and the Contract Labour Regulation & Abolition Central Rules 1971.
Any failure to fulfil this requirement shall attract the penal provisions of this contract arising out of the
resultant non-execution of the work. The Contractor shall also abide by the provisions of child labour
(Prohibition and Regulations) Act, 1986.
CLAUSE 20: Minimum Wages Act to be complied with:
The Contractor shall comply with all the provision of the Minimum Wages Act, 1948, amended
from time to time and rules framed thereunder and other labour laws affecting contract labour that
may be brought from time to time.
CLAUSE 21: Work not to be sublet. Action in case of insolvency
The Contract shall not be assigned or sublet without the written approval of the AC & RD. And if the
contractor shall assign or sublet his contract, or attempt to do so or become insolvent or commence
any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any
bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either directly
or indirectly be given, promised or offered by the contractor, or any of his servants or agent to any
public officer or persons in the employ of ESIC in any way relating to his office or employment, or if
any such officer or person shall become in any way directly or indirectly interested in the contract,
the AC & RD,ESIC on behalf of the corporation Member of ESIC shall have power to adopt any of
the courses specified in Clause 3 hereof as he may deem best suited to the interest of the ESIC and in
the event of any of these courses being adopted the consequences specified in the said Clause 3 shall
ensure.
CLAUSE 22:
All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of the ESIC without reference to the actual loss or
damage sustained, and whether or not any damage shall have been sustained.
CLAUSE 23: Changes in firm’s constitution to be intimated
Where the Contractor is a partnership firm, the previous approval in writing, of the AC & RD shall be
obtained before any change is made in the constitution of the firm. Where the Contractor is an individual
or a Hindu undivided family business concern, such approval as aforesaid, shall likewise, be obtained
before the Contractors enters into any partnership agreement where under the partnership firm would have
the right to carry out the work hereby undertaken by the Contractor. If previous approval, aforesaid, is not
obtained,
the contract shall be deemed to have been assigned in contravention of Clause 21 hereof and the same
action may be taken and the same consequences shall ensue as provided in the said Clause 21.
55
CLAUSE 24: Directions for execution of works.
All works to be executed under the contract shall be executed under the direction and subject to the
approval of the AC & RD of the ESIC who shall be entitled to direct at what point or points and in what
manner they are to be commenced, and from time to time carried on.
CLAUSE 25: Settlement of Disputes & Arbitration
Except where otherwise provided in the contract all questions and all disputes relating to the meaning of
the specification, design, drawings and instructions here - in before mentioned and as to the quality of
workmanship or materials used on the work or as to any other question, claim, right, matter or thing
whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or
failure to execute the same whether arising during the progress of the work or after the cancellation,
termination, completion or abandonment thereof shall be referred for adjudication through arbitration
by a sole arbitrator appointed by the AC & RD of ESIC or if there be no AC & RD of the ESIC, the
administrative head of the said Organization. If the arbitrator so appointed is unable or unwilling to act
or resigns his appointment or vacates his office due to any reason whatsoever another sole arbitrator
shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference
from the stage at which it was left by his predecessor.
It is a term of this contract that the party invoking Arbitration shall give a list of disputes with amounts
claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving
reference to the rejection by the AC & RD of the ESIC of the appeal.
It is also a term of this contract that no person other than a person appointed by such AC & RD of the
ESIC or the administrative head as aforesaid should act as arbitrator and if for any reason that is not
possible, the matter shall not be referred to arbitration at all.
It is also a term of this contract that if the contractor does not make any demand for appointment of
arbitrator in respect of any claims in writing as aforesaid within 120 days of receiving the intimation
from the Engineer-in-Charge that the final bill is ready for payment, the claim of the contractor shall be
deemed to have been waived and absolutely barred and the ESIC shall be discharged and released of all
liabilities under the contract in respect of these claims.
The arbitration shall be conducted in accordance with the provisions of the Arbitration and conciliation
Act. 1996, (26 of 1996) or any statutory modifications or re-enactment thereof and the rules made
thereunder and for the time being in force shall apply to the arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred
to him by the appointing authority and give separate award against each dispute and claim referred to
him and, in all cases, where the total amount of the claims by any party exceeds Rs.1,00,000/- the
arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator these shall be paid equally by
both the parties.
It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on
the date he issues notice to both the parties calling them to submit their statement of claims and counter
statement of claims. The venue of the arbitration shall be such place as may be fixed by the Arbitrator
in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is
made and published, be paid half and half by each of the parties. The cost of the reference and of the
award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may
direct to any by whom and in what manner such costs or any part thereof shall be paid and fix or settle
the amount of costs to be so paid.
CLAUSE 26
56
Contractor to Indemnify ESIC against patent Rights
The Contractor shall fully indemnify and keep indemnified the Board of Governors of the ESIC against
any action, claim or proceeding relating to infringement or use of any patent or design or any alleged
patent or design rights and shall pay any royalties which may be payable in respect of any article or part
of thereof included in the Contract. In the event of any claims made under or action brought against ESIC
in respect of any such matter as aforesaid the Contractor shall be immediately notified thereof and the
Contractor shall be at liberty at his own expense, to settle any dispute or to conduct any litigation that
may arise
there from. Provided that the Contractor shall not be liable to indemnify the Board of Governors of the
ESIC if the infringement of the patent or design or any alleged patent or design right is the direct result
of an order passed by the Engineer in Charge in this behalf.
CLAUSE 27: Lump sum Provision in Tender
When the estimate on which a tender is made includes lump sum in respect of parts of the work, the
Contractor shall be entitled to payment in respect of the items of work involved or the part of the work
in question at the same rates, as are payable under this contract for such items, or if the part of the work
in question is not in the opinion of the Engineer-in-Charge payable of measurement, the Engineer-in-
Charge may at his discretion pay the lump sum amount entered in the estimate, and the certificate in
writing of the Engineer-in-Charge shall be final and conclusive against the Contractor with regard to
any sum payable to him under the provisions of the clause.
CLAUSE 28: Action Where no specifications are Specified.
In case of any class of work for which there is no such specifications as referred to in Clause 11, such
work shall be carried out in accordance with the Bureau of Indian Standard Specifications. In case there
is no such specifications in Bureau of Indian Standards, the work shall be carried out as per
manufacturer’s specifications, if not available then as per District Specifications. In case there are no
such specifications as required above, the work shall be carried out in all respects in accordance with the
instructions and requirements of the Engineer- in-Charge.
CLAUSE 29: With-holding and lien in respect of Sums due from Contractor
(i) Whenever any claim, for payment of a sum of money arises out of or under the contract or against
the contractor, the ESIC shall be entitled to withhold and also have a lien to retain such sum or sums in
whole or in part from the security, if any deposited by the contractor and for the purpose aforesaid, the
ESIC shall be entitled to withhold the security deposit, if any furnished as the case may be and also
have a lien over the same pending finalization or adjudication of any such claim. In the event of the
security being insufficient to cover the claimed amount or amounts or if no security has been taken from
the Contractor, the ESIC shall be entitled to withhold and have lien to retain to the extent of such
claimed amount or amounts referred to above, from any sum or sums found payable or which may at
any time thereafter become payable to the contractor under the same contract or any other contract with
the AC & RD pending finalization of adjudication of any such claim.
It is an agreed term of the contract that the sum of money or moneys so withheld or retained under the
lien referred to above by the ESIC will be kept withheld or retained as such by the ESIC till the claim
arising out of or under the contract is determined by the arbitrator (if the contract is governed by the
arbitration clause) by the competent court, as the case may be and
57
that the contractor will have no claim for interest or damages whatsoever on any account in respect of
such withholding or retention under the lien referred to above and duly notified as such to the
contractor. For the purpose of this clause where the contractor is a partnership firm or a limited
company, the ESIC shall be entitled to withhold and also have a lien to retain towards such claimed
amount or amounts in whole or in part from any sum found payable to any partner/ limited company as
the case may be, whether in his individual capacity or otherwise.
(ii) ESIC shall have the right to cause an audit and technical examination of the works and the final bills
of the contractor including all supporting vouchers, abstract etc. to be made after payment of the final
bill and if as a result of such audit and technical examination any sum is found to have been overpaid in
respect of any work done by the contractor under the contract or any work claimed to have been done
by him under the contract and found not to have been executed, the contractor shall be liable to refund
the amount of over-payment and it shall be lawful for ESIC to recover the same from him in the manner
prescribed in sub-clause (i) of this clause or in any other manner legally permissible and if it is found
that the contractor was paid less than what was due to him under the contract in respect of any work
executed by him under it, the amount of such under payment shall be duly paid by ESIC to the
contractor, without any interest thereon whatsoever.
Provided that the ESIC shall not be entitled to recover any sum overpaid, nor the contractor shall be
entitled to payment of any sum paid short where such payment has been agreed upon between the ESIC
on the one hand and the contractor on the other under any term of the contract permitting payment for
work after assessment by the Engineer-in-Charge.
CLAUSE 30: Lien in respect of claims in other Contracts
Any sum of money due and payable to the Contractor (including security deposit returnable to him)
under this contract may be withheld or retained by way of lien by the ESIC or any other contracting
person or persons through Engineer-in-Charge against any claim of the ESIC or such other person or
persons in respect of payment of a sum of money arising out of or under any other Contract made by the
Contractor with the ESIC or with such other person or persons.
It is an agreed term of the contract that the sum of money so withheld or retained under this clause by
the ESIC will be kept withheld or retained as such by the ESIC or till his claim arising out of the same
contract or any other contract is either mutually settled or determined by the arbitration clause or by the
competent court, as the case may be and that the contractor shall have no claim for interest or damages
whatsoever on this account or on any other ground in respect of any sum of money withheld or retained
under this clause and duly notified as such to the contractor.
CLAUSE 31: Water supply
Water supply shall be made available by Dept. at one point. This will be subject to the condition that the
water used by the contractor(s) shall be fit for construction purposes.
CLAUSE 32: Alternate water arrangement
The contractor shall be allowed to construct temporary wells in ESIC land for taking water for
construction purposes only after he has got permission of the Engineer-in-Charge in writing. No charges
shall be recovered from the contractor on this account, but the contractor shall be required to provide
necessary safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service
lines. He shall be responsible for any accidents or damage caused due to construction and subsequent
maintenance of the wells and shall restore the ground to its original condition after the wells are
dismantled on completion of the work.
CLAUSE 33: Return of Surplus materials
Notwithstanding anything contained to the contrary in this contract, where any materials for the
execution of the contract are procured with the assistance of ESIC either by issue from ESIC stocks or
purchase made under orders or permits or licenses issued by ESIC the contractor
58
shall hold the said materials economically and solely for the purpose of the contract and not dispose of
them without the written permission of the ESIC and return, if required by the Engineer-in-Charge, all
surplus or unserviceable materials that may be left with him after the completion of the contract or at its
termination for any reason whatsoever on being paid or credited such price as the Engineer-in-Charge
shall determine having due regard to the condition of the materials. The price allowed to the contractor
however shall not exceed the amount charged to him excluding the element of storage charges. The
decision of the Engineer- in-Charge shall be final and conclusive. In the event of breach of the aforesaid
condition the contractor shall in addition to throwing himself open to action for contravention of the
terms of the license or permit and / or for criminal breach of trust, be liable to ESIC for all moneys,
advantages or profits resulting or which in the usual course would have resulted to him by reason of
such breach.
CLAUSE 34: Plant & Machinery:
The contractor shall arrange at his own expense all tools, plant, machinery and
equipment.
CLAUSE 35: deleted
CLAUSE 36: Deleted
CLAUSE 37: Levy/Taxes payable by Contractor.
i) GST, Building and other Construction Workers cess or any other tax levy or cess in
respect of input or output by this contract shall be payable by the Contractor and ESIC
shall not entertain any claim whatsoever in this respect.
ii) The contractor shall deposit royalty and obtain necessary permit for supply of the red
bajri, stone, kankar, etc. from local authorities.
iii) If pursuant to or under any law, notification or order any royalty, cess or the like
becomes payable by the ESIC to the State Government, Local authorities in respect of
any material used by the contractor in the works then in such a case, it shall be lawful to
the ESIC and it will have the right and be entitled to recover the amount paid in the
circumstances as aforesaid from dues of the contractor.
CLAUSE 38 : Deleted
CLAUSE 39: Termination of Contract on death of contractor
Without prejudice to any of the rights or remedies under this contract if the contractor dies, the
COMPETANT AUTHORITY General on behalf of the corporation Member of the ESIC shall have the
option of terminating the contract without compensation to the contractor.
CLAUSE 40: Deleted
NOTE: By the term “near relatives” is meant wife, husband, parents and grandparents, children and
grandchildren, brothers and sisters, uncles, aunts and cousins and their corresponding in- laws.
CLAUSE 41: Deleted CLAUSE
42: Deleted
CLAUSE 43: Compensation during warlike situations
The work (whether fully constructed or not) and all materials, machines, tools and plants, scaffolding,
temporary buildings and other things connected therewith shall be at the risk of the
59
contractor until the work has been delivered to the Engineer-in-Charge and a certificate from him to that
effect obtained. In the event of the work or any materials properly brought to the site for incorporation in
the work being damaged or destroyed in consequence of hostilities or warlike operation, the contractor
shall when ordered (in writing) by the Engineer-in-Charge to remove any debris from the site, collect
and properly stack or remove in store all serviceable materials salvaged from the damaged work and
shall be paid at the contract rates in accordance with the provision of this agreement for the work of
clearing the site of debris, stacking or removal of serviceable material and for reconstruction of all
works ordered by the Engineer-in- Charge, such payments being in addition to compensation up to the
value of the work originally executed before being damaged or destroyed and not paid for. In case of
works damaged or destroyed but not already measured and paid for, the compensation shall be assessed
by Engineer-in-Charge. The contractor shall be paid for the damages/ destruction suffered and for the
restoring the material at the rate based on analysis of rates tendered for in accordance with the provision
of the contract. The certificate of the Engineer-in-Charge regarding the quality and quantity of materials
and the purpose for which they were collected shall be final and binding on all parties to this contract.
Provided always that no compensation shall be payable for any loss in consequence of hostilities or
warlike operations(a) unless the contractor had taken all such precautions against air raid as are deemed
necessary by the A.R.P. Officers or the Engineer-in-Charge.
(b) for any material etc. not on the site of the work or for any tools, plant, machinery
scaffolding, temporary building and other things not intended for the work.
In the event of the contractor having to carry out reconstruction as aforesaid, he shall be allowed such
extension of time for its completion as is considered reasonable by the AC & RD.
CLAUSE 44: Deleted
CLAUSE 45: Release of Security deposit after labour clearance.
Security Deposit of the work shall not be refunded till the contractor produces a clearance certificate
from the Labour Officer. As soon as the work is virtually complete the contractor shall apply for the
clearance certificate to the Labour Officer under intimation to the ESIC. The ESIC, on receipt of the said
communication, shall write to the Labour Officer to intimate if any complaint is pending against the
contractor in respect of the work. If no complaint is pending, or recorded till after 3 months after
completion of the work and/ or no communication is received from the Labour Officer to this effect till
six months after the date of completion, it will be deemed to have received the clearance certificate and
the Security Deposit will be released if otherwise due.
60
Scope of work: - SUPPY INSTALLATION TESTING COMMISSIONING OF 20
PASSENGER CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL
INCLUDING DISMANTLING OF OLD EXISTING LIFT.
WORK TO BE EXECUTED AS PER TENDER AND STATUTORY REGULATIONS ETC.
Tender Document this tender document, comprising of Notice Inviting Tender, Special Conditions of Contract,
Technical Specifications and Schedule of Quantities shall form part of the contract Agreement after award of
contract. Work under this contract shall be executed at contract rates as per conditions and specifications
stipulated in this tender document excepting in respect of deviations specifically agreed to before the award of the
contract and incorporated in the contract Agreement. In addition, components / materials, which may not be
specifically stipulated in the tender document, but which are necessary for satisfactory installation and/or
operation of any portion of the work, shall also be provided within the contract rates without any extra cost.
Contractor shall carry out and complete the work in all respects to the satisfaction of ESICs as per the contract
agreement and as directed by ESICs as required.
Tender Conditions, Specifications and Schedule • Special Conditions of Contract (SCC) shall be read in
conjunction with Technical Specifications, Schedule of Quantities and any other document forming part of this
contract Agreement • For any discrepancy between Technical Specifications and Schedule of Quantities,
provision of schedule of Quantities shall prevail. • Any item shown in Schedule of Quantities and not called for in
the Specifications or vice versa shall be provided as if called for in both. • Wherever it is mentioned that the
Contractor shall perform certain work or provide certain facilities, it is understood that the Contractor shall do so
at his cost. • Where the Technical Specifications stipulate requirements in addition to those contained in the
applicable Indian Standard Specifications/Codes, these additional requirements shall also be satisfied.
Departures
No deviation / departure from tender conditions shall be acceptable.
Authorities
The work shall conform to all the provisions of the relevant Government Legislation, regulations and Bye-laws of
the Central/Local Authorities and of the concerned Electricity Supply Authority or Lift licensing authority. The
Contractor shall also be responsible for giving all notices required under the said Acts/Regulations/Bye-laws.
Electrical / Lift Licence
The tenderers shall be a licence Electrical / Lift Contractor possessing a valid Contractor's licence of appropriate
class in the state, employing licence supervisors and skilled workers having valid permits as per the regulations of
Indian Electricity Rules or Indian Lift rules and local Electrical or Lift Inspectors requirements. Copy of
Contractor's Electrical and Lift Licence shall be furnished along with the tender.
INTENT OF SPECIFICATIONS
It is not the intent of Technical Specifications to completely specify all aspects of sesign / construction 47 features of equipments and all details of work to be carried out Nevertheless the intent of the Technical
Specification is to ensure that the equipments and the work shall fully comply with and conform to the relevant
Bureau of Indian Standard Specifications, Codes of Practice, Indian Electricity Act, Indian Electricity Rules and
other Statutory Regulations, and other standards as may be applicable and to the best available standards of
engineering, design and workmanship. The equipment and work shall perform in manner acceptable to ESICs
who shall interpret meaning of the applicable Specifications / Codes and shall have the right to reject any
equipment or work, which, in their assessment, is not complete to meet the Standard/Code.
Brief description of site
Works covered in this contract is required for ESI hospital at Bandel. Tenderers are advised to visit the site after
taking prior permission from ESIC or ESIHs for familiarizing themselves with working conditions available at
site as also with the statutory levies and their prevailing quantum payable at site. Contractors shall not be entitled
to claim any extra payment on account of lack of such knowledge after award of contract. This is to inform that
our existing Lift pit – 8.5 feet X9.5 feet X 5 ft. Lift shaft / travel form Ground Floor to Top floor – 8.5 feet X
9.5feet X 49 feet.
Power Supply System
61
Entire work shall be suitable for use on 415 volt 3 phase 4 wire supply system with transformer neutral grounded.
The rated frequency of the supply system shall be 50 cycles per second.
Ambient Conditions
All equipments components and materials used in the work shall be suitable for continuous
Operation / use at rated output with permissible overload at the following extremes of ambient conditions likely
to be encountered at site. Temperature from minimum 0o C to maximum 48º C Related humidity from minimum
10% RH to maximum 100% RH
ESIC / ESIH TO PROVIDE
ESIC’s scope of contract shall be restricted to providing the following items free of cost to the Contractor.
a) Hoist way (with structural openings for doors), Pit and Machine Room.
b) Space only for Contractor’s site office / stores for the duration of the contract at location and of size considered
suitable and sparable by ESIC / ESIHs. ESIC / ESIHs reserve the right to provide alternative space for the
purpose, if so necessary, during the tenure of the contract.
C) RAW power line 3 phase 4 wire system up to Machine room which will be terminated by 100AMPS MCCB.
SCOPE OF CONTRACT
Contractor’s scope of the contract shall comprise of providing equipments, components, materials, labour,
supervisory staff with infrastructure, T&P, scaffolding, consumables, testing equipment, etc. required for
completion of the work as per the contract Agreement and Free Comprehensive Maintenance for One year after
completion. Contract rates shall be inclusive of installation of one numbers new lift includes dismantling of old
existing lift. Contract Rates shall be deemed to be inclusive of all Taxes (GST) and direct and indirect expenses
required to be incurred as per this scope including but not restricted to the costs of the following.
Items of Work
Design, Engineering, manufacture, supply, installation, testing and commissioning of Lifts as per Schedule of
Quantities including minor and incidental electrical and civil work to ensure complete and satisfactory
completion.
Statutory Levies
Rates shall be inclusive of statutory levies as applicable as below.
• Central Sales tax without issue of C-form by ESICs.
• Excise duty/custom duty / GST.
• Work contract tax
• Octroi
• Any other levies.
The ESIC being situated in Special economic zone, the price quotes should mention basic price separately and
taxes/duties / GST separately at that time of billing.
Testing
Testing for the various items of equipment shall be performed at the contractor’s cost and test certificate to be
furnished by the contractor (for Motor, Machine Break-tests Controller & Steel wire Ropes), if required by the
Engineer, the Contractor shall permit the ESIC / ESIH’s authorized representative to be present during any of the
tests. After notification to the ESIC / ESIH that the installation has been completed the contractor shall make
under the direction and in the presence of the Engineer such test and inspections as have been specified or as the
Engineer shall consider necessary to determine whether or not the full intent of the requirements of the plans and
specifications have been fulfilled. In case the work does not meet the full intent of the specifications and further
tests shall be considered necessary the contractor shall bear all the expenses thereof.
Transportation, Storage, insurance etc.
• Loading, transportation and unloading.
• Protection of stored materials/installed work against damage due to dirt, sun and rain including providing
tarpaulin / PVC sheet covers as required.
• Providing security arrangements/watch and ward for stored materials and installed works to guard against
pilferage/damage.
• Comprehensive insurance with ESICs as beneficiaries against pilferage/damage during transportation / storage /
installation valid till handing over.
• Third party insurance of adequate amount.
62
Name plates
Providing engraved anodized aluminium or approved equivalent name plates of suitable sizes on switchboards
/panels / equipments etc.
Civil works, cleaning and painting
Civil Works
• All steel items required for installation and operation of Lift System in Pits, Hoist ways and Machine Rooms.
• Minor civil work items required for the work like making chases in walls/ceilings, making holes and openings,
providing inserts, grouting etc including making good and painting the civil works.
• Minor Civil work is required for making good the damages which are cause by installation the new lifts.
• Minor Civil work is also included like cutting the walls for making opening for entry or exit on each floor etc.
Housekeeping
Housekeeping and clearing of work area during the tenure of contract.
Final Painting
Providing final paint coat to all exposed fabricated steel work and providing matching paint in approved manner
over portions of factory painted equipment if damaged during transportation /storage / installation before handing
over.
Site Clearance
Demobilization and clearing of all temporary works / facilities after completion of work at site and cleaning work
are before handing over.
Statutory approval
• Obtaining approval from Lift inspector and NOC from West Bengal Fire Service for satisfactory installation of
the lift system as also for clearance to put the lift into regular use.
• Obtaining any other statutory permission / clearance / approval from concerned authority as required.
• Pay any licensing fee / submission fee / inspection fee payable to statutory authorities for obtaining above
approvals.
• All actual fees payable in this regard will be reimbursed against receipt / documentary proof on completion of
work.
Compliance of statutory observation.
Complying with observations, if any, of Lift / Electrical Inspector and / or any other Statutory Authority / Local /
State / Central Authority after completion of work in order to obtain a categorical clearance to start beneficial
use.
Manuals, drawings etc.
4.9.1 Along with the tender Technical Parameters and special data enclosed duly filled in by the Tenderers along
with technical catalogue etc. of the equipment offered.
4.9.2 Shop drawings on award of work before commencement The Contractor shall submit GA drawings of Lift
System to ESICs for approval before commencement of work at site/fabrication/ manufacture.
4.9.3 Operation and maintenance manuals three sets of operation and maintenance manual with support drawings
shall be submitted to the ESICs after completion of work.
Training
Training of ESICs personnel in operation, handling and maintenance of equipment.
The Contractor shall submit following documents 3 sets of operation and maintenance manual with support
drawings shall be submitted to the ESIC after completion of work. 3 sets of test results of pre-commissioning test
carried out at site. 3 sets of as built GA drawings.
COMPLETION TIME & TIME DELAY PENALTY
Completion Time
The entire work shall be completed within 5 months from the date of work order issued. The Contractor shall
submit a bar chart along with the tender and a detailed time schedule of completing salient activities of the
contract to achieve overall completion for approval of ESICs. The Contractor shall ensure supply and erection of
sill angles and door frames within 3 months of issue of letter of intent or within two weeks of handing over of lift
63
shaft whichever is earlier, to enable coordinated completion of items like Architraves, facia returns in stone etc.
by other agencies. If the completion of work is delayed beyond the period stipulated in the original contract
agreement due to reasons considered by ESICs to be beyond the control of contractor, extension of time for the
completion of the work shall be granted by the ESICs without the levy of the time delay penalty. The extension of
time shall however not entitles the contractor to claim any extra payment and or compensation on this account.
Completion of work shall include supply, installation, testing, commissioning, and obtaining the required
statutory approvals. The work shall not be demand to be completed till all these items are completed by the
Contractor to the satisfaction of the ESICs.
FREE MAINTENANCE PERIOD
Maintenance
Quoted rates shall be deemed to be inclusive of, free comprehensive maintenance (including spares) of lifts for a
period of one year from the accepted date of completion of the contract.
Running Bills-
70 percent of the contract amount may be released after supply of the materials at site.
20 Percent of the contract amount may be released after Installation of the supplied materials.
10 percent of the contract amount may be released after Testing and commissioning of the lifts.
FINAL BILL
The payment of final bill duly certified by the Employer’s Engineer shall be made as per GCC.
WATER AND ELECTRICITY
The Contractor shall make his own arrangements for electricity and water at site. Nothing extra shall be payable
for this.
GODOWN/WORKER ACCOMMODATION
The accommodation for workers shall be arranged by the Contractor. No labour hutments shall be allowed within
the site premises. Storage space shall be arranged by the ESICs. Contractor shall construct the stores at his cost
and he shall be responsible for watch and ward of his materials/installations.
MINOR CIVIL WORKS
Minor Civil works such as cutting holes and making good for hall buttons, indicators including laying of sill in
position and providing dash fasteners for fixing Car and counter weight, rail brackets shall be borne by the
Contractors at his own cost. All scaffolding work required for erection / installation of lifts in the pit and the hoist
way shall be arranged by the Contractor at his own cost. All structural work including plates, bolts, rag bolts,
nuts, channels, angles, beams, shall also be arranged by the Contractor at his own cost. Dismantling charges of
existing Lift shall be included in the tendering cost.
Minor Electrical Works
Minor Electrical works for commissioning the lift, such as providing of Electrical Power socket points, wiring
with pipe, installation of LED lamp etc. against each landing should be arranged and provided by the Contractor’s
at his own cost.
CONTRACT PRICE
The contract price shall remain firm during the currency of the contract & any extension thereof. Rates quoted
shall hold good for any increase / decrease in the quantities. Any of the items may be deleted as per directions of
ESIC. In respect of any additional item rendered to be executed, the rates payable shall be derived from DSR
followed by PWD if not available in DSR or PWD then market rates, supporting vouchers plus 10% will be
added there on for Contractors profit and overhead.
TENDER ACCEPTANCE
The ESIC reserves the right to award the contract to any bidder other than the lowest without assigning any
reasons what so ever.
SAFETY REGULATIONS
• The Contractors shall, at their own expense, arrange for safety provisions as per safety codes of Indian
64
Standards Institution, Indian Electricity Act and such other Rules, Regulations and Laws as may be applicable, as
indicated below, in respect of all labour, directly or indirectly employed in the work for performance of the
Contractors’ part of this agreement.
• No inflammable materials shall be stored in places other than the rooms specially constructed for this purposes
in accordance with the provisions of Indian Explosives Act. If such storage is unavoidable, it should be allowed
only for a short period and in addition, special precautions, such as cutting off the supply to such places at normal
items, storing materials away from wring and switch boards, giving electric supply for a temporary period with
due permission of Engineer-in-charge shall be taken.
• Protective and safety equipment such as rubber gauntlets or gloves, earthing rods, line men’s belt, portable
artificial respiration apparatus etc. should be provided in easily identifiable locations. Where electric welding or
such other nature of work is undertaken, goggles shall also be provided.
• All necessary personal safety equipment such as Helmets, Protective footwear protective
Goggles / eye shields, Lift Jacket, Gas masks etc. as considered adequate by the Engineer-in-charge shall be
available for use of persons employed on the site and maintained in conditions suitable for immediate use and the
contractor shall take adequate steps to ensure proper use of equipment by those concerned.
• Safety means of access shall be provided to all working platforms and other working places. Every ladder shall
be securely fixed. Adequate precautions shall be taken to prevent danger from electrical equipment.
• The Contractor shall provide all necessary fencing and lights to protect public from accidents and shall be
bound to bear expenses of defence of every suit, action or other proceedings at law that may be brought by any
person for injury sustained owning to neglect of the above precautions and to pay any damages and costs which
may be awarded in any such suit, action or proceedings to any such person or which may with the consent of the
Contractor be paid to compromise any claim by any such person.
• Motor gearing, transmission, electric wiring and other dangerous parts of hoisting appliances shall be provided
with efficient safe guards; hoisting appliance shall be provided with such means as will reduce to the minimum
risk of accidental descend of load. Adequate precautions shall be taken to reduce to the minimum risk of any part
of a suspended load becoming accidentally displaced.
• All scaffolds, ladders, First Aid Equipments/medicines and other safety devices shall be maintained in a safe
condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing
facilities shall be provided at or near place of work. Necessary warning sign boards in Red / White paint, with
proper lighting arrangements for nights are to be provided at prominent locations.
• Necessary number of caution board such as “Man on Line, Don’t switch on” should be readily available in
easily identifiable locations.
• Standard first aid boxes containing materials as prescribed by the St. John Ambulance Brigade or Indian Red
Cross should be provided in easily identifiable locations and should be readily available. Periodical examination
of the first aid facilities and protective and safety equipment provided shall be undertaken and proper records
shall be maintained for their adequacy and effectiveness.
• Charts (one in English and one in regional language) displaying methods of living artificial respiration to a
recipient of electrical shock shall be prominently displayed at appropriate places.
• A chart containing the names, addresses and telephone numbers of nearest authorized medical practitioners,
hospitals, Fire Brigade and also of the officers in charge shall be displayed prominently along with the First Aid
Box.
• Steps to train supervisory and authorized persons of the Engineering staff in the First Aid Practices, including
various methods of artificial respiration with the help of local authorities such as Fire Brigade, Indian Red Cross
or other recognized institutions equipped to impart such training shall be taken, as prompt rendering of artificial
respiration can save life at time of electric shock.
• No work shall be undertaken on live installations, or on installations which could be energized unless one
another person is present to immediately isolate the electric supply in case of any accident and to render first aid,
if necessary.
COMPLETION CERTIFICATE
On completion of the electrical installation a certificate shall be furnished by the Contractor countersigned by the
Licensed Supervisor, under whose direct supervision the installation was carried out. This certificate shall be in
the prescribed form as required by the local supply authority. The contractor shall be responsible for getting the
electrical installation inspected and approved by the local and statutory authorities concerned and expenses if any
shall be borne by the contractor.
WORKMANSHIP
Good workmanship is an essential prerequisite to be complied for this work. Entire work shall be carried out in
the most workmanlike manner by skilled workers under competent supervision.
65
Technical specification
Subject:- SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER CUM
BED LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF
OLD EXISTING LIFT.
GENERAL
1. STANDARDS The following Indian Standard Specifications and Codes of Practice, currently applicable and
updated as of date irrespective of dates given below, shall apply to the equipments and the work covered by this
contract. In addition the relevant clauses of the Indian Electricity Act 1910 and Indian Electricity Rules 1956 as
amended up to date shall also apply. Wherever appropriate Indian Standards are not available, relevant British
and/or IEC Standards shall be applicable.
1. Code of Practice for installation, operation and IS-14665 (Part 2) Sec-1 : maintenance of electric passenger &
goods lifts. 2000
2. Code of practice for installation, operation and IS-14665 (Part 2) Sec-2 : 2000 maintenance of electric service
lift.
3. Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3) Sec-1 : 2000
4. Safety Rules Section-2 – Service Lifts IS-14665 (Part 3) Sec-2 : 2000
5. Outline dimension for electric lifts. IS-14665 (Part-1) : 2000
6. Inspection Manual for Electric Lifts IS-14665 (Part 5) : 1999
7. Electric Traction Lifts – Components IS-14665 (Part 4) Sec-1 to 9 : 2001
8. Installation And Maintenance of Lifts For Handicapped IS 15330 :2003 Persons (Code of Practice)
9. Specification for lifts cables. IS-4289 (Par-1) : 1984 Reaffirmed 1991
10. Specification for hot rolled and slit steel tee bars. IS-1173-1978 Reaffirmed 1987
11. Method of loading rating of worm gear. IS-7443-1974 Reaffirmed 1991
12. Code of practice for selection of standard worn and IS-7403-1974 helical gear box. Reaffirmed 1991
13. Isometrics screw threads. IS-4218-(Part-II)1976 Reaffirmed 1996
14. Degree of protection provided by enclosure for low IS-2147-1962 voltage switchgear and control gear.
15. Classification of insulating materials for electrical IS-1271-1985 machinery and apparatus in relation to their
thermal Reaffirmed 1990 stability in service.
16. Code of practice for earthing. IS-3043-1987
17. Electrical installation Fire Safety of Building. IS-1646-1997
18. PVC insulated electric cable for working voltage upto IS-694-1990 and including 1100 volts.
19. Code of practice for electrical wiring and installation IS-732-1989
20. PVC insulated (Heavy Duty) electric cables for IS-1554-1988 (Part-1) working voltage up to and including
1100 volts.
21. Flexible steel conduits IS-3480-1966
22. Accessories for rigid steel conduit for electrical wiring IS-3837-1976
23. Boxes for the enclosure of electrical accessories IS-5133-1969 (Part 1) Guide for safety procedures and
practices in electrical IS-5216-1982 (Part-1) work.
25. Conductors for insulated electric cables and flexible IS-8130-1984 codes.
26. Miniature Circuit Breakers IS-8828-1996
27. Rigid steel conduits for electrical wiring (Second IS-9537-1981 revisions) Methods of test for cables IS-
10810-1998
29. Earth Leakage Circuit Breakers. IS-12640-1988
30. Moulded Case Circuit Breakers IS-13947-1993
31. General requirement for switchgear and control gear IS-13947-1993 for voltage not exceeding 1000 volts.
32. 1100 volt grade XLPE insulated armoured cables IS 7098
33. Specifications for hoist way door-locks IS 7754-1975
34. Rules for design, installation, testing and operation of IS 1735-1975 lifts, escalators and moving parts.
66
In addition the relevant clauses of the following, as amended up to date shall apply.
. The Indian Electricity Rules 1956
. The Indian Electricity Act 1910
. Delhi Lift Rules
. Fire safety regulations pertaining to lifts
. West Bengal State Electricity Regulation
. West Bengal State Lift Act.
The tenderers shall also take into account local and State regulations as in vogue for the design and installation of
lifts. Wherever appropriate Indian Standards are not available, relevant British and/or IEC Standards shall be
applicable. BIS certified equipment shall be used as a part of the Contract.
ELECTRIC SUPPLY
The available system of electric supply is 415 volts +10% -20%, -3 phase 4 wire AC 50 Hz system and 240 volts
between phase and neutral. Any equipment /component operating at other than the above mentioned power
supply shall be provided with necessary transformers / voltage stabilizers. The amount of power required for lifts
shall be indicated in the tender. Power shall be provided at one point to be indicated by the tenderer. All
subsequent electrical systems shall be deemed to be included in the scope of this contract.
TECHNICAL PARAMETERS
Technical parameters given in give requirement of passenger, Service & Goods lifts. Tenderers shall fill in their
item wise confirmation / comments in the column provided for the purpose in this annexure. Deviations, if any,
from tender requirements shall be clearly brought out in this annexure, failing which it shall be presumed that the
offer conforms to the tender requirements fully. Tenders in which special data and technical parameter is not duly
filled in by the tenderers are liable to be summarily rejected.
MACHINE ROOM LIFTS LIFT MACHINE AND CONTROLLER
GENERAL REQUIREMENTS
The Elevators shall include all elements confirming to specifications or as amended herein. Elevators covered by
these specifications shall be provided, installed, tested, commissioned, certified and approved as per statutory
requirements of Lift Inspectorate. Each Elevator shall have its own driving machine. The method of drive shall be
Electric Traction with gear less motor having VVVF Control. The design of the Elevators shall take into
consideration fire prevention, elimination of dust and dirt traps, and easy accessibility for cleaning and routine
maintenance.
ELECTRIC TRACTION DRIVE SYSTEM
2.1 Traction Machine The construction of all Elevator machines shall conform to IS-14665.
2.2 Brake
a) The Electro-magnetic brake with non-asbestos lining shall be spring applied and electrically released type
having noiseless operation.
b) The brake shall be capable of stopping and holding the Elevator car in its downward travel to rest with 125%
of its rated load from the maximum governor tripping speed. In this condition the retardation of the car shall not
exceed that resulting from the operation of the Safety gear or stopping on the buffer.
c) Springs used to apply the brake shoes (two nos.) shall be in compression and adequately supported.
d) Brake linings shall be of renewable incombustible materials and shall be secured to the brake shoes such that
normal wear shall not weaken their fixings. Band brakes shall not be used.
e) No earth fault, short circuit or residual magnetism shall prevent the brake from being applied in the event of
loss of power supply to the Elevator motor and control circuit.
f) A means of adjusting the brake plunger stroke and releasing the brake in emergency shall be provided.
g) The Elevator machine shall be fitted with a manual emergency device capable of having the brake released by
hand and requiring a constant effort to keep the brake open.
h) The fail safe break shall incorporate an approved design of brake switch i.e. pick up, hold, discharge. Brake
coil shall be wired in series & their respective switches in parallel. The operation of brake shall be thyristor
67
controlled from solid state drive in order to effect minimum pick up time and synchronized start.
Driving Mechanism
Lift Machine
The lift machine shall be suitable for 415 volt 3 phase 50 Hz AC supply with a voltage variation of +10% and -
20% and shall be placed directly above the hoist way on steel beams resting on machine room floor slab. The lift
machine shall have high efficiency and low power consumption and shall be designed to withstand peak currents
in lift duties. Means for manual operation of the lift car shall be made by providing winding wheel suitably
marked to indicate the direction of the movement to enable the lift car to be brought to the nearest landing. There
shall be a warning display for switching off electrical supply before the manual operations.
Driving Sheaves
a) The sheaves shall be manufactured in steel or SG iron and fitted with sealed for life lubricated bearings.
b) The sheaves shall have machined rope grooves that can be reworked for future wear.
c) Adequate provision shall be made to prevent any suspension ropes leaving groove due to rope slack or
introduction of foreign objects.
Alignment
a) The brake plunger, collar, sleeve, motor, sheaves and all bearings shall be mounted and assembled so that
proper alignment of these parts is maintained.
b) The assembly shall be reviewed and rectified when excessive noise is emitted during operation.
Gearless Machines
The gearless machine shall consist of a motor traction sheave and brake drum or brake disc completely aligned on
a single shaft. Gearless machine shall be AC gearless with VVVF drive.
2.7 Anti-Vibration Supports The whole traction machine shall be mounted on appropriate anti-vibration supports
to minimize noise and vibration.
CONTROL SYSTEMS
3.1 Description the Lifts shall have state of art microprocessor based AC variable voltage variable frequency
(ACVVVF) drive. Single lifts shall be provided with directional collective control for one car, two cars and 5 cars
(also called simplex, collective control). Some of the technical parameters required are innumerate below.
a) Starting current
b) Power saving
c) Leveling accuracy
d) Acceptable voltage fluctuation
e) Rate of acceleration/deceleration (M/S2)
f) Maximum jerk (M/S3)
g) Maximum vibration in car horizontal/ vertical
h) Maximum noise level in car during travel
i) Maximum door noise level while closing and opening at a distance of 1 mtr from car door
1.2 -1.5 times full load running current 50 -55% ± 3 mm (passenger/service lifts) & + 5mm(Freight lift) +10to -
20% 0.6 -1.5 (Adjustable at site) 0.7 -1.5 (Adjustable at site) 20/18 dBA 45 dBA 52dBA The controller shall be
mounted on the side of the top of lift shaft, vertical, totally enclosed cubicle type with hinged doors on the front
provide easy access to all components in the controller. Cubicle shall be well ventilated such that the temperature
inside never exceeds the safe limits of the components at ambient room conditions.
The controller shall operate within the supply voltage variation of plus 10% to minus 10% of the nominal voltage.
The Controller shall be include protection against the following abnormalities and shall cut off the power supply,
apply the brake and bring the car to a rest in the event of any of the abnormalities occurring.
a) Over current
b) Under voltage
c) Overvoltage
d) Single phasing
68
e) Phase reversal
f) Earth leakage
Features Control system features are detailed as below.
• Attendant Operation all lifts shall be provided with attendant control facilities. A key switch for change of
operation mode shall be provided in a lockable recess panel on the car operation panel. After gaining control on
the lift, the attendant can direct the car to stop at any storey. The attendant can also by pass the landing calls (but
not cancel them) or reverse the direction of travelling.
• Automatic By-pass Load weighing devices located either on car top or under the car cage shall be provided for
all lifts. Whenever the load exceed 60-70% of the capacity load of the lifts, the lifts shall ignore all landing calls
and only respond to car calls.
• Over load device
A load weighing devices shall operate when the load in the car exceeds the rated capacity. The operation of the
device shall activate buzzer sound and flashing ‘overload’ signals. At the same time the car doors shall be
prevented from closing. When the excess load has been removed from the car, the buzzer alarm shall be muted
automatically and the car shall function normally. The sensitivity shall be 30 kg for Passenger lifts and 5% of the
contract load for service lifts.
• Automatic self-levelling all lifts shall be provided with automatic self-levelling feature that shall bring the lift
car level to within ± 3 mm for passenger/service elevators and + 5mm for freight elevators of the landing floor
regardless of load or direction of travel. The automatic self levelling feature shall correct for over travel and rope
stretch.
• Possible future requirement of access control and BMS integration of the controller.
LIFTS , LIFT CAR, DOORS AND SAFETY DEVICES CAR ENCLOSURES
General Requirements
• Frame
Every lift car body shall be carried in a steel car frame assembly which shall have sufficient mechanical strength
to resist the forces applied by the safety gear or impact of the car on the buffers. The deflection of the steel
members carrying the platform shall not exceed 1/1000 of their span under static conditions when the rated load
is evenly distributed on the platform
At least four renewable guide shoes or shoes with renewable linings or sets of guides rollers shall be provided
two at the top and two at the top and two at the bottom of the car frame assembly.
• Enclosure finishes the car enclosure, doors etc. shall be as per specification. The following are to be provided.
Alarm System: An emergency alarm buzzer, including wiring shall be provided and connected to a plainly
marked push button in the car operating panel. The alarm bell shall be located in central security room. The alarm
unit shall be solid- state siren type, to give a waxing and waning siren when the alarm button in the car is pressed
momentarily. Built in 3 way intercom system with telephone instrument in the car, reception and security, (as
directed by ESICs) including wiring telephone instrument and associated EPABX shall be provided. Sealed
Maintenance Free Nickel Cadmium Batteries capable of maintaining the following in each lift for 2 hrs after
mains failure. -Emergency light of adequate illumination in car -Car Ventilation
-Intercommunication System
-Alarm bell
One no. 16 amp switch socket outlet to IP 54 and a permanent weatherproof type luminaries to IP54 (with
lighting switch ) adequately protected shall be provided on the top of the lift car for maintenance. One no. 16 amp
switch socket outlet to IP 54 at bottom of lift car for maintenance.
Operation Panel
A full length car operating panel incorporating following control/indications shall be provided in each lift on the
return panel.
• LCD Illuminated touch push buttons of micro pressure type corresponding to the floors served at ground floor
and Inside Car. For Other floors LED Illuminated touch push buttons of micro pressure type to be provided.
69
• Door open and door close button
• Emergency stop button with Alarm
• Two position key operated switch for 'with attendant' and 'without attendant' operation.
• Ventilation fan ON/OFF switch with auto OFF when there is no call after 120 seconds (Two Speed & concealed
vents).
• Built in intercom of the hands free type as well as space for providing EPABX telephone instrument and 5 pair
telephone trailing cable to communicate from car to Two Locations i.e. Operator’s Room (at remote location) &
Security Guard Room and vice-versa.
• Dynamic car direction display
• Car position indicator (digital)
• Audio/Visual overload warning indicator
• In order to have at least one device of communication functioning at all the times, as an alternative arrangement,
it is recommended that the provision of both i.e. telephone with minimum connections one at the operator’s room
and other at guard room and the emergency signal with re-chargeable batteries as source of supply be made in the
lift cars.
• The device used for emergency signals should incorporate a feature that gives a immediate feedback to the car
passengers that the device has worked properly and the signal has been passed on to the intended agency.
• Digital voice synthesizer (Optional) for announcing special messages with background music.
Landing fixture
The landing fixtures shall be recess mounted on a base junction box in the wall by the side or on top of landing
doors as required.
Each landing fixtures shall consist of micro touch type landing call buttons with illuminated call acknowledge
signal and illuminated digital type car position indicators on separate stainless steel face panels with hairline
finish. Alternatives as available with bidders shall be indicated in tender for ESICs approval.
The following landing fixtures shall be provided for each lift.
a) Lowest floor
• Up call button
• Digital car position indicators
• Travel direction indicators
• “In use” indicator to signify the lift door is opened for delivery at a certain landing
b) All floors other than lowest and top most floor
• Button up and down call buttons
• Travel direction indicators
• Digital car position indicators with Gong (Optional)
• “In use” indicators to signify the lift door is opened for delivery at a certain landing
• Manual by pass key switch for lift landings.
c) The top most floor
• Down call button
• Travel direction indictors
• Digital car position indicators with Gong (Optional)
• “In use” indicators to signify the lift door is opened for delivery at a certain landing
• Manual by pass key switch for lift landings.
12 V 20 W LED spotlights shall be supplied and installed on the underside of the hall lanterns. The spot lights on
a particular floor shall be lit up to signify the arrival of the corresponding lifts. These spotlights shall be switched
off after the corresponding lifts have left that particular floor. For passenger cars, the spotlights on the parking
floor shall be turned off after a present period adjustable from 15 to 150 sec. Should a call from the parking floor
be registered, spotlight of the assigned parking car shall be switched on again together with the opening of the
landing doors to attend the call
CAR AND LANDING DOORS
General requirements
All car doors shall extend to the full height and width of landing opening and shall be operated with variable
70
frequency door operator. A similar imperforate door shall be provided for every landing opening in the lift hoist
way enclosure. The top track of the landing and car doors shall not obstruct the entrance to the lift cars. All car
and landing doors shall have a fire resistance of not less than 1 hours.
In addition, all the car and landing doors shall meet the following general requirements.
a) Car door locking devices
Every car door shall be provided with an electrical switch to prevent the lift car from being started or kept in
motion unless the car door is closed. A mechanical locking device shall also be provided to prevent door opening
from inside the car whilst the car is in motion.
b) Landing door locking devices every landing door shall be provided with a mechanical locking device to
prevent opening of the door from the landing side in normal cases unless the lift car is in that particular landing
zone.
c) Projections and recesses sliding car and landing doors shall be guided on door tracks and sills for the full travel
of the doors. The distance between the cars and the landing sills shall not exceed 35 mm.
d) Door locking devices all doors locking devices, door switches and associated actuating rods, levers or
contracts, shall be inaccessible from the landing or the car.
e) Protective devices
Protective devices shall be fitted to the leading edges of both car door panels. It shall automatically initiate
reopening of the door in the event of a passenger being struck (or about to be struck) by the door in crossing the
entrance during the closing movement. The obstruction of either leading edge when closing shall actuate the
protective device to function.
f) “Door open” alarm “Door open” alarm shall be provided in the car to initiate alarm and a continuous buzzer if
a car or landing door has been mechanically kept open for a present period. The period shall be adjustable from 0-
10 minute.
g) Emergency landing door unlocking devices and key
• Every landing door shall be provided with an emergency landing door unlocking device.
When operated by an authorized person with the aid of a key to fit the unlocking triangle, the landing door shall
be unlocked irrespective of the position of the lift car for rescue purpose. When there is no “unlocking” action,
the key shall only be able to stay in the locked position.
• In the case of coupled car and landing doors, the landing doors shall be automatically closed by means of
weight or springs when the car is outside the unlocking zone.
Door Hangers and Tracks
The car and the landing doors shall be provided with two point suspension sheave type hangers complete with
tracks. Sheaves and rollers shall be steel with moulded nylon collar and shall include shielded ball bearings.
Tracks shall be of suitable steel section with smooth surface. The landing doors shall be complete with headers,
sills, frames etc. as required.
Lift Door Protection
Multiple-Infra red door protection and mechanical shoes shall be provided for all lift to control door movement
which shall cover the entire door opening effectively.
2.4 Protective Hand Rail in the Car (Optional as this will depend on interior design)
CABIN FAN
A noiseless pressure fan shall be provided in the lift cabin.
HOIST ROPES
Hoist way material shall be non-flammable (02 hrs fire rated)except travelling cables which shall be flame
resistant.
Lift Ropes – IS 14665 (Part 4 / Sec 8)-2001
Round strand steel wires ropes made from steel wire ropes having a tensile strength not less than 12.5 tonnes /
cm2 and of good flexibility shall be used for lift. Lubrications between the strands shall be achieved by providing
impregnated hemp core. The lift ropes shall conform to IS 14665-(Part-4-Sec.8):2001 and the following factor of
safety shall be adhered to. The minimum diameter of rope for cars and counter weight of passenger and goods lift
71
shall be 8mm. Rope speed of Passenger & Passenger cum Goods Lifts (Service Lift) (m/s) Factor of safeties 0.5
or less
exceeding 0.5 to 1.0
exceeding 1.0 to 2.0
exceeding 2.0 to 3.5
exceeding 3.5
Rope fastenings
The ends of lift ropes shall be properly secured to the car and counter weight hitch plates as the case may be with
adjustable rope shackles having individual tapers babbit sockets, or any other suitable arrangement. Each lift rope
shackle shall be fitted with a suitable shackle spring, seat washer, shackle nut & lock & shackle nut split pin.
Guards for Lift Ropes
Where lift ropes run round a sheave or sheaves on the car and/ or counterweight of geared/ gearless machine
suitable guards shall be provided to prevent injury to maintenance personnel.
Number & Size of Ropes
The contractor must indicate the number and size of lift ropes and governor ropes proposed to be used, their
origin, type, ultimate strength and factor of safety. The contractor should furnish certificate or ropes from the
rope manufacturers issued by competent authority.
COUNTER WEIGHT
The counter weight for lift cars shall be in accordance with clause 6 of IS 14665 (Part 4-Sec-3) : 2001 and shall
be designed to balance the weight of empty lift car plus approximately 50 percent of the rated load. It shall
consist of cast sections firmly secured in relative movement by at least two numbers steel tie rods having lock
nuts/split pins at each end and passing through each section and Housed in a rigid steel frame work. Cracked and
broken sub weights shall not be accepted. Counter weight for passenger lifts should be able to accommodate
suitable weight Interior finishes. In case interior finishes material exceeds this provision, then the elevator
contractor shall adjust the Counter Weight accordingly, however this will be decided and intimated much before
the delivery of the elevators.
Counter Weight Guards
Guards of wire metal / mesh shall be provided in the lift pit to a suitable height above the pit floor to eliminate the
possibility of injuries to the maintenance personnel.
GUIDES / Guide Rails
Car and counterweight guide shall be machined T section as per relevant Indian Standards IS-14665 of 2000
revised up to date. The guides shall be capable of withstanding forces resulting from the application of the car or
counter weight safety devices The guide rails shall be minimum 16mm Tongued & Grooved type.
TRAILING CABLES
A single trailing cable for lighting control and signal circuit is permitted, if all the conductors of these trailing
cables are insulated for maximum voltage running through any one conductor of this cable. The lengths of the
cables shall be adequate to prevent any strain due to movement of the car. All cables shall be properly tagged by
metallic / plastic tags for identification. Cable jacket should be suitable for immersion in water, salt water & oil
etc.
Trailing cables shall run from a junction box on the top of the car to a junction box located in the shaft bear
midpoint of travel and from these junction boxes conductors shall be run to the various locations. Trailing cables
exceeding 30 meters in length shall run so that the strain on individual cable conductors will be reduced to a
minimum and the cables are free from contact with the car counterweight, shaft walls or other equipment.
Trailing cables exceeding 30 meters in length shall have steel supporting fillers and shall be suspended directly
by them without rubbing over other supports. Cables less than 30 meters in length shall have no – metallic fillers
and shall be suspended by looping cables around supports of porcelain spools type or equivalent. 5 percent of the
total capacity subject to a minimum of 5 wires shall be available unutilised in the trailing cable everywhere
suitable distributed between various functions.
72
SAFETY DEVICES
Safety devices shall be capable of operating only in the downward direction and stopping fully loaded car, at the
tripping speed of the over speed governor, even if the suspension devices break, by gripping the guides, and
holding the car there. Governor sheave in elevator pit shall be enclosed in a wire cage to a height of 2.40 metre.
All safety devises statutorily required by Lift Inspector, including but not restricted to the following shall be
provided.
• Terminal slow down switches
These shall be provided and installed to slow down the lift car when approaching the top and bottom landings.
The slow down switches shall act independently from the normal car operating device.
• Over travel limit switches
These shall be provided and installed to stop the car within the top and bottom clearance, independent of the
normal car operating device. The bottom over travel limit switch shall become operative when the bottom of the
car touches the buffer. When the over travel limit switches are operative, it shall be impossible to operate the car
until the car has been hand would to a position within the normal travel limits.
• Pit Switch
An emergency stop switch shall be located in the pit which when operated shall stop the car regardless of the
position of hoist way.
• Terminal Buffers
Suitable spring buffers mounted on RCC foundation blocks shall be provided in the pit in compliance with
ANSI/ASME/CENEN-81 /JIS codes for stopping the car in case of mal-operation. Dowels for the purpose shall
be left while casting the pit floor alternatively floor reinforcement could be exposed by chipping for welding
additional reinforcement for Dowels. However clearance from underside of the car resting on a fully compressed
buffer shall not be less than 1.20 metre. Buffers shall be designed for a design speed + 15%. Oil buffers shall be
provided for the passenger elevators for speed of more than 1.75 mps and spring buffers for lower speed.
• Interlocking
Adequate interlocking is to be provided so that the car shall not move if the landing doors are even partially open
and also the lift is overloaded.
• Over speed governor
Over speed governor shall be of centrifugal type and shall operate the safety gear at a speed at least equal to
115% of the rate speed and less than the over speed governors shall be driven by flexible wire ropes with the
following requirements.
-The breaking load of ropes shall be related to the force required to operate the safety gear by the safety factor of
at least 8.
-The nominal rope diameter shall be at least 7 mm.
-The radio between the pitch diameter of the over speed governor pulley and the nominal rope diameter shall be
at least 30 the over speed governors shall be sealed after setting the tripping speed. The breaking or slackening of
the governor rope shall cause the motor to stop by an electric safety device.
• Alarm bells
A Concealed 200 mm diameter alarm bell shall be installed in the main security area. The alarm bell shall sound
when the alarm bell button in the car operating panel is pressed. The bell shall mute when the pressure on the
alarm bell button is released.
• Emergency Stop Switches
An emergency stop for use by maintenance personal shall be provided in each lift car.
FIREMAN SWITCH
Each Lift shall have a Fireman switch with glass front for access by the Firemen. The operation of this switch
shall cancel all calls to this lift and shall stop at the next nearest landing if travelling upwards. The doors shall not
open at this landing and the lift shall return to the ground floor. In case the lift is travelling downwards when the
fireman's switch is operated it shall go straight to the ground floor bypassing all calls enroute. The emergency
stop button inside the car shall be rendered inoperative. The fireman’s switch shall be located adjacent to the lift
opening at the terminal floor and shall be at a height of approximately 2 m above the floor level. For easy
identification of firemen’s lift which confirm to the local authorities requirements, a red and white diagonal
striped backing shall be provided behind the glass of the firemen’s switch. A permanent notice of prominent size
73
indicating the floors served shall be provided and displayed adjacent to the firemen’s lift at the terminal floor.
The notice shall be made of laminated plastic sheet or other approved materials with red letters on white
background. Details of the notice shall be submitted to the Engineer-in-Charge for approval prior to fabrication.
CONTROL OF NOISE AND VIBRATION General
The whole of the lift assembly, including the opening and closing of the car and landing doors shall be quiet in
operation and shall be free of rattling or squeaking noises. Lift doors operation shall be smooth to avoid the
transmission of impact noise to the surrounding structure. Noise level resulting from the operation of the lifts,
including direct sound transmission, breakout noise and re-radiation of structure borne noise, shall not exceed the
specified noise criteria of the adjacent spaces. Vibration resulting from operation of lifts of escalators shall not be
perceptible in any occupied areas.
Car construction
All elements of the lift car construction shall be sufficiently rigid to avoid generation of noise by panel excitation
as a result of movement. The total noise level in a moving lift car shall not exceed 45 dBA with the ventilation
system operating.
Machinery
The gearless traction machine and compact PM motor are installed within the hoist way and the slim control
panel is located on the shaft side wall. Provision shall be made for the control vibration isolation measures
employed to ensure that structure borne noise resulting from the operation of the lift machinery is not audible in
any occupied area. Lift machinery noise levels under normal operating conditions shall not exceed 70 dBA at 1 m
from the equipment in free field.
Arrival chimes
Noise from arrival chimes shall not exceed 60 dBA. The above levels shall be measured at 3 m from the arrival
chimes using a noise meter set to ‘fast’ response. Chimes with adjustable loudness shall be provided.
FIRE SAFETY REQUIREMENTS
General requirements of lifts shall be as follows:
10.1 Landing doors in lift enclosures shall have a fire resistance of not less than one hour.
10.2 Lift car door shall have a fire resistance rating of one hour.
10.3 Grounding switch (es), at ground floor level, shall be provided on all the lifts to enable
the fire services to ground the lifts.
LIFTS & ASSOCIATED WORKS ASSOCIATED ELECTRICAL WORKS
Scope
Based on power requirements of lifts furnished by the lift contractor, power supply for the lifts machines,
terminating in a Switchboard located at a desired location, shall be provided by Engineering- Incharge. The earth
bar provided on this switchboards shall be connected to the building earthing system also by Engineer-in-charge.
All cabling / wiring/loop earthing beyond this Switchboard for interconnection with the lift controllers / motors/
indicators / push buttons / safety devices etc. shall be provided by the lift contractor and its cost shall be deemed
to be included in the quoted rates.
Cabling
Cabling between switchboard and the controller /lift motor shall be with XLPE insulated HR PVC sheathed 1100
volt grade aluminium conductor armoured cables conforming to IS 7098 or PVC insulated, PVC sheathed, 1100
volt grade al conductor armoured cables conforming to IS 1554. Cables shall be terminated in glands fitted with
armour clamps the gland body shall be provide with an internal conical sating to receive the armour clamping
cone and clamping nuts which shall secure the armour wires. A PVC shroud shall be fitted to cover the gland
74
body and exposed armour wires Trailing cables for the lifts shall be EPR insulated stranded copper conductor
flexible cables conforming to IS 9968 control cabling shall be with multi core stranded copper conductor PVC
insulated and sheathed 1100 volt grade cables conforming to IS 8130. Minimum size of the cable shall be 2.5 sq
mm. where cables pass through walls or floor slabs, pieces of GI sleeves shall be provided for cast into the wall /
floor and cable shall be drawn therein. Annular space around the cable in the sleeve shall be sealed with fire proof
sealant supplied by Engineer-incharge.
Wiring
All wiring shall be carried out with FRLS PVC insulated 1100 volt grade stranded copper conductor wires
conforming to IS 694 drawn in MS rigid / flexible conducting system and / or MS raceways. Minimum 2.5 sq
mm size wires shall be used. Wires shall be cut only at terminations. Intermediate jointing shall not be permitted.
Drawing, cutting and terminating of the wires shall comply with the relevant Indian standard specifications and
shall be carried out in the most work man like manner as per standard practice. All normal care like cutting the
insulation with a pencil edge, taking care not to cut the strands and proper tightening of terminal connector
screws to avoid loose connection or breaking of conductors etc. shall be taken. Heavy gauge black enamelled
screw type ISI embossed MS conduits with superior quality accessories approved by Engineer-in-Charge shall be
used in the work. Conduits could either be recessed in floors / walls or fixed on surface with saddles and clamps.
Final connections to vibrating the equipment shall be made with metal flexible conduits. Entire work shall be
carried out in work man like manner as per standard practice
Earthing
Metal enclosures of all electrical equipment and devices including frames of motors, controllers, switchgear,
conduits and raceways etc. shall be properly earthed so as to form an equivalent-potential zone. Loop earthing of
vibrating equipment shall be done with flexible copper earthing braid or flexible cables. The lift motor frame
shall be connected to the building earthing system termination at the switchboard by duplicate loop earthing
conductors of appropriate size.
ASSOCIATED CIVIL & STRUCTURAL ITEMS
All civil and structural items of work associated with erection and operation of lifts shall be provided by the
Contractor at his cost including (but not restricted to) the following.
. Hook for lifting lift equipments in the top of shaft.
. Temporary scaffoldings and safety barricades during lift installation in and around lift wells
. Sill angels
. Bearing plates
. Buffer supports
. Checqured plates
. Fascia plates
. Ladders in pits (MS)
. Safety railing on car top
. Separator /stretcher beams if required .
. Dowels for terminal buffers in pit floor during casting.
The Contractor shall ensure erection and fixing of steel work in such a manner that no RCC wall or any other
structural member is damaged.
LIFTS & MAINTENANCE SERVICES SCOPE
The Contractor shall provide Free Comprehensive Maintenance service for a period on one year from the date of
handing over of the lift to Engineer-in-Charge.
ROUTINE AND PREVENTIVE MAINTENANCE
Program of routine and preventive maintenance during the free (1 year) maintenance period as also during the
tenure of annual maintenance contract shall comply with minimum requirements as below.
Fortnightly
• To check all bearing oils, oil rings, oil chains, etc. All machines should be carefully checked and repaired for
75
abnormal temperature rise.
• To check and repair all relays and contacts as wells as their movements and repair as necessary
• To clean traction machines, relays panels, control panel, starter panels, selectors, governors, car top, car gates,
sills and pits
• To check brake action and adjust if necessary
• To check and repair movement of door switches, gate switches and emergency stop switches
• To check and repair indicator lamps and indicator
• To check and repair annunciator lights, buzzer and car lights
• To check and adjust leveling differences, brake slippage, acceleration, deceleration and riding comfort.
• To check and repair movements of car control buttons, switches and the like.
• To check and repair operat5ion of weighting devices.
Monthly
• To turn grease cups for speed governors and compensating pulleys
• To check and oil selectors
• To top up rail lubricators
• To clean ropes oil if necessary
• To clean PM motor and inspect controller box etc.
• To oil electric brake pins
• To oil all pins of door operation and door opening mechanisms
• To clean hoist way, beams slow down cams, outside cages, rails and counterweight rails
• To clean, oil and adjust door closer and levers
• To clean main sheave, secondary sheaves and rope sheaves on car top and counterweigh top
• To clean and repair brake wheels and shoes
• To oil compensating rope tensioning pulleys.
Every Two months
• To clean and oil door hangers, door rails, interior of hanger case. If necessary adjust a centric rollers, car door
hangers, door connecting ropes and chains
• To check and repair door shoe
• To clean and oil safety fears
• To clean and oil car and counterweight guide shoes. Adjust if necessary
• To clean and oil interior of terminal limit switches and position switches. Check rubber rollers of terminal limit
switches.
• To check oil clean and repair interior of door switches, gate switches. Replace worn parts if necessary
• To check and repair flexible cable
• To check and repair movement of limit switches
• To clean and oil interior of car control switches.
• To clean and check push buttons of care control panels
• To check, clean and repair the sleeve and plungers of the electromagnetic brakes.
Every three months
• To check and repair the operation of terminal limit switches and final limit switches.
• To check and repair the governor switches.
• To clean the brush holders and commentators of the door motors.
• To check and repair the traction ropes for broken wire, wear elongation and even tension. Adjust if necessary.
• To remove the dust inside the traction machines and controls panels using electric blower
• To clean and repair the indicator lamps
• To check the voltage of rectifiers and thyristors
Half yearly
• To check and repair the operation of safety gears
• To check oil for oil buffers
• To check and clean the hall buttons and contacts
• To check and repair the compensating chains or ropes
• To check and oil the bearing of door motors
• To grease the secondary sheaves, car top sheaves and counterweights.
76
• To check the wear of guide shoes of cars and counterweights
Annual
• To clean the wire connection box of every landing and car cages. Tighten all screws and check the conditions of
cables at conduit inlets and outlets
• To check and tighten screws of control panels, starters panels and relay panels
• To remove the dust inside the landing indicator switches by electric blower
• To test all safety devices
• To dismantle, clean and adjust the electro-magnetic brake of gearless machines
• To charge motor oil
• To check and tighten screws and foundation bolts of traction machine, secondary sheaves, exterior of lift frame,
guide rail, guide rail clamps and bracket etc.
• To test the over current relays
• To provide all labour, materials, tools and transport to carry out annual inspection and load test according to the
requirement of the employer All the scheduled maintenance services described above shall be properly
programmed and agreed with the Engineer-in-charge in order not to affect operation of the lift systems
BREAK DOWN MAINTENANCE
The Contractor shall also undertake to provide a comprehensive breakdown service whereby qualified technicians
shall attend to each breakdown as soon as practicable after a breakdown is reported and carry out immediate
remedial work at a reasonable speed according to the nature of the breakdown. Any faulty equipment or
components shall be quickly replaced. In circumstance such that the Contractor fails to attend the breakdown
within four normal working hours after notification of the breakdown and where remedial work is interrupted
during normal working hours for purposes other than obtaining replacement parts, the employer reserves the right
to order such action as may be necessary to expedite completion of remedial work which shall be at the
contractors expense without abrogation of the Contractors responsibilities. Contractor has to be provide a email
address and a Contact number for logging Emergency Complain.
GENERAL
The Contractor shall keep sufficient spare parts during the maintenance period to ensure that replacement work
for defect can be carried out immediately A competent engineer shall be provided to investigate the fundamental
cause of a fault temporary quick fix solution will not be accepted. The employer shall at his discretion, take
action to recover all losses incurred rising from the failure of the contract to perform the duties either wholly or in
part as detailed in this section.
LIFTS & SAFETY ASPECTS & PROCEDURE 1. Since lift installation consists of a number of electrical and mechanical components having linear / rotary
motions, utmost caution should be exercised while working and all safety precautions shall be rigorously
followed.
2. Only authorized persons shall be allowed to work on lift installations and officer empowered for such
authorization shall keep proper recorded thereof during the test, inspection and maintenance except where
necessary.
3. If during erection any safety or protection devices are inoperative, special care must be taken to avoid
accidents on this account.
4. Supply at main incoming iron clad switch or circuit breaker shall be switched off before examining any part of
the equipment. Whether during periodical inspection or while carrying out any work on the equipments
(including using the winding handle at times of mains failures) unless power is particularly required for particular
operation or tests on the lifts. The breaker located in OFF position.
5. The landing and car buttons shall be keep out of circuit by switching on the ‘Maintenance Switch’ located on
the top of the lift car during maintenance operators. Whenever maintenance switch is not proved emergency stop
switch inside car and or attendant control switch should be used.
6. Before carrying out any repair work it shall be ensured that none of the electromechanical door locks are short
circuited either from the controller or at the landings.
77
7. As a general precaution, facia plate between the door headers and the corresponding upper landing sill on each
floor must be provided.
PROVISION FOR THE DISABLED AND HANDICAPPED
All the Passenger Elevator shall be provided with following features:
a) Elevator control buttons at locations and height specified in IS 15330 -2003
b) Hall call buttons at locations and height specified in IS 15330 -2003
c) Hand rails shall be provided on the side walls of the Elevator at height & locations specified in IS: 15330 -
2003. An international symbol of access of the disabled shall be permanently and conspicuously displayed at each
and every Elevator landing next to the Elevator entrance (to be provided by signage contractor). Braille notations
indicating the floor levels shall be incorporated next to each button at the handicap COP and handicap hall call
buttons.
d) A digital voice system for announcing the car position, opening/closing of doors, direction of travel and
messages shall be provided as per IS:15330 -2003
e) A laminated safety glass type mirror of at least half of the size shall be installed on rear panel at appropriate
position as per IS : 15330 -2003
Provisions for use of lift by Handicapped persons in Passenger Elevators.
3.1 Hand rail A hand rail not less than 600 mm long at 900 mm above floor level shall be fixed adjacent to the
control panel.
3.2 Car operating panel Inscription in Braille also to be provided. Level to be lower than the normal so as to be
accessible by a person sitting on wheel chair.
3.3 Hall buttons Inscription in Braille also to be provided. Level to be lower than the normal so as to be
accessible by a person sitting on wheel chair.
3.4 Car position indicator the interior of the cage shall be provided with a device that audibly indicate the floor,
the cage has reached and indicate that the door of the cage for entrance / exit is either open or close.
3.5 Hall lantern To be provided along with an audible chime.
3.6 Any other feature The time of an automatically closing door should be minimum 5 second and closing speed
should not exceed 0.25 m/sec.
4.0 Landing signals
4.1 Hall buttons Self illuminating micro-push type in hair line stainless steel facia plates
4.2 Car Position Digital position indicators along with direction of travel (with audible signal in each elevator
lobby)
4.3 Hall gong Up/down indicator with single stroke gong/chime at all landing
5.0 Safety features
5.1 Door safety Multiple infra red device to cover the total height and width of the door and with protective
leading edge device to operate in case of failure of infra red protection.
5.2 Buffer Spring Buffer to be provided
5.3 Overload protection
Overload protective device
Overload non starter.
5.4 Over travel protection Terminal and final limit switches to be provided
5.5 Motor protection Trip devices for :
. Over current
. Under voltage
. Over voltage
. Single phasing
. Earth leakage
. Phase reversal
5.6 Interlocking of car and hoist way doors to be provided as per specifications.
5.7 Automatic Rescue Device (ARD) to be provided
6.0 Associated Civil and structural items All civil and structural items of work associated with erection and
operation of lifts shall be provided by the Contractor at his cost including (but not restricted to ) the following-
78
Temporary Scaffolding and safety barricades for erection in and around lift hoist ways
Bearing plates
Buffer supports
Facia plates
Ladder in pits
Safety railing on top of car Channels, separators, stretchers etc.
7.0 Fireman’s switch to be provided at GF/ Lobby level
8.0 Free Comprehensive Maintenance Period One YEARS after completion of work and handing over of the Lifts
in satisfactory operating condition.
TESTING OF LIFT INSTALLATION
TESTS AT SITE:
a) Levelling Test:
Accuracy of the floor levelling shall be tested with the lift empty, fully loaded. he lift shall be run to each floor
while travelling both in upward and downward directions and the actual distance of car floor above/ below
landing floor shall be measured. In each case there shall not be any appreciable difference in these measurements
for levelling at the floors when the car is empty and when it is fully loaded. The tolerances for levelling shall be
as + 5mm accuracy.
b) Safety Gear Test:
Instantaneous safety gear controlled by a governor, should be tested with contract load and a contract speed,
governor being operated by hand. Two tests should be made, however, with wedge clamps or flexible clamp
safeties, one with contract load in the car and the other with 68 kg (equivalent to one person) in the car. The
stopping distance obtained should be compared with specified figures and the guides, car platform, and safety
gear should be carefully examined afterwards for signs of permanent distortion. Counterweight safety gear should
be tripped by the counterweight governor and the stopping distance noted. In this case, however the governor
tripping speed should exceed that of the car safety governor
but by not more than 10 percent. During the safety gear test, car speed (from the governor or the main sheave)
should be determined at the instant or tripping speed with that stated in I.S. The governor jaws and rope should be
examined for any undue wear.
c) Contract Speed:
This should be measured with contract load in the car, with half load with no load, and should not vary from the
contract speed by more than 10 percent. The convenient method is by counting the number of revolutions, made
by the sheave or drum in a known time. Chalk mark on the sheave or drum and a stop switch will facilitate timing
but care must be exercised to ensure that no acceleration or retardation periods are included. If the roping is 2 to 1
the sheave speed is twice the car speed. Alternatively, the speed can be measured by a tachometer applied directly
to shaft immediately below the sheave.
d) Lift Balance:
After the above test, some of the weight shall be removed until the remaining weights represent the figures
specified by the tenderer. With this condition car at half way travel the effort required to move the lift car in
either direction with the help of winding wheel shall be as nearly as can be judge by the same.
e) Car and landing doors inter locks:
The lift shall not move with any door open. The car doors relay contact and the retiring release cam must be
tested. The working of the door operation and the safety edges and light equipment if any provided shall also be
examined.
f) Controllers:
The operation of the contactors and interlocks shall be examined and it shall be ascertained whether all
requirements laid down in the specifications have been met.
g) Normal Terminal Stopping Switches:
This shall be tested by letting the car run to each terminal landing in turn, first with no load and then with contract
load and by taking measurements, top and bottom over travels can be ascertained.
h) Final Terminal Stopping Switches:
The normal terminal stopping switches shall be disconnected for this test. It shall be ensured that these switches
79
operate before the buffers are engaged.
i) Insulation Resistance:
This shall be measured (after removing the electronic PCB’s and their connection) between power and control
lines and earth and shall not be less than 5 mega-ohms when measured with D.C. voltage of 500 volts. The test
shall be carried out with contactors so connected together as to ensure that all parts of every circuit are
simultaneously tested.
j) Earthing:
All conduits, switches, casing and similar metal work shall have earthing continuity.
k) Ropes:
The size, number construction and fastenings of the ropes should be carefully examined and
recorded.
l) Buffers:
The car should be run on to its buffers at contract speed and with contract load in the car to test whether there is
any permanent distortion of the car or buffers. The counterweight buffers should be tested similarly.
1.2 Tests at Manufacturer’s Works:
a) High Voltage Test:
The dielectric or electric apparatus (excluding motors, generators and instruments which are tested in accordance
with the appropriate Indian Standards wherever they exist) shall be capable of withstanding a test voltage of ten
times the working voltage with a maximum of 2000 Volts when applied.
i) between the live parts and case of frame with all circuits completed.
ii) between main terminals or equivalent parts with all circuits open, and
iii) between the lift parts of independent circuits.
Note : Owing to the impracticability of applying tests (ii), (iii) mentioned above on controllers and similar
apparatus after controller wiring has been completed, these tests may be made at convenient stages of
manufacturer.
b) i) Method of Applying High Voltage:
The test shall be made with alternating voltage of any convenient frequency, preferably between 49 to 60 cycles
per second. The test voltage shall be approximately sine-wave form and during the application of voltage with
peak value, as would be determined by spark gap by occillograph or by any other approved method shall not be
more than 1.45 times the rms value. The rms values of applied voltage shall be measured by means of a volt
meter used with a suitably calibrated potential transformer or by means of voltmeter used in connection with a
special calibrated voltmeter winding or testing transformer by any other suitable voltmeter connected to the
output side of the testing transformer.
ii) Duration of High Voltage Test:
The test shall be commenced at a voltage of about one third of the test voltage which shall be increased to the full
test voltage as rapidly as is consistent with the value being indicated by the measuring instrument. The full test
voltage shall be maintained for one minute. At the end of this period, the test voltage shall be rapidly diminished
to one third of its full value before switching off. The oil buffers are examined after the above tests have been
made to determine if there has been any oil leakage or distortion and to ensure that the buffers return to their
normal positions.
c) Buffer Test:
A copy of the test report shall be intimated after testing at works.
Performance Test:
This test if meant for passengers lifts and is conducted to watch the performance of lift installation in terms of
passenger handling capacity and waiting interval as obtained at site vis-a-vis design, data and conducted as below
:
i) Waiting interval : (T)-This can be worked out by taking the average of several round trip times as observed
physically and then dividing it by the number of lifts in that bank.
ii) Handling capacity H = 300 x Q x 100 TxP Where
H = Handling capacity as the percentage of the peak population handled during 5 minutes.
P = Total population to be handled during peak morning/ evening period. (It is related to the area for which
80
particular bank of lifts serves).
Q = Average number of passenger carried in a car.
T = Waiting interval.
iii) Service Temperature Test:
A continuous run of one hour should be made with number of starts and stops to reproduce as nearly as practical
the anticipate duty in service. (The standard duty cycle is for 90 to 180 start per hour). It is very difficult in
practice to carry out this test with alternate starts at full load and no load and it is necessary therefore to simulate
these cycles. A suitable test for all motors except squirrel cage motors is to run the car up from the bottom
landing with contract load and stop at each floor. From the top floor a nonstop run is made to the lowest floor and
the upward journey with stop is then repeated. The time intervals between stops and starts at the floors should be
uniform and such as to give about 180 starts in one hour. At the end of this run the temperatures of the armatures
and fields of the motor and generator are recorded. The temperature rise should, be within prescribed limit.
Note:-
1. Tenderers to give item wise confirmation/comment against each parameter. Deviations if any shall be
clearly brought out in this Performa. Tendrers shall fill in the Performa and enclose it along with the
tender.
81
Technical Parameters or Bill of Quantities:-
Sl No. items Requirement as per tender Item wise confirmation
/comment to be filled in
by tenderer
A PASSENGER LIFTS Gearless
General
1.1 Number of Lifts 1 (One)
1.2 Capacity 20 passenger cum bed lift / 1360 kg /
Lift.
1.3 Speed 1.00 MPS
1.4 Number of Landings Ground floor + Three floors
1.5 Number of openings 4 on the same side
1.6 Travel (14800 mm Approx)
Machine, Hoist way and Pit
1.7 Machine room location Machine room at the top of lift shaft
1.8 Machine Details PM Gearless (Located above shaft)
1.9 Control AC D3 MR
1.10 Drive Variable Voltage Variable Frequency.
Operation Full Collective operation
1.11 Hoist dimensions As per Site description.
'1.12 Head room available above
last landing
4800mm (Approx)
1.13 Pit depth 2100 mm approx
Car
1.14 Car Enclosure SS Finish
1.15 Car ceiling SS Finish
1.16 Car floor PVC Anti skid Flooring/tile flooring
1.17 Car and landing doors Automatic power operated Center
Opening approx 2000mm x 1000mm
Stainless Steel. (Inside car 2100 mm H)
1.18 Car size To be furnished by tenderer (shall not
be less as specified in ISI)
1.19 Car Operating Panel Stainless Steel hairline / mirror finish
Car Operating Panel inside at car. (1
COP)
1.20 Car interior load Counter weight should be able to
accommodate approx 300 kg weight
for interior finish.
82
1.21 Machine GEARLESS
1.22 Power Supply 415/V240V, 50Hz
1.23 Acceptable voltage fluctuation +10to-20%
1.24 Rate of acceleration
deceleration(m/sec)
0.75-1.5 (adjustable at site)
1.25 Jerk (m/sec) 0.7-1.5 (adjustable at site)
1.26 Vibration in car
horizontal/vertical
20/18 MG maximum
1.27 Noise level in car 45dBA maximum
1.28 Noise level in machine room at
1 mtr from machine
52dBA maximum
1.29 Door noise level while closing
and opening at a distance of 1
mtr from car door and 1.5 mtr
from floor level
52dBA maximum
Fixtures / signals inside car
2.30 Normal lighting LED recessed type
2.31 Emergency light and alarm bell
(security room)
With SMF battery operated with charger
rated for 30 minute
2.32 Ventilation Blower Fan (Two speed and concealed
vents)
2.33 Operating buttons and
indications
Stainless steel operating panel with following
buttons and indications.LCD illuminated
touch push buttons of micro pressure type
corresponding to the floors served at Ground
floor. For Other floors LED Illuminated
touch push buttons of micro pressure type to
be provided.
“Door open” and “Door close” button
with arrow indicators
Emergency stop button
Emergency alarm button
Two position key operated switch for 'with
attendant' and ' without attendant' operation.
Ventilation fan ON/OFF switch with
auto OFF when there is no call after
120 seconds.
Built in 3 way intercom system with
telephone instrument in the car, machine
room and reception /security (as directed by
Engineer incharge) including wiring
telephone instrument and EPABX.
Dynamic car direction display
Digital position indicators.
83
Audio/Visual overload warning
Indicator
2.34 Display inside car LCD display in side car
2.35 Voice synthesizer To be provided
2.36 Is neutral wire available for
control circuits
Yes
2.37 Music (Music Speaker) Trailing cable
3 Provisions for use of lift by Handicapped persons in passenger Elevators
3.1 Hand rail A hand rail not less than 600 mm long at
900mm above floor level shall be fixed
adjacent to the control panel
3.2 Car operating panel Inscription in Braille also to be provided as
to be accessible by a person sitting on wheel
chair
3.3 Hall buttons Inscription in Braille also to be provided.
normal so as to be accessible by a person
sitting on wheel chair
3.4 Car position indicator The interior of the cage shall be provided
with a device that audibly indicate the floor,
the cage has reached and indicate that the
door of the cage for entrance / exit is either
open or close.
3.5 Hall lantern To be provided along with an audible
chime.
3.6 Any other feature The time of an automatically closing door
should be minimum 5 second and closing
speed should not exceed 0.25m/sec.
4.0 Landing signals
4.1 Hall buttons Self illuminating micro-push type in hair line
stainless steel fascia plates.
4.2 Car position Digital position indicators along with
direction of travel ( with audible signal in
each elevator with signal in each elevator
lobby)
4.3 Hall gong Up/ down indicator with single stroke
Gong / chime at all landing.
5.0 Safety features
5.1 Door safety Multiple infra red device to cover the total
height and width of the door and with
protective leading edge device to operate in
case of failure of infra red protection.
5.2 Buffer Spring Buffer to be provided
84
5.3 Overload protection Overload protective device Overload non
starter
5.4 Over travel protection Terminal and final limit switches to
be provided
5.5 Motor protection Trip devices for : Over current, Under
voltage, Over voltage , Single phasing,
Earth leakage, phase reversal
5.6 Interlocking of car and hoist way
doors
To be provided as per specifications.
5.7 Automatic Rescue Device(ARD) To be provided
'6.0 Other Features Micro processors Based Selective Collective
Controller, with / without attended switch
Full length Infra red Safety Light Curtain
Battery Operated Emergency Alarm &
Light.
85
Special Data should be filled by Tenderer:-
Sl
No.
Data to be filled in by tenderer Passenger cum bed lifts
A Equipment details
1 Machine type (Gear less)
3 Drive motor data
i) KW
ii) Starting current (Amp)
iii) F.L. Rated current (AMP)
iv) Max. no. of starts per hour.
v Insulation class
4 Hoist/Governor ropes (no. and size)
5 Max. temperature tolerance during peak summer
months
6 Heat release data for machine room equipment
B Special features Tenders to confirm Included / Not
included in respect of the following
Included/Not Included
1 Auto fan off switch
2 Fan inside the Car
3 Over load warning indicator
4 Ni-Cd batteries with charging circuit.
5 Doors safety
6 Additional weight permitted inside the car for
interiors
C Performance parameters
1 Leveling accuracy
2 Governor tripping speed
Note :
1. Bidders to quote strictly as per the BOQ enclosed herewith in tender document
2. Complete tender document with all technical details only filled in the format provided in the tender
shall be returned with just as annexure as terms / conditions if any required.
3. Failure to comply with above shall lead to disqualification of bidders.
86
List of Approved Make Electrical Work .
Items Name of Manufacturer
Lifts As per cpwd eligibility criteria (A-42021/42/2017-W-2(PT.I) dated
16.10.2019 Note: - Bid should fulfill the above “eligibility criteria.
87
TENDER DOCUMENT
PART – II Price Bid Bill of Quantities (BOQ)
NAME OF WORK: SUPPY INSTALLATION TESTING
COMMISSIONING OF 20 PASSENGER CUM BED LIFT AT ESI
HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING
OF OLD EXISTING LIFT.
……………………………………………………………………………………………………………………………
88
ANNEXURE-A
ESIC RO, West
Bengal & Sikkim
SCHEDULE OF QUANTITY Name of work: SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER
CUM BED LIFT AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING
DISMANTLING OF OLD EXISTING LIFT
(A) BOQ items based on Market Rate (Non-Schedule Items) amount – 27,30,000.00
(twenty seven lacks thirty thousand rupees) with GST S
L
Description U/M Qty Unit Rate Amount
1 SUPPY INSTALLATION TESTING COMMISSIONING OF
20 PASSENGER CUM BED LIFT AT ESI HOSPITAL
BANDEL, WEST BENGAL INCLUDING DISMANTLING
OF OLD EXISTING LIFT
each 1
Total for Material
GST @ 18 %
Grand Total Amount
Note: 1. If any cells (Rates) left blank, then the same will be treated as “Zero”.
1. The rate quoted on DSR/ PWD/ Market Item and Manpower shall be inclusive of GST, all Taxes
and all others overheads, unless otherwise explicitly expressed.
2. Payment to be made as per actual measurement at site.
I / We hereby agree to execute the work on the above-mentioned rates and term condition, total amounting to
Rs for the entire work and on the enclosed terms and
conditions of contract of the Organization.
Signature of the contractor with seal
Address
Mobile No
Opened by us on
Tender Stands total amounting to Rs for the entire work
89
ANNEXURE-IV
TECHNICAL BID PROFORMA
1. GENERAL INFORMATION
NAME OF THE AGENCY/ FIRM ALONG WITH ADDRESS AND
TELEPHONE / MOBILE NO AND
E-MAIL ADDRESS (Registered office/ Branch Office West
Bengal
NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS
TYPE OF FORMATION
(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)
CBS ACCOUNT RTGS/NEFT DETAILS
2. STATUTORY AND OTHER REQUIREMNTS:
Particulars Registration Number Copy Enclosed (Yes/No)
Certificate of Incorporation/
Registration of Firm
Registration details as contractor with
C.P.W.D./ State P.W.D.s./M.E.S./
Railways/PSU/Automonous Bodies/ BSNL or any
other government body (along with year of
registration)
ESI Registration
Valid copy of Electrical License to carry out
Electrical work
EPF Registration
GST Registration with Latest Challan
PAN No. under Income Tax
Professional Tax Registration
Labour (Central) Registration
Certificate, if applicable
90
3. DETAILS OF COMPLETED WORK
Name of
C.P.W.D./ State P.W.D.s./M.E.S./
Railways/PSU/Autonomous
Bodies/ BSNL or any other
government body
Details of the
Completed Works of
Similar Nature
Cost of the
Completed
Works
Copy of Certificate issued by concerning
authority Enclosed (Yes/No)
4. DETAILS OF BALANCE SHEET/ P&L ACCOUNT DURING LAST THREE FINANCIAL YEAR
Financial Year Copy Enclosed
(Yes/No)
Income (Rs.) Expenditure (Rs.) Net Profit/ Loss
(Rs.)
2016-17
2017-18
2018-19
2019-20
5. Copies of Income Tax Return for Financial year , 2015-16 , 2016-17 ,2017-2018 and 2019 -20
Financial Year Income Tax Return Enclosed (Yes)
2016-17
2017-18
2018-19
2019-20
Sign of Contractor: ...........................................
Date : .................................
Place: .................................
91
Measurement Book for SUPPY INSTALLATION TESTING COMMISSIONING OF 20 PASSENGER CUM BED LIFT
AT ESI HOSPITAL BANDEL, WEST BENGAL INCLUDING DISMANTLING OF OLD EXISTING LIFT
BOM
No
Description of Items Unit Qty Price Length / area Amount Remarks /
requisition No From
(width)
To (breadth)
Checked by Junior Engineer (Electrical) / sub assistant Engineer (Electrical)
R.O ESIC / ESI Hospital Bandel.
Verified by Assistant Engineer (Electrical)
R.O ESIC
Certified by Executive Engineer (Electrical)
R.O ESIC