NOTICE FOR E-TENDER€¦ · Operation for Electric substations HT/LT Sub Station (11 KV/440 V),...
Transcript of NOTICE FOR E-TENDER€¦ · Operation for Electric substations HT/LT Sub Station (11 KV/440 V),...
P
age1
F.No.- 13(2)D/34/19/12-2017/Electrical Tender Date: 20/12/2017
NOTICE FOR E-TENDER Medical Superintendent ESIC Model Hospital, Gurugram invites E-Tender from reputed
agencies under two bid systems for Annual Repair and Maintenance of Electrical Works &
CAMC of Electromechanical equipments at ESIC Model Hospital, Gurugram for the period of
one year. The site of above said work will be,
(1.) (A) 150 Bedded ESIC Model Hospital, Gurugram &
(B) 24 Numbers Staff Quarters situated at Hospital Campus.
Sr.
Name of Work
Estimated Cost in Rupees
Cost of Earnest Money Deposit
Cost of Performance
Security Money
Submission Date of Tender
1
Day to Day Maintenance of Annual Repair and Maintenance of Electrical works along with Manpower.
As per ANNEXURE A
Rs. 43, 93,734
Rs. 3, 50,000
Rs. 7, 00,000
10/01/2018
Up to
02: 00 pm
2 Annual Repair and Maintenance of Electrical works along with Materials.
As per ANNEXURE B
Rs. 7, 87,542
3 Comprehensive Annual Maintenance of Electromechanical Equipments
As per ANNEXURE C
Rs. 52, 40,000
4 Grand Total Estimated Cost
Rs. 1, 04, 21,276 /-
Details of the Tender Document can be seen at ESIC's website http://www.esic.nic.in at Tenders.
SD/-
(Dr. Shubhra Gupta)
Medical Superintendent
ESIC Model Hospital, Gurugram (Haryana)
Employees’ State Insurance Corporation Hospital, Gurugram (Ministry of Labour and Employment, Govt. of India)
Sector-09 A, Gurugram Haryana- 122001
Tel:0124-2252006/133 E-mail- ID- [email protected]
P
age2
F.No.- 13(2)D/34/19/12-2017/Electrical Tender Date: 20/12/2017
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 E- Tenders.
Bidder 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 Net Banking for participating in the Tender. Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp
Employees’ State Insurance Corporation Hospital, Gurugram (Ministry of Labour and Employment, Govt. of India)
Sector-09 A, Gurugram Haryana- 122001
Tel:0124-2252006/133 E-mail- ID- [email protected]
P
age3
F.No.- 13(2)D/34/19/12-2017/Electrical Tender Date: 20/12/2017
NOTICE INVITING E-TENDER
E-Tenders under two bid systems are invited from the eligible contractors for providing services
listed under scope of work in the bid document. The details of which are as follows:-
Sl. No
Description Details
1 Name of work:- Annual Repair and Maintenance of Electrical works with materials and along with Day to Day operation of Electrical Works and Comprehensive Annual Maintenance of Electromechanical equipments at ESIC Model Hospital, Gurugram.
2 Estimated Cost: - Rs. 1, 04, 21,276/- and GST will be Extra.
3 Period of Contract: - Twelve Months (12) and it may be renewed for more one year after satisfactory service on same rate & terms and conditions.
4 Earnest Money Deposit: -
Rs. 3, 50,000/- (Rupees Three Lakhs Fifty Thousand only) to be deposited along with tender, through Demand Draft favoring ESI Fund A/C No. 2, payable at Gurugram. Bids received without EMD will not be considered and summarily rejected.
5 Cost of Tender: - Not Applicable.
6 Date of submission of Tender: -
Up to 2:00 pm on 10/01/2018 in the tender box will be kept in Medical Superintendent Office ESIC Model Hospital, Gurugram (Haryana).
7 Date of opening of Tender:
The tenders shall be opened in the presence of the tenderers (who choose to be present) on 10/01/2018 at 2:30 PM in the conference room ESIC Model Hospital, Gurugram. In case that date is declared a public holiday, tenders shall be received & opened as per above schedule on next working day.
8 Tender Document:- Tender documents containing terms & conditions can be obtained from online portal htpp://esictenders.eproc.in during round of clock w.e.f. 20/12/2017 to 10/01/2018. The tender document can also be downloaded from the website http://www.esic.nic.in and http://esichospitals.gov.in
9 Minimum Eligibility Criteria:-
This invitation for bids is open to- (a) EMD in the form of Bank Draft for Rs. 3, 50,000 /- (b) Bid document has been download from the website, (c) Copy of PAN Card, (d) Clause by Clause compliance demonstrating substantive responsiveness to the commercial condition by signing and stamping on all the pages of the original bid document. (e) Labour License under the Contractor Labour Act (R & A, Act 1970 ), if any (f)Certificate of Incorporation/ Registration of Firm Certificate/ Memorandum and Articles of Association/Partnership Deed/ Proprietorship Deed/ Declaration of Proprietorship etc. as the case may be, (g) Copy of Income Tax Return for last three Financial Years, (h) Copy of Balance Sheet, P&L Account for last three Financial Years, (i) Copy of GST Certificate, (j) Filled Format I to VIII by agency, (k) Experience certificate of similar work / Agreement / Work Order during last seven
Employees’ State Insurance Corporation Hospital, Gurugram (Ministry of Labour and Employment, Govt. of India)
Sector-09 A, Gurugram Haryana- 122001
Tel:0124-2252006/133 E-mail- ID- [email protected]
P
age4
years, (l) Satisfactory completion certificate of similar nature of work, during last seven years, (m) ESI Certificate with latest challan, (n) EPF Certificate with latest challan, (o) Valid Electrical License/ Empanelment Certificate for Electrical works (ARM /Construction works) under the CPWD/State PWD/Central Govt. / State Govt. / PSUs/MES/Railways, (p) Annual Turn Over Certificate which is signed by Chartered Accountant, (q) ISO Certificate for Electrical works, if applicable, (r) Undertaking as an affidavit on Rs. 100 stamps the Firm is never blacklisted by any of the ESIC Institution / Office anywhere in India, (s) Sealed, Signed Technical Bid documents & Separate Financial Bid shall be submit, otherwise tender will be not evaluated.
10 Technical Eligibility criteria
(i) Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following.
(a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost.
Or (b) Two similar completed works costing not less than the amount equal to
50% of the estimated cost. Or
(c) One similar completed works costing not less than the amount equal to 80% of the estimated cost.
(ii) (a) The tenderers have experience of ARM of Electrical works at a 100 or more bedded hospitals in works of similar nature, OR (b) The tenderer have experience of ARM of Electrical works services in Government organizations. (iii) Preference will be given to the Agencies having experience in the field of ARM of Electrical works/ Construction of Electrical works at CPWD/ State Govt. PWD/ Semi Govt./ ESIC’s/ PSUs/ MES/ Railways) AND the agency shall produce document issued from the authorities concerned for which it has worked. (iv) Experience of having satisfactory successfully completed similar works such as ARM of Electrical Works, Documentary proof for above shall be produced along with the technical bid.
11 General Instruction All the documents submitted by bidder should be self attested photocopy and must be legible and signed and stamped and also any overwriting must be attested by authorized signatory, otherwise the bid is likely to be rejected. Agency / Firm already debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India need not apply & will be summarily rejected during the black listed / debarred period. Agency shall provide an Affidavit in this regard with technical bid.
12 Details of work of Scope
The scope of work mainly consists of job of Electrical works & general maintenance of ESIC Model Hospital, Gurugram buildings. The Contractor is required to perform Repair of electrical works with complete finishing as per guideline of manufacturer norms & maintenance jobs shall be carried out as per instruction of Hospital authority/Electrical Engineer given to the
P
age5
contractor supervisor/ personnel.
13 Bid/Tender Validity The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of accepted bid the prices quoted shall remain valid for 90 days.
14 Performance Security Money
The bidder shall furnish performance security to the purchaser for an amount equal to Rs. 7, 00,000/- shall be made by Demand Draft/Bank Guarantee in favour of “ESI Fund A/C. No – 2”, Payable at Gurugram. The performance security can be encashed by the Employer to recover any amount which is payable by the contractor to the Employer on any account for a cause arising out of the contract.
15 Annual Turnover The Annual turnover of the agency must not be less than Rs. 30 lakhs (Rupees Thirty lakhs only).
16 Pre Bid Meeting Pre bid meeting will be held on 28/12/2017 at 2:00 pm. Tenderers are advised to send their queries to [email protected] before pre bid meeting.
SD/-
(Dr. Shubhra Gupta)
Medical Superintendent
ESIC Model Hospital, Gurugram (Haryana)
P
age6
ANNEXURE- B-I
SCOPE OF WORK The work will be executed on Bill of Quantity basis.
1. Annual Repair and Maintenance of Electrical works for Hospital Building & Staff Quarters:-
Operation for Electric substations HT/LT Sub Station (11 KV/440 V), HT/LT Transformers & HT/LT
Panels, Capacitors, CC TV & PA system, EPAB-X system, Lifts Services, & other electronically installed
equipments at ESIC Hospital Gurugram.
The agency shall maintain the all log book of electromechanical equipments like as DG sets, HT
meter, LT reading, etc. and should be checked & verified by ESICH Administration/Engineer.
Operation & maintenance of Diesel Generator Sets & Regular update & maintained log book
whenever power cut and it should be checked & verified by ESICH Administration/Engineer.
Only Class- I, reputed brand, BIS marked materials would be used in repair work of Electrical
maintenance works.
The agency should be provided any materials for Electrical works are as per ISI norms and
manufacturer.
The agency should be maintained all statutory records and registers.
That the work is carried out in an orderly manner without noise and obstruction to flow of traffic. That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of
each day’s work.
2. Manpower for Annual Repair and Maintenance of Electrical works
The agency shall be responsible to depute their supervisor in Hospital to meet MS/DMS/DD/AD/OS/
Engineer/ Caretaker or Maintenance In charge’s and note complaint on weekly basis.
The agency shall have to display on notice board, the name of maintaining agency along with Facility
Manager/Engineer/Supervisor’s name to be contacted with Telephone nos. for lodging the
complaints.
Whenever, Senior Electrical Engineer is required at site the agency will provide.
Man power Attendance Register and Biometric attendance, Muster Roll & Wage Register is to be
maintained by the agency and a copy of which shall be produced with monthly bill.
Uniform, Identity Cards, Name Plates and identity cards have to be provided to each and every Staff
by the contractor. Bio - data of each staff should be maintained and whenever asked will have to be
shown immediately.
The agency should be maintained safety precaution for laborers.
Day to day maintenance activities are to be carried out by a mechanism of Service Centre where all
sorts of complaints from users of the facilities are received and attended. The Service Centre is to be
manned by various categories of unskilled / semi – skilled / skilled manpower or maintenance staff
P
age7
e.g. Supervisor, Electrician, DG Operator, Lift Technician, Helpers etc. under the supervision of
engineering personnel in appropriate number in order to carry out day to day maintenance activities
efficiently and effectively.
Unskilled / semi – skilled / skilled manpower or maintenance staff is to be generally decided as per
the yardsticks given in ANNEXURE- B-II, which is as per CPWD Maintenance Manual.
3. for Electromechanically Equipments-
(A) Electrical Installation (Internal)
Persons engaged in maintenance work should be competent for the type of work involved and
should possess necessary trade license, qualification and required skills.
In any building, additions and alterations are bound to occur. When such additions/alterations
are to be undertaken, it is very important to check in advance the likely additional loading of
the distribution system so that strengthening the system is done suitably before allowing the
extra load to be connected for avoiding overloading of any part of the whole distribution
system. Even phase balancing may need to be redone so as to keep the neutral current as low
as possible. For complying with this safety aspect, the detailed distribution schematic diagram
indicating the wire/cable sizes, current rating of switchgear/ fuses, loading on individual circuit
etc. should be made available to the maintenance engineer. This may be kept up even in a
register form, with different pages for different floors/ wings for ready reference at any time.
This should be supplemented with detailed inventory.
The number of items to be maintained in a building may be many like fittings, fans, DBs, earth
sets etc. In order to achieve compliance to the prescribed periodicities for their routine
maintenance, each of these items may be divided into convenient numbers. For example, if
DBs are to be checked every month and there are 50 no. of DBs in a building, these maybe
checked at the rate of 2 or 3 DBs every day in a sequential order (programmed in advance) so
that all DBs are checked in a month. Maintenance activities carried out as per this schedule
should be noted in the Maintenance Register. When tests are carried out, the test results
should be recorded with appropriate identification / references.
The voltage of supply, total load current and power factor should be noted in log book every
day, preferably during peak loading time of the day. (In the case of isolated/unattended
buildings where it is not feasible to log daily, the period may be increased to weekly or
fortnightly as feasible).
Inspection of electrical installation is intended primarily from fire safety considerations.
Following aspects need to be observed while conducting inspection and taking corrective action
with due coordination with the users.
P
age8
Check that there is no sign of heating up, burning smell, discoloration or sparking in any of the
boards (SDBs /Main Boards) and Rising Mains. These may occur due to overloading or loose
terminations. Highly unbalanced loading may cause heavy neutral currents and consequent
heating of neutral conductors and terminals.
No temporary wiring should be allowed in the building in normal course.
No bare / open wiring should exist over the flooring / wall without mechanical
protection by a metallic conduit / channel.
There should not be incorrect use of socket outlets, such as connecting power load to
light socket, connection of multiple loads to one socket, use of heaters in record room,
library etc. In such cases of additional power demands, these should be provided on
time after taking approval of the competent authority
All DBs should be only of MCB type and all sockets for AC units are of industrial type
controlled by MCB.
The shafts / spaces for electrical services are not misused for storage or for dumping
rubbish. The space in front of DBs and sockets are free (without any storage of
files/papers etc.)
No additions/alternations are done by the users to the electrical installations, by
themselves without consulting electrical engineer responsible for maintenance.
A record of loading up to DB level (in each phase in case of 3 phase DBs) should be maintained
after doing measurements of current using a clip on Ammeter. Such measurement should be
done, as far as possible during peak season (summer and winter) when the loads are likely to be
the highest.
The Power Factor (PF) should be maintained above 0.8 (or any such higher value as fixed by the
concerned power utility / SEB) to avoid penalty on this count. Adequacy of capacitors should be
examined for taking remedial actions, if required.
Information in the electricity bills should be examined in r/o maximum demand, pattern of
energy consumption & Power Factor etc. to ascertain the trend of loading, penal charges if any
being charged etc. for taking remedial actions on time.
While cleaning fittings and fans, the fixing/suspending arrangements should also be checked and
attended for their alignment & load carrying capacity.
Insulation test should be done during monsoon season, as per clause 16.2 of CPWD
specifications for Elect. Works Part -I Internal 2013.
Earth continuity test and earth electrode resistance test should be conducted during summer
season as per clauses 16.4 and 16.5 of the above said book of CPWD specifications. Test results
P
age9
should be recorded by giving references. If results are not satisfactory in any part of installation,
reason should be checked and corrective action taken immediately.
(B) Diesel Generating (DG) Sets
DG sets are normally provided as standby alternative source of electric power supply for feeding essential services in the event of failure of main supply. Provision of DG set is mandatory for multi-storied buildings & hospitals from fire safety and other considerations. It is absolutely essential that the DG sets and their control panels are maintained diligently for operational readiness at all times. All repairs and replacements should be done on priority. Activities indicated herein are basic in nature and these should be supplemented with manufacturer’s recommendations.
1. DG sets should be operated and maintained by well trained & adequately qualified
technical personnel of specialized & authorized agency.
2. As a first step towards satisfactory operation and maintenance, the concerned
maintenance engineer should know about all parts of the engine & alternator and
other associated components and their present functional condition. The
maintenance schedule basically covers aspects like keeping dirt off the engine’s
systems, lubrication, regulating the fuel, controlling the operating temperature,
engine breathing, guard corrosion and vibration etc..
3. Only genuine spare parts should be used for replacements of engine components. The
operating / maintenance personnel of engines should not wear loose garments while
on duty to avoid accidents.
4. Proper upkeep of maintenance records is very important. Log books are to be
maintained to record current, voltage, operating periods etc. Maintenance register
should indicate actual compliance to the schedule item wise. Major repairs or
replacements should be recorded in the history book.
5. Specific fuel consumption should be worked out every month and also checked by test
annually. Result must be recorded in the Log book.
6. Belt size, lubricant oil brand name and grade, and particulars of any other such
consumables should be noted on the front page of maintenance register for the
engine so that only the appropriate material is actually used in maintenance.
7. Batteries have certain limited life (3 or 4 years) and it also depends on the usage, and
rates of charging / discharging etc. The voltage readings give a fair indication in this
regard. Manufacturer should be consulted before resorting to replacement.
8. It is not uncommon that more loads are connected to the DG set over a period of
time. Do not allow the set to be loaded above 90% of its KVA rating, so as to allow for
ageing. Keep a watch on the power factor of the load as well, since a lower power
factor will enable only a lower power (KW) output. Another important factor to be
P
age1
0
kept in mind when new loads are added, is with regard to the type of load viz. motor
load, non-liner loads (like UPS, thyristor controlled lifts etc.), as these loads will need
larger KVA rating then the steady state load KVA.
9. If major changes in pressure / temperature values are observed in comparison to
previous day readings, immediate corrective actions as necessary should be taken.
Schedule of periodical checking:
(a) Daily routine checks,
(i) Keep the DG set rooms clean. Wipe out dirt from external surface of engine, generator and
control panels.
(ii) Check the level of diesel in daily service tank, lubricating oil in engine crank case, (in case of
water cooled engines, water in radiator). Oil should not be above the High level mark on the
Dipstick, the check being done before start of the engine or after about 20 minutes after
stopping of a running Engine.
Note: Radiator Cap must be properly put in position; else, there can be aeration i.e. mixing
of air with coolant, resulting in overheating of the Engine.
(iii) Inspect the engine for any leakage of diesel oil, engine, lubricating oil, and coolant in the
respective systems.
(iv) Check that the selector in control panel is in AUTO mode (in the case of AMF sets.)
(v) Record the reading of voltage of supply, and engine battery voltage.
(b) Weekly checks.
i) Check the automatic starting of engine by switching off the main supply of the AMF panel (for
AMF sets only). Non AMF sets may be started manually and loaded. Run the set on load for 15
minutes. Observe for any abnormality of noise, vibration, bearing surface heating (whether
warm), engine pick up, voltage level and frequency.
ii) Check the level of electrolyte in the battery of the engine. Top up with distilled water as
necessary. If the battery needs charging (as can be judged by the cell voltage), arrange for its
charging early and also examine whether trickle charger (if provided) is defective.
iii) Check whether all panel lamps, fuses & instruments are healthy in the control panel.
(c) Monthly checks.
i) Check engine radiator for air restriction if any & clean up. Check the condition of drive belts,
hose and radiator cap.
ii) Where heat rejection is through cooling tower, check that there is no blockage in spray nozzles
and the C/T basin is clean. Clean the strainer in the water circuit.
P
age1
1
iii) Clean the battery terminals and apply grease to prevent corrosion. Check specific gravity of the
electrolyte.
iv) Check the exhaust system for leakage, corrosion and vibration. See whether the exhaust smoke
in not very dark.
v) Check that there are no restrictions to air flow in air cleaner.
vi) Check that oil heater in functional.
vii) Check coupling with alternator for any sign of fatigue.
(d) Six monthly check
i) Inspect the electrical control panel and starters to see that all power / control contacts are
clean, all terminations are sound and all fuses are intact. Blow out dirt from machine windings
and panels by a blower, check brushes (where provided) of alternators.
ii) Inspect all cable end terminations, including control cables & tighten as required.
iii) Check all safety controls and alarms in the set supply system.
iv) Check and change filters of diesel, engine oil, lubricant, coolant and air cleaner element of the engine after checking total hours of operation and as per manufacturer’s recommendation.
v) Drain and change the cooling water (in water cooled sets)
vi) Check the belt tension &tighten if required. Note: New belts will stretch within 1 hour of operation, these are to be readjusted.
vii) Change the Crankcase breather element for naturally aspirated engines, clean the screen &
Turbocharged the engine.
(e) Annual checks
i) Inspect the fuel tank of any sedimentation. Clean up. ii) Replace the engine oil as per hours of operation and recommendation of the manufacturer.
iii) Check shaft alignment, and condition of anti-vibration mountings in case any abnormal noise or
vibration is observed.
iv) Blow through radiator core in a direction opposite to the normal flow of air (Reserve Flushing)
v) Conduct Megger test on all cabling, mains and control wiring of motors and earth test. (Earth
test is to be done in summer and megger test during monsoon).
vi) Paint all external MS surfaces, machine base plates, pipes, supports etc. periodically.
vii) Calibration of fuel pump and injector should be done as per manufacturer’s
recommendations. This is also necessary when engine is overhauled.
P
age1
2
(C) Electrical Sub-station.
i) All safety procedures should be followed during maintenance in accordance with relevant
provisions of CPWD specifications / BIS code
ii) Only authorized persons should be permitted to handle electrical equipment. Names of
authorized technically qualified personnel responsible for operation & maintenance should be
displayed in the main MV panel room prominently.
iii) On line maintenance should not be undertaken in sub stations; however there is no bar to carry
out dehydration of Transformer on line condition. It must be ensured that supply concerned
lines are isolated including any likely back feeding. Caution boards should be displayed
prominently while doing maintenance so as to avoid accidental switching on.
iv) Maintenance schedule should be as per the recommendations of manufacturers of the
respective equipment. Proper record of every maintenance activity must be kept as per this
schedule of maintenance. Result of all tests must be also recorded therein. However, if there is
any repair or replacement done, the same should be recorded in the history book for future
referencing.
v) It is necessary that the concerned JE should have a thorough knowledge of the equipments and
their operation and the distribution system. The correct schematic diagram of distribution
should be displayed in MV panel room for the respective sections of distribution. Detailed
literature on the equipment panel wiring diagrams and maintenance instruction / procedures
etc. should be kept handy for ready reference.
vi) Logging of various instruments :
Instruments may be logged daily, only in attended substations. In the case of unattended
substations, logging should be done every month or at shorter intervals as feasible, As far as
possible logging may be done in peak loading time, so as to monitor the pattern of loading.
Periods of power cuts and shut downs should be indicated in attached substations.
Logging is needed for Voltage (HV/MV/battery), Current (HV/MV/battery), Power (MD),
Temperature (max.) of oil, Ambient temperature and Power Factor (PF) and Frequency
(where frequency meter is already installed).
Wherever facility of recording PF is not already provided, it should be installed at the
earliest as it is indispensible.
If any panel instrument is defective, the same should be repaired immediately.
Load on each outgoing feeder may be checked by clip ammeter once in 3 or 4 months,
preferably during peak seasons, so that redistribution, if any needed among the feeders
could be affected.
P
age1
3 (vii) Inspection of equipment rooms and equipment
Clean up equipment rooms; remove cobwebs, bird’s nests etc, if any. Check that the ventilators
are clear, exhaust fans and other fans are operational. The approach to equipment rooms, and
yards in outdoor installations should be clear.
Wipe out dirt / dust from external surfaces of equipment.
CAUTION: Never attempt to clean equipment with exposed (bare) bushing with supply ON.
Periodicity of cleaning such equipment may be increased to once a month or longer so as to
avoid frequent switching operations.
Observe for any abnormal noise, vibration, smell (usually due to overheating) and excess
temperature & investigate the reasons immediately. Radiators of transformers, LT bus bar
chambers and LT SFUs / FSUs and main LT cables (near terminations) may be touched externally
to feel for any undue heating. Apart from smell, the shining of PVC may get reduced due to
local heating. Compound may expand and come out of cable boxes due to local heating in
compound filled cable terminations.
Look for oil leakage from transformer radiator / body bushing / valves and attend immediately
to avoid serious fire hazard.
Battery should be thoroughly checked for depletion in water level & any considerable drop in
voltage. Remedial measures should be taken on priority.
Battery terminals should be cleaned properly & also greased to avoid corrosion.
(viii) Breather and oil check for Transformer :
Silica gel is blue when dry. The Transformer breathes due to varied loading over a period of
time. When silica gel absorbs moisture while the transformer is ‘breathing in’ at lower loads, it
turns pinkish. When the moisture content is over 50% and silica gel has turned pinkish,
reactivate the silica gel (till it turns blue again) by heating directly under the sun on a metal
surface or over an electric heater (Caution: not to overheated). Check that air passage is clear in
breather when reactivating the silica gel.
Check the level of oil in conservator tank. Arrange to top up with dry & tested oil, if necessary.
Do not fill beyond the upper limit level so as to allow expansion of oil when warm. Oil should
not spill into the breather. Investigate the reason, if the level of oil changes too often.
Check the colour of oil. If it is dark the reason needs to be investigated by testing the oil.
Darkening may occur due to oxidation of oil accelerated by temperature and presence of
contaminants. The consequence may be increase in acidity, fall in resistivity and increase in
dielectric dissipation factor (tan delta) and formation of sludge eventually. Dark brown colour
may also be due to presence of dissolved asphalt in it.
P
age1
4
Insulating oil used in transformers and OCBs should be periodically tested as per relevant BIS
provision for conformity.
(ix) Annual checking of Switchgears (HV and MV) and Panels
The term Switchgears cover SFUs / FSUs, MCCBs, CBs / OCBs in MV side and OCBs / VCBs / SFUs
breakers oil Switches (with or without fuses), Isolators etc. on HV side. The purpose of this
activity in the maintenance schedule is to examine the interiors of the panels and the
switchgears so as to ensure that right type of fuses are in right position, mechanical operations
are smooth, bushings are not cracked / chipped ,electrical contacts are in order and dirt,
if any is removed.
Clean the interior thoroughly. Check that safety shutters (wherever provided) are closing
properly.
Examine the moving isolating contacts for discoloration, pitting or sputtering. If required,
examine the fixed contact as well (by manually opening the safety shutters). The problem
may arise due to bad alignment of contacts. Sometimes, there may be discolored / hardened
grease which will require cleaning by suitable solvent and re-greasing with grease approved
quality.
Arcing contacts and main contacts should then be similarly examined. Abrasive paper should
not be used to clean the contacts, if there is any residue / pitting. Check these contacts to be
intact, clean and without any obstructions.
Mechanical linkages should be lubricated, wherever required. Test for free movements of all
operations. In the case of electrically operated breakers, Megger test the motor / solenoid and
check for their free movement & lubricate them as necessary. In the case of outdoor gang
operated switch, free operation of the switch (and proper alignment of all the 3 phases) should
be checked and ensured.
Check & ensure that the HRC fuses are in position and safety interlock (with the front cover) is
operational.
Connections at bus bars, bus ducts and switch gear (including control wiring) should be checked
& tighten as required. Clean the supports and look for any possibilities of tracking on surface.
Relays should be tested and settings checked. Relay coil insulations should be checked with LT
Megger.
Plug any kind of opening / hole in switchboard properly.
Megger test the panel and check the interior to be free from any foreign matter like cotton
waste / flint, dislodged nuts / washers / cut tapes etc. before energizing again.
Paint the outdoor steel structure wherever provided.
P
age1
5 (x) Checking of items from overall safety considerations
Check all such items as insulating mat, caution boards, dagger boards, first aid kit, fire detection
& protection system, resuscitator (if provided), first aid chart etc. Check also whether important
contact details of concerned officers, power supply department, fire brigade and hospital are
prominently displayed on a painted board in MV panel room.
Check that the correct schematic diagram of distribution is displayed in MV panel room.
Test the earth resistance of each electrode (preferably during summer and also the integrity of
earth connections.
Check the trip battery performance from log book readings and charging system for satisfactory
condition. Batteries (even maintenance free batteries) may need to be replaced in 3 or 4 years
depending on their use. Get expert advice from manufacturer before deciding on replacement.
Check the condition of spare items kept in store & replaces them if their condition is not
satisfactory so that good quality items should be available when needed.
Substation building is to be periodically inspected to ensure that it does not have any dampness
& leakage problems anywhere. Water stagnation is prohibited in and around the substation
building to avoid hazard.
Check the cable ducts thoroughly to ensure that they are all free from extraneous items such as
rubbish, water, leaves etc. and duct covers are intact.
(D) Lifts / Elevators
Entrust comprehensive maintenance of lift to original manufactures.
Lift Operator needs to be adequately trained for safe operation, upkeep and daily safety check
including safe operation of Lifts during fire and quick evacuation of trapped passengers etc..
Daily safety Check – Lift to be released for daily run only after daily safety check by lift operator.
Periodical testing, servicing – To be done as per lift manufacturer’s recommendation.
Maintenance of Log Book / History Book –all relevant testing, servicing and repair details should
be entered properly in Log Book / History Book.
Auto Rescue Device is a must for all lifts / elevators now a day.
Rescue of Trapped Passenger to be done by authorized person as per prescribed procedure.
Basic rules are as follows :
Switch ‘OFF power supply to the lift.
Never rescue with power supply ‘ON’.
Bring the lift to the nearest landing.
Open door only when lift is at the landing.
If the lift continues to be defective / unsafe ‘shut down’ the lift.
P
age1
6
If door is defective and it remains open without getting closed, guard the lift entrance
to prevent any person from entering the lift.
Maintain Basic Safety Features like Emergency Light, Fan, Intercom System, Alarm
Replace old, outlived lifts by new lifts after examining the proposal from techno-
financial angle and ensuring fund in advance.
Note: Fatal accidents are likely to take place if adequate safety measures are
not taken.
.
SD/-
(Dr. Shubhra Gupta)
Medical Superintendent
ESIC Model Hospital, Gurugram (Haryana)
P
age1
7
ANNEXURE-B-II.
MINIMUM MAN POWER TO BE AT SITE FOR HOSPITAL WORKS.
A. The following minimum manpower is to be deployed in daily day time shift as mentioned
against each.
S.NO CATEGORY QUALIFICATION & EXPERIENCE
Nos. DUTY WORKS HOURS.
1 ENGINEER
BE/ B Tech. in Electrical Engineering with more than 5 years experience of ARM work
1 Regularly check and Quickly short out the problem & present at General shift
2 TECHNICAL SUPERVISOR
Diploma in Electrical/ Electronic Engineering with more than 2 years experience of ARM work
3 Regularly present at every shift.
3 DG OPERATOR
ITI in Electrician and with more than 2 years experience to related field.
3 Quick short out the problem & regularly present at general shift.
4 ELECTRICIAN cum MST
ITI in Electrician and with more than 2 years experience to related field.
3 Regularly check and Quickly short out the problem & present at every shift
5 LIFT TECHNICIAN
ITI in Electrician/Fitter and with more than 2 years experience to related field.
2 Regularly present at General shift and Assist with Tech. supervisors and OEMs.
6 PA SYSTEM/CC TV OPERATOR
ITI in Electronics and with more than 2 years experience to related field.
1 Quickly short out the problem & regularly present at General shift
7 SOLAR OPERATOR
ITI in Electrician/Fitter and with more than 2 years experience to related field.
1 Regularly present at General shift and Assist with Tech. supervisors and OEMs.
8 Helper An Educated with more than 2 years experience of Electrical field.
2
Regularly check, clean the Electrical devices etc. Available as per duty roaster chart.
Total 16 The man power may be increased or decreased by the order of Medical Superintendent.
Official working hours of Hospital is from 09.00 A.M. to 04.00 P.M. for 5 days in a week & Saturday from
09.00 A.M. to 01.00 P.M.
Therefore, weekly rest to such workers may also to be arranged by the contractor.
The above manpower shall be available on whenever required.
(B) Whenever the need of Fitter or Welder or any related person arises the same may be arranged by the
contractor. The payment of all such additional work will be on the basis of wage Analysis and on the certificate of
representative of ESIC deputed by Medical Superintendent.
NOTE: - Only Licensed/Certified manpower who preferably have gained experience in similar work shall be
deployed.
All the above Staff on the Contract shall wear uniform and batches identifying their category and name in English
and Hindi Language.
P
age1
8
ANNEXURE-C- I
INSTRUCTION TO THE TENDERERS 1. Tender form shall be completed in all respect. Incomplete tender or tender without E.M.D shall be treated as invalid.
2. Last date of submission of tenders is 10/01/2018 up to 02:00 P.M. 3. Date and time of opening of tender is 10/01/2018 at 02:30 P.M. 4. Each and every page of the tender documents should bear the stamp and signature of the authorized representative/quoting firm. Format I to IX enclosed shall be filled without exception. 5. The rates for each and every item shall be quoted in Figure and words. In case of any discrepancy in rates, the rates written in words shall prevail.
6. The envelope containing tender document shall be sealed and bear the name of work and the name and address of the tenderer.
7. The work site that is Hospital can be visited on any working day during office hours by contacting Administrative Officer/Engineers / Care Taker/ General Branch in order to have an Idea of Work.
8. The Competent Authority of ESIC, reserves the right to accept or reject any tender or all tenders or part of tender without assigning any reason whatsoever.
9. Conditional tenders are liable to be rejected. Delayed /late tenders for whatever is the reason will not be accepted.
10. The tender for the work shall remain open for acceptance for a period of ninety days (90) from the date of opening of tender.
11. These instructions shall form a part of the contract document.
12. The EMD of unsuccessful tenderers shall be refunded within one month after the award of work to the successful tenderer.
13. Financial Bid: The financial bid of the tenderers, who qualify in the technical bid, will be opened in the presence of only those successful tenderers, who choose to attend the opening of financial bid. Prior notice will be given to tenderers for this purpose.
14. Award of Work: - (i) The selection of the agency will be at the sole discretion of the ESIC who reserves its right to accept or reject any or all the proposals without assigning any reason whatsoever. (ii) Upon evaluation of offers the notification on award of contract will be intimated to the successful tenderer.
15. Duly filled Tender Document shall be deposited in the Tender Box kept in Medical Superintendent office block on or before 10/01/2018, 02.00 PM at following address:
O/O Medical Superintendent, ESIC Hospital Gurugram, Sector-09 A, Gurugram, (Haryana)
16. The contract with the agency which does not provide proof of payment of statutory dues will be terminated right away by giving one month’s written notice.
17. Agency / Firm already debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India need not apply & will be summarily rejected during the black listed / debarred period.
18. Agency will not employ any staff, transferred/ terminated earlier by any service providing agency on
the basis of complaint by ESIC Institution/ Hospital.
P
age1
9
ANNEXURE-C- II
INSTRUCTIONS TO THE TENDERERS
1. DEFINITIONS:
(a) "The Purchaser" means the Employees’ State Insurance Corporation Model Hospital, Gurugram
(ESIC).
(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.
(c) "The Supplier" means the individual or firm supplying the goods under the contract.
(d) "The Goods" means all the stores and/or materials, which the Supplier is required to supply to the
Purchaser under the contract.
(e) "The Work Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser
including all attachments and appendices thereto and all documents incorporated by reference
therein. The purchase order shall be deemed as “Contract" appearing in the document.
(f) "The Contract Price" means the price payable to the Supplier under the purchase order for the full
and proper performance of its contractual obligations.
2. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser,
will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
3. BID FORM:
The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid
Documents, indicating the goods to be supplied, a brief description of the goods and quantity.
4. BID DOCUMENTS:
4.1 The goods required, bidding procedures and contract terms are prescribed in the Bid Documents.
The Bid Documents include:
(a) Notice Inviting Tender (as per ANNEXURE A)
(b) Scope of Work (as per ANNEXURE B – I, & II)
(b) Instructions to the Tenderer (as per ANNEXURE C- I & II)
(c) General (Commercial) Conditions of the Contract (as per ANNEXURE D)
(d) Special Conditions of Contracts (as per ANNEXURE E)
(e) Details of Tenderer (Format I)
(f) Work Experience (Format II)
(g) Declaration (Format III)
(h) Undertaking (Format IV)
(i) Check list and order in which the documents are to be submitted for Bid (Format V)
(j) Details of Existing Contract (Format VI)
P
age2
0 (k) Letter of Authorization for attending bid opening (Format VII) - To be given to authorized person.
(l) Certificate of Non-Participation of near relatives of ESIC in the – tender (Format VIII)
(m) Form of Performance security bank guarantee bond (Format IX)
(n) Enclosure Form (I - IV)
(o) Financial Bids (Part B- ANNEXURE A, B, C,)
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission of bids
not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may
result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS:
5.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in
writing or by Fax at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser
shall respond in writing to any request for clarification of the Bid Documents, which it receives not
later than 7 days prior to the date for the submission of bids. Copies of the query (without identifying
the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have
received the bid documents.
5.2 Any clarification issued by ESIC Model Hospital, Gurugram in response to query raised by prospective
bidders shall form an integral part of bid document and it may amount to an amendment of relevant
clauses of bid document. A copy of such clarification may be enclosed along with bid document for
ready reference.
6. AMENDMENT OF BID DOCUMENTS:
6.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid
documents by amendments.
6.2 The amendments shall be notified in writing or by Fax or by E-mail to all prospective bidders on the
address intimated at the time of purchase of bid document from the purchaser and these amendments
will be binding on them.
6.3 In order to afford prospective bidders reasonable time in which to take the amendments into
account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the
submission of bids suitably.
7. BID PRICES:
7.1 The bidder shall give the total composite price inclusive of all levies and taxes (inclusive of VAT). The
offer shall be firm and in Indian Rupees. No foreign exchange will be made available by the purchaser.
7.2 Prices indicated on the Price Schedule shall be entered in the following manner:
(i) The price of the goods shall be quoted as total unit price for each individual item. (ii) The bidder shall quote only one price for each item. (iii) The total price for each individual item shall be entered after multiplying the quantity with total unit price.
P
age2
1 7.3 Taxes, if any, have to be indicated separately otherwise it will be presumed that quoted price are
inclusive of taxes and taxes shall not be paid separately.
7.4 The prices quoted shall remain valid for 90 days from the date of opening of the Bid and in respect of
accepted bid the prices quoted shall remain valid for 90 days.
7.5 The unit price quoted by the bidder should be in sufficient detail to enable the purchaser to arrive at
prices of ARM of Electrical materials.
7.6 “DISCOUNT”, if any, offered by the bidders shall not be considered unless they are specifically
indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers,
suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply,
etc. into account.
7.7 The price approved by the ESIC Model Hospital, Gurugram for procurement will be inclusive of levies
and taxes, packing, forwarding, freight and insurance as mentioned in Para 7.1 above. Break up in
various heads like Custom duty, Excise duty, Sales Tax, Insurance freight and other taxes paid/payable as
per clause 7.2 is for the information of the purchaser and any changes in the taxes shall have no effect
on the price during the scheduled delivery period.
8. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS:
8.1 The documentary evidence in conformity with the Bid Documents may be in the form of literature
and data and the bidder shall furnish a clause-by-clause compliance on the ESIC's Technical
specifications and commercial conditions demonstrating substantial responsiveness to the Technical
Specification and commercial conditions in the form of signing & stamping all the pages of the original
bid document by the authorized person/persons. In Case of deviations a statement of deviations and
exceptions to the provision of the Technical Specifications and commercial conditions shall be given by
the bidder. A bid without clause-by- clause compliance shall not be considered. The goods offered must
have ability to meet the technical specifications. Necessary document to substantiate this shall have to
be submitted along with the offer by the supplier.
9. FORMATS AND SIGNING OF BID
9.1 The copy of the Bid shall be typed or printed and all the pages numbered consecutively and shall be
signed and stamped by the bidder or a person or persons duly authorized to bind the bidder to the
contract. The letter of authorization shall be accompanied with written power-of-attorney. All pages of
the original bid shall be signed and stamped by the person or persons authorized for signing the bid. The
bids submitted shall be sealed properly.
9.2 The bid shall contain no cutting, and overwriting except as necessary to correct errors made by the
bidder in which case such corrections shall be signed by the person or persons authorized for signing the
bid.
P
age2
2 10. SUBMISSION OF BIDS
10.1 SEALING AND MARKING OF BIDS: The bidder shall submit sealed bid in bigger envelope and bear
the name “Tender for Annual Repair & Maintenance of Electrical works with materials and
CAMC of Electro mechanical Equipments at ESIC Model Hospital, Gurugram”
10.2 (a) the sealed envelope shall be addressed to the Purchaser at the following address:
To,
The Medical Superintendent
ESIC Model Hospital, Gurugram
Sector- 09 A, Gurugram
(Haryana-122001)
(b) All the envelope shall bear the Tender name, the tender number and the words ‘DO NOT OPEN
BEFORE’ (due date & time).
(c) The envelope shall indicate the name and address of the bidders to enable the bid to be returned
unopened in case it is declared ‘late’ or rejected.
11. LATE BIDS:
11.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser pursuant to, shall be rejected and returned unopened to the bidder.
12. MODIFICATION AND WITHDRAWAL OF BIDS:
12.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the
modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission
of bids.
12.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched
as required in the case of bid submission in accordance with the provision of clause 12.1.
12.3 A withdrawal notice may also be sent by telex/Fax but followed by a signed confirmation copy by
post not later than the deadline for submission of bids.
12.4 No bid shall be modified subsequent to the deadline for submission of bids.
13. OPENING OF BIDS:
13.1 The purchaser shall open bids in the presence of bidders or their authorized
representatives who chose to attend on opening date and time. The bidder’s representatives, who are
present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the
representative before they are allowed to participate in bid opening.
13.2 A maximum of two representatives for any bidder shall be permitted to attend the bid opening.
13.3 The date fixed for opening of bids, if subsequently declared as holiday by the ESIC, the revised date
of schedule will be notified. However, in absence of such notification, the bids will be opened in the next
working day, time and venue remaining unaltered.
P
age2
3 14. CLARIFICATION OF BIDS:
14.1 To assist in the examination, evaluation and comparison of bids the Purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for clarification and the response shall be in
writing. However, no post bid clarification at the initiative of the bidder shall be entertained.
15. TECHNICAL EVALUATION:
15.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether
the documents have been properly signed and whether the bids are generally in order.
15.2 Prior to the detailed evaluation, pursuant, the Purchaser will determine the substantial
responsiveness of each bid to the Bid document. For purposes of these clauses, a substantially
responsive bid is one, which conforms, to all the terms and conditions of the Bid Documents without
material deviations. The Purchaser's determination of bid's responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.
16. EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVE BIDS:
16.1 The purchaser shall evaluate in detail and compare the bids previously determined to be
substantially responsive bids.
16.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the
unit price and total price that is obtained by multiplying the unit price and quantity, the unit price
shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between
words and figures, the amount in words shall prevail. If the Supplier does not accept the correction of
the errors, his bid shall be rejected.
16.3 The evaluation and comparison of responsive bids shall be done on the price of the goods offered
inclusive of Levies & Taxes i.e. G.S.T & Excise Duty, packing, forwarding, freight and insurance etc. as
indicated in the Price Schedule given in ANNEXURE-(III) of the Bid Document.
16.4 The evaluation shall be done on L-1(lowest bid) vendor of total Cost. Preference however will be
given to contractors having office in Gurugram or Delhi.
16.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
17. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The Purchaser reserves the right to accept or reject all or any bid, and to annul the bidding process at
any time prior to award of contract without assigning any reason whatsoever and without thereby
incurring any liability to the affected bidder or bidders on the grounds for the Purchaser's action.
18. SIGNING OF CONTRACT:
18.1 The issue of firm purchase Order and Signing of agreement with Competent Authority of ESIC, and
Signing of Contract Form shall constitute the award of contract to the bidder.
P
age2
4 18.2 Consequent upon the successful bidder furnishing of performance security, the Purchaser shall
discharge its Bid security submitted along with tender document.
19. ANNULMENT OF AWARD:
Failure of the successful bidder to comply with the requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the tender shall be cancelled and ESIC may call for new bids.
19.1 Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to supply the goods in time. Further, the suppliers whose goods do not perform satisfactory in the field in accordance with the specifications may also be disqualified for a suitable period as decided by the purchaser.
19.2 Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.
19.3. The bidder should give a certificate to the effect that none of his/her near relative is working in the ESIC in Format- VIII prescribed in the tender document. The Bidder or its authorized signatory should furnish certificate stating that none of the near relative of proprietor OR all partners of partnership firm excluding Government of India/ Financial institution nominees and independent non-Official part time appointed by Govt. of India or the Governor of the state is working in the unit where the tender is being applied. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and ESIC Model Hospital, Gurugram will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred from further participation in the concerned unit.
The near relatives for this purpose are defined as:- (a) Members of a Hindu undivided family (HUF). (b) Husband and Wife.(c) If one is related to the other in the manner as Father, Mother, Son(s) & Son’s wife (daughter- in-law), Daughter(s) and Daughter’s husband (son-in-law), Brother(s) and Brother’s wife, Sister(s) and Sister’s husband (brother-in-law).
20. PLACEMENT OF ORDER
The Purchaser shall consider placement of orders for commercial supplies for those bidders whose
offers have been found technically, commercially and financially acceptable and whose goods have been
approved/validated by the purchaser. The Purchaser reserves the right to accept counter offer price(s)
against price(s) quoted by any bidder.
P
age2
5
ANNEXURE -D
GENERAL CONDITIONS OF CONTRACT
Definitions and Interpretation 1. Definitions
a) In the Contract (as hereinafter defined) the following words and expressions shall have the
meanings hereby assigned to them except where the context otherwise requires.
(I) “Employer” means the ESIC and the legal successors in title to ESIC.
(ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the
Contract.
(iii) “Contractor” means an individual or firms (proprietary or partnership) whether
incorporated or not, that has entered into contract (with the employer) and shall include his/its
heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if
any shall be immediately notified to the employer, in writing and approval obtained for
continued performance of the contract.
(b) (i) “Contract” means these conditions, the Specification, the Bill of Quantities, the Tender,
the Letter of acceptance, the Contract Agreement (if completed) and such further documents as
may be expressly 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) “Drawings” means all the completion drawings, calculations and technical information of
a like nature provided by the Engineer to be Contractor under the Contract and all
drawings, calculations, samples, patterns, models, Operation 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 Employer for the execution and
completion of the works and the remedying of any defects therein in accordance with the
provisions of the Contract, as accepted by the Letter of Acceptance. The word Tender is
synonymous with “Bid “and the words “Tender Documents” with “Bidding Documents”.
(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 Clause6
(viii) “Appendix to Tender” means the appendix comprised in the form of Tender annexed to
these Conditions.
(c) (i) “Commencement Date” means the date upon which the Contractor receives the notice to
commence the works.
P
age2
6
(ii) “Time for completion” means the time period for which the contract of operation and
Maintenance has been awarded by the employer to the contractor.
(d) “Taking over Certificate” means a certificate issued by employer evidencing successful
completion of the awarded work.
(e) (I) “Contract Price” means the sum stated in the Letter of Acceptance as payable to the
Contractor for the execution and completion of the Works and the remedying of any defects
therein in accordance with the provisions of the Contract.
(ii) “Retention Money” means the aggregate of all monies retained by the Employer.
(f) (i) “Works” means the Permanent Works and the Temporary Works or either of them
to be executed in accordance with the contract.
(ii) “Site” means the places provided by the Employer for Operation and Maintenance of ESIC
Model Hospital, Gurugram and the adjacent quarters mentioned above.
(Iii) “Cost “means all expenditure properly incurred or to be incurred, whether on or off the
site, including over head and other charges but does not include any allowance for profit.
2. ENGINEER
Engineers Duties and Authority
a) The Engineer shall carry out the duties specified in the Contract.
3. Custody and Supply of Drawings and Documents
The Drawings shall remain in the sole custody of the employer/Engineer, but copies as required thereof
as per availability in the record shall be provided to the Contractor free solely for the purpose of this
contract.
4. Sufficiency of Tender
The Contractor shall be deemed to have based his Tender on the data made available by the employer
and on his own inspection and examination of this site conditions.
5. Contractor’s Employees
The Contractor shall provide on the site qualified and experienced 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/Employer shall be at liberty to object to and require the contractor to remove forthwith
from the Works any person provided by the contractor who, in the opinion of the Engineer/Employer,
misconducts himself, or is in incompetent or negligent in the proper performance of his duties, or whose
presence on Site is otherwise considered by the Engineer/Employer to be undesirable, and such person
shall not be again allowed upon the Works without the consent of the Engineer. Any person so removed
from the works shall be replaced as soon as possible by a qualified person approved by the
Engineers/Employer.
P
age2
7 7. Safety, Security and Protection for the Environment
The Contractor shall, throughout the execution and completion of the Works and the remedying of any
defects therein:
(i) Have full regard for the safety of all persons entitled to be upon the Site and 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 Employer) 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 the protection of the Works or for the safety and convenience of the public or others, and
(iii) Take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods or Repair.
(a) Insurance of work by the Contractor for his liability:
(i) During the Operation 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 occasioned by the Contractor in the course of any Repairs carried out
by him for the purpose of complying with his obligations.
It shall be 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.
8. Damage to Persons and Property
The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer
against all losses and claims in respect of:
(a) Death of or injury to any person, or
(b) Loss or damage to any property (other than the Works):Which may arise out of or in consequence
of the Operation 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 Employer shall not be liable for or in respect of any damages or compensation payable to any
workman for death or injury resulting from any act or default of the contractor. The Contractor shall
indemnify and keep indemnified the Employer against all such damages and compensation and
expenses whatsoever in respect thereof or in relation thereto.
10 Evidence and Terms of Insurance:
The Contractor shall take out appropriate insurance to cover his work and workers and staff employed
by him fully. The contractor shall provide evidence to the Engineer/Employer as soon as practicable after
P
age2
8 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.
11. Compliance with Statutes, Regulations:
The Contractor shall conform in all respects, including by the giving of all notices and the paying of all
fees, with the provision of:
a. Any national or State Statute, ordinance, or other law, or any regulation, or bye-law of any local or
other duly constituted authority in relation to the execution and completion of the works and the
remedying of any defects therein, and
b. The rules and regulations of all public bodies and companies whose property or rights are affected or
may be affected in any way by the works, and the Contactor shall keep the Employer 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.
12. Time for completion:
The Operation and Maintenance work shall be for a period of one year or as mentioned in the letter of
commencement and shall start from the date issue of letter commencement and shall stands
terminated after the expiry of one year .
13. Extension of Time for Completion:
The Operation and Maintenance contract may be extended on the written mutual consent of both
Employer and Contractor for a further period may be up to one year. However, employer reserve it’s
right to terminate the Operation and Maintenance contract by giving 30 days notice at any time during
the currency of the contract if the services of the agency are not satisfactory as per the opinion of
employer or its representative.
14. Defect identification and its rectifications:
Agency shall immediately attend the defects and complaints noticed at site. The agency shall provide
and develop a system for regular Operation 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 Operation 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 employer at the risk and cost of the contractor.
15. Liquidated damages for delay.
If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of
ESICH Administration delay is on the part of Operation and Maintenance agency, the employer can
impose liquidated damages on the contractor as detailed in the particular conditions. . This will be over
and above the punitive deduction of Rs.100/-(One thousand) per incident of lapse mentioned above.
P
age2
9 16. Contractor’s Failure to carry out Instruction.
In case of default on the part of the Contractor in carrying out defect rectification works, the
Employer/Administration/General Branch shall be entitled to employ and pay other persons to carry out
the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own
cost under the Contract, then all costs including penalty for delay in attending to the complaint
consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable
from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to
become due to the Contractor.
17. Instructions for Variations
(a) 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 total exclusion of certain items of BOQ from the work executed or overall cost, does not entitle
contractor to claim any extra cost.
(b) Notice to be given by the contractor for execution of Planned Electrical works:-
It shall be duty of the contractor to give notice of at least three working days for execution of
planned Electrical Works like whitewashing, painting, replacement of window glass panes which is other
than day to day maintenance jobs so that prior sanction may be obtained to start the work and also to
check the quality of materials to be used. If no notice is given, the work executed will not be considered
for payment.
MEASUREMENT
18. Works to be measured
The Engineer shall determine 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. Incase over- time 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.
19. Method of Measurement
The works shall be measured net, notwithstanding any general or local custom, except where otherwise
provided in the Contract.
CERTIFICATES AND PAYMENTS
20. Monthly Statements
The contractor shall submit a bill in 3 copies to the General Branch by 7th day of each month for the
work executed up-to the end of previous month in tabulated form approved by the Engineer, showing
the amounts to which the Contractor Considers himself to be entitled. The bill must be supported with
the Following documents:-
P
age3
0 a. Attendance sheets duly verified by ESIC’s Maintenance In charge/Engineer/Care Taker along-with
salary certificates, wages sheets of all the workers and staff deployed. Bio-Metric attendance sheet to be
provided by contractor.
b. Certified bills of miscellaneous materials purchased under different head. Details of
defects/complaints attended and rectified within time.
d. Details of complaints attended late.
e. Test certificate of materials used and tests carried out for quality control as required by the
specification and the Engineers.
f. Monthly certificates from ESIC’s in charges of Hospital regarding satisfactory attending of complaints
on the format.
g. Every month the agency shall provide documentary evidence in support of payment of ESI, EPF &
Service Tax dues as applicable.
h. The agency shall make payment to its employee only through Cheque/NEFT/ECS & payment shall be made in the presence of representative of ESIC Hospital as nominated by the Medical Superintendent.
21. Deduction of Income Tax
The amount to be deducted towards the advance income tax shall be at the rate applicable. 22. Monthly Payments After submission of monthly bill complete in all respects by the contractor, Maintenance In charge/
General Branch shall check the bill with the help of contractor and certify for payment within 15 days.
23. Performance Guarantee
Within two weeks of award of work, the Contractor shall submit a Performance Security for proper
performance of the contract in the format enclosed as Format- IX for an amount of Rs. 7, 00,000/-
(Rupees Seven Lakh Only). The performance guarantee shall be valid for the duration of the contact
period plus 60 days.
The performance security can be encashed by the Employer to recover any amount which is
payable by the contractor to the Employer on any account for a cause arising out of the contract.
The Performance Security Bond will be discharged by the Purchaser after a period of sixty days
beyond completion of the supplier’s performance obligations including any warranty obligations under
the contract.
24. Default of Contractor
If the performance of the contract is not satisfactory and not corrected within 15 days of receiving
notice, then employer shall be at liberty to terminate the contract and get the work executed through
other means at the risk and cost of the Contractor.
P
age3
1
25. Payment on Termination
In the event of termination of the contract, employer shall be at liberty to get balance work done at the
risk and cost of the contractor and due payment of the contractor, if any, shall be released after the
completion of whole of the works.
27. Amicable Settlement of Dispute
The party shall use their best efforts amicably all disputes arising out of or in connection this contract or
the interpretation thereof.
28. Arbitration
Any dispute and differences relating to the meaning of the specifications, designs, drawings and
instructions herein before mentioned and as to the quality of workmanship of materials used in the
work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or
relating to the contract, designs, drawings, specifications, estimates, instructions or these conditions or
otherwise concerning the works or the execution or failure to execute the same whether arising during
the progress of the work or after the completion or abandonment thereof in respect of which: -
Amicable settlement has not been reached.
Shall be referred to the Arbitration of the Medical Superintendent, ESIC Model Hospital, Gurugram
who shall proceed as per the Arbitration Act.
28.1. The work under the contract shall continue, during the Arbitration proceedings.
28.2. The award of the Arbitrator shall be final, conclusive and binding on both the parties.
29. SET OFF
Any sum of money due and payable to the supplier (including security deposit refundable to him) under
this contract may be appropriated by the purchaser or any other person(s) contracting through the ESIC
and set off the same against any claim of the Purchaser or ESIC or such other person or person(s) for
payment of a sum of money arising out of this contract or under any other contract made by the
supplier with the Purchaser or ESIC or such other person(s) contracting through the ESIC.
P
age3
2
ANNEXURE-E
SPECIAL CONDITIONS OF CONTRACT
1. The material shall be supplied in original packing from the manufacturer clearly indicating
manufacturing date, expiry date & price etc.
2. The quality of print should not be faint and should be legible and clear.
3. Any goods found defective after purchase should be replaced free of cost to the satisfaction of ESIC
Model Hospital, Gurugram authorities failing which the cost will be deducted from /Performance
Guarantee furnished by the selected vendor.
4. Award of contract will be issued after the bidder selected is found to be technically and financially
acceptable to of ESIC Model Hospital, Gurugram.
5. The agreement shall be in force for a period of twelve months on the same price/ terms and
conditions by giving one week’s notice in writing to the vendor, if decided upon to do so by of ESIC
Model Hospital, Gurugram.
8. The bid security/Performance security deposit of the bidder would be forfeited, in case he refuses to
honor the letter of intent/Work Order issued by the ESIC Model Hospital, Gurugram for supply of the
materials.
9. Selected bidder has to execute an agreement in the prescribed Performa (Performance Security
Bond Form)- Format-IX and Agreement in a non-judicial bond paper of value not less than Rs.100/-
(Hundred rupees Only) for ARM services, as per the intent of the of ESIC Model Hospital, Gurugram.
10. Penalty: All faults during the working period of ARM services before 22.00 Hrs. on any working day
will have to be rectified on the same day. Fault booked after 22.00 Hrs. will have to be attended latest
by next day. In case the firm fails to rectify within the time frame he has to provide a standby identical
system on the next working day before 22.00 Hrs. and take parallel action for replacing. If the firm fails
to make the system working by any of the two options, penalty of Rs. 500/- (Rupees Five hundred only)
will be imposed per working day since the next working day of the booking of the fault.
11. CPWD specifications shall be followed, where not available, BIS/Engineering practice as directed by the Engineer shall be followed.
12. That the normal functioning of ESIC activity is not effected as far as possible.
13. The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of work. He shall be responsible for their conduct. The staff should behave in a courteous manner. 14. The contractor is held responsible for any loss or damage to ESIC property. 15. The contractor shall ensure safety of his workers and others at the site of work and shall be responsible for any consequence arising out of execution of the Repair and maintenance work. 16. When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material.
P
age3
3
FORMAT- I
DETAILS OF TENDERER
Name of Work: Annual Repair and Maintenance of Electrical works at ESIC Model Hospital,
Gurugram for the period of one year.
1 NAME OF TENDERING COMPANY / FIRM / TENDERER:
2 NAME OF OWNER / DIRECTORS / PROPRIETOR:
3 FULL PARTICULARS OF OFFICE:
(a) Address:
(b) Telephone No.:
(c) Fax No.:
(d) E-Mail Address
4 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /.
(a) Name of the Bank:
(b) Address of the Bank:
(c) Telephone No.
(d) Fax No.:
(e) E-Mail Address:
P
age3
4 5 REGISTRATION DETAILS:
(a) PAN / TIN No:
(b)Goods & Service Tax Registration No.
(c) E.P.F. Registration No.
(d) E.S.I. Registration No.:
6 DETAILS OF EARNEST MONEY DEPOSIT:
(a) Amount (Rs.):
(b) D.D. No. Date:
(c) Drawn on Bank:
(d) Valid up to:
The above format may be used to provide requisite details
Date:
Place:
Name: Seal: Signature of Tenderer
P
age3
5
FORMAT- II
WORK EXPERIENCE
(Experience of Annual Repair and Maintenance of Electrical works completed during last seven
years proceeding March, 2017 and ongoing works) Use separate sheet for each work.
1. Name of the work/ Project Name
2. Name of the Client and Address
3. Describe area of Participation (Specific Work done/Services rendered by the applicant)
4. Period of Work Done/Services rendered for the project
5. Total cost of work
6. Date of start of the work and the present status
7. Any other details
NOTE:
Supporting documents like certificates from the clients in support of each of the above projects to be
furnished.
Signature of Contractor
P
age3
6
FORMAT -III
DECLARATION
1. I ………………………………………….……………………………. Son / Daughter of Shri …………………………………………...
.............................................Proprietor / Partner / Director / Authorized Signatory of ...…………………....
.......................................am 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 document would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
Signature of Authorized Person
Date: Full Name:
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 tender.
P
age3
7
FORMAT-IV
(TO BE TYPED ON A LETTER HEAD)
UNDERTAKING
To,
The Medical Superintendent
ESIC Model Hospital, Gurugram
Sector- 09 A, Gurugram Haryana – 122001
Subject: Tender for Annual Repair and Maintenance of Electrical works at ESIC Model
Hospital, Gurugram for the period of one year.
Sir,
1. I/We hereby agree to abide by all terms and conditions laid down in tender document.
2. This is to certify that I/We before signing this bid have read and fully understood all the terms and
conditions and instructions contained therein and undertake myself/ourselves abide by the said terms
and conditions.
3. I/We abide by the provisions of Income Tax return/and other statutory provisions like Goods and
Service tax (GST), from time to time.
4. I/We do hereby undertake that execution of work of Annual Repair and Maintenance of Electrical
works at ESIC Model Hospital, Gurugram shall be ensured by our Agency, as well as any other
assignment considered by the Medical Superintendent, ESIC Model Hospital, Gurugram.
5. I/We do hereby undertake that in case agency is unable to prove by documentary evidence
compliance regarding ESI Act, EPF Act, Minimum Wage Act, Goods & Service Tax Act any other Act as
applicable, the ESIC shall be at liberty to terminate the contract at any time.
6. I/We do hereby undertake that our Agency / Firm is never debarred/ blacklisted by any of the ESIC
Institution / Office anywhere in India.
(Signature of the Bidder)
Name and Address of the Bidder.
Telephone No.
P
age3
8
FORMAT - V
CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER
S. No
Items Confirm with indicate the page number
1 EMD in the form of Bank Draft for Rs. 3, 50,000 /-
2 Tender form with complete technical bid and Financial bid, with all pages serially numbered , signed and stamped on each page,
3 Copy of PAN Card Certificate,
4 Labour License under the Contractor Labour Act (R & A, Act 1970), if any
5 Registration certificate of shop/company Act,
6 Income Tax return for the last three years,
7 Balance Sheet & Profit & Loss Account for last three years,
8 GST registration certificate ,
9 Filled Format- I to VIII,
10 Documents in support of Completed/Running work experience during last Seven years,
12 Certificate of Satisfactory work completion from previous organizations during last Seven years,
13 ESI Certificate along with latest challan,
14 EPF Certificate along with latest challan,
15 Valid License copy for Electrical works (ARM/Construction works) under the CPWD/State PWD/Central Govt./ State Govt./ PSUs./ MES/ Railways.
16 Annual Turn Over Certificate which is signed by Chartered Accountant,
17 ISO Certificate for Electrical works, if applicable
18 Undertaking required for Firm is never debarred/ blacklisted by any of the ESIC Institution / Office anywhere in India.
Signature of Authorized Person
Date: Full Name:
P
age3
9
FORMAT– VI
DETAILS OF THE EXISTING CONTRACTS:
Sr. No.
Name and Address of the Organization, Name, Designation and
Contact Telephone / Fax No. of the Officer concerned
Details of regarding
the Contract
Value of Contract
(Rs.)
Duration of Contract
From
To
DD/MM/YYYY
DD/MM/YYYY
A
B
C
D
Additional information, If any
The above format may be used to provide requisite details.
Signature of Tenderer
Date: Name:
Place: Seal:
P
age4
0
FORMAT - VII
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach on or before time of bid opening) To
The Medical Superintendent ESIC Model Hospital, Gurugram Sector- 09 A, Gurugram Haryana-122001
Subject: Authorization for attending bid opening on________________________________________ (date)
in the Tender of _______________________________________________________________________.
Following persons are hereby authorized to attend the bid opening for the tender
mentioned above on behalf _________________________________________________________________ (Bidder)
in order of preference given below.
Order of Preference
Name Specimen Signatures
I.
II.
Alternate Representative Signature of Bidder Or Officer authorized to sign the bid Documents on behalf of the Bidder Note:
1. Maximum of two representatives will be permitted to attend bid opening. In case
where entry is restricted to one, first preference will be allowed. Alternate
representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
P
age4
1
FORMAT - VIII
(TO BE TYPED ON A LETTER HEAD OF THE AGENCY) UNDERTAKING
CERTFICATE
Certificate of Non-Participation of near Relatives in the tender I_____________________________________________, S/O__________________________________________________, R/O
_________________________________________________________hereby certify that none of my relative(s)
is/are employed in ESIC as per details given in tender document. In case at any stage, it is
found that the information given by me is false/incorrect, ESIC Model Hospital, Gurugram
shall have the absolute right to take any action as deemed fit/without any prior intimation to
me.
Signed______________________________________ For and on behalf of the Tenderer
Name (caps)_______________________________ Position_____________________________________ Date_________________________________________
To,
The Medical Superintendent
ESIC Model Hospital, Gurugram
Sector-09 A, Gurugram, Haryana – 122001
P
age4
2
FORMAT - IX
FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND
1. In consideration of the ESIC Model Hospital, Gurugram having agreed under the term and conditions of the Agreement No.- ……………………… dated ……………………….made between ESIC Model Hospital, Gurugram and Second Party (hereinafter the said Construction Agency ………………………………………..…………………… ……………………………………………….………………………………….. for the work …………………...here in after called the said agreement ) to production of irrevocable bank guarantee for Rs………………………………………. (Rupees……………………………………………………………………………………………………………………………………….) as a security/Guarantee from the Construction Agency for compliance of his obligations in accordance with the terms and conditions in the said agreement, We …………………………………………………………………. ….………………………………………………………………………… (Hereinafter referred as to “the Bank” hereby) (Indicate the name of the bank)Undertake to pay to the ESIC Model Hospital, Gurugram an amount not exceeding Rs…………………………………….. (Rupees ………………………………………………………………………………… ………………………………………………………… only) on demand by the ESIC Model Hospital, Gurugram.
2. We ………………………………………………………………………. do hereby undertake to pay the amounts
due and payable under this Guarantee without any demure, merely on a demand from the ESIC Model Hospital, Gurugram stating that the amount claimed is required to meet the recoveries due or likely to be due from the Second Party. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………………………… (Rupees………………………………………………………………………………………….only).
3. We, the said bank further undertake to pay to the ESIC Model Hospital, Gurugram any money that is demanded notwithstanding any dispute or disputes raised by the Second Party in any suit or proceeding pending before any court or Tribunal relating thereto, a liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of a liability for payment there under and the Second Party shall have no claim against us making such payment.
4. We ………………………………………………………………………………….. further agree that the guarantee herein contained shall remain in full force and effect during the period that would taken for the performance of the said agreement and that it shall continue to enforceable till all the dues of the ESIC Model Hospital, Gurugram under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or Engineer-in-Charge on behalf of the ESICH Gurugram certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Second Party and accordingly discharges this guarantee.
5. We……………………………………………………………………………… (Indicate the name of Bank) further agree with the ESIC Model Hospital, Gurugram that. The ESIC Model Hospital, Gurugram shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the ESIC against the said Second Party and to bear or
P
age4
3
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved form our liability by reason of any such variation, or extension being granted to the said contractor or for any forbearance, act of omission on the part of the ESIC Model Hospital, Gurugram or any indulgence by the ESIC Model Hospital, Gurugram to the said contractors or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.
7. We ……………………………………………………………………………lastly undertake not to revoke this
guarantee except with the previous consent of the ESIC Model Hospital, Gurugram in writing.
8. This guarantee shall be valid up to ………………………………………..Unless extended on demand by
ESIC Model Hospital, Gurugram. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to
Rs……………………………………………………………….……………………….. (Rupees
……………………………………………………………………………………………………………………….only) and unless a
claim in writing is lodged with us within six months of the date of expiry of the extended date of
expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Date the …………………………………………… Day of ………………………………For …………………………………………………….……………………………………………………… (Indicate the name of bank).
P
age4
4
ENCLOSURE - I
COMPLAINT REGISTRATION FORM
Date: _____________
Time: _____________
Nature of complaint: ___________________________________________________________________
Signature of Contractor: ___________________
Name and Address: ______________________
_____________________________
Complaint attended.
Date: ___________
Time: __________ From: ______________ To: ________________________
Certified that the complaint has been satisfactorily attended.
Contractor Complainant
Date:
To be submitted along with running bills.
P
age4
5
ENCLOSURE -II
MAINTENANCE COMPLAINT REGISTER
Sr. No.
Date & Time
Complainant
Nature of complaint
Complaint attended
Date & Time
Remarks
Signature of
Technical Head
SHIFT- A: ……………………………………
SHIFT- B: …………………………………..
SHIFT- C: …………………………………..
SUPERVISOR: ………………………………………………. ESIC: …………………………………………………….
Signature of Contractor
P
age4
6
ENCLOSURE – III
Monthly report in respect of attending of the complaints
Name of the Hospital…………………….……………………….
It is hereby certified that M/s ……………………………………………………. has attended all the complaints sent to
the agency up to the month of …………………. 2017/2018.
Complaints received during the previous month of...………………….……2017/2018 have been attended to
satisfactorily and no complaint is pending.
Date…………
SIGNATURE OF ESIC In - charge
Stamp
P
age4
7
ENCLOSURE –IV
Monthly Attendance in Daily Wise
Shift:
Shift Timing: DD/MM/YYYY:
Sl. No.
Name Designation IN time (with Signature)
Out time with Signature)
Remarks.
Supervisor ESIC
P
age4
8
Part- “B”
FINANCIAL BID/PRICE BID
Name of Work: Annual Repair and Maintenance of Electrical works at ESIC Model Hospital
Gurugram, Sector- 9 A,Gurugram, Haryana-122001 for a period of one year.
BILL OF QUANTITY
ABSTRACT COST OF ANNUAL REPAIR & MAINTENANCE OF ELECTRICAL WORKS AT ESIC HOSPITAL GURUGRAM, SECTOR- 09 A, GURUGRAM, HARYANA- 122001, YEAR-2017-18.
SL. NO.
Description of Works Annual Estimated
Rate Monthly Fix
Charges
Quoted Grand Total by
Agency (Annually)
1
Day to Day Maintenance of Annual Repair and Maintenance of Electrical works along with Manpower.
As per ANNEXURE A
Rs. 43, 93,734
2 Annual Repair and Maintenance of Electrical works along with Materials.
As per ANNEXURE B Rs. 7, 87,542
NA
3 Comprehensive Annual Maintenance of Electromechanical Equipments
As per ANNEXURE C Rs. 52, 40,000
NA
4 Grand Total Estimated Cost Rs.
1, 04,21,276 /-
NA
Rates figure in words: …………..…………………………………………………….…………………
………………………………………….………………………………………………………………) & Goods & Service Tax extra as applicable.
Note: -
Payment shall be made for actual quantities executed or the contract rate.
The work shall be carried out as per Financial Bid- Annexure A & B & C.
The Tender will be Finalize on the basis of Total Quoted Annual Value by the bidder of Serial no. (4)
Below mentioned bifurcation is for calculation and indicative purpose only. **
P
age4
9
ANNEXURE- A
A. Rates of Maintenance Persons
SL. NO. OPERATION &
MAINTENANCE SERVICES NOS. OF MANPOWER COST (Rs.) Per Month COST (Rs.) Per Year
1 ENGINEER 1
2 TECHNICAL SUPERVISOR 3
3 DG OPERATOR 3
4 ELECTRICIAN 3
5 LIFT TECHNICIAN 2
6 PA SYSTEM/CC TV OPERATOR
1
7 SOLAR OPERATOR 1
8 HELPER 2
TOTAL= 16
Add Contractor Profit @ _________ %
Grand Total
Instruction for Maintenance Persons:
(1.) Supervisors / any staff will be appointee in consultation with ESIC Model Hospital, Gurugram.
(2.) Attendance will be verified by the in charge of the ESIC Hospital where the work has been
actually got done.
(3.) In case of absence of any of the above mentioned workers without providing suitable
replacement, an amount of Rs. 500/- per day shall be recovered as liquidated damages per
person per day of absence.
(4.) If any employee of contractor is found without uniform & I- card a penalty of Rs. 100/- per day
per person will be imposed and deducted from next bill.
(5.) Complaint with respect to minor work related is not cleared with in 24 hrs. Rs. 500/- per day will
be imposed as penalty for each complaint.
Signature of Contractor: Seal:
Name and Address: Date:
P
age5
0
ANNEXURE- B
B. BILL OF QUANTITY FOR ELECTRICAL MATERIALS AT ESIC MODEL HOSPITAL, SECTOR-
9A, GURGOAN
Sr. no SOR
No. Details of Items Unit Quantity
Rate
(Rs)
Amount
(Rs)
1 NDSR
1.0 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 500
2 1101
1.5 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 500
3 1102
2.5 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 500
4 1103
4.0 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 500
5 1104
6.0 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 200
6 1105
10 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 100
7 1106
16 sq. mm ISI marked, FR PVC
insulated, single core copper
conductor cable
meter 100
8 1300 Modular GI box for 2 module
each 50
9 1301 Modular GI box for 3 module
each 50
10 1302 Modular GI box for 4 module
each 25
11 1303 Modular GI box for 6 module
each 25
12 1304 Modular GI box for 8 module
each 25
13 1305 Modular GI box for 12 module
each 25
14 1436 Bell push, piano modular type
each 50
15 1437 Telephone Socket outlet piano type
each 50
16 1402
S.P. 5/6 amps, one way modular
switch, ISI marked Make-as per
existing make.
each 50
17 1403
S.P. 5/6 amps, two way modular
switch, ISI marked Make – as per
existing make
each 50
18 1404
S.P. 15/16 amps, one way modular
switch, ISI marked Make- as per
existing make
each 50
19 1405 3 pin 5/6 amps modular socket
outlet, ISI marked Make -_______ each 100
20 1406
6 pin 15/16 amps modular socket
outlet, ISI marked Make-
___________
each 100
P
age5
1
21 1407 Modular bell push, ISI marked Make
as per existing make each 100
22 1408 Stepped type Modular Fan regulator
(2 module) Make-_____ each 100
23 1409 Telephone Socket outlet modular
type each 50
24 1444 Sterio Chime Call bell, single phase
each 20
25 1706
6 amps. to 32 amps. ratings , SP
MCB, "C" curve, 10 KA breaking
capacity
each 50
26 1707
6 amps. to 32 amps. ratings , SPN
MCB, "C" curve, 10 KA breaking
capacity
each 50
27 1708
6 amps. to 32 amps. ratings , DP
MCB, "C" curve, 10 KA breaking
capacity
each 50
28 1709
6 amps. to 32 amps. ratings , TP
MCB, "C" curve, 10 KA breaking
capacity
each 50
29 1710
6 amps. to 32 amps. ratings , TPN
MCB, "C" curve, 10 KA breaking
capacity
each 50
30 1711 Single pole, blanking plate
each 100
31 2120
Double compression Brass gland for
(28 mm) 3½ X 25 sq. mm 1.1 KV
grade cable
set 50
32 2121
Double compression Brass gland for
(32 mm) 3½ X 35 sq. mm 1.1 KV
grade cable
set 50
33 2122
Double compression Brass gland for
(35 mm) 3½ X 50 sq. mm 1.1 KV
grade cable
set 25
34 2123
Double compression Brass gland for
(38 mm) 3½ X 70 sq. mm 1.1 KV
grade cable
set 25
35 2124
Double compression Brass gland for
(45 mm) 3½ X 95 sq. mm 1.1 KV
grade cable
set 25
36 2125
Double compression Brass gland for
(45 mm) 3½ X 120 sq. mm 1.1 KV
grade cable
set 25
37 2126
Double compression Brass gland for
(50 mm) 3½ X 150 sq. mm 1.1 KV
grade cable
set 25
38 2127
Double compression Brass gland for
(57 mm) 3½ X 185 sq. mm 1.1 KV
grade cable
set 25
39 2128
Double compression Brass gland for
(62 mm) 3½ X 225 sq. mm 1.1 KV
grade cable
set 25
40 2129
Double compression Brass gland for
(62 mm) 3½ X 240 sq. mm 1.1 KV
grade cable
set 25
P
age5
2
41 2130
Double compression Brass gland for
(70 mm) 3½ X 300 sq. mm 1.1 KV
grade cable
set 25
42 2131
Double compression Brass gland for
(82 mm) 3½ X 400 sq. mm 1.1 KV
grade cable
set 25
43 2201 Aluminium lugs for 6 sq. mm cable
each 1000
44 2202 Aluminium lugs for 10 sq. mm cable
each 500
45 2203 Aluminium lugs for 16 sq. mm cable
each 500
46 2204 Aluminium lugs for 25 sq. mm cable
each 500
47 2205 Aluminium lugs for 35 sq. mm cable
each 500
48 2206 Aluminium lugs for 50 sq. mm cable
each 500
49 2207 Aluminium lugs for 70 sq. mm cable
each 500
50 2208 Aluminium lugs for 95 sq. mm cable
each 500
51 2209 Aluminium lugs for 120 sq. mm cable
each 500
52 2210 Aluminium lugs for 150 sq. mm cable
each 500
53 2211 Aluminium lugs for 185 sq. mm cable
each 500
54 2212 Aluminium lugs for 225 sq. mm cable
each 500
55 2213 Aluminium lugs for 240 sq. mm cable
each 500
56 2214 Aluminium lugs for 300 sq. mm cable
each 500
57 2215 Aluminium lugs for 400 sq. mm cable
each 500
58 2938 Cotton waste, cleaning cloth etc.
Kg 20
59 2939 Cleaning materials like soap/
detergent Kg 20
60 NDSR Fan regulator(Conventional). ISI
Marked. each 25
61 NDSR Replacement of ceiling fan Bush
bearing each 50
62 NDSR Replacement of Wall fan Bush
Bearing each 50
63 NDSR Fan Capacitor 2.5 & 4 mfd
each 25
64 NDSR Plug Top 5A ISI Marked
each 30
65 NDSR Plug Top 15A ISI Marked
each 30
66 NDSR PVC Tape.
each 90
67 NDSR Screw 1.5”/any size
pkt 20
68 NDSR Gitti PVC / Wooden. pkt 30
P
age5
3
69 NDSR PVC Pipe 1”
Mtr 100
70 NDSR 1” PVC Bend
each 50
71 NDSR Telephone Jak RJ-11
each 50
72 1409 Telephone Socket outlet modular
type each 50
73 NDSR Extension Board 15 Amp
each 20
74 NDSR Multi pin plug adaptor
each 20
75 NDSR Computer Jak RJ-45
each 50
76 NDSR 300 sqmm. 1.1 KV 4 C armd. Al
cable Mtr 50
77 NDSR 185 sqmm. 1.1 KV 4 C armd. Al
cable Mtr 50
78 NDSR 95 sqmm. 1.1 KV 4 C armd. Al cable
Mtr 50
79 NDSR 50 sqmm. 1.1 KV 4 C armd. Al cable
Mtr 50
Total B =
Rates in figure:- (_______________________________________________________________________
____________________________________________________________________________)
and GST Extra applicable
Signature of Contractor:
P
age5
4
ANNEXURE- C
C. DETAILED BOQ FOR THE ELECTROMECHANICAL EQUIPMENTS AT ESIC MODEL HOSPITAL GURUGRAM, SECTOR-9A, GURUGRAM, HARYANA-122001, YEAR-2017-18
Chapter DESCRIPTION OF WORKS ESTIMATED
RATE AGENCY CHARGE
GRAND TOTAL
1 CAMC FOR EPAB-X SYSTEM 1,10,000
2 CAMC FOR CCTV/PA SYSTEM 2,20,000
3 CAMC FOR DIESEL GENERATOR SETS 11,00,000
4 CAMC FOR TRANSFORMERS 2,20,000
5
CAMC FOR SUB
STATIONS/PANELS/VCB/OTHERS 4,40,000
6
CAMC FOR KITCHEN EQUIPMENTS 2,20,000
7
CAMC OF EARTHING PIT AT
HOSPITAL 75,000
8
REPAIR CHARGES FOR
MISCELLENOUS SERVICES 28,20,000
9 TOTAL AMOUNT Rs. 52, 40,000
TOTAL Rs. =
Rates in figure;- (_______________________________________________________________________
____________________________________________________________________________)
And GST Extra as applicable
Signature of Contractor:
P
age5
5 Chapter-1 ANNEXURE- C
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of EPABX System at ESIC Model Hospital Gurugram. Make: - Siemens Hipath - 3800 Telephone System.
Job Item
12
Work of Scope:
The maintenance contract offered is towards the maintenance of present hardware and software. In case of any major software changes or frequent changes requests the same will be fixed based on the work and time involved to carry out the job.
The equipment/part found damaged/burnt/declared beyond repair will be repaired/replaced and standby will be provided under scope of Comprehensive Annual Maintenance Contract.
Advising technical modifications to maintain operational reliability, where ESIC considers this is necessary. However, this shall be done in consultation with the ESIC.
Carrying out of necessary installation and de-installation operations and also putting the system back to operation.
Elimination of Program Faults through the provision of software corrections (patches) provided the customer is using the relevant current Program version or predecessor version available/applicable at Siemens; provided such faults are reproducible at site for the purpose of diagnostic & debugging. Program Faults shall mean the deviations from the relevant Program description or deviation of a feature in the installed system under CAMC.
Availability of special tools, measurement and inspection devices, test apparatus and diagnostics equipment required by agency personnel for service purposes (excluding the required transmission equipment at the customer's premises, i.e. for remote diagnostic).
Availability of system components, boards and replacement parts for the installed system under CAMC. Requirement of consumables such as printer paper, toner, batteries and data media, MDF modules etc. shall be taken care by the customer. The supply shall normally be effected with on - site deployment of the service technician after the problem is identified.
Remote diagnostics i.e. fault localization for hardware problems if possible via remote access.
Elimination of problems in the hardware due to normal wear and tear. Any equipment or part is burnt due to external reasons and physically damaged / broken will be repaired / replaced.
Carrying out of necessary installation and de-installation operations and also putting the system back to operation.
P
age5
6 Chapter-02 ANNEXURE- C
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of CC TV and PA System at ESIC Model Hospital Gurugram.
Job Item
12
Work of Scope:
The maintenance contract offered is towards the maintenance of present hardware and software. In case of any major software changes or frequent changes requests the same will be fixed based on the work and time involved to carry out the job.
The equipment/part found damaged/burnt/declared beyond repair will be repaired/replaced and standby will be provided under scope of Comprehensive Annual Maintenance Contract.
Advising technical modifications to maintain operational reliability, where ESIC considers this is necessary. However, this shall be done in consultation with the ESIC.
Carrying out of necessary installation and de-installation operations and also putting the system back to operation.
Elimination of Program Faults through the provision of software corrections (patches) provided the customer is using the relevant current Program version or predecessor version available/applicable at Siemens; provided such faults are reproducible at site for the purpose of diagnostic & debugging. Program Faults shall mean the deviations from the relevant Program description or deviation of a feature in the installed system under CAMC.
Availability of special tools, measurement and inspection devices, test apparatus and diagnostics equipment required by agency personnel for service purposes (excluding the required transmission equipment at the customer's premises, i.e. for remote diagnostic).
Availability of system components, boards and replacement parts for the installed system under CAMC. Requirement of consumables such as printer paper, toner, batteries and data media, MDF modules etc. shall be taken care by the customer. The supply shall normally be effected with on - site deployment of the service technician after the problem is identified.
Remote diagnostics i.e. fault localization for hardware problems if possible via remote access.
Elimination of problems in the hardware due to normal wear and tear. Any equipment or part is burnt due to external reasons and physically damaged / broken will be repaired / replaced.
Carrying out of necessary installation and de-installation operations and also putting the system back to operation.
P
age5
7 Chapter-03 ANNEXURE- C
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of Diesel Generator Sets at ESIC Model Hospital Gurugram.
Job Item
12
- 3 nos. x 625 KVA (Make- Kirloskar)
03
- 2 nos. x 600 KVA (Make- Cummins)
02
Total Rs.=
Work of Scope: (B) Diesel Generating (DG) Sets
DG sets are normally provided as standby alternative source of electric power supply for feeding essential services in the event of failure of main supply. Provision of DG set is mandatory for multi-storied buildings & hospitals from fire safety and other considerations. It is absolutely essential that the DG sets and their control panels are maintained diligently for operational readiness at all times. All repairs and replacements should be done on priority. Activities indicated herein are basic in nature and these should be supplemented with manufacturer’s recommendations. 1. DG sets should be operated and maintained by well trained & adequately qualified
technical personnel of specialized & authorized agency. 2. As a first step towards satisfactory operation and maintenance, the concerned
maintenance engineer should know about all parts of the engine & alternator and other associated components and their present functional condition. The maintenance schedule basically covers aspects like keeping dirt off the engine’s systems, lubrication, regulating the fuel, controlling the operating temperature, engine breathing, guard corrosion and vibration etc.
3. Only genuine spare parts should be used for replacements of engine components. The operating / maintenance personnel of engines should not wear loose garments while on duty to avoid accidents.
4. Proper upkeep of maintenance records is very important. Log books are to be maintained to record current, voltage, operating periods etc. Maintenance register should indicate actual compliance to the schedule item wise. Major repairs or replacements should be recorded in the history book.
5. Specific fuel consumption should be worked out every month and also checked by test annually. Result must be recorded in the Log book.
6. Belt size, lubricant oil brand name and grade, and particulars of any other such consumables should be noted on the front page of maintenance register for the engine so that only the appropriate material is actually used in maintenance.
7. Batteries have certain limited life (3 or 4 years) and it also depends on the usage, and rates of charging / discharging etc. The voltage readings give a fair indication in this regard. Manufacturer should be consulted before resorting to replacement.
8. It is not uncommon that more loads are connected to the DG set over a period of time. Do not allow the set to be loaded above 90% of its KVA rating, so as to allow for ageing. Keep a watch on the power factor of the load as well, since a lower power factor will enable only a lower power (KW) output. Another important factor to be kept in mind when new loads are added, is with regard to the type of load viz. motor load, non-liner loads (like UPS, thyristor controlled lifts etc.), as these loads will need larger KVA rating then the steady state load KVA.
P
age5
8
9. If major changes in pressure / temperature values are observed in comparison to previous day readings, immediate corrective actions as necessary should be taken.
Schedule of periodical checking:
(a) Daily routine checks,
1. Keep the DG set rooms clean. Wipe out dirt from external surface of engine, generator and control panels.
2. Check the level of diesel in daily service tank, lubricating oil in engine crank case, (in case of water cooled engines, water in radiator). Oil should not be above the High level mark on the Dipstick, the check being done before start of the engine or after about 20 minutes after stopping of a running Engine.
3. Note: Radiator Cap must be properly put in position; else, there can be aeration i.e. mixing of air with coolant, resulting in overheating of the Engine.
4. Inspect the engine for any leakage of diesel oil, engine, lubricating oil, and coolant in the respective systems.
5. Check that the selector in control panel is in AUTO mode (in the case of AMF sets.) 6. Record the reading of voltage of supply, and engine battery voltage.
(b) Weekly checks.
1. Check the automatic starting of engine by switching off the main supply of the AMF panel (for
AMF sets only). Non AMF sets may be started manually and loaded. Run the set on load for 15
minutes. Observe for any abnormality of noise, vibration, bearing surface heating (whether
warm), engine pick up, voltage level and frequency.
2. Check the level of electrolyte in the battery of the engine. Top up with distilled water as
necessary. If the battery needs charging (as can be judged by the cell voltage), arrange for its
charging early and also examine whether trickle charger (if provided) is defective.
3. Check whether all panel lamps, fuses & instruments are healthy in the control panel.
(c) Monthly checks.
1. Check engine radiator for air restriction if any & clean up. Check the condition of drive belts,
hose and radiator cap.
2. Where heat rejection is through cooling tower, check that there is no blockage in spray nozzles
and the C/T basin is clean. Clean the strainer in the water circuit.
3. Clean the battery terminals and apply grease to prevent corrosion. Check specific gravity of the
electrolyte.
4. Check the exhaust system for leakage, corrosion and vibration. See whether the exhaust smoke
in not very dark.
5. Check that there are no restrictions to air flow in air cleaner.
6. Check that oil heater in functional.
7. Check coupling with alternator for any sign of fatigue.
(e) Six monthly check
P
age5
9
1. Inspect the electrical control panel and starters to see that all power / control contacts are
clean, all terminations are sound and all fuses are intact. Blow out dirt from machine windings
and panels by a blower, check brushes (where provided) of alternators.
2. Inspect all cable end terminations, including control cables & tighten as required.
3. Check all safety controls and alarms in the set supply system.
4. Check and change filters of diesel, engine oil, lubricant, coolant and air cleaner element of the
engine after checking total hours of operation and as per manufacturer’s recommendation.
5. Drain and change the cooling water (in water cooled sets)
Check the belt tension &tighten if required. Note: New belts will stretch within 1 hour of operation, these are to be readjusted.
6. Change the Crankcase breather element for naturally aspirated engines, clean the screen &
turbocharged the engine.
( e ) Annual checks
1. Inspect the fuel tank of any sedimentation. Clean up. 2. Replace the engine oil as per hours of operation and recommendation of the manufacturer. 3. Check shaft alignment, and condition of anti-vibration mountings in case any abnormal noise or
vibration is observed. 4. Blow through radiator core in a direction opposite to the normal flow of air (Reserve Flushing) 5. Conduct Megger test on all cabling, mains and control wiring of motors and earth test. (Earth
test is to be done in summer and Megger test during monsoon). 6. Paint all external MS surfaces, machine base plates, pipes, supports etc. periodically. 7. Calibration of fuel pump and injector should be done as per manufacturer’s recommendations.
This is also necessary when engine is overhauled.
P
age6
0 Chapter-04 ANNEXURE- C,
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of Oil type- Transformers at ESIC Model Hospital Gurugram.
Job Item
12
- 2 nos. x 800 (Make- Kirloskar)
02
- 1 nos. x 1600 KVA (Make- Kirloskar)
01
Total Rs.=
Work of Scope: Breather and oil check for Transformer :
Silica gel is blue when dry. The Transformer breathes due to varied loading over a period of
time. When silica gel absorbs moisture while the transformer is ‘breathing in’ at lower loads, it
turns pinkish. When the moisture content is over 50% and silica gel has turned pinkish,
reactivate the silica gel (till it turns blue again) by heating directly under the sun on a metal
surface or over an electric heater (Caution: not to overheated). Check that air passage is clear in
breather when reactivating the silica gel.
Check the level of oil in conservator tank. Arrange to top up with dry & tested oil, if necessary.
Do not fill beyond the upper limit level so as to allow expansion of oil when warm. Oil should
not spill into the breather. Investigate the reason, if the level of oil changes too often.
Check the colour of oil. If it is dark the reason needs to be investigated by testing the oil.
Darkening may occur due to oxidation of oil accelerated by temperature and presence of
contaminants. The consequence may be increase in acidity, fall in resistivity and increase in
dielectric dissipation factor (tan delta) and formation of sludge eventually. Dark brown colour
may also be due to presence of dissolved asphalt in it.
Insulating oil used in transformers and OCBs should be periodically tested as per relevant BIS
provision for conformity.
P
age6
1
Chapter-05 ANNEXURE- C,
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract FOR SUB STATIONS /PANELS /ACB/VCB /CT-PT and OTHERS equipments at ESIC Model Hospital Gurugram. And related equipments, HT & LT Panel set, Bus coupler, OCBS, Capacitor panel complete with power distribution including incoming and outgoing cables, feeder pillar etc complete as reqd.
Job Item
12
- 5 nos. x 800 amp VCB (Make- _________)
02
- 1 nos. x 800 amp VCB 11 kv HT Meter Panel Room
(Make-___________)
01
Total Rs.=
Work of Scope:
Servicing of all VCB incomer in monthly basis, and if breakdown will occurs immediate rectify the unserviceable VCB and complete the SITC job as per requirement.
Checking and servicing of all installed CT/PT in VCB in quarterly basis, if breakdown will occurs immediate rectify the unserviceable CT/PT and complete the SITC job along with lab testing as per requirement.
Dusting work of all Electric Panel (LT & HT) shall be done by agency in monthly basis, if breakdown will occurs immediate rectify, of free cost.
The safe custody of substation, HT and LT panel and cables and its accessories shall be the responsibility of the contractor during the tenure of the contract. In the case of theft or damages to any part, the contractor will be done the job immediately without any cost.
In case of major breakdown in Sub-Stations the agency shall be done the job immediately and no additional payment will made.
Servicing and overhauling of all electric panel in monthly basis.
The agency shall be immediate rectify the electricity breakdown whenever occurs with the coordination of DHBVN.
Contractor will return all dismantled parts to Care Taker. Daily cleaning of the all Electric Substations/Panel rooms. Ensure the rooms is clean in all
respects at all times. During Breakdown / Fault of Panel its responsibility of ARM agency Operator/Engineer to
inform the Hospital and also ESIC engineer – in – charge/Caretaker. Maintain all the necessary log books, registers, daily checklists & all records for any future
checks & audits.
The contractor shall take all precaution for safety of the workmen. If any accident / mis-happening occur, the department shall not be responsible for the same. Consequently any compensation payable shall be at the contractor cost.
P
age6
2 Chapter-06 ANNEXURE- C,
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of Kitchen equipments with all cooking equipments, gas pipelines, burners, Industrial Freezes etc. Works at hospital and as per instruction of E/I.at ESIC Model Hospital Gurugram.
Job Item
12
Total Rs.=
Work of Scope:
Servicing of all Gas Pipe Lines and Gas burners in monthly basis, and if breakdown will occurs immediate rectify the unserviceable items and complete the SITC job as per requirement.
Checking and servicing of all installed Cooking equipments in quarterly basis, if breakdown will occurs immediate rectify the unserviceable items and complete the SITC job
Checking and servicing of all installed Industrial Freezes/Refrigerators’ in quarterly basis, if breakdown will occurs immediate rectify the unserviceable items and complete the SITC job.
The agency shall immediate rectify if breakdown occurred at Freezes/Refrigerators’:-
Gas charging in compressors,
Compressor Rewinding,
Providing New Compressor, if required
Replacement of damaged / faulty relay,
Replacement of Faulty Over load Relay,
Providing of new Bottom stands for Freezes/Refrigerators’,
Internal Painting of bottom area housing Compressor/L , Bottom Stand
If required Gasket, replace immediately.
The safe custody of Kitchen’s equipments and its accessories shall be the responsibility of the contractor during the tenure of the contract. In the case of theft or damages to any part, the contractor will be done the job immediately without any cost.
In case of major breakdown in Kitchen’s Equipments the agency shall be done the job immediately and no additional payment will made.
Servicing of all Kitchen’s Equipments in monthly basis.
The agency shall be immediate rectify the gas lines breakdown whenever occurs with the coordination of local vendors.
Contractor will return all dismantled parts to Care Taker. During Breakdown / Fault of Kitchen’s equipments its responsibility of ARM agency
Operator/Engineer to inform the Hospital and also ESIC engineer – in – charge/Caretaker. Maintain all the necessary log books, registers, daily checklists & all records for any future
checks & audits.
The contractor shall take all precaution for safety of the workmen. If any accident / mis-happening occur, the department shall not be responsible for the same. Consequently any compensation payable shall be at the contractor cost.
P
age6
3 Chapter-07 ANNEXURE- C,
Sr. Description UOM Rate Qtys. Amount
1 Comprehensive Annual Maintenance Contract of all Earthing pit/points where electro mechanic equipments load are affected works at hospital and as per instruction of E/I.
Job Item
12
Total Rs.=
Work of Scope:
Servicing of all Earth Pit in monthly basis, and if breakdown will occurs immediate rectify the unserviceable items and complete the SITC job as per requirement.
The agency shall maintain the guidelines of Earth Pits IS: 3043-1987.
The agency shall provide the chemical cleaning of Earth Pits if required.
The agency will maintain the earth pit with materials like- salt, coal, electrode Plates and any other materials if requires to replace immediate the items.
If any breakdown will occurs like lightening damages, electrical leakages, short circuits between phases/ between phase and neutral, immediate rectify.
No compromise on quality or absence of earthing is willful act of inviting electric hazard.
The maintenance schedule should cover verification of earthing system conductors and components, verification of electricity continuity, measurement of earth resistance, re-fastening of components and conductors etc.
The agency shall done the preventive test; I. Visual Inspection,
II. Adherence of coating test on earth electrode, III. Bending test on earth electrode, IV. Salt Mist Test on earth electrode, V. Humid sulphar Atmosphere Test on earth electrode,
VI. Leaching test on earth enhancement, VII. Sulphar content on earth enhancement,
VIII. Corrosion test on earth enhancement, IX. Resistivity Test on earth enhancement,
The earth resistance shall be measured at main Equi-potential Earth Busbar (MEBB) with all the earth pits interconnected using fall of potential method as per para 37 of IS:3043.
Contractor will return all dismantled parts to Care Taker. During Breakdown / Fault of Earth Pits its responsibility of ARM agency Operator/Engineer to
inform the Hospital and also ESIC engineer – in – charge/Caretaker. Maintain all the necessary log books, registers, daily checklists & all records for any future
checks & audits.
The contractor shall take all precaution for safety of the workmen. If any accident / mis-happening occur, the department shall not be responsible for the same. Consequently any compensation payable shall be at the contractor cost.
P
age6
4
Chapter-08 Miscellaneous Items ANNEXURE- C,
Sr. Description UOM Rate Qtys. Amount
1 Repairing of exhaust fan of toilets, store, Lifts, Staff quarter with all components and as per instruction of E/I
Job
Item
50
2 Repairing of Wall Mount Fan of hospital building and staff quarter with all components and as per instruction of E/I
Job
Item
50
3 Repairing of Ceiling Fan of hospital building and staff quarter with all components and as per instruction of E/I
Job
Item
50
4 Repairing & fixing & rectification of underground LT & HT cables in with all electric component, of staff quarters & office building with all components as per instruction of E/I
Job Item
10
5 Repairing & fixing & rectification of underground Telephone cables in with all electric component of office building with all components as per instruction of E/I
Job Item
4
6 Providing & fixing of fitter and Welding of steel & iron works at hospital and staff quarters as per instruction of E/I.
Job
Item
20
7 Repairing of Domestic Pump Motor for drinking purpose with complete greasing and good condition fitted bearing of capacity 2 to 10 HP with all components and as per instruction of E/I
Job Item
4
8 Repairing of Fountain Pump Motor for Fountain purpose with complete greasing and good condition fitted bearing of capacity 3 nos. X 2.0 HP with all components and as per instruction of E/I
Job Item
4
P
age6
5
9 Providing and New wiring of PLC system including repairing, Programming, Installation, Testing and Commissioning of PLC and 2500 A switchgear for synchronizing of DG sets 600 KVA 02 nos. and 625 KVA 01 no. & Load Balancing of generators with complete safeties i.e. overload, interlocking of Air Circuit Breakers, Auto Operation and Load Balancing Equipment and Spares i.e. Syn. Automatic Voltage Relay with CT's, HMI etc. All the work will be including of all materials as required for the modification of panel with fully controlled PLC system for 03 nos. DG set and 01 no. main incoming power source 1600 KVA Transformer and 02 nos. bus coupler for LT panel of AC plant complete job of ESIC Hospital Gurgaon. Note: 1) During the period of above work power supply should not be disturbed of Hospital 2) The circuit diagram of control wiring & power wiring SLD should be submitted to the hospital after completion of work
Complete Job as per scope of
work
Details of Work with component a PLC, CPU- MLX 1400 @ 24 V DC Set 1
b 16 Ch input card Set 2
c 16 Ch output card Set 2
d Data converter 485/232 Set 1
e M F meter EM 6436 Set 5
f SMPS @ 230 VAC/12 VAC 10 A Set 1
g Communication cable Mtr. 20
h HMI 2711CT6M Set 1
i HMI COM cable Set 1
j Automatic voltage regulator for PLC controller with CT
Set 2
k Repairing and modification of Air Circuit Breakers for functioning with PLC and wiring
Set 6
l Circuit design and drawing with wiring
Set 6
m Commissioning of DG auto syn. With PCC 3100 and wood ward controller
Job 3
n PLC Programming and commissioning
Job 1
Total Rs.=