s‟ state insurance corporation regional office, … for electrical...regional office, edc plot...

13
EMPLOYEES‟ STATE INSURANCE CORPORATION Regional Office, EDC Plot No.23, Patto Plaza, Panaji, Goa- 403001 Ph: 0832-2438853/2438857/2438870 Fax: 0832-2438858 Email: [email protected] TENDER PAPERS FOR………………………. Annual electrical repair and maintenance works as per the requirement. 1. Electrical Issued to :…………………………………………… -1-

Upload: lydiep

Post on 11-May-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

EMPLOYEES‟ STATE INSURANCE CORPORATION

Regional Office, EDC Plot No.23, Patto Plaza, Panaji, Goa- 403001

Ph: 0832-2438853/2438857/2438870 Fax: 0832-2438858

Email: [email protected]

TENDER PAPERS FOR……………………….

Annual electrical repair and maintenance works as per the requirement.

1. Electrical

Issued to :……………………………………………

-1-

INDEX

Sl No. Description Page No.

1 Name of work and ESIC Logo 1

2 Index 2

3 Notice inviting tender 3

4 Instructions for the tenderer 4 & 5

5 Terms and conditions of the contract 6 & 7

6 Technical Bid 7 & 8

7 Financial Bid 9, 10 , 11 & 12

8 Undertaking 13

-2-

EMPLOYEES’ STATE INSURANCE CORPORATION

Regional Office, EDC Plot No.23, Patto, Plaza, Panaji Goa- 403001

Ph: 0832-2438870/2438871 Fax: 0832-2438858

Email: [email protected]

NOTICE INVITING TENDER

INVITATION OF BIDS FOR PROVIDING ELECTRICAL MAINTENANCE FOR THE PERIOD FROM

03/2015 to 02/2016 (12 months) FOR REGIONAL OFFICE BUILDING AT PANAJI/ STAFF QUARTERS

AT TALEIGAO

Sealed Offers under two envelope system are invited from eligible and registered contractors of C.P.W.D./State

PWD/Electricity department etc. of appropriate class for Providing Annual Repair and Maintenance Works /Services listed

above under scope of work in this bid document.

Details of the work for which tenders is invited:

Nature of Facility – Regional Office, Staff Quarters and R.D. Residence at Panaji

Total No. of Buildings –03 Nos.

Bid Document :-

The blank Tender documents for Annual Repairs and Maintenance works can be obtained from the office of the Regional

Director, Employee's Sate Insurance Corporation Panaji during working days from 23/01/2015 to 16/02/2015 on all

working hours between 10:30 am to 4:00 pm on payment of Tender fee of Rupees Two hundred only (non-refundable).

DD drawn in favour of ESI Fund a/c No.1 Payable at Panaji. Tender documents can be downloaded from our website

www.esicgoa.org.in or www.esic.nic.in in which case DD/Bankers Cheque of Rs.200/- should be enclosed towards the cost

of tender documents while submitting tender.

Last date for issue of tender forms : 16/02/2015 till 3:00pm.

The last date of submission of Tender is 17/02/2015 up to 3.00pm.

The Tenders shall be opened in the presence of the Tenderers, who desired to remain present on the date 17/02/2015 at

3:30pm. in the Committee hall of this office.

Regional Director......................

-3-

INSTRUCTIONS TO THE TENDERERS

1. Sealed tenders under two envelope system in the prescribed forms are invited from eligible tenderers for providing

Annual Repairs and Maintenance for Electrical works for the period from 01/03/2015 to 29/02/2016 for the ESIC Building

as per the notice inviting tender.

2. The estimated cost of the work is 3.66 lakhs.

3. The amount of Earnest Money Deposit (EMD) of Rs.7000/- shall be in the form of Demand Draft of scheduled

Bank issued and drawn in favour of ESI FUND ACCOUNT No.1, payable at Panaji.

4. The Earnest Money shall be placed in separate sealed cover by writing the name of work on the envelope. If the

Earnest Money found not as per the prescribed manner as mentioned at Sr. no 3 above then, Technical/financial Bid shall

not be opened.

5. Tender form duly signed in all respect with necessary Earnest Money Deposit in the prescribed manner as

mentioned above shall only be considered. Incomplete and tenders without Earnest Money Deposit shall not be considered.

6. Each and every page of the tender documents should bear the stamp and signature of the person in whose name

registration exists or he shall be authorized legally or any representative clearly by mentioning the name and stating that the

person can sign the tender documents on his behalf.

7. When there is a difference between the rates in figures and in words, the rates in words shall be taken as correct.

8. The competent authority on behalf of ESIC reserves with himself the right of accepting the whole or any part the

tender and the tenderer shall be bound to perform the same at the rate quoted.

9. The tender shall remain open for acceptance for a period of forty five days from the date of opening of tenders. If

any tenderer withdraws his tender before the said period, or issue of letter of acceptance/Indent whichever is earlier, or makes

any modifications in the terms and conditions of the tender which are not acceptable by the ESIC and, shall be without

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

10. Sales tax, Purchase tax, turn over tax, Service tax or any other tax, labour cess, in respect of the contract is payable

by the contractor. The ESIC will not entertain any claim whatsoever in respect of the same.

11. Rates quoted shall be deemed to have inclusive of material, machinery, tools and plants etc. & all taxes (including

service tax), duties and levies, insurance etc. No escalation of whatsoever nature, shall be payable.

12. The tenderers shall produce their valid contract l icense registration and ESI, EPF registration etc. WHEREVER

APPLICABLE, with the appropriate authority.

13. The contractor shall follow all the safety rules and regulations for safety of workers.

14. The envelope containing tender document shall be sealed and clearly superscribed the name of work and the

name and address of the tenderer.

Financial Bid :

15. The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the

tenderers, who desire to attend the opening of financial bid.

16. The agency will be responsible for complying with payment of minimum Wages as applicable under Central

Government Rules and other benefits including prescribed number of Holiday/Weekly off etc. to its employees deployed in

the office/worksite, as per labour Laws in force from time to time. The agency will be responsible to comply with laws

related to Social Security such as E.S.I., P.F., Leave Wages and National Holidays as applicable and Service Tax wherever

applicable.

-4-

i) Workers engaged through Service providers must receive their Wages on the last day of the month.

ii) Payment to such workers must be made by the Service Providers through cheque.

Under no circumstances payments will be made in cash. To ensure this, Service Providers will get a Bank account

opened for every engaged worker.

iii) In order to ensure that such workers get their entitled wages on the last working day of the month, the following

schedule will be adhered to:-

a) Monthly Bill as per above cycle, will be submitted by the Service Providers on 24th

of the current month.

17. ESIC shall be at liberty to object to remove forthwith from the Works, any person provided by the Contractor who,

in the opinion of the Engineer, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or

whose presence on site is otherwise considered by the Engineer to be undesirable, and such person shall not be again allowed

upon the Works without the consent of the Engineer. Any person so removed from the Works shall be replaced immediately.

18. The Repair and Maintenance work shall be for a period of one year or as mentioned in the letter of commencement

and shall start from the date of issue of letter and shall stands terminated after the expiry of one year or for the period as

stipulated in the accepted contract agreement.

19. If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of Engineer, the

delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as

details in the particular conditions

Sign of Contractor…………………. Regional Director…………………

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

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

-5-

TERMS AND CONDITIONS OF THE CONTRACT 1. The contractor shall follow all the safety Rules and Regulations throughout the execution and till completion of the

works, specially the safety of all persons, electrician and helpers to avoid electrical and mechanical accidents to such persons.

The contractor shall take appropriate insurance cover for the workers and staff employed by him. ESIC will not be

responsible to any consequences for loss of life and damage to the property due to negligence.

2. Electrician should have ITI certificate with minimum 2 years working experience.

3. The tenderer is required to quote the rates in words as well as in figures in Schedule „A‟

4. The rates quoted shall be valid till completion of the work contract.

5. The rates quoted should be inclusive of all taxes.

6. Incomplete or late tenders will be rejected outright.

7. The contractor shall attend emergency breakdown calls made by ESIC on need basis during off hours, each such

attendance will be considered as one additional paid duty.

8. SCOPE OF WORK : The agency will be responsible for Repairs and Maintenance of following categories of

works on actual basis as and when the need arise :- (a) Replacement of fuses (all types) repair/replacement of faulty switches, holders, screws etc.

(b) Repair and replacement of wiring, tube lights, bulbs, chokes & starters.

(c) Rewiring of circuit wiring, point wiring on need basis

(d) Checking of earthing system to make it functional and effective.

(e) Electrical maintenance works including H.T/L.T. Panels, relays, internal wiring, capacitor bench, checking

tightness of connections, staircase lights etc. (f) Providing of electrician on all days and materials for electrical Maintenance on need basis.

((g) Any other work directly related to Electrical maintenance of ESIC, Regional Office and ESIC Staff Quarters.

9. AMC may be extended on the written mutual consent of the both the parties for further period of one year at a time,

but not exceeding for the period of three years, provided the services of the agency is found to be satisfactory.

10. Payment will be made on monthly basis on submission of bill by the contractor and certifying its correctness by

authorized official.

11. Statutory taxes, as applicable, will be deducted from each bill.

12. If prices of spares quoted is not found reasonable, ESIC will be at liberty to purchase the spares of their own and

supply to agency, if so decides.

13. Please note that no tax will be paid, if necessary tax registration information is not furnished by the contractor.

14. Successful bidders have to submit performance security deposit which is 5% of total value of contract at the time of

execution of agreement. If not deposited, the same will be deducted from the first serving bill after adjusting EMD

amount towards performance security deposit.

15. ESIC reserves the rights to alter/modify or reject any order at any stage without assigning any reason thereof and is

not bound to accept the lowest tender.

16. Eligibility criteria (Technical Bid)

(a) Tenderer should have minimum 3 years experience in works of similar nature.

(b) Tenderer should have undertaken one similar work of value not less than Rs.4.00 lakhs during last 3 years or two

similar works of value not less than Rs.2.00 Lakhs during last 3 years.

(c) The tenderer should submit the following documents :

i) Copies of Income Tax for last assessment year.

ii) Copy of trade/contractor‟s license.

iii) Copy of PAN Card.

iv) Copy of Code No. allotment letter issued by ESIC, if applicable.

v) Copy of Registration Number issued by EPFO, if applicable.

vi) Details of experience with documentary evidence.

-6-

17. The financial bid of the tenderers, whose technical bid is found to be suitable, will be opened in the presence of the

tenderers, who desire to attend the opening of financial bid.

18. Criteria for selecting lowest bid will be based on rate of electrician per duty only, as the quantum of

materials/helpers required cannot be ascertained as requirement is only on need basis.

19. Please note that in the event of work order, all the payment shall be made only through Electronic Fund

Transfer/RTGS methods, and you are required to furnish the following information in your offer :-

(a) Account Name (b) Account Number (c) Bank Name (d) Branch Name and address with IFS Code (e) MICR

Code (should be supported by a cancelled cheque leaf copy to eliminate typing errors (f) PAN No.

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

interpretation thereof.

21. In the event of termination of the contract, employer shall be at liberty to get balance work done at the risk and cost

of the contractor and due payment of the contractor, if any, shall be released after the completion of whole of the

works

Signature of contractor with seal………………………..

Date :

Place :

-7-

Particular Conditions of Contract

1. CPWD specifications shall be followed. Where not available, Bureau of International Standard/Engineering practice

as directed by the Engineer shall be followed. The materials shall be got approved prior to its use for ARM from the

authorized officer of the ESIC.

2. As the work will have to be carried out in building and area in use, the contractor shall ensure :-

a) That the normal functioning of Employees' State Insurance Corporation activity is not effected as far as possible.

b) That the work is carried out in an orderly manner without noise and obstruction to flow of traffic.

c) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each day‟s

work.

d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of work.

He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be

held responsible for any loss or damage to Employees' State Insurance Corporation property.

e) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any

consequence arising out of execution of the Repair and Maintenance work.

f) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled

material.

g) Water and electricity shall be made available free of cost at nearby source of work. The contractor has to make

his own arrangement for use of the same including extending temporarily lines etc. The responsibility for following

relevant rules, regulations and loss in the regard shall be entirely that of the contractor.

NOTE:-

(a) All breakdowns/ faults shall be attended to immediately and rectified promptly.

(b) Only genuine/ original spare parts shall be used while carrying out the maintenance work.

(c) Any major repair involving overhaul of engine, rewinding of motors, replacement of major components etc. is

excluded from the scope of work and shall be paid or on actual. However, if the repairs/ replacement arises out of

negligence of the Contractor or his staff, the same shall be carried out by the Contractor at his own cost. Prior

approval of the Engineer is to be obtained for any such major repair/ replacement.

(d) The Contractor shall depute qualified and experienced staff for running and maintenance of the Systems/

Equipments.

(e) The Contractor shall follow all instructions conveyed to him by the concerned ESIC officials regarding

maintenance of the above.

Sign of Contractor: .................................. Regional Director…………………………

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

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

-8-

Schedule ‘A’

FINANCIAL BID

Name of work : Providing MANPOWER and materials on need basis for Electrical Maintenance of Buildings

under Employees' State Insurance Corporation, Regional Office, Panaji.

ABSTRACT OF COST

ARM of Electrical Installation at ESIC Regional Office, Panaji / Staff Quarters, Taleigao

MANPOWER SUPPLY

Sl.No. Description Qty Unit Rate Amount

In Figures In words

1 Operation & maintenance of

electrical installations.

One Electrician (0830 hrs to 1830 hrs)

456 Each

(8 hrs

duty)

2 One Helper on actual need basis

On

need

basis

Each

(8 hrs

duty)

PLEASE NOTE: Requirement of helper will be as per the actual need basis only. Please quote the daily rate.

MATERIALS SUPPLY

PLEASE QUOTE THE RATES FOR THE MATERIALS WITH ISI APPROVAL OR LEADING BRANDS LIKE

ANCHOR/PHILIPS ETC AND SPECIFY THE BRAND NAME OF THE MATERIALS QUOTED WHEREVER POSSIBLE.

ESIC RESERVES THE RIGHT TO SUPPLY MATERIALS IF RATE OF ANY MATERIAL FOUND UNREASONABLE.

Sl No. Description Brand Unit Rate Amount

In Figures In words

1. Supply of switches/sockets

1.1 5/6 A switch Each

1.2 15/16 Amps switch Each

1.3 3 pin 5/6 Amp socket outlet Each

1.4 6 pin 15/16 Amp socket outlet Each

2. Supply of modular switch/socket

2.1 5/6 Amps switch Each

2.2 15/16 Amps switch Each

2.3 3 pin 5/6 Amp socket outlet Each

2.4 6 pin 15/16 Amp socket outlet Each

3. Supply of modular type electronic fan

Regulator

Each

4. Supply of modular boxes, base & cover

plate:

Supplying the following GI box along with

modular switches in recess etc. as required.

4.1 2 Module (75×75 mm) Each

-9-

4.2 4 Module (125×75 mm) Each

4.3 6 module (200×75 mm) Each

4.4 8 Module (125×75 mm) Each

4.5 12Module (200×150 mm) Each

5. Supply of modular base & cover plate:

Supplying the following modular base &

cover plate

5.1 1 or 2 Module Each

5.2 4 Module Each

5.3 6 module Each

5.4 8 Module Each

5.5 12Module Each

6. Ceiling Rose:

Supplying of 3 pin 5 Amp ceiling rose

Each

7. Brass holders:

Supplying brass batten/angle/pendent

holders

Each

8. Call bell / buzzer:

Supplying o f call bell/ buzzer suitable

for DC/AC single-phase230V complete as

required.

Each

9. Supplying of resistance type ceiling fan

regulator, mini fan regulators

Each

10. DP MCB Isolator:

Supplying following rating double pole

240V isolator.

Each

10.1 40 Amps Each

11. TP MCB Isolator:

Supplying following rating 4 pole 415V

insulators

11.1 40Amperes Each

12. Supply of the following sizes of 1.1kv

grade PVC insulated single/ multi

stranded copper cable.

12.1 1.5Sqmm size Each

12.2 2.5Sqmm size Each

12.3 4Sqmm size Each

13. Batten/ angle lamp holder Each

14. Pendent lamp holder Each

15. Ceiling rose (3 Plate) (Anchor make) Each

16. Tube light side holder base

16.1 Single Each

16.2 Double Each

17. Tube light starter-230V, 20/40/65W Each

17.1 Tube light starter holder Each

-10-

18. 5A switch (1way) Each

19. 5A 3 pin socket Each

20. 15A 3 pin socket Each

21. 5A switch socket combined Each

22. 15A switch socket combined Each

23. 3 pin plug top – 6A Each

24. 3 pin plug top – 15A Each

25. 10A Kitkat fuse Each

26. 16A Kitkat fuse Each

27. PVC insulation tape of 1.9cm x 10m x

0.125mm

Each

28. Modular type wiring accessories.

Switches/Sockets/fuse units/dimmer of

modular type

28.1 6A one way switch Each

28.2 6A one way switch with indicator Each

28.3 16A one way switch Each

28.4 16A one way switch with indicator Each

29. Retrofit type CFL with electronic

ballast.

29.1 8/9 W Each

29.2 11W Each

29.3 20W/8W Each

30. CFL without ballast Each

30.1 7/ 9W, 2 pin Each

30.2 11W, 2 pin Each

30.3 18W, 2 pin Each

30.4 36 W, 4 pin Each

31. Lamps Each

31.1 Florescent type 36W Each

32. Ballast Each

32.1 Electronic ballast for 1 x 4‟ x 40W

Tube

Each

32.2 Electronic ballast for 2 x 4‟ x 40W

Tube

Each

33. Accessories for fans Each

33.1 Electronic fan regulator Each

34. Accessories for DBs and panels Each

34.1 40A 4P MCB Isolator Each

34.2 60A 3P MCB Isolator Each

34.3 60A 4P MCB Isolator Each

34.4 40A 4P MCB Isolator Each

-11-

35. Capacitor Each

35.1 2.5mfd Each

36. Rewinding of single phase water pump

motor of 1.5HP with „B‟ class insulation

Each

37. Rewinding of 3 phase water pump motor of

3HP with „B‟ class insulation

Each

38. T5, 4 feet tube light 36W Each

39. New transformer oil 10 Ltrs

I HAVE FILLED IN THE RATES AFTER VERIFYING FROM MARKET AND QUOTED RATES FOR THE ITEMS

WITH ISI APPROVAL AND SPARES OF LEADING BRANDS AND ALSO SPECIFIED THE BRAND NAME OF THE

MATERIAL AGAINST THE RATES.

NOTE : The contractor shall take the complaint from the users and attend the same immediately as per the direction of authorized

officer of ESIC Regional Office, Panaji. After attending the complaint he will show the Diary of complaint / certificate from users

in token of work has been attended. All T & P required shall be arranged by the agency. Only licensed/certified electrician shall

be deployed.

If the agency fails to attend the complaint in the specified time as mentioned, then the department may get the complaint

attended by engaging labour and obtaining material from the open market and twice the amount shall be recovered from the

agency.

Sign of Contractor with seal.........................

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

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

-12-

UNDERTAKING (To be enclosed along with EMD in Envelope)

I/we of M/s……………………………………………Bidder for “Annual Maintenance contract for

Electrical System” of ESIC, Patto, Panaji, do hereby undertake that I/we agree to unconditionally accept all

the terms and conditions mentioned in the Tender documents.

Further, I/we have noted that after unconditionally accepting the Tender conditions in its entirely, it is not

permissible to put any remarks/condition in the Price Bid enclosed and the same has been followed in the

present case. In case this provision of the Tender is found violated at any time after opening of tender, I/we

agree that the tender shall be summarily be rejected and ESIC shall, without prejudice to any other right or

remedy, be at liberty to forfeit the full amount of earnest money absolutely.

Signature of the Bidder or Authorized Person…………………………….

Name of the firm……………………………………………

Seal of the firm………………………………......................

-13-