INDIRA GANDHI E.S.I. HOSPITAL Jhilmil, Delhi-110095 ...

64
INDIRA GANDHI E.S.I. HOSPITAL Jhilmil, Delhi-110095. (Ministry of Labour & Employment) Government of India Tel: 011- 22151329, Fax: 011- 22167518 Email -Id : [email protected] , [email protected] E-TENDER NOTICE FOR PROVIDING ANNUAL REPAIR & MAINTENANCE SERVICES E-tenders in two bid system through “E” procurement solution are invited from leading building repair and maintenance agencies having three years experience of providing repair and maintenance service in central government/ state government/ public or private sector companies/ undertaking, autonomous bodies for providing round the clock repair and maintenance to 300 (three hundred) bedded I.G. ESI Hospital and staff quarters jhilmil, Delhi-110095 premises on contractual basis for a period of two years further extend able for a period of one year subject to satisfactory performance, on the same rate, terms and conditions.. Tender documents are available on line from 2 February 2018 at https://esictenders.eproc.in . Bidders need to deposit the Earnest money deposit (EMD) of Rs. 7,00,000/- (Seven lakh) in the form of Demand Draft drawn in favour of “ESI fund A./c no.1” payable at New Delhi to be dropped in the tender box in room no. 83, I.G. ESI hospital, Jhilmil latest by 1:00 p.m. on 23-02-2018 . The interested bidders should upload their bids along with duly signed scanned copies of all the relevant certificates,, documents. Etc. in support of their technical & price bids on the https://esictenders.eproc.in latest by 02-02-2018 up to 23-02-2018 . The technical bids will be opened On line on 23 Feburary 2018 at 2:00 pm. Tender documents are also available for viewing on the website www.esic.nic.in . Medical Superintendent

Transcript of INDIRA GANDHI E.S.I. HOSPITAL Jhilmil, Delhi-110095 ...

INDIRA GANDHI E.S.I. HOSPITAL

Jhilmil, Delhi-110095.

(Ministry of Labour & Employment)

Government of India

Tel: 011- 22151329, Fax: 011- 22167518

Email -Id : [email protected], [email protected]

E-TENDER NOTICE FOR PROVIDING ANNUAL REPAIR & MAINTENANCE SERVICES

E-tenders in two bid system through “E” procurement solution are invited from leading building repair

and maintenance agencies having three years experience of providing repair and maintenance

service in central government/ state government/ public or private sector companies/ undertaking,

autonomous bodies for providing round the clock repair and maintenance to 300 (three hundred)

bedded I.G. ESI Hospital and staff quarters jhilmil, Delhi-110095 premises on contractual basis for a

period of two years further extend able for a period of one year subject to satisfactory performance,

on the same rate, terms and conditions.. Tender documents are available on line from 2 February

2018 at https://esictenders.eproc.in. Bidders need to deposit the Earnest money deposit (EMD) of Rs.

7,00,000/- (Seven lakh) in the form of Demand Draft drawn in favour of “ESI fund A./c no.1” payable

at New Delhi to be dropped in the tender box in room no. 83, I.G. ESI hospital, Jhilmil latest by 1:00

p.m. on 23-02-2018 .

The interested bidders should upload their bids along with duly signed scanned copies of all the

relevant certificates,, documents. Etc. in support of their technical & price bids on the

https://esictenders.eproc.in latest by 02-02-2018 up to 23-02-2018 . The technical bids will be

opened On line on 23 Feburary 2018 at 2:00 pm.

Tender documents are also available for viewing on the website www.esic.nic.in.

Medical Superintendent

INDIRA GANDHI E.S.I. HOSPITAL

Jhilmil, Delhi-110095.

(Ministry of Labour & Employment)

Government of India

Tel: 011- 22151329, Fax: 011- 22167518 Email -Id : [email protected], [email protected]

Schedule of e- tender notice Date & time of issue/ publishing of Bid Document : from 2 February 2018

Last date & Time for receipt of tenders: 23 February 2018 up to 1:00 PM

Physical Submission of EMD : from 2 February 2018 to 23 February 2018 up to 1:00 PM.

Date & Time for opening of Technical Bids: 23 February 2018 at 2:00 PM

Date & Time for opening of Financial Bids

(For technically qualified bidders)

Scheduled will be intimated later on by department

Estimated Cost : Rs 3.5 Crores INR

Place of opening the Tenders : Committee Hall , Administrative Block, IGESI Hospital,

Jhilmil, Delhi-110095

Bid Validity period : 180 Days

INDIRA GANDHI E.S.I. HOSPITAL

Jhilmil, Delhi-110095.

(Ministry of Labour & Employment)

Government of India

Tel: 011- 22151329, Fax: 011- 22167518 Email -Id : [email protected], [email protected]

Eligible agencies may visit/inspect the site on any working day between 10.00 AM to 02.00 PM and on

Saturday from 10.00 AM to 12.00 PM by contacting the Estate Branch in INDIRA GANDHI ESI Hospital

Jhilmil, Delhi-95

Tender documents consist of the following:- i. Tender Notice including eligibility criteria.

ii. Instructions to Tenderer

iii. Terms & conditions of tender.

iv. Scope of Work

v. General Conditions of Contract ( Annexure 'B')

vi. Particular conditions of contract.

vii. Technical Bid

viii. Financial Bid

ix. Performance Guarantee Proforma

Details of the Tender Document can be seen at https://www.esic.nic.in and https://esictenders.eproc.in.

The Technical Bids shall be opened Online at 2:00 PM on 23-02-2018 in the presence of such

tenderers or their authorized representatives who may wish to be present.

E-Tenders received after the closing date and time shall not be considered.

Important Instructions for Bidders regarding Online Payment All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate

(DSC) with Both DSC Components i.e. Signing & Encryption to participate in the

ETenders.

Bidders should get Registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer Tools

Internet Options Security Trusted Sites Sites of Internet Explorer :

https://esictenders.eproc.in

https://www.tpsl-india.in

https://www4.ipg-online.com

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer

Tools Internet Options Advanced Tab Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in

favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such

as Debit Card, Credit Card or NetBanking for participating in the Tender.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

INDIRA GANDHI E.S.I. HOSPITAL

Jhilmil, Delhi-110095.

(Ministry of Labour & Employment)

Government of India

Tel: 011- 22151329, Fax: 011- 22167518 Email -Id : [email protected], [email protected]

CHECK -LIST

S.No. Detail of Document . 1 Tender Cost Draft 2 E.M.D. Draft 3 Copy of E.S.I. Registration Certificate / Code 4 Copy of E.P.F. Registration 5 Copy of VAT Registration Certificate/ Work Contract Tax Registration 6 Copy of ISO Certificate 7 Three Year Experience Certificate from Govt. Hospital or Reputed Health

Organization 8 Copy of Registration Certificate from Central Labour Commissioner 9 Copy of PAN Card 10 Copy of Certificate of Occupational Health Safety Management System 11 Copy of Registration Of Agency 12 Copy of Goods and Service Tax Certificate 13 Copy of Last Three Year Income Tax Return Statement Note:- If any of the above documents is not enclosed with the Tender, the Tender is liable to be Rejected . Signature …..................... Name of the Agency

ELIGIBILITY CRITERIA .

1. The bidding firm should be a company/ firm engaged in Annual Repair and maintenance of building

(civil as well as electrical) in India for at least last five years till publishing of this tender.

2. The bidder must be registered with ESIC, EPFO and Goods and Service Tax department.

3. Bidder should have clientèle base of 3 PSU/ Govt. departments/ Reputed private organization.

4. Bidder must have a valid license to carry out electrical works.

5. Any other statutory license required for carrying out repair & maintenance work (civil & electrical)

in concerned state/ any other govt. of NCT Delhi license registered.

6. The Tenderer should have minimum 3 years’ experience in doing similar nature of work and have

successfully completed.

a) One similar work of value equal to 2.80 Crore or

b) Two similar works of value equal to 2.10 Crore or

c) Three similar works of value equal to 1.40 Crore in the last five years.

7. The Tenderer must have an average annual turnover of Rs.5,00,00,000/- (Rupees five Crore only)

and should be profit making during the last Three years. Copies of the following documents should

be submitted along with the Technical Bid:

a) Audited Balance Sheet of last three years i.e. 2014-15, 2015-16 and 2016-17.

b) Audited Income and Expenditure statement of last three years i.e. 2014-15, 2015-16 and 2016-17.

c) Audited Profit and Loss Account of last three years i.e. 2014-15, 2015-16 and 2016-17.

d) Audit report of last three years i.e. 2014-15, 2015-16 and 2016-17.

e) G.S.T. Certificate

f) Registration Certificate

g) PAN No.

h) The tenderer should have the Registered/Branch Office in Delhi/NCR.

8. The Tenderer should possess valid ISO-9001 certificate.

9. Goods and Service tax will be reimbursed after production of challan.

10. Firm should never have been blacklisted /debarred/ disqualified by any government department or

P.S.U. and should not be indicted for any criminal, fraudulent or anti- competition activity.

Documents to be uploaded Bidder firms who fulfill the above eligibility criteria may upload their technical bid & price bid along

with the scanned copies of the following documents failing which their bids will be rejected.

1. Financial statement, Balance sheet and profit & loss account for last three financial years i.e

2014-15, 2015-16 and 2016-17

2. Scanned copy of EMD.

3. Proof of registration with Service Tax, ESIC and EPFO.

4. Copies of work order from three Govt./ PSUs for services provided.

5. Acceptance certificate of terms & conditions of tender.

6. Copy of valid license to carry out electrical work.

7. Copy of valid certificate of Central Labour Act 1970 & Contact labour Central Rule 1970.

8. Copy of PAN No.

9. Self - Certificate that the firm has not been indicted for any criminal, fraudulent or anti-

competition activity and not blacklisted by any Govt. department or P.S.U. .

10. Work order as proof of experience of at least 5 years of successfully executing work of Repair &

maintenance (civil & electrical).

11. ISO certificate.(Issued before the date of Opening of Tender).

12. Occupational health safety management certificate (OHSAS18001). .(Issued before the date of

Opening of Tender).

Scope of work Civil work 1. Repair and maintenance of all civil/ electrical/ plumbing work of I.G. ESI hospital and staff

quarters Jhilmil.

2. Storm drainage & sewage disposal work.

3. Water supply, sanitary and plumbing work.

4. White wash and painting of hospital and residential colony as per CPWD norms.

5. Cleaning of sewer line of the hospital and colony daily.

6. Items not covered under BOQ should be done through DSR 2016 (Civil & Electrical) items with

prevailing premium as applicable at the time of work.

7. Cleaning of storm water drain daily.

8. Uninterrupted water supply service in the hospital and colony.

9. To arrange water tankers in case of short water supply by Delhi Jal Board , cost of water tanker

will be reimbursed on actual expenditure basis.

10. Water should be tested on quarterly basis from Govt. lab or any other lab approved by the

government.

11. U/G tank O/H tank to be cleaned on quarterly basis.

12. All statutory records and registers to be maintained.

13. A well qualified and experienced Civil engineer should be available at site.

14. Operation and maintenance of existing water submersible pump for uninterrupted water supply.

15. Operation and maintenance of existing sewage disposal pump in the hospital complex and

residential colony.

Horticulture work 1. Maintenance of existing garden/ plants. Watering and trimming.

2. Providing and planting new plants/ grass, expense will be reimbursed.

Electrical work 1. All electrical work (Internal and external),

2. Repair and day to day maintenance of DG set (02 nos.), water pumps, boilers and hot water

system, HT/ LT Substation (11 KV/440V) with servo stabilizer and HT/LT transformer (2 nos.),

central conditioning system, window/ split air conditioners,fire fighting equipments/ fire hydrant

system, oil changing and oil dehydration of transformers.

3. Repair and maintenance of external wiring and street lights of the hospital and staff colony.

4. Repair and maintenance of digital token/ display system.

5. Uninterrupted electric supply in the hospital and staff colony.

6. An electrical engineer should be available at the site. Miscellaneous

1. Contractor will arrange all the tools, equipments and material to carry out the AR&M work .

2. Contractor will provide uniform, identity card, name plate to it's staff.

Instructions to the tenderer 1. The amount of earnest money deposit (E.M.D.) shall be Rs. 700000/- In th form of DD/ Pay order,

drawn in favour of “ESI fund A/c no. 1” payable at Delhi to be dropped in the tender box in room

no. 83, I.G. ESI hospital, Jhilmil.

2. Incomplete or tenders without E.M.D. Shall be rejected summarily.

3. Last date of submission of tender is 23 Feburary 2018 up to 1:00 PM

4. Date and time of opening of tender is 23 Feburary 2018 at 2:00 PM.

5. Each and every page of the tender document should bear the stamp and signature of the

authorized representative of firm.

6. The tenderer shall enclose the latest Income Tax Clearance Certificate or Balance sheet, proof of

VAT/ Work contract TAX registration where applicable.

7. Rate for each and every item shall be quoted in figures and words. In case of any discrepancy,

rates written in words shall prevail.

8. The site for work can be visited on any working day during office hours by contacting Esate

branch, I.G. ESI hospital, Jhilmil.

9. Tenderer should be registered with occupational health safety management system prior to date

of advertisement and should enclose a copy of the certificate (OHSAS 18001).

10. The competent authority of ESIC reserves the right to accept or reject (fully or partially) any

tender or all tenders without assigning any reason thereof.

11. Conditional tenders are liable to be rejected without assigning any reason thereof.

12. Rates quoted shall be firm and fixed, inclusive of cost of manpower, material, machinery,tools

and plant etc and all kind of taxes (including service tax), duties, levies and insurance etc. No

escalation other than statutory dues shall be payable. ESIC's share of service tax as per Govt. of

India notification in force shall be deducted from the monthly bills of the agency. The agency shall

deposit its share of service tax and submit a copy of proof with monthly bills.

13. The successful bidder shall deposit by way of a demand draft payable at Delhi in favour of “ ESI

fund A/c no.1” Security money deposit (SMD) as per rule i.e. 10% of the value of the tender with

validity for the period of contract + 60 days. The SMD is refundable without interest. Any amount

which is payable by the contractor to the ESIC on account of a cause arising out of the contract

may be adjusted against S.M.D.

14. Failure on part of contractor to comply with all statute/ act will lead to termination of contract.

15. Resultant contract shall be interpreted under Indian law.

16. Any misconduct/ misbehavior on the part of the manpower deployed by the contractor will not be

tolerated and such person will have to be replaced by the contractor at his own cost, risk and

responsibility immediately with written intimation to the I.G. ESI hospital, Jhilmil.

17. The contractor should ensure to maintain adequate no. of manpower and also arrange a pool of

standby manpower. In case any manpower is absent from the duty, the reliever of equal status

shall be provided by the contractor. If the required number of manpower is less than the minimum

requirement, a penalty @ Rs. 500/- per manpower per day will be imposed and the same shall

be deducted from the monthly bill.

18. It is primary responsibility of the contractor to give assurance to the M.S., I.G. ESI Hospital,

Jhilmil, Delhi regarding deposit of wages as per contract agreement and deposit of ESI, EPF and

service tax as per statutory obligations, failing which the M.S., I.G. ESI Hospital, Jhilmil, Delhi

can cancel the contract after giving one month's notice. The firm may be blacklisted If it does not

comply with the terms of the contract.

19. EMD of unsuccessful tenderer will be returned without any interest after completion of the tender

process.

20. The Firm/ Agency/ Organization will ensure the required representation of Sc (15%)/ ST (7.5%)/

OBC (27%) candidates including PWD/ Ex- serviceman as per Govt. of India guidelines.

21. Evaluation of technical bid: Bid received and found valid will be evaluated by the ESIC to

ascertain the best- evaluated bid for the complete work/ services under the specifications and

documents. The tenderer should take care to submit all the information sought by ESIC in

prescribed formats.

a) Firm's relevant experience and strength – profile of agency, registration details, experience of similar

works, annual turnover, total manpower employed.

b) Qualification/ related experience.

22. Evaluation of financial bid: Financial bid of the tenderer, whose technical bids are found

suitable, will be opened in the presence of the tenderer, who choose to attend the opening of

financial bid. Minimum two- day notice will be given to tenderer for this purpose.

23. Award of work: a) Selection of the agency will be at the sole discretion of the ESIC who reserves the right to accept or

reject any or all the proposals without assigning any reason thereof.

b) After evaluation of offers the decision on award of the contract will be intimated to the successful tenderer.

24. Force Majeure: (I) If a Force Majeure situation arises, the supplier shall promptly notify ESIC in writing of such condition

and the cause thereof. Unless otherwise directed by ESIC in writing, the supplier shall continue to

perform its obligations under the contract as far as is reasonably practical and shall seek all reasonable

alternative means for performance not prevented by the Force Majeure event. ESIC will not be

responsible for any loss to service provider, his personnel if it is due to an act of god.

25. Period of contract: The contact shall initially be for a period of Two years and may be extended

further for a period of one year subject to satisfactory performance on the same terms and conditions.

The rates approved shall remain unchanged during the period of contract. ESIC, reserves the right to

terminate the contract by serving one month's notice, in writing. The contract can be terminated by

giving one month notice by either party.

Payment Procedure: The agency shall submit the bill complete in all respect up to 7th of each month. The agency must make

payment to their workers through bank transactions on or before seventh of each month and this payment

is not linked to the payment by ESIC current bill.

The agency shall submit the bill with following documents:

1. The wages of workers for the last month credited to their account on___________ and

the detail of payment along with bank account no. to be uploaded by the agency on its website. If

there is no website of the agency it is to be sent by e-mail to the M.S., I.G. ESI Hospital, Jhilmil,

Delhi. No cash payment is permissible and such payments will be treated as non-payment of

wages. There must be no deviation whatsoever in this regard.

2. If the agency additionally submits copy of the bank statement in support as a proof for payment

through banking channel, the agency shall highlight transactions in respect of workers deployed

in I.G. ESI Hospital, Jhilmil, Delhi and will also assign them serial nos. in accordance with the

serial nos. mentioned in the statement of detail of payment along with account no. mentioned

above.

3. Details of ESI contribution of Rs.____________/ EPF contribution of Rs._______/ G.S.T.

payment of Rs.___________/other statutory dues of Rs._______(with breakup) for the month of

(Previous month) deposited on ___________ (copy of challan) is to be enclosed.

4. Separate ESI Challan to be furnished on monthly basis and separate EPF challan cum return for

each month to be furnished for the workers exclusively deployed under this contract. No

combined challan shall be accepted.

5. Employee wise details of ESI / EPF contribution paid is to be submitted every quarter along with

insurance numbers and PF numbers.

6. Undertaking that all statutory laws including minimum wages as per relevant acts and rules are

being complied with should be attached.

7. Before payment of the bill, it shall be ensured that all the statutory liabilities are being correctly

discharged by the agency in the following format:

For the month of:______________________________

Sl.no. Name of employee

Designation

ESIC insurance no.

EPFO no.

Bank A/c no.

Bank name &branch

No. of days worked

Wages paid

ESI contribution

EPFO contribution

Dispute Settlement: It is mutually agreed that all differences and disputes arising out of or in connection with this agreement

shall be settled by mutual discussions and negotiations. If such disputes and differences cannot be

settled and resolved by discussions and negotiations then the same shall be referred to the sole arbitrator

appointed by the M.S., I.G. ESI Hospital, Jhilmil, Delhi whose decision shall be final and binding on both

the parties.

Annexure_B General Conditions of Contract

Definitions and Interpretation 1. Definitions

A. In the Contract (as hereinafter defined) the following word and expressions shall have the meanings

hereby assigned to them except where the context otherwise requires.

I. “ESIC” means the ESIC and the legal successors in the title to ESIC.

II.”Engineer” means the person appointed by the ESIC to act as Engineer for the purpose of the

contract.

III.”Contractor” means an individual or firms (proprietary or partnership) whether incorporated or not,

that has entered into contract (with the ESIC) 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

ESIC, in writing and approval obtained for continued performance of the contract.

B.

I. “Contract” means these conditions, the specification, the bill of quantities, the tender, the letter of

acceptance, the contract agreement (If completed) and such further documents as may be expressly

incorporation in the letter of acceptance or contract agreement (If completed).

II. “Specification” means the specification of the works included in the contract and any modification

thereof.

III. “Drawing” 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 maintenance manuals and other technical information of a like nature

submitted by the contractor and approved by the engineer.

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

V. “Tender” means the contractor's priced offer to the ESIC for the execution and completion of the

works and the remedying of any defects therein accordance with the provisions of the contract, as

accepted by the letter of acceptance, The work tender is synonymous with “Bid” and the word “Tender

Documents” with “Bidding Documents”.

VI. “Letter of Acceptance” means the formal acceptance of the tender by ESIC.

VII. “Contract Agreement” means the contract agreement (if any) referred to in Sub Clause 9.1.

VIII. “Appendix to Tender” means the appendix comprised in the form of tender annex to these

conditions.

C.

I. “Commencement Date” means the appendix comprised in the form of tender annexed to these

conditions.

II. “Time of completion” means the time period for which the contract of Repair and maintenance has

been awarded by the ESIC to the contractor.

D. “Taking over certificate” means a certificate issued by the ESIC evidencing successful completion of

the awarded work.

E.

I. “Contract Price” means the sum stated in the letter of acceptance as payable to the contractor for the

execution and completion of the works and remedying of any defects therein in accordance with the

provision of contract.

II. “Retention Money” means the aggregate of all money retained by the ESIC.

F.

I. “Works” means the permanent works and the temporary works or either of them to be executed in

accordance with the contract.

II. “Site” means the place provided by the ESIC for repair and maintenance of the I.G. ESI Hospital,

Jhilmil.

III. “Cost” means all expenditure properly incurred or to be incurred whether on or off the site, including

overhead and other charges bu does not include any allowance for profit.

2.. ENGINEER The engineer shall carry out the duties specified in the contract.

3. Custody and supply of Drawings and Documents The Drawing shall remain in the sole custody of the ESIC/ Engineer, but copies as required thereof shall

be provided to the contractor free solely for the purpose of this contract.

4. Sufficiency of Tenderer The contractor shall be deemed to have based his tender on the data made available by the ESIC and on

his own inspection and examination of this site conditions.

5. Contractor's Employees The contractor shall provide on the site qualified and experience technical staff in connection with the

repair and maintenance of the works and the remedying of any defects therein. The minimum staff shall

be as per description of work mentioned in BOQ.

6. Engineer at liberty to object. The engineer shall be at liberty to object and to require the contractor to remove forthwith from the works

any person provided by the contractor who, in the opinion of the engineer, ,misconducts himself, or is

incompetent or negligent in the proper performance of his duties, or whose presence on the site is

otherwise considered by the engineer to be undesirable and such a person shall not be again allowed

upon the works without the consent of the engineer. Any person so removed from the works shall be

replace as soon as possible.

7. Safety, Security and Protection of the Environment The contractor shall, throughout the execution and completion of the work and remedying of any defects

therein:

I. Have full regard for the safety of all persons entitled to be upon the site and keep the site (so far as the

same is under his control) and the works (so far as the same are not completed or occupied by the ESIC)

in an orderly state appropriate to the avoidance of danger to such persons and

II. Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and

where necessary or required by the engineer or by any duly constituted authority for protection of the

works or for the safety and convenience of the public or others and

III. Take all reasonable steps to protect the environment on and off the site and to avoid damage or

nuisance to persons or to property of the public or others resulting from pollution, noise or other causes

arising as a consequence of his methods or repair.

8. (a) Insurance of work by the contractor for his liability. I. During the repair and maintenance period for loss or damage to property and life arising from a cause

for which contractor is responsible.

ii. For loss or damage caused by the contractor in the course of any repairs carried out by him for the

purpose of complying with his obligations.

Iii. It shall be responsibility of contractor to notify the insurance company of any change in the nature and

extent of the works and to ensure the adequacy of the insurance cover at all times during the period of

contract.

(b) Damage to Persons and Property The contractor shall, except if and so far as the contract provides otherwise, indemnify the ESIC against

all losses and claims in respect of:

I. Death or injury to any person, or

II. Loss or damage to any property (other than the works): Which may arise out of or in consequence of

the repair and maintenance of the works and the remedying of any defects therein, and against all claims,

proceedings, damages, costs, charges and expenses whatsoever in respect thereof.

9. Accident or injury to workmen The ESIC shall not be liable for or in respect of any damages or compensation payable to any workman

for death or injury resulting from any act or default of the contractor. The contractor shall indemnify and

keep indemnified the ESIC against all such damages and compensation and expenses whatsoever in

respect thereof or in relation thereto.

9.1 Evidence and Terms of Insurance The contractor shall take out appropriate insurance to cover his work and workers and staff employed by

him fully. The contractor shall provide evidence to the Engineer/ ESIC as soon as practicable after the

respective insurance have been taken out but in any case prior to the start of work at the site that

insurance required under the contract have been effected.

9.2 Compliance with statutes, regulations The contractor shall conform in all respects, including by giving all notices and paying of all fee, with the

provision of:

(a) Any national or sate stature, ordinance or the law or any regulation or bye-law of any local or other

duly constituted authority in relation to the execution and completion of the works and the remedying of

any defects therein, and

(b) The rules and regulations of all public bodies and companies whose property or rights are affected or

may be affected in any way by the works and the contractor shall keep the ESIC indemnified against all

penalties and liability of every kind for breach of any such provision.

(c) Any changes required for approval due to revision of the local laws.

10. Default of contractor in Compliance In case of default on the contractor in carrying out such instruction within the time specified therein or, if

none, within a reasonable time, the ESIC shall be entitled to employ and pay other persons to carry out

the same and all costs consequent thereon or incidental thereto shall, be determined by the engineer and

shall be recoverable from the contractor by the ESIC, and may be deducted by the ESIC from and money

due or to be due to the contractor and the engineer shall notify the contractor accordingly

11. Period of Contract The repair and maintenance work shall be for a period of two years or as mentioned in the letter of

commencement and shall start from the date of issue of letter commencement and may be extended for

one year on same rates, terms and conditions subject to satisfactory performance.

12. Extension in contract The repair and maintenance contract may be extended on the written mutual consent of both ESIC and

contractor for a further period of one year. However, ESIC reserve it's right to terminate the repair and

maintenance contract by giving one months notice at any time during the currency of the contract if the

services of the agency are not satisfactory as per the opinion of ESIC or its representative.

13.Defect identification and its rectifications. Agency shall immediately attend the defects and complaints noticed at the site. The agency shall provide

and develop a system for regular repair and maintenance of all the services which includes defect

identification and its immediate rectification so that services are not affected. It shall be the sole

responsibility of the repair and maintenance agency that all the services are kept in functional condition

round the clock during the currency of the contract. Defect liability period shall be 12 months from the

date of completion of work under BOQ measurable works. The contractor shall rectify at his own

expenses any defect in the work carried out by him during this period. On failure of the contractor to do

so, the same shall be completed by the ESIC at the risk and cost of the contractor.

14. Penalty for Delay. If the contractor fails to attend any complaint or defect in due course of time and if in the opinion of

engineer delay is on the part of repair and maintenance agency the ESIC can impose liquidated damages

on the contractor as detailed in the particular conditions.

15.Contractor's failure to carry out instruction. In case of default on the part of the contractor in carrying out defect rectification works, the ESIC/

engineer shall be entitled to employ and pay other persons to carry out the same and if such work, in the

opinion of the engineer, the contractor was liable to do at his own cost under the contractor, then all costs

consequent thereon or incidental thereto shall be determined by the engineer and shall be recoverable

from the contractor by the ESIC and may be deducted by the ESIC from any money due or to be due to

the contractor.

16.Instructions for variations. Quantities given in the BOQ are estimated quantities. The quantity of any particular item may vary to any

extent. Variation in quantity in particular items or overall cost, does not entitle the contractor to claim any

extra cost.

MEASUREMENT 17.Works to be measured. The engineer shall be determined by the measurement of the value of actual work done in accordance

with the contract and the contractor shall be paid proportionately. Part rate shall be made for any part of

BOQ items not fully executed. Engineer shall be at liberty to decide the breakup of lump sum items and to

decide the part rate for any particular item. I case overtime working of staff under item no.1 is required,

specific instructions of the engineer is to be obtained. Payment shall be made at applicable overtime

rates.

18. Method of Measurement. The work shall be measured net, notwithstanding any general or local custom, except where otherwise

provided in the contract.

19. Default of contractor If the performance of the contractor is not satisfactory and not corrected within 15 days of receiving

notice, then ESIC shall be at liberty to terminate the contract and get the work executed through other

means at the risk and cost of the contractor.

20. Payment on termination In the event of termination of the contract, ESIC 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 work.

21. The contractor will have to take the charge within 10 days and if any defect is noticed in that period

bring it to the notice of the ESIC in writing otherwise it will be assumed that all the systems were handed

over by the previous contractor without any defect.

22. In case of emergency, any staff of lower scale/ post is deputed he will be paid at lower rate as

applicable to that post. However intimation regarding same must be given immediately.

22. Certified copy of certificates in r/o educational qualification and experience of employees is to be

submitted.

Sig. of tenderer with seal

Particular conditions of contract

1. CPWD specifications shall be followed. Where not available, BIS/ Engineering practice as directed by

the engineer shall be followed.

2. Complaints shall be made in the format (Enclosure-I).

3. A complaint register (enclosure -II) shall be maintained by the contractor in which all the complaints

received shall be recorded.

4. All repair and maintenance related complaints shall be attended within two hour failing which a

recovery of Rs. 100/- per event per hour shall be made from the subsequent bills.

5.The sewer man shall ensure that all lines are maintained in a clean condition by carrying out preventive

cleaning of all lines at least once in a month.

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

a) That the normal functioning of ESIC activities are not affected 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 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 will be held

responsible for any loss or damage to the property of ESIC .

e) The contractor shall ensure safety of his workers and others at the sited 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 drawing temporary lines etc. the responsibility

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

Sig. of tenderer with seal

ENCLOSURE -I COMPLAINT REGISTRATION FORM

Date:…………………………..

Time: ………………………….

Nature of

complaint:……………………………………………………………………………………………………………

Complainant:

……………………………………………………………………………………………………………………

Signature:

………………………………

Complaint attended:

……………………………………………………………………………………………………………

Date: ………………………………………

Time: ………………………………………

From……………………………..To…………………………………….

Certified that the complaint has be attended satisfactorily.

Contractor…………………………………………. Complainant…………………………………….

Date:………………………………………………..

To be submitted along with monthly bill.

Sig. of tenderer with seal

ENCLOSURE-II COMPLAINT REGISTER

S.no. Date/ Time Complaint Nature of complaint

Complaint attended Date/ Time

Remarks Signature

Sig. of tenderer with seal

TECHNICAL BID/ GENERAL INFORMATION

1 Name of Tendering Company / Firm/ Selected

Tenderers

2 Name of owner / Partners /Directors 3 Full Particulars of Office (A) Address (B) Telephone No. (C) Fax No. (D) Email Address 4

FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM / SELECTED TENDERERS,

WITH

FULL ADDRESS / TEL. NO.

(A) Name of the Bank (B) Address of the Bank (C) Telephone No. (D) Fax No. (E) Email address 5 Registration Details :- (A) PAN/GIR No. (B) Goods and Service Tax Registration No. (C) E.P.F. Registration No. (D) E.S.I. Registration No. (E) Registration Certificate of Firm (F) ISO Certificate (G) Registration Certificate of DPCC/ Environment (H) Copy of Labour License (I) Registration of Delhi Labour welfare board . (J) Registration of contract labour act as per requirement 6 Details of Earnest Money Deposit (A) Amount (Rs.) (B) D.D./P.O. No. and Date (C) Drawn on Bank (D) Valid up to The above format may be used to provide requisite details.

Sig. of tenderer with seal

FORMAT-II Experience Details as per eligibility condition

1. Project title &location

2. Name of client and address

3. Describe area of participation (Specificwork done/ Services rendered by the applicant)

4. Period of work done/ Services rendered for the project.

5 Total cost of work/ AMC cost

6 Date of start of work &Present Status

7 Any other details

Note: Supporting documents like certificates from the client in support of each of the above projects to be

furnished.

Signature:

Name and Address:

Details of Existing manpower with the firm:

S.no. Fields Manpower with more than 10 year experience

Manpower with 5 – 10 year experience

Manpower with less than 5 year experience

Civil work Electrical work AC maintenance Horticulture work

Signature:

Name and Address:

Sig. of tenderer with seal

FINANCIAL BID FORM AR&M SERVICES IN IG ESIC HOSPITAL, JHILMIL, DELHI-95

Name of Tenderer along with address, Email & telephone no.

A. Financial Bid for Manpower

S.No. Description No. of

Manpower

required

Wages &

allowances Rate per person

per month Monthly amount

(Total amount

x Manpower )

1 Civil Engineer 1 Minimum Wages PF ESIC Total Amount

2 Mason 1 Minimum Wages PF ESIC Washing allowance Total Amount

3 Sewer man 2 Minimum Wages PF ESIC Washing allowance Total Amount

4 Pump operator 1 Minimum Wages PF ESIC Washing allowance Total Amount

5 Plumber 2 Minimum Wages PF ESIC Washing allowance Total Amount

6 Mali 4 Minimum Wages PF ESIC Washing allowance Total Amount

`

7 Beldar /Helper 5 Minimum Wages PF ESIC Washing allowance Total Amount

8 Carpenter 1 Minimum Wages PF ESIC Washing allowance Total Amount

Total (Civil)

9 Electrical engineer

1 Minimum Wages PF ESIC Total Amount

10 Electrician

6 Minimum Wages PF ESIC Washing allowance Total Amount

11 Wireman 2 Minimum Wages PF ESIC Washing allowance Total Amount

12 A.C. plant operator

3 Minimum Wages PF ESIC Washing allowance Total Amount

13 Fireman 3 Minimum Wages PF ESIC Washing allowance

Total Amount

14 D.G. set operator

3 Minimum Wages PF ESIC Washing allowance Total Amount

15

FITTER

1

Minimum Wages PF ESIC Washing allowance Total Amount

16 Pump operator (365 days in a year)

3 Minimum Wages PF ESIC Washing allowance Total Amount

17 Khallasi 16 Minimum Wages PF ESIC Washing allowance Total Amount

Total(Electrical)

Total of Civil and Electrical (Man Power) =

Lowest Financial Bid will be decided on Total Cost for 1 year ARM Services with material for

Civil and Electrical Works as per given formula.

A. Total of Civil and Electrical Manpower X 12 Months ( RS.) ………………………………………………………

B. Total Amount of Civil Work ( RS.)………………………………………………………………………………………………

C. Total Amount of Electrical Work ( RS.)………………………………………………………………………………………

GRAND TOTAL ( RS.)…………………………………………………………………………………..

GRAND TOTAL (IN WORDS )…………………………………………………………………………………..

DECLARATION

1. I,____________________________________________________________Son / Daughter of

Shri_____________________________________Proprietor / Partner / Director / Authorized Signatory

of______________________________an competent to sign this declaration and execute this tender

document.

2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my

acceptance of the same.

3. The information / documents furnished along with the above application are true and authentic to the

best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false

information / fabricated documents would lead to rejection of my tender at any stage besides liabilities

towards prosecution under appropriate law.

Signature of authorized person

Full Name:

Date:

Place:

Company’s Seal:

N.B.: The above declaration, duly signed and sealed by the authorized signatory of the Company, should

be enclosed with Technical bid.

Conditions A

A. Electrical Maintenance:-Hospital and Colony

1. Material should be get approved from competent authority before use. 2. After carrying out the work the contractor will have to remove/disposal the malba and

making good the site in the same original condition. 3. Contactor will have to deploy the trained staff with proper safety arrangement and

equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

4. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

5. All the staff deployed by the contractor in proper uniform with name badge on the pocket of the shirt and ID card issue by the contactor.

6. The complaint will have to attend within 3 hrs otherwise RS 100/= per complaint per day will be deducted from the bill in normal conditions. In special case maximum up to 72 hrs.

7. Complaint register, complaint registrations/attending form will have to provide and maintained by the contractor.

8. The material use by the contractor should be genuine and as per the make mentioned below.

1 Switches & Sockets 5/15 Amp ISI

Panasonic, Cona, Coin,

2 Call Bell/Buzzer DO 3 Fl Tube Fitting Crompton, Philips, G.E, 4 Ceiling Fan Crompton, Philips, Orient, 5 Ext Fans Crompton, Philips, Orient, 6 Wires kei, Havells, R.K.Kables 7 Armorured Cable kei, Havells, Polycab, 8 MCB/ISOLATOR of different

poles & capacity Havells, Schneider, Legrand,

9 Fl Tube Philips, Osram, Surya, 10 Starter Philips, Osram, Surya, 11 Choke 20/36/40 watt Philips, Osram, Surya, 12 Ball Bearing S.K.F, N.B.C,TATA 13 MCCB Havells, Schneider, L&T, GE 14 HPMV Lamps Philips, Osram, Surya, 15 Choke for HPMV Lamp Philips, Osram, Surya, 16 MCB DB Havells, Legrand,

Conditions B

(1.) The Moving message and token display system.

1. Material should be get approved from competent authority before use. 2. After carrying out the work the contractor will have to remove/disposal the malba and

making good the site in the same original condition. 3. Contactor will have to deployed the trained staff with proper safety arrangement and

equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

4. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

(2) FIRE HYDRANT AND FIRE ALARM SYSTEM

1. Agency has to get NOC from Delhi fire Department within three months after award of the work.

2. Material should be got approved from competent authority before use. 3. Fire detail has to be taken out as per standard. 4. Contactor will have to deploy the trained staff with proper safety arrangement and

equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

5. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

6. Any major fault in fire hydrant and fire alarm system will have to remove within two days otherwise the penalty of Rs 2000/= per day will be deducted from the bill.

7. Records for up keep of the fire alarm system & firefighting system will have to be maintain by the contactor.

8. Battery should be made of EXIDE, AMCO, and AMRON. 9. Heat detector, smoke detector, MCP should be reputed make and suitable for the existing

fire panel. 10. Enamel paint should be Nerolack, Berger, Asian .

MAINTANANCE OF SUB – STATION,TRANSFORMERS,SERVO VOLTAGE STABILIZER,CAPACITOR PANEL,H.T OCBS, L.T.PANELS AND MAIN

CABLES ETC

1. Material should be get approved from competent authority before use. 2. After carrying out the work the contractor will have to remove/disposal the malba and

making good the site in the same original condition. 3. Contactor will have to deploy the trained staff with proper safety arrangement and

equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

4. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

5. All the staff deployed by the contractor in proper uniform with name badge on the pocket of the shirt and ID card issue by the contactor.

6. The sub station log book will have to be provided & filled by the contactor 7. Adequate stock of materials like Switches, HRC Fuses, MCCBS, Thimbles, Ferrules,

Insulating Tapes, etc will have kept in the store to attend the fault / breakdown urgently in the sub-station

8. The material use by the contractor should be genuine and as per the make mentioned below.

2 MCB/ISOLATOR of different poles & capacity

Havells/ Schneider/ Legrand,

3 Switches L&T/ Havells/ G E 10 Changeover Switch Standard/ HPL/ L&T 11 Selector Switch, Volt

Meter, Amp Meter, CT, Indicator Light

AE/ L&T

12 Paint Nerolack/ Berger/ Asian 13 Thimbles/Ferrules Dowels/ Action 14 H R C Fuses L&T/ Havells/ G E 15 MCCB Havells, Schneider, L&T, GE Havells, Schneider, L&T, GE

D.G SETS WITH AMF PANELS (312.5 KVA & 180 KVA)

1. Material should be get approved from competent authority before use. 2. After carrying out the work the contractor will have to remove/disposal the malba and

making good the site in the same original condition. 3. Contactor will have to deployed the trained staff with proper safety arrangement and

equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

4. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

5. All the staff deployed by the contractor in proper uniform with name badge on the pocket of the shirt and ID card issue by the contactor.

6. The D.G Sets log book will have to be provided & filled by the contactor 7. H.S.D. Oil will be supplied by the hospital. 8. All the DG set & AMF panel will have to kept in good working condition. Any defect

will have to rectify within 24 hrs. Otherwise penalty of RS 2000/day will be deducted from the bill.

9. In case of any major breakdown contractor will have to make the arrangement for suitable capacity stand by the DG set.

10. Stock and consumption of H.S.D. Oil will have to be maintained by the contactor 11. The material use by the contractor should be genuine and as per the make mentioned

below. 1 Armorured Cable KEI, Havells, Polycab, 2 MCB/ISOLATOR of different

poles & capacity Havells, Schneider, Legrand,

3 Switches L&T, Havells, G E 10 Changeover Switch Standard, HPL,L&T 11 Selector Switch, Volt Meter,

Amp Meter, CT, Indicator Light AE, L&T

12 Batteries Exide/AMRON/AMCO. 13 Thimbles/Ferrules Dowells, Action 14 H R C Fuses L&T, Havells, G E

CENTRAL AIR CONDITIONING PLANTS, AIR HANDLING UNITS & COLLING TOWERS 1. Material should be get approved from competent authority before use.

2. After carrying out the work the contractor will have to remove/disposal the malba and making good the site in the same original condition.

3. Contactor will have to deployed the trained staff with proper safety arrangement and equipments as necessary to carry out the work if any accident/miss-happening occur at site it is the entire responsibility of contractor.

4. Any damage to the building/installation will have to repair/replace free of cost no payment will be entertained on this account.

5. All the staff deployed by the contractor in proper uniform with name badge on the pocket of the shirt and ID card issue by the contactor.

6. The A.C.PLANTS log book will have to be provided & filled by the contactor 7. All the A.C.Plant,A.H.U & Cooling tower will have to kept in good working condition.

Any defect will have to rectify within 24 hrs. Otherwise penalty of RS 2000/day will be deducted from the bi

8. All the filters & A.H.U Rooms will have to be cleaned by the contactor for maintaining the quality of air as per standard

9. The material use by the contractor should be genuine and as per the make mentioned

below 1 Armorured Cable KEI, Havells, Polycab, 2 MCB/ISOLATOR of different

poles & capacity Havells, Schneider, Legrand,

3 Switches L&T, Havells, G E 10 Changeover Switch Standard, HPL,L&T 11 Selector Switch, Volt Meter,

Amp Meter, CT, Indicator Light AE, L&T

12 Batteries Exide/AMRON/AMCO. 13 Thimbles/Ferrules Dowels, Action 14 H R C Fuses L&T, Havells, G E 15 Relay,Contact Kit,starter L&T, Havells, G E, Cutler Hammer, Same as already installed

S. No. Description of Item Unit Rate(Rs.) Quantity Amount(Rs.)Earth Work

1

Earth work in excavation by mechanical means (Hydraulic excavator)/ manual means over areas (exceeding 30cm in depth. 1.5 m in widthas well as 10 sqm on plan) including disposal of excavated earth,lead upto 50m and lift upto 1.5m, disposed earth to be levelled andneatly dressed. All kinds of soil Cum 10.00

Concrete Work

Providing and laying in position cement concrete of specified gradeexcluding the cost of centering and shuttering - All work up to plinth level :

2 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) Cum 5.00

3 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20mm nominal size) Cum 5.00

FORM WORK andSteel Reinforcement

4Centering and shuttering including strutting, propping etc. and removal ofform for : Shelves (Cast in situ) Sqm 50.00

5

Steel reinforcement for R.C.C. work including straightening, cutting,bending, placing in position and binding all complete up to plinth level.Thermo- Mechanically Treated bars KG 100.00

Brick Work

6

Brick work with common burnt clay F.P.S. (non modular) bricks of classdesignation 7.5 in superstructure above plinth level up to floor V level inall shapes and sizes in : Cement mortar 1:4 (1 cement : 4 coarse sand) Cum 10.00

7

Half brick masonry with common burnt clay F.P.S. (non modular) bricks ofclass designation 7.5 in superstructure above plinth level up to floor VLevel. Cement mortar 1:4 (1 cement :4 coarse sand) Sqm 20.00

8Extra for providing and placing in position 2 Nos 6mm dia. M.S. bars atevery third course of half brick masonry. Sqm 20.00

Stone Work

Stone work (machine cut edges) for wall lining etc. (veneer work) upto10 metre height, backing filled with a grout of average 12 mm thickcement mortar 1:3 (1 cement : 3 coarse sand) including pointing inwhite cement mortar 1:2 (1 white cement : 2 stone dust) with an admixtureof pigment matching the stone shade : (To be secured to the backingand the sides by means of cramps and pins which shall be paid forSeparately

9Red sand stone - exposed face fine dressed with rough backing. 30 mmthick Sqm 50.00

Name of work:- The Annual Repair & Maintenance of I.G. ESI Hospital & staff residential Staff quarters at Jhilmil,Shahdara, New Delhi-110095.The following Civil items for day to day maintenance of civil works to maintain the hospital and its staff colony

Page 1

10

White sand stone - exposed face fine dressed with roughBacking . 30 mm thick

Sqm 50.00Wood andPVC Work

11

Providing and fixing panelled or panelled and glazed shutters for doors,windows and clerestory windows, including ISI marked M.S. pressed butthinges bright finished of required size with necessary screws, excludingpanelling which will be paid for separately, all complete as per direction ofEngineer-in-charge. 35 mm thick shutters Sqm 10.00

12

Providing and fixing ISI marked flush door shutters conforming to IS : 2202(Part I) non-decorative type, core of block board construction with frame of1st class hard wood and well matched commercial 3 ply veneering withvertical grains or cross bands and face veneers on both faces of shutters:35 mm thick including ISI marked Stainless Steel butt hinges withnecessary screws. sqm 10.00

13

Providing and fixing flat pressed 3 layer particle board medium density exterior grade (Grade I) or graded wood particle board IS : 3087 marked, to frame, backing or studding with screws etc. complete (Frames, backing or studding to be paid separately) : 18 mm thick Sqm 20.00

14Providing and fixing nickel plated M.S. pipe curtain rods with nickel platedBrackets : 20 mm dia (heavy type). Meter 200.00

Providing and fixing M.S. grills of required pattern in frames of windowsetc. with M.S. flats, square or round bars etc. including priming coat withapproved steel primer all complete.

15 Fixed to steel windows by welding KG 100.0016 Fixed to openings /wooden frames with rawl plugs screws etc. KG 100.00

17

Providing and fixing fly proof galvanized M.S. wire gauge to windows andclerestory windows using wire gauge with average width of aperture 1.4mm in both directions with wire of dia 0.63 mm all complete. With 12 mmmild steel U beading. Sqm 100.00

18Providing and fixing ISI marked oxidised M.S. handles conforming toIS:4992 with necessary screws etc. Complete : 125 mm Each 100.00

19Providing and fixing oxidised M.S. casement stays (straight peg type) withnecessary screws etc. complete. 300 mm weighing not less than 200 gms Each 100.00

20

Providing and fixing aluminium extruded section body tubular typeuniversal hydraulic door closer (having brand logo with ISI, IS : 3564,embossed on the body, door weight upto 36 kg to 80 kg and door widthfrom 701 mm to 1000 mm), with double speed adjustment with necessaryaccessories and screws etc. complete.

Each 30.00

21

Providing and fixing chromium plated brass 100 mm mortice latch and lockwith 6 levers and a pair of lever handles of approved quality with necessaryscrews etc. complete. Each 20.00

22

Providing and fixing aluminium sliding door bolts, ISI marked anodisedanodic coating not less than grade AC 10 as per IS : 1868), transparent ordyed to required colour or shade, with nuts and screws etc. complete :300x16 mm Each 50.00

Page 2

23

Providing and fixing aluminium tower bolts, ISI marked, anodised (anodiccoating not less than grade AC 10 as per IS : 1868 ) transparent or dyed torequired colour or shade, with necessary screws etc. complete : 300X10mm Each 50.00

24

Providing and fixing aluminium tower bolts, ISI marked, anodised (anodiccoating not less than grade AC 10 as per IS : 1868 ) transparent or dyed torequired colour or shade, with necessary screws etc. complete : 250x10mm Each 50.00

25

Providing and fixing aluminium tower bolts, ISI marked, anodised (anodiccoating not less than grade AC 10 as per IS : 1868 ) transparent or dyed torequired colour or shade, with necessary screws etc. complete : 150x10mm Each 50.00

26

Providing and fixing aluminium handles, ISI marked, anodised (anodiccoating not less than grade AC 10 as per IS : 1868) transparent or dyed torequired colour or shade, with necessary screws etc. complete : 125 mm Each 50.00

27

Providing and fixing aluminium hanging floor door stopper, ISI marked,anodised (anodic coating not less than grade AC 10 as per IS : 1868)transparent or dyed to required colour and shade, with necessary screwsetc. complete. Twin rubber stopper Each 80.00

Steel Work

28Structural steel work riveted, bolted or welded in built up sections, trussesand framed work, including cutting, hoisting, fixing in position and applyinga priming coat of approved steel primer all complete. KG 150.00

29

Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mmangle iron and 3 mm M.S. gusset plates at the junctions and corners, allnecessary fittings complete, including applying a priming coat of approvedsteel primer.Using M.S. angels 40x40x6 mm for diagonal braces. Sqm 20.00

30 Providing and fixing ball bearing for rolling shutters. Each 10.00

31 Welding by gas or electric plant including transportation of plant at site etc. complete. Cm 1000.00

Flooring

32

52 mm thick cement concrete flooring with concrete hardenertopping,under layer 40 mm thick cement concrete 1:2:4 (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm nominal size) and top layer12 mm thick cement hardener consisting of mix 1:2 (1 cement hardenermix : 2 graded stone aggregate 6 mm nominal size) by volume, hardeningcompound mixed @ 2 litre per 50 kg of cement or as per manufacturer’sspecifications. This includes cost of cement slurry, but excluding the cost ofnosing of steps etc. complete. sqm 535.25 Sqm 15.00

33

Precast terrazo tiles 22 mm thick with graded marble chips of size upto 12mm, laid in floors, and landings, jointed with neat cement slurry mixed withpigment to match the shade of the tiles, including rubbing and polishingcomplete, on 20 mm thick bed of cement mortar 1:4 (1 cement:4 coarsesand) : Light shade pigment using white cement Sqm 50.00

Page 3

34

Precast terrazo tiles 22 mm thick with graded marble chips of sizes upto 12mm, in skirting and risers of steps not exceeding 30 cm in height, on 12mm thick cement plaster 1:3 (1 cement : 3 coarse sand), jointed with neatcement slurry mixed with pigment to match the shade of the tiles, includingrubbing and polishing complete with tiles of : Light shade pigment usingwhite cement Sqm 20.00

35

Kota stone slab flooring over 20 mm (average) thick base laid over andjointed with grey cement slurry mixed with pigment to match the shade ofthe slab, including rubbing and polishing complete with base of cementmortar 1 : 4 (1 cement : 4 coarse sand) : 25 mm thick Sqm 50.00

36

Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillarslaid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarsesand) and jointed with grey cement slurry mixed with pigment to match theshade of the slabs, including rubbing and polishing complete. Sqm 30.00

37

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS:15622 (thickness to be specified by the manufacturer), of approved make,in all colours, shades except burgundy, bottle green, black of any size asapproved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) andjointing with grey cement slurry @ 3.3kg per sqm, including pointing inwhite cement mixed with pigment of matching shade complete. Sqm 50.00

38

Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse

sand), including pointing the joints with white cement and matching pigment etc, complete. Sqm 50.00

39

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300mm or more (thickness to be specified by the manufacturer), of 1st qualityconforming to IS : 15622, of approved make, in colours White, Ivory, Grey,Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement: 4Coarse sand), including grouting the joints with white cement and matchingpigments etc., complete. Sqm 50.00

40

Providing and laying vitrified floor tiles in different sizes (thickness to bespecified by the manufacturer) with water absorption less than 0.08% andconforming to IS : 15622, of approved make, in all colours and shades, laidon 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), includinggrouting the joints with white cement and matching pigments etc.,Complete. Size of Tile 600x600 mm Sqm 50.00

Roofing

41Providing and fixing to the inlet mouth of rain water pipe cast iron grating15 cm diameter and weighing not less than 440 grams. Each 50.00

Page 4

Providing and fixing tiled false ceiling of specified materials of size 595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main "T" runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross "T" of size 24x25 mm made of 0.30 mm thick (minimum) sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200x600 mm and secondary cross "T" of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum) sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanised butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per specifications, drawings and as directed by Engineer-in-charge.

42

GI Metal Ceiling Lay in perforated Tegular edge global white color tiles of size 595x595 mm and 0.5 mm thick with 8 mm drop; made of GI sheet having galvanizing of 100 gms/sqm (both sides inclusive) and 20% perforation area with 1.8 mm dia holes and having NRC (Noise Reduction Coefficient ) of 0.5, electro statically polyester powder coated of thickness 60 microns (minimum), including factory painted after bending and perforation, and backed with a black Glass fiber acoustical fleece.

Sqm 20.00Finishing

43 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand) Sqm 50.00

4415 mm cement plaster on the rough side of single or half brick wall of mix :1:4 (1 cement: 4 fine sand) Sqm 30.00

45

Pebble dash plaster upto 10 m height above ground level with a mixture ofwashed pebble or crushed stone 6 mm to 12.5 mm nominal size, dashedover and including fresh plaster in two layers under layer 12 mm cementplaster 1:4 (1 cement : 4 coarse sand) and top layer 10 mm cement plasterwith cement mortar 1 : 3 (1 cement : 3 fine sand) mixed with 10% finelygrounded hydrated lime by volume of cement. Sqm 50.00

46Extra for plastering exterior walls of height more than 10 m from ground

level for every additional height of 3 m or part thereof. Sqm 50.00Repairs toBuildings

47

Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq.meters and under, including cutting the patch in proper shape, raking outjoints and preparing and plastering the surface of the walls complete,including disposal of rubbish to the dumping ground within 50 metres Lead: With cement mortar 1:4 (1cement: 4 fine sand) Sqm 100.00

Page 5

Fixing chowkhats in existing opening including embedding chowkhats infloors or walls cutting masonry for holdfasts, embedding hold fasts incement concrete blocks of size 15 x 10 x 10 cm with cement concrete 1:3:6(1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominalsize), painting two coats of approved wood preservative to sides ofchowkhats and making good the damages to walls and floors as requiredcomplete, including disposal of rubbish to the dumping ground within 50meters lead :

48 Door chowkhats Each 5.0049 Window chowkhats Each 5.00

50

Making the opening in brick masonry including dismantling in floor or wallsby cutting masonry and making good the damages to walls, flooring andjambs complete, to match existing surface i/c disposal of mulba/ rubbish tothe nearest municipal dumping ground. For door/ window/ clerestorywindow Sqm 20.00

51Renewing glass panes, with putty and nails wherever necessary includingracking out the old putty: Float glass panes of thickness 4 mm Sqm 50.00

52 Renewal of old putty of glass panes (length) Meter 100.00

53White washing with lime to give an even shade : Old work (two or morecoats) Sqm 8500.00

54Distempering with dry distemper of approved brand and manufacture (oneor more coats) and of required shade on old work to give an even shade. Sqm 12150.00

55Distempering with oil bound washable distemper of approved brand andmanufacture to give an even shade : Old work (one or more coats) Sqm 2700.00

56Wall painting with plastic emulsion paint of approved brand andmanufacture to give an even shade : One or more coats on old work Sqm 600.00

57Painting with synthetic enamel paint of approved brand and manufacture ofrequired colour to give an even shade : One or more coats on old work Sqm 7700.00

58

Finishing walls with water proofing cement paint of required shade : Oldwork (one or more coats applied @ 2.20 kg/10 sqm) over priming coat ofprimer applied @ 0.80 litrs/10 sqm complete including cost of Priming coat. Sqm 12900.00

59 Melamine polishing on wood work (one or more coat). Sqm 50.00

Page 6

60

Providing and fixing double scaffolding system (cup lock type) on theexterior side, up to seven story height made with 40 mm dia M.S. Tube 1.5m centre to centre, horizontal & vertical tubes joining with cup & locksystem with M.S. tubes, M.S. tube challies, M.S. clamps and M.S.Staircase system in the scaffolding for working platform etc. andmaintaining it in a serviceable condition for the required duration asapproved and removing it there after .The scaffolding system shall bestiffened with bracings, runners, connection with the building etc whereverrequired for inspection of work at required locations with essential safetyfeatures for the workmen etc. complete as per directions and approval ofEngineerin-charge .The elevational area of the scaffolding shall bemeasured for payment purpose .The payment will be made onceirrespective of duration of scaffolding.Note: - This item to be used formaintenance work judicially, necessary deduction for scaffolding in theexisting item to be done.

Sqm 100.00

61

Cleaning of terrace/loft water storage tank (inside surface area) upto 2000litre capacity at all heights with coconut brushes, duster etc., removal ofsilt, rubbish from the tank and cleaning the tank with fresh waterdisinfecting with bleaching powder @ 0.5gm per litre capacity of tank,including marking the date of cleaning on the side of tank body with thehelp of stencil and paint and disposing of malba, all complete as perdirection of Engineer-in-Charge. (The old date already written on tankshould be removed with paint remover or black paint and if date is notwritten with the stencil or old date is not removed deduction will be made@ Rs. 0.10 per litre if during cleaning any GI fittings or ball cock isdamaged that is to be repaired by contractor at his own cost and nothingextra will be paid on this account) Liter 250000.00

62

Cleaning and desilting of gully trap chamber, including removal of rubbishmixed with earth etc. and disposal of same, all as per the direction ofEngineer-in-charge. Each 150.00

63

Cleaning of chocked sewer line by diesel running vehicle mountinghydraulic operated high pressure suction cum jetting sewer cleaningmachine fitted with pump having 4000 litres suction capacity and 6000litres water jetting tank capacity including skilled operator, supervisingengineer etc. For cleaning and partial desilting of manholes anddechocking of sewer lines. Dechocking and flushing of sewer line fromone manhole to another by high pressure jetting systemof 2200 PSI forsewer line from 150mm dia upto 300mm dia for all depth. Meter 1000.00

Page 7

64

Cleaning of under ground sump, Over Head R.C.C. Tank (independent staging) including disposal of slit and rubbish, all as perdirection of Engineer-in-Charge. The cleaning shall consist followingoperations:-(i) Tank shall be emptied of water by pumping & bottom shall be cleaned ofslit and other deposits.(ii) Entire surface area of the sump shall then scrubbed thoroughly withwire brush etc. and pressure washed with water.(iii) Chlorination of RCC internal surface by liquid chlorine.(iv) The treated surface shall be dried using air jetting and all looseparticles shall be removal from the surface.(v) Finally the surface shall be treated with ultraviolet radiation etc. as perdirection of Engineer-in-Charge. Sqm 2300.00

65

Disconnecting damaged overhead/terrace PVC water storage tank of anysize from water supply line and removing from the terrace including shiftingat ground level as per direction of Engineer-in- charge. Each 100.00Providing & fixing White vitreous china water closet squatting pan (Indiantype) along with "S" or "P" trap including dismantling of old WC seat and"S" or "P" trap at site complete with all operations including all necessarymaterials, labour and disposal of dismantled material i/c malba, allcomplete as per the direction of Engineer-in charge.

66 Long pattern W.C Pan of size 580x440 mm Each 2567 Orissa pattern W.C Pan of size 580x440 mm Each 25.00

68

Cutting holes of required size in brick masonry wall for fixing of exhaustfan including providing and fixing 300 mm dia PVC pipe conforming BIS-12818 and making good the same etc. complete as per direction ofEngineer-in-charge. Each 10.00

69Dismantling W.C. Pan of all sizes including disposal of dismantled

materials i/c malba all complete as per directions of Engineer-in- Charge. Each 50.00

70

Dismantling 15 to 40 mm dia G.I. pipe including stacking of dismantledpipes within 50 metres lead as per direction of Engineer- in-Charge. (a)Internal Work - Exposed on wall Meter 100.00

71

Taking out existing wooden door shutter, repair by cutting, painting etc.and refixing of repaired door shutters to existing door frames, includingreplacement of hinges with screws, etc. as required, all complete as per thedirection of the Engineer-in-charge. Each 25.00

Dismantling and Demolishing

72

Demolishing cement concrete manually/ by mechanical means includingdisposal of material within 50 metres lead as per direction of Engineer – in -charge. Nominal concrete 1:4:8 or leaner mix (i/c equivalent design mix) Cum 10.00

73

Demolishing brick work manually/ by mechanical means including stackingof serviceable material and disposal of unserviceable material within 50meters lead as per direction of Engineer-in-charge. In cement mortar cum 20.00

Page 8

74

Dismantling doors, windows and clerestory windows (steel or wood) shutterincluding chowkhats, architrave, holdfasts etc. complete and stackingwithin 50 metres lead : Of area 3 sq. metres and below Each 10.00

75Taking out doors, windows and clerestory window shutters (steel or wood)including stacking within 50 meter lead : Of area 3 sq. meter and below Each 15.00

76

Dismantling tile work in floors and roofs laid in cement mortar includingstacking material within 50 meters lead. For thickness of tiles 10 mm to 25mm Sqm 75.00

77

Dismantling stone slab flooring laid in cement mortar including stacking of serviceable material and disposal of unserviceable material within 50 meters lead. Sqm 75.00

78

Dismantling G.I. pipes (external work) including excavation and refilling trenches after taking out the pipes, manually/ by mechanical means including stacking of pipes within 50 metres lead as per direction of Engineer-in-charge :15 mm to 40 mm nominal bore Meter 50.00

79

Disposal of building rubbish / malba / similar unserviceable, dismantled orwaste materials by mechanical means, including loading, transporting,unloading to approved municipal dumping ground or as approved byEngineer-in-charge, beyond 50 m initial lead, for all leads including all liftsInvolved. (Except Bio Medical waste)

Cum 300.00Sanitary Work

80

Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. Flushingcistern, including flush pipe, with manually controlled device (handle lever)conforming to IS : 7231, with all fittings and fixtures complete, includingcutting and making good the walls and floors wherever required: WhiteVitreous china Orissa pattern W.C. pan of size 580x440 mm with integraltype foot rests Each 10.00

81

Providing and fixing white vitreous china pedestal type water closet(European type W.C. pan) with seat and lid, 10 litre low level white P.V.C.flushing cistern, including flush pipe, with manually controlled device(handle lever), conforming to IS : 7231, with all fittings and fixturescomplete, including cutting and making good the walls and floors whereverRequired : W.C. pan with ISI marked black solid plastic seat and lid Each 10.00

82

Providing and fixing white vitreous china flat back or wall corner typelipped front urinal basin of 430x260x350 mm and 340x410x265 mm sizesrespectively with automatic flushing cistern with standard flush pipe andC.P. brass spreaders with brass unions and G.I clamps complete, includingpainting of fittings and brackets, cutting and making good the walls andfloors wherever required : One urinal basin with 5 litre white P.V.C.automatic flushing cistern Each 4.00

83

Providing and fixing wash basin with C.I. brackets, 15 mm C.P. Brass pillartaps, 32 mm C.P. brass waste of standard pattern, including painting offittings and brackets, cutting and making good the walls wherever Require:White Vitreous China Flat back wash basin size 550x 400 mm with single15 mm C.P. brass pillar tap Each 10.00

Page 9

84White Vitreous China Surgeon type wash basin of size 660x460 mm with apair of 15 mm C.P. brass pillar taps with elbow including operated levers Each 5.00

85

Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS:13983 with C.I. brackets and stainless steel plug 40 mm, including paintingof fittings and brackets, cutting and making good the walls whereverrequired : Kitchen sink without drain board 610X460 mm bowl depth 200mm Each 10.00

86

Providing and fixing P.V.C. low level flushing cistern with manuallycontrolled device (handle lever) conforming to IS : 7231, with all fittingsand fixtures Complete. 10 litre capacity - White Each 20.00

87Providing and fixing solid plastic seat with lid for pedestal type W.C. panComplete : Black solid plastic seat with lid Each 20.00

88

Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350 mm or 340x410x265 mm sizes Respectively. Each 15.00

89Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. 32 mm dia Each 100.00

90 Providing and fixing 100 mm sand cast Iron grating for gully trap. Each 80.00

91

Providing and fixing mirror of superior glass (of approved quality) and ofrequired shape and size with plastic moulded frame of approved make andshade with 6 mm thick hard board backing : Rectangular shape 453x357mm Each 20.00

92Providing and fixing soil, waste and vent pipes : 100 mm dia Sand cast iron S&S pipe as per IS: 1729 Meter 50.00

93Providing and fixing soil, waste and vent pipes : 75mm diameter : Sand cast iron S&S pipe as per IS: 1729 Meter 50.00

94

Providing and fixing M.S. holder-bat clamps of approved design to SandCast iron/cast iron (spun) pipe embedded in and including cement concreteblocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size), including cost of cutting holes andmaking good the walls etc. : For 100 mm dia pipe Each 50.00

95

Providing and fixing M.S. holder-bat clamps of approved design to SandCast iron/cast iron (spun) pipe embedded in and including cement concreteblocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size), including cost of cutting holes andmaking good the walls etc. : For 75 mm dia pipe

Each 50.00

96

Providing and fixing bend of required degree with access door, insertionrubber washer 3 mm thick, bolts and nuts complete. 100 mm dia Sandcast iron S&S as per IS - 1729 Each 10.00

97

Providing and fixing bend of required degree with access door, insertionrubber washer 3 mm thick, bolts and nuts complete. 75 mm dia Sand castiron S&S as per IS - 1729 Each 10.00

98 Providing and fixing collar : 100 mm Sand cast iron S&S as per IS - 1729 Each 5.0099 Providing and fixing collar : 75 mm Sand cast iron S&S as per IS - 1729 Each 5.00

100Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter : 100 mm Each 50.00

101Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter : 75 mm each Each 50.00

Page 10

102

Repainting sand cast iron/ centrifugally cast iron (spun) iron, soil, waste,vent pipes and fittings with one coat of synthetic enamel paint of any coloursuch as chocolate, grey or buff etc : 100 mm diameter pipe Meter 150.00

103

Repainting sand cast iron/ centrifugally cast iron (spun) iron, soil, waste,vent pipes and fittings with one coat of synthetic enamel paint of any coloursuch as chocolate, grey or buff etc : 75 mm diameter pipe Meter 150.00

104

Providing and fixing PTMT liquid soap container 109 mm wide, 125 mmhigh and 112 mm distance from wall of standard shape with bracket of thesame materials with snap fittings of approved quality and colour, weighingnot less than 105 gms. Each 25.00

105

Providing and fixing PTMT towel rail complete with brackets fixed towooden cleats with CP brass screws with concealed fittings arrangement ofapproved quality and colour. 600 mm long towel rail with total length of 645mm, width 78 mm and effective height of 88 mm, weighing not less than190 gms Each 10.00

106Providing and fixing PTMT 15 mm Urinal spreader size 95x69x100 mmwith 1/2" BSP thread and shapes, weighing not less than 60 gms. Each 20.00

Water Supply Work

Providing and fixing G.I. pipes complete with G.I. fittings and clamps, i/ccutting and making good the walls etc. Internal work - Exposed on wall

107 15 mm dia nominal bore Meter 75.00108 20 mm dia nominal bore Meter 75.00109 25 mm dia nominal bore Meter 75.00

Providing and fixing G.I. pipes complete with G.I. fittings includingtrenching and refilling etc. External work

110 15 mm dia nominal bore Meter 50.00111 20 mm dia nominal bore Meter 50.00112 25 mm dia nominal bore Meter 80.00113 40 mm dia nominal bore Meter 50.00114 50 mm dia nominal bore Meter 50.00

Providing and fixing gun metal gate valve with C.I. wheel of approvedquality (screwed end) :

115 25 mm nominal bore Each 25.00116 32 mm nominal bore. Each 15.00117 40 mm nominal bore Each 5.00118 50 mm nominal bore Each 5.00

Providing and fixing ball valve (brass) of approved quality, High or lowpressure, with plastic floats complete : Each

119 15 mm nominal bore Each 70.00120 20 mm nominal bore Each 50.00121 25 mm nominal bore Each 25.00

Providing and fixing uplasticised PVC connection pipe with brass unions : 45 cm length

122 15 mm nominal bore Each 100.00

123

Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts,rubber insertions etc. (the tail pieces if required will be paid separately) :100 mm diameter Class I Each 3.00

Page 11

124

Constructing masonry Chamber 60x60x75 cm inside, in brick work incement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I.surface box 100mm top diameter, 160 mm bottom diameter and 180 mmdeep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20mm nominal size ) , i/cnecessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand :10 graded stone aggregate 40 mm nominal size) and inside plastering withcement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with afloating coat of neat cement complete as per standard design : Withcommon burnt clay F.P.S.(non modular) bricks of class designation 7.5 Each 1.00

125

Constructing masonry Chamber 90x90x100 cm inside, in brick work incement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I.surface box 100 mm top diameter, 160 mm bottom diameter and 180 mmdeep (inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm nominal size ), i/cnecessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand :10 graded stone aggregate 40 mm nominal size ) and inside plastering withcement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with afloating coat of neat cement complete as per standard design : Withcommon burnt clay F.P.S.(non modular) bricks of class designation 7.5 Each 1.00

126

Providing and fixing G.I. Union in G.I. pipe including cutting and threadingthe pipe and making long screws etc. complete (New work) : 15 mm nominal bore Each 20.00

127 20 mm nominal bore Each 20.00

128

Providing and fixing G.I. Union in existing G.I. pipe line, cutting andthreading the pipe and making long screws, including excavation, refillingthe earth or cutting of wall and making good the same complete whereverrequired : 15 mm nominal bore Each 15.00

129 20 mm nominal bore Each 15.00130 25 mm nominal bore Each 15.00131 32 mm nominal bore Each 15.00132 40 mm nominal bore Each 15.00133 50 mm nominal bore Each 15.00134 65 mm nominal bore Each 15.00

135

Providing and placing on terrace (at all floor levels) polyethylene waterstorage tank, ISI : 12701 marked, with cover and suitable lockingarrangement and making necessary holes for inlet, outlet and overflowpipes but without fittings and the base support for tank. Circular tank/Rectangular tank Per Litre 10000.00

136Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 : 15 mm nominal bore Each 20.00

137

Providing and fixing C.P. brass long body bib cock of approved qualityconforming to IS standards and weighing not less than 690 gms. 15 mmnominal bore Each 20.00

PTMT FITTINGS

138Providing and fixing PTMT bib cock of approved quality and colour. 15 mmnominal bore, 122mm long, weighing not less than 99 gms Each 100.00

Page 12

139Providing and fixing PTMT stop cock of approved quality and colour. 15mm nominal bore, 86 mm long, weighing not less than 88 gms Each 50.00

140

Providing and fixing PTMT pillar cock of approved quality and colour . 15mm nominal bore, 125 mm long foam flow, weighing not less than 120 gms

Each 50.00

141Providing and fixing PTMT, push cock of approved quality and colour. 15 mm nominal bore, 98 mm long, weighing not less than 75 gms Each 10.00

142Providing and fixing PTMT grating of approved quality and colour. 125 mmnominal dia with 25 mm waste hole Each 100.00

143

Providing and fixing PTMT extension nipple for water tank pipe, fittings ofapproved quality and colour. 15 mm nominal bore, weighing not less than32 gms Each 25.00

144

Providing and fixing elbow action bib cock(Brass) of approved color(i.e.Silver/Chrome) 15mm nominal bore in O.T.(s) and place where required.Complete in all. Each 10.00

145

Providing and fixing wall mounted health faucet (Brass) of approved colour(i.e. Silver/Ivory/steel) .Spray dia 15mm to 20mm.with 1m(minimum)flexible tube & wall hooks etc. Complete in all. Each 30.00

Drainage

146

Providing and laying non-pressure NP2 class (light duty) R.C.C. Pipes withcollars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1cement : 2 fine sand) including testing of joints etc. complete : 250 mmdia. R.C.C. Pipe Meter 20.00

147

Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4coarse sand ) with R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominalsize), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3coarse sand) finished with floating coat of neat cement and makingchannels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size) finished with a floating coat of neatcement complete as per standard design : Inside size 90x80 cm and 45cm deep including C.I. cover with frame (light duty) 455x610 mm internaldimensions, total weight of cover and frame to be not less than 38 kg(weight of cover 23 kg and weight of frame 15 kg) : With common burntclay F.P.S. (non modular) bricks of class designation 7.5 Each 1.00

148

Providing and fixing in position pre-cast R.C.C. manhole cover and frame of required shape and approved quality L D- 2.5 Rectangular shape 600x450 mm internal dimensions Each 10.00

149

Providing and fixing in position pre-cast R.C.C. manhole cover and frameof required shape and approved quality EHD - 35 Circular shape 560 mminternal dia Each 5.00

150 Providing and fixing C.I. grating 150x150 mm grating . Each 50.00

Aluminium Work

Page 13

151

Providing and fixing aluminium work for doors, windows, ventilators andpartitions with extruded built up standard tubular sections/ appropriate Zsections and other sections of approved make conforming to IS: 733 andIS: 1285, fixing with dash fasteners of required dia and size, includingnecessary filling up the gaps at junctions, i.e. at top, bottom and sides withrequired EPDM rubber/ neoprene gasket etc. Aluminium sections shall besmooth, rust free, straight, mitred and jointed mechanically whereverrequired including cleat angle, Aluminium snap beading for glazing /paneling, C.P. brass / stainless steel screws, all complete as perarchitectural drawings and the directions of Engineer-in-charge. (Glazing,paneling and dash fasteners to be paid for separately) : For fixed portionAnodised aluminium (anodised transparent or dyed to required shadeaccording to IS: 1868, Minimum anodic coating of grade AC 15) KG 50.00

152

For shutters of doors, windows & ventilators including providing and fixinghinges/ pivots and making provision for fixing of fittings wherever requiredincluding the cost of EPDM rubber / neoprene gasket required (Fittingsshall be paid for separately) Anodised aluminium (anodised transparent ordyed to required shade according to IS: 1868, Minimum anodic coating ofgrade AC 15). KG 50.00

153

Providing and fixing glazing in aluminium door, window, ventilator shuttersand partitions etc. with EPDM rubber / neoprene gasket etc. complete asper the architectural drawings and the directions of engineer-in-charge.(Cost of aluminium snap beading shall be paid in basic item): With floatglass panes of 5.50 mm thickness Sqm 20.00

154

Providing and fixing double action hydraulic floor spring of approved brandand manufacture conforming to IS : 6315, having brand logo embossed onthe body / plate with double spring mechanism and door weight upto 125kg, for doors, including cost of cutting floors, embedding in floors asrequired and making good the same matching to the existing floor finishingand cover plates with brass pivot and single piece M.S. sheet outer boxwith slide plate etc. complete as per the direction of Engineer-in-charge.With stainless steel cover plate minimum 1.25 mm thickness Each 20.00

155

Providing and fixing aluminium round shape handle of outer dia 100 mm with SS screws etc. complete as per direction of Engineerin-charge Anodized (AC 15 ) aluminium Each 10.00

156

Repairing and maintenance of aluminium door, window, ventilator includingde-fixing, repairing and refixing of the same including the cost of snapbeading ,neoprene/ EPDM rubber gasket,SS screw etc. complete in all Each 100.00

157

Providing and fixing Anodised Aluminium butt hinges/pivots with Chromium plated brass screws( 2o mm) in aluminium door, window, ventilatorincluding de-fixing, and refixing of the same complete in all. Each 20.00

Rain waterHarvesting

Page 14

158

Providing and fixing factory made precast RCC perforated drain covers,having concrete of strength not less than M-25, of size 1000 x 450x50 mm,reinforced with 8 mm dia four nos longitudinal & 9 nos cross sectionalT.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to125 mm c/c, including providing edge binding with M.S. flats of size 50 mmx 1.6 mm complete, all as per direction of Engineer-in-charge. Each 5.00

Horticulture and Landscaping Work

NOTE:Payment will be made only for survived plant/grass area/shrubs &hedges etc.

159Supply and stacking of good earth at site including carriage up to 1 km(earth measured in stacks will be reduced by 20% for payment) Cum 20.00

160Supply and stacking sludge at site including royalty and carriage up to 1 km (sludge measured in stacks will be reduced by 8% for payment). Cum 15.00

161

Supply and stacking at site dump manure from approved source, includingcarriage up to 1 km(manure measured in stacks will be reduced by 8% forpayment): Screened through sieve of I.S. Designation 20mm. Cum 15.00

162

Spreading of sludge,dump manure and /or good earth in required thicknessas per direction of officer -in- charge (cost of sludge, dump manure and/orgood earth to be paid separately) Cum 50.00

163Mixing earth and sludge or manure in the required proportion specified ordirected by Officer -in- charge. Cum 50.00

164

Grassing with selection No. 1 grass including watering and maintenanceof the lawn for 60 days or more till the grass forms a thick lawn, free fromweeds and fit for mowing including supplying good earth, if needed (thegrass and earth shall be paid for separately). With grass Turf Sqm 1500.00

165

Uprooting rank vegetation and weeds by digging the area to a depth of60cm, removing all weeds and other growth with roots by forkingrepeatedly,breaking clods,rough dressing,flooding with water,uprootingfresh growths after 10 to15 days and then fine dressing for planting newgrass,including disposal of all rubbish with all leads and lifts. Sqm 1000.00

166

Digging holes in ordinary soil and refilling the same with the excavatedearth mixed with manure or sludge in the ratio of 2:1 by volume ( 2 part ofstacked volume of earth after reduction by 20 % : 1part of stacked volumeof manure after reduction by 8%) flooding with water,dressing includingremoval of rubbish and surplus earth,If any, with all leads and lifts (cost ofmanure,sludge,or extra good earth if needed to be paid for separately):2.14.3 Holes 60 cm dia, and 60 cm deep. Each 25.00

Page 15

167

Providing Circular Cement Concrete pots of specified size, cast withcement concrete of nominal mix 1:2:4 ( 1 cement:2 coarse sand : 4 gradedstone aggregate 6 mm nominal size), reinforced with 7nos (3nos horizontal& 4 nos vertical ''U'' shape) M.S. Wires of 3.5 mm dia as per design,including required form work, finishing with cement punning on exposedsurface, curing of specified period and stacking in required rows &height,all complete as per direction of Officer-in-charge. Top inside dia 35cm, outer bottom dia 25cm ,total height 35 cm with wall thickness of25.4mm Each 100.00

168

Filling of the following size empty pots with mixture of good earth &manure in the ratio of 2:1 (Two part of good earth & one part of manure)and placing them on appropriate place I/c carriage of earth,manure andpots up to 50m as per direction of Officer-in charge(The cost of goodearth,pots & manure will be paid separately.) Size of Empty pots 35cm topdia, 25cm Bottom Dia & 35cm perpendicular height. 100 Nos 250.00

169

Providing and displaying of Areca Palm plant, having ht. 90 cm to 1.20 mwith 4 to 5 suckers, well developed, fresh and healthy with lush greenfoliage in 20 cm size of Earthen pot / Plastic pot & as per direction of theofficer-in-charge. Each 25.00

170

Providing and displaying of Dracaena Kedarnath plant, having ht. 30 cm &above, well developed with good colourful foliage in 20 cm size of Earthenpot / Plastic pot . & as per direction of the officer-in-charge. Each 50.00

171

Providing and displaying of Dracaena mahatma plant, having ht. 30 cm to45 cm, well developed, fresh and healthy foliage in 20 cm size of Earthenpot / Plastic pot & as per direction of the officer-in-charge. Each 50.00

172

Providing and displaying of Dracaena rosea plant, having ht. 30 cm &above with 8 to10 leaves, well developed, fresh and healthy in 20 cm sizeof Earthen pot / Plastic pot & as per direction of the officer-in-charge. Each 50.00

173

Providing and displaying of Money Plant Broad Leaves mounted on mossstick 90 cm ht., 3 to 4 plants in each pot, well developed with full of fresh &healthy leaves in size of 25 cm Top dia x 18 cm Bottom dia x 25 cm Perpendicular height Earthen pot / Plastic pot . & as per direction of theofficer-in-charge.

Each 25.00

174

Providing and displaying of Money Plant Golden leaves mounted on mossstick 90 cm ht., having 3 plants at equal distance, well developed with fullof fresh, shinning and healthy leaves from bottom to top in 25 cm size ofEarthen pot / Plastic pot & as per direction of the officer-in-charge. Each 25.00

175

Providing and displaying of Raphis palm plant, having ht. 45 cm to 60 cmwith 5 to 7 suckers, well developed, full of fresh and healthy leaves in 25cm size of Earthen pot / Plastic pot & as per direction of the officer-incharge. Each 25.00

176

Finishing walls with water proofing cement paint of required shade : Oldwork (one or more coats @ 2.20 kg/10 sqm) complete.( For painting ofpots/gamla) Sqm 145.00

Page 16

177

Supply and stacking of Jasminum grandiflorum (chameli) plant of height30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots & as perdirection of the officer-in-charge. Each 25.00

178

Providing and Displaying plants Dahlia single in different colour with fresh& healthy foliage well developed with 6 to 8 half blooming buds in 20 cmEarthen Pot/Plastic Pot and as per direction of the officer-in-charge.

Each 25.00

179

Providing and Displaying plants Tulip Dutch hybrid variety (3 in one) plantsin each pot in full bloom fresh & bright in different colour well developed in25 cm Earthen Pot/Plastic Pot and as per direction of the officer-in-charge.

Each 75.00180 Supply of PVC curing pipe 25 mm dia. Of superior quality/heavy duty Meter 200.00

Supply of fertilizers181 (I) Neem coated urea KG 50.00

182(ii) Phosphatic and potassic (P&K) fertilizer (22 graded I/c DAP, singlesuper phosphate(SSP),muriate of potash(MOP) KG 50.00

General Maintenance Works

183

Testing of water from any Govt. Institute/ Govt. approved lab for physical,chemical and bacteriological test conforming water as per BIS standard.(Note: Payment will be made only after submission of test certificates onactual basis ) Each 4.00

184

Supply of Delhi Jal Board (DJB) water at the time of inadequate supplyfrom DJB and as and when required. (Note: Payment will be made onlyafter submission of bill on actual basis ) Each 50.00

185 Rubbing and polishing of existing Kota stone in flooring Sqm 1000.00186 Rubbing and polishing of existing Kota stone in skirting/ dado Sqm 1000.00187 Rubbing and polishing of existing Pre-cast terrazo tiles in flooring Sqm 1000.00188 Rubbing and polishing of existing Pre-cast terrazo tiles in skirting/dado Sqm 200.00189 Rubbing and polishing of existing mosaic flooring Sqm 650.00190 Rubbing and polishing of existing mosaic in skirting/dado Sqm 300.00

TOTAL AMOUNT FOR CIVIL WORK

Page 17

S.No. Item Code

Unit Qty. Rate Amt.1

Group C point 502 Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated

copper conductor single core cable in surface / recessed laminated sheet, suitable size MS box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc. as required. Point 10

3

2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire Metre 2002 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire Metre 1002 X 4 sq. mm + 1 X 4 sq. mm earth wire Metre 2002 X 6 sq. mm + 1 X 6 sq. mm earth wire Metre 1502 X 10 sq. mm + 1 X 10 sq. mm earth wire Metre 502 X 16 sq. mm + 1 X 16 sq. mm earth wire Metre 504 X 2.5 sq. mm + 2 X 2.5 sq. mm earth wire Metre 504 X 4 sq. mm + 2 X 4 sq. mm earth wire Metre 1004 X 6 sq. mm + 2 X 6 sq. mm earth wire Metre 100

4

Group C Point 80

Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

Rewiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable and 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable as earth wire in existing surface/ recessed steel conduit including dismantling as required.

Financial Bid (Electrical)

Name of work :- "The Annual Repair, Maintenance & operation" of Indira Gandhi ESI Hospital, Jhilmil Delhi for one year.

The following Electrical items are in Section A for day to day maintenance of Electrical works to maintain trouble free round the clock electrical supply in the Hospital and its colony. All electrical materials/items with ISI mark will only be used.

A. Electrical Maintenance :- Hospital and ColonyDescription

Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper earthing the point with 1.5 sq.mm. FRLS PVC insulated copper

Page 1

5

1 x 1.5 sq. mm Metre 502 x 1.5 sq. mm Metre 1003 x 1.5 sq. mm Metre 2002 x 2.5 sq. mm Metre 1003 x 2.5 sq. mm Metre 1004 x 2.5 sq. mm Metre 1503 x 4 sq. mm Metre 1505 x 4 sq. mm Metre 503 x 6 sq. mm Metre 200

6Supplying and drawing following pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone insulated annealed copper conductor, unarmored telephoneinsulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.1 Pair Metre 1002 Pair Metre 1004 Pair Metre 50

7 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

20 mm Metre 5025 mm Metre 5032 mm Metre 25

8

20 mm Metre 10025 mm Metre 7532 mm Metre 5040 mm Metre 50

9

5/6 amps switch Each 8002 way 5/6 amps switch Each 1015/16 amp switch Each 400

Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

Supplying and fixing of following sizes of medium class PVC conduit along with acessories in surface/recess including cutting the wall and making good the same in case of recessed conduit as required.

Supplying and fixing following piano type switch/ socket on the existing switch box/ cover including connections etc. as required

Page 2

3 pin 5/6 amp socket outlet Each 1006 pin 15/16 amp socket outlet Each 400

10 Installation, testing and commissioning of resistance type ceiling fan regulator, in existing switch box including connection with 1.5sq.mm FRLS PVC insulated, copper conductor, single core cable.earthing the regulator etc. as required Each 100

11

Each 7512 Supplying and fixing call bell/ buzzer suitable for single phase,

230 volts, complete as required. Each 20

13 Providing and fixing plain 16/0.20mm (0.50sqmm) twin flat flexible, FRLS PVC insulated, copper cable, in PVC sleeve of suitable size on the floor/ wall, or side of the table/ door etc. as required. Metre 100LED TUBE FITTING 18W MAKE HAVELLS/BAJAJ/PHILIPS Each 50

14

1 4'x40 Watt single box type fl. Fitting with tube nos. 502 Ceilling fan 1200 mm sweep nos. 53 Ceilling fan 1400 mm sweep nos. 84 Ex. Fan 300 mm sweep nos. 55 Ex. Fan 450 mm sweep nos. 36 PVC insul PVC sheathed Al conductor armoured cable 4x25 sq.mm mtr. 207 PVC insul PVC sheathed Al conductor armoured cable 4x50 sq.mm mtr. 20LED TUBE FITTING 18W MAKE HAVELLS/BAJAJ/PHILIPS each 50

15 Numbering of ceiling fan/ exhaust fan/ fluorescent fittings as required. Each 650

16 painting of ceiling fan in installed position with one or more coats spray painting with synthetic enamel paint of approved brand and manufacture to give aneven shade, including cleaning of surface with detergent etc. as required. Each 650CHAPTER 2- MCCB, MCB & DB'S

supplying, Installation, testing and commissioning of following items complete with all accessories directly on ceiling/ wall, including connection with 1.5 sq. mm FRLS PVC insulated, copperconductor, single core cable and earthing etc. as required.

Supplying and fixing metal box of 180mm X 100mm X 60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 5/6 & 15/16 amps socket outlet and 15/16 amps piano type switch,connection, painting etc. as required.

Page 3

17Supplying and fixing 5 amps to 32 amps rating, 240/415 volts,10KA \"C\" curve, miniature circuit breaker suitable for inductive load of testing and commissioning etc. as required.Single pole Each 500Single pole and neutral Each 50Double pole Each 50Triple pole Each 25Triple pole and neutral Each 25

18 Supplying and fixing following rating, double pole, 240 volts, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.40 amps Each 25

63 amps Each 2519 Supplying and fixing following rating, four pole, 415 volts, isolator in existing MCB DB

complete with connections, testing and commissioning etc. as required.40 amps Each 2063 amps Each 15100 amps Each 12

20 Supplying and fixing 20 amps, 240 volts, SPN industrial type outlet, with 2 pole and earth, metal enclosed plug top alongwith 20 amps \"C\" curve, SP, MCB, in sheet steel enclosure, on surface or in recess, with chained metal cover for the socket out let and complete with connections, testing and commissioning etc. as required. Each 10

21 Providing and fixing H.T. danger notice plate of 250 mm X 200 mm, made of mild steel, at least 2 mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on front side as required.

Each 22

22 supplying, Installation, testing and commissioning of following items etc. complete with as required.

1 FL tube 40/36 wt. Each 15002 Startor 40 wt. Each 18003 Chowk 40 wt.(copper) Each 2004 Fan capicitor 2.5/4 mfd. Each 2355 Ball bearing of fan Each 806 Gang box of different sizes Each 507 Lamp holder Each 1008 Ceilling rose Each 509 Hylam sheet sq.inch 8000

Page 4

10 Call bell/buzzer Each 50

23 supplying, Installation, testing and commissioning of following size and capacity MCCB and the exsiting panel board This item includes dismentling the old burnt out MCCB fixing the new one which suitable size nutbolts, thimbles etc. complete as required.

3 pole MCCB, 100A, 16KA each 33 pole MCCB, 125A, 16KA each 33 pole MCCB, 200A, 25KA each 33 pole MCCB, 250A, 35KA each 24 pole MCCB,100A,30KA each 44 pole MCCB, 125A, 36KA each 44 pole MCCB, 200A, 36KA each 14 pole MCCB,400A, 50KA each 14 pole MCCB,630A, 50KA each 1

24jobs per month 12

25 Repairing of the Street light of the ESIC Hospital and residential colony by replaceing the following burnt out / defective parts

a each 30b each 30c each 15d each 15e Egniator each 25f Conical shade of above mentioned street light (as per sample) each 30

26

each 66

27 supplying and fixing following way, single pole and neutral,sheet steel, MCB distribution board, 240V, on surface/recess,complete with tinned copper bus bar,neutral bus bar,earth bar,din bar,interconnection,powder painted including earthing etc.as required. (but without MCB/RCCB/Isolator)

8 way , Double door Each 2

Painting of the above meintioned street light poles with approved quality enamal/aluminium paint this item included numbering of the pole etc. complete as required.

Comprehensive Annual repair and maintenance of electrical signage glow sign board of hospital and colony complete with repairing of vinayal letter its electrical choke 40 watts,125 watts and miscellaneous items etc.

HPMV lamp 125 W HPSC lamp 70 W Chock 125 WChock 70 W

Page 5

12 way , Double door Each 216 way ,double door Each 2

28 supplying and fixing following way,horizontal type three pole and neutral,sheet steel,MCB distribution board,415V , on surface/recess,completed with tinned copper bus bar, neutral bus bar,earth bar,din bar,interconnection,powder painted including earthing etc. as required. (but without MCB/RCCB/Isolator)

4 way (4+12), double door Each 26 way (4 + 18), Double door Each 28 way (4 + 24), Double door Each 1

28 Rewinding of the ceilling fan of different sizes (with copper wire) each 10029 Rewinding of the Exhaust fan of different sizes (with copper wire) each 2030

Repairing of the Servo voltage stabilizer 3/5 Kva all parts without tranformer rewinding Each 3031 Rewinding of the Servo voltage stabilizer3/5 kva (with copper wire) each 15

TOTAL (A)

1

Repair, maintenance and servicing of Token Display Syste This item include all the material/ parts. No extra payment will be made on this account. No 32

2 Repair, maintenance and servicing of Moving message system. This item includes all the material/ parts. No extra paymen will be made on this account. 5

TOTAL (B)

1CMC of fire pumps including all parts (Two pumps one job) per job/ per month job per

month 122 Replacement of pressure gauges No 2

(B) Services :- (Materials)

(1) Moving message and Token display system :-

(C) Fire Hydrant and Fire Alarm system :-

Page 6

3 Replacement of Fire hydrant pressure switches NO 2

4

Servicing/Maintenance of sluice valve NRV,hydrant valve and painting

Job 25 CMC of electrical panel for operating the fire pumps,this item include repaclement of the

burnt switch, MCCBs, Meters, Relays, starters etc. complete as required Two panels/ per month)

Two panels

per month 12

6 Replacement of hose pipe rubber pipe where required NO 47 Replacement of Hose box. NO 88 CMC of main fire panel including all parts except batteries

( one job/ per month)one job per

month 12

9Servicing of sub panels with the change of different cards/ parts Job 20

10 Replacement of Battery (12 V 13 plate NO 211 Replacement of Battery (12 V 7AH dry type) NO 2012 Replacement of MCP NO 5013 Smoke Detector/heat detector NO 3014 Existing Wiring 6/8 Core. Meter 5015 Motor rewinding 7.5 HP NO 216 Motor ball bearing both side 7.5 HP JOB 2

17Yearly Maintenance/cleaning of hydrant line incl.enamel painting. JOB 1

18 Refilling of following fire fighting equipments once in every yeara ABC, 5 Kg NO 60b CO2, 2 Kg NO 61c water CO2,9 ltr NO 60d MM foam,9 ltr NO 4

TOTAL ( C )

(D) Sub- Station :- (Maintenance of sub-station including Transformer 1000 KVA - 2 Nos.

Capacitor Panel, Stabilizer and Main Cable etc.)

Page 7

1 overhauling/servicing of the LT panel installed in the substaion this item include calibration of the Relays, ACB s,Volt meter ,Ampere meter , cleaning and testing of switches ,MCCB s,CT s tightening of the cable replacement of the loose/burnt thimble/ferrules etc complete as requried .

JOB 1

2 overhauling/servicing of the HT panel installed in the substaion this item include cleaning of OCB s , calibration and setting of the OCB s Relays,CT,PT( W/O Dehydration)

JOB 1

3 overhauling/servicing of the 2 NOs Transformer(1000KVA) with Tap Changer in the substaion this item include cleaning of the Transformers servicing & setting of Buccholz relay, etc complete as requried. ( W/O Dehydration)

JOB 1

4 CMC of servo voltage stablizer i/c all parts except transformer oil , Dehydration of transformer oil ,winding of the transformer job

per month 125 Dehydration of transformer oil in ltr Litre 25006 Supplying and filling of the transfomer oil Litre 200

7

CMC of capacitor panel i/c all parts in all respect like meters,switches, relays, wires, thimbles etc complete as required. One job/ per month

Job per month 12

8 Supplying, installation, testing, commissioning of the following parts .a 3 pole MCCB, 100A, 16KA NO 10b 3 pole MCCB, 200A, 16KA NO 8c 3 pole MCCB, 400A, 35KA NO 3d 4 pole MCCB, 200A, 36KA NO 5e 4 pole MCCB, 250A, 36KA NO 4f 4 pole MCCB, 250A, 50KA NO 4g 4 pole MCCB, 400A, 50KA NO 2h 4 pole MCCB, 630A, 50KA NO 1i Selector switch volt/ amp metre NO 6j Volt metre 0-400 volt in required size NO 3

Page 8

k Ampere metre in required range 0-1200 amp NO 3l C.T. in required ratio NO 6

m Indicator light (L.E.D.) NO 15n Changeover switch 630 amp NO 2o HRC fuse, HM/ offset/ centre tag 16 -63 A NO 20p HRC fuse, HM/ offset/ centre tag 100 A NO 10q HRC fuse, HM/ offset/ centre tag 200A NO 10r HRC fuse, HM/ offset/ centre tag 125A NO 10s HRC fuse, HM/ offset/ centre tag250A NO 10t HRC fuse, HM/ offset/ centre tag 315/320A NO 6u HRC fuse, HM/ offset/ centre tag 630A NO 6v1 63 amps. TPN, switch disconnector fuse unit (Panel mounted type)

with ISI marked HRC fuses NO 6v2 100 amps. TPN, switch disconnector fuse unit (Panel mounted type)

with ISI marked HRC fuses NO 10v3 200 amps. TPN switch fuse unit with ISI marked HRC fuses NO 2v4 315 amps. TPN switch fuse unit with ISI marked HRC fuses NO 2

v5 400 amps. TPN switch fuse unit with ISI marked HRC fuses NO 2

wACB 2000 AMP

NO 1

xACB 800 AMP

NO 19 Enamel painting of following LT,HT,AMF,Capacitor,Change over Panels,Bus trunking

transformers ,2 Nos DG set & other electrical part in subsation etc complete as reqiried . job

NO 110 Shifting of 1 no different sizes pvc insulated pvc sheated Al conductor armoured cable of

different sizes from one switch to other switch/one panel to other panel/one panel to AMF panel.This item include only labour

NO 111 Supplying of the following sizes PVC insulated PVC sheeted AL conductor armoured cable.

a 3.1/2x400 sqr mm Mtr 20b 3.1/2x300 sqr mm Mtr 20

12 overhauling/servicing of the emergency panel installed in the substaion this item include calibration of the Volt meter ,Ampere meter , cleaning and testing of switches ,MCCB s,CT s tightening of the cable replacement of the loose/burnt thimble/ferrules etc complete as requried . job Job 1

Page 9

Total (D)

(E) D G SETS (180KVA &320 KVA)

1 CMC of the 312.5 KVA DG set this item includes the repair/replacement of damaged parts with new one.Exculding the servicing,overhauling of the engine,rewinding of the alternator,batteries. 1 job per month

Job per month 12

2 CMC of the 180 KVA DG set this item includes the repair/replacement of damaged parts with new one.Exculding the servicing,overhauling of the engine,rewinding of the alternator,batteries. 1 job per month

Job per month 12

3 Servicing of the 312.5 KVA D.G set as per O.E.M recmonded intervals with all material etc complete as requried. 1 job yearly job

yearly 14 Servicing of the 180 KVA D.G set as per O.E.M recmonded intervals with all material etc

complete as requried. 1 job yearlyjob

yearly 15 CMC of AMF panel of 312.5 KVA and 180 KVA DG sets this item include all parts(A to Z) of

the AMF panel.a 312 KVA DG set Job 12b 180 KVA DG set Job 124 Supplying,Fixing, installation, testing, commissioning of the following itemsa 12 VOLT 180AH Battery NO 4

5Replacement of Batteries terminals,filling of distilled water/acid in the batteries yearly. Job per year 1

Total (E)

(F)WATER SUPPLYING PUMP

1 Lifting and lowering of the subermisible pump this item I/C all the T&P,tripod stand chain kuppi with heavy labour. 1 job Job 1

2 Carrying out the following works in the pump.a Servicing overhauling ,oiling,greasing with replacement of paper/rubber gasket of

requried size etc as complete requried. job Job 6b Rewinding of motor 5 HP Monoblock pump Job 1c Rewinding of motor 10 HP Monoblock pump Job 1c Rewinding of motor 15 HP Monoblock pump Job 6d Bearing of 10 HP Monoblock Pump NO 2e Bearing of 15 HP Pump NO 10f Impller of 15 HP Pump NO 2

Page 10

g Main shaft made out of EN 8 material. NO 2h Coupling with rubber bush NO 2i Rubber bush of coupling NO 123 Fabrication of base these frame of 15 HP pump set with required size MS angle, chaneel

cutting welding etc complete as req.This item include dissmentling of the old frame fixing the one & insallation of old motor and pump,aligment, connection etc as req. job Job 4

4 Supplying, installation, testing, commissioning of the following parts .a Fully automatic star delta statar for 15 HP pump. NO 4b Fully automatic star delta statar for 10 Hp subermisible pump. NO 1c Connection plate with box for 15 HP pump NO 4d Fuse switch unit in steel encloser 200 AMP with HRC. NO 1e Fuse switch unit in steel encloser 100 AMP with HRC.

NO 1

Total(F)

(G) CENTRAL AIR CONDITIONING PLANT

1Descalling of condenser and chiller unit with chemical I/C cost of material, T&P etc complete as reqd Job 3

2 Rewinding the electric motor of followinga. Compressor motor 100 HP NO 1b C.ompressor motor 50 HP NO 1c. Chiller unit, condensor pump motor 15 HP NO 4d. AHU & Cooling Tower motor 7.5 HP NO 1e. AHU & Cooling Tower motor 5 HP NO 1f. AHU motor 3 HP NO 2g. AHU motor 2 HP NO 1

3 Overhauling, Servicing & Maintenance of cooling tower of 125 TR capacity with replacement of parts like Fins,Rusted GI Fitting ,Pipes etc complete as reqd job Job 3

4

System leakage testing by vacuum/ pressure testing,rectification of lekage recharging of the fresh gas testing commissiong of the entire plant etc cpmpete as requeied Job 2

5 Recharging of fresh gas & testing commissioning the plant KG KG 80

6

Servicing/Overhauling of electrical motor, opening connection greasing,refitting and changing of req part like bushes,bearing connection plate with box etc as copmlete as req.a. 15 HP NO 4b. 7.5 HP NO 4

Page 11

c. 5 HP NO 5d. 50 HP NO 1e. 100 HP NO 1

7Servicing/overhauling of 15 HP pump and changing the following parta. impeller NO 2b. shaft En8 material NO 2c. Coupling with rubber bush NO 2d. Rubber bush NO 10

8 Supplying, installation, testing, commissioning of the following parts .

9Replacement of oil pressure relay with contactor complete in all respect as per sample for 80 TR plant. Job 6

10 Replacement of pressure gaugae(fiebag)0-300 PSI NO 100-150 PSI NO 10

11 Replacement of industrial type Thermometer NO 2012 Refilling of compressor oil after cleaning in ltr. ltr 100

13 Repair/replacement of expansion valve NO 214 Replacement of syfan brass cock NO 1015 Replacement of safety valve NO 116 Repair/replacement of 200/250 Amp MCCB

NO 217 MCCB 400 Amp NO 118 Replacement of Salonide valve NO 419 Replacement of Hand shaft valve NO 120 Replacement of Water flow switch NO 321 Enamel painting of 10 Nos. AHU unit's control Panel AC plant etc. Job 822 Painting of chiller and condenser water pipe line in all buliding with 125 TR cooling tower

2 nos Pumps NRV inciuding startor. Job 123 Replacement of HRC fuse

a. Chiller unit 250 A NO 25b. Condenser and chiller pump 125 A NO 10c. Cooling tower 63 A NO 50d. Control wiring 4/6 core mtr 50e. HRC fuse (16 to 32 A) NO 20

24 Replacement of burnt switches EE/L&T makea. 125 A TPN in SS type F-7 NO 2b. 63 Amp. TPN FAC NO 2c. 250 A NO 6

25 Repair/replacement of spare kit for starter

Page 12

a. ML-01 NO 5b.ML-02 NO 5c. ML-03 NO 5d ML-05 NO 5e. ML-06 NO 5

26 Replacement of relay of starter NO 5a. 6 Amp. to 15 Amp. NO 7b. 20 amp. to 50 amp. NO 5

35 Replacement of Timer for starter GI-200 NO 336 Replacement of HRC fuse link with Base & chamber

a. 32 amp. NO 10b. 63 Amp. TPN FAC NO 10c. 100 amp/125 Amp NO 5d. 250 amp. NO 10

37Repair/replacement of burnt copper control cable 2/6 core 1.5 sq mm from casual panel to AHU mtr 100

38Servicing & repairing of AHU 10 units including replacement of part i.e V. belt, nut bolt and washer Job 10

39Replacement main drive shaft of AHU with bearing etc.complete as req. Job 2

40 CMC of HOT Water Machine I/C all (A to Z) partsjob per month 6

41AHU existing cooling coil to be replaced by new coil on buy back basis NO 8

42 Replacement of damaged Air blower shaft bearing NO 443 Bearing Housing in AHU NO 4

44AHU damaged/rusted steel,GI sheet base plate angle Iron to be replaced. sq m 15

45 Cleaning of pre-filter of all AHU with cleaning material. NO 650Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal/ coke and salt as required Set 5Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required. Set 3

Total (G)

Page 13

1 Servicing of WT AC 1/1.5/2.0 TR units installed at various location I/c cleaning of cooling coil ,condensercoil with veniclean ,greasing /oiling of fan motor units, replacement of burnt wire, this item i/c bring of the AC from window & refixing the same etc.complete as required. (57 Ac Unit 3 Time In Year)

Each 1712 Servicing of Split type Ac 1.0/1.5/2.0 TR units installed at various location I/c cleaning of

cooling coil ,condensercoil with veniclean ,greasing /oiling of fan motor, replacement of burnt wire, At the same location etc.complete as required.(20 Ac Unit 3 Time In Year)

Each 603 Servicing of Drinking water cooler 1.0/1.5/2.0 TR units installed at various location I/c

cleaning of cooling tank ,condensercoil with veniclean ,greasing /oiling of fan motor, replacement of burnt wire, At the same location etc.complete as required. (12 water cooler Unit 4 Time In Year) Each 48

4 Supplying & Replacement Of Following Spare Parts In Window Type AC Units.a) Cooling Coil Each 10b) Condensor Coil Each 10c) Compressor 1.5 TR Each 11d) Compressor 2.0 TR Each 2e) Fan Motor Each 6f) Condensor Fan Blade Each 5g) Air Filter Each 40h) Frant Grill Each 10i) Gas Charging 1.5/2.0 TR Each 25j) Remote Control With PCV Each 10k) Runing Capacitor Suitable For 1.5/2.0 TR Compressor Each 8l) Runing Capacitor Fan Motor Each 10

5 Supplying & Replacement Of Following Spare Parts In Split Type AC Units.a) Cooling Coil Each 4b) Condensor Coil Each 3c) Compressor 1.5 TR Each 4d) Compressor 2.0 TR Each 1e) Fan Motor Indoor Each 2f) Fan Motor Outdoor Each 5g) Condensor Fan Blade Each 3h) Air Filter Each 10i) Gas Charging 1.5/2.0 TR Each 12j) Power Contractor Each 4k) Remote Control With PCV Each 4l) Runing Capacitor Suitable For 1.5/2.0 TR Compressor Each 7

Page 14

m) Runing Capacitor Fan Motor Each 46 Supplying & Replacement Of Following Spare Parts In Water Cooler Units.

a) Condensor Coil Each 2b) Compressor 1.0 TR Each 2c) Compressor 1.5 TR Each 2d) Fan Motor Each 3e) Condensor Fan Blade Each 2f) Gas Charging 1.0/1.5 TR Each 6g) Thirmostate Each 4h) Runing Capacitor Suitable For 1.0/1.5 TR Compressor Each 5i) Runing Capacitor Fan Motor

Each 3

7Suppiying fixing installation of 150 Ltrs capacity drinking water cooler etc complete as reqd (Usha make)

Each 3

8 Suppiying fixing installation of 50 Ltrs / Hour capacity R.O. water purifier etc complete as reqd. This item inciudes the connections with water lines & coolers. Each 4

9

Comprehensive maintenance of following capacity R.O.water purifier,this item includes the replacement of the filter,filter assy,membrane,pumps etc complete as reqd (per job/year)

a up to 20 Ltrs/Hour Each 8b 20 to 50 Ltrs/Hour Each 5

TOTAL(H)

TOTAL(A)TOTAL(B)TOTAL(C)TOTAL(D)TOTAL(E)TOTAL(F)TOTAL(G)TOTAL(H)

GRAND TOTAL FOR ELECTRICAL WORK (A+B+C+D+E+F+G+H)

Page 15