68
Page 1 EMPLOYEES’ STATE INSURANCE CORPORATION Ministry of Labour & Employment, Govt. of India “PANCHDEEP BHAWAN” Plot No.-6, Block-GB, Sector-III, Salt Lake, Kolkata – 700 097. Ph. 033 2335 6021 www.esicwestbengal.org. No. 41.W/25/16/10/2019-20/ARM Date: 01/08/2019 RE-E-Tender For “RE-E-TENDER FOR ANNUAL REPAIR & MAINTENANCE WORK (ELECTRICAL) OF DIFFERENT OFFICE BUILDINGS OF ESI CORPORATION IN WEST BENGAL REGION FOR THE YEAR 2019-20.Tender Document Issued by- Additional Commissioner & Regional Director

Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 1

EMPLOYEES’ STATE INSURANCE CORPORATIONNN Ministry of Labour & Employment, Govt. of India

“PANCHDEEP BHAWAN” Plot No.-6, Block-GB, Sector-III,

Salt Lake, Kolkata – 700 097.

Ph. 033 2335 6021

www.esicwestbengal.org.

No. 41.W/25/16/10/2019-20/ARM Date: 01/08/2019

RE-E-Tender

For

“RE-E-TENDER FOR ANNUAL REPAIR & MAINTENANCE WORK (ELECTRICAL) OF DIFFERENT

OFFICE BUILDINGS OF ESI CORPORATION IN WEST BENGAL REGION FOR THE YEAR 2019-20.”

Tender Document

Issued by-

Additional Commissioner & Regional Director

Page 2: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 2

INDEX

S.NO. Subject Annexure Pages No. From To.

1 Notice Inviting E-Tender I 3-4

2 Instructions for Online Bid Submission II 5-7

3 Eligibility Criteria for bidders III 8

4 Instructions To The Bidders IV 9-10

5 Scope of work V 11

6 General condition of contract VI 12-16

7 Particular condition of contract VII 17

8 Additional Terms & Conditions for Contract VIII 18-19

9 Contract Agreement IX 20-21

10 Form of Performance Security Bank

Guarantee Bond

X 22-23

11 Complaint Slip & Complaint Register Performa XI 24-25

12 Technical Bid Performa XII 26-28

13 Experience of Company XIII 29

14 Undertaking XIV 30

15 Check list of documents XV 31

16 Financial Bid XVI 32-34

17 Monthly pay slip performa XVII 35-36

18 Bio data performa XVIII 37

19 BOQ OF ELECTRICAL XIX 38-68

Page 3: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 3

ANNEXURE-I

NOTICE INVITING E-TENDER

TENDER FOR ANNUAL REPAIR & MAINTENANCE WORK OF DIFFERENT OFFICE BUILDINGS OF

ESI CORPORATION IN WEST BENGAL REGION FOR THE YEAR 2019-20.

The Addl. Commissioner & Regional Director, ESIC Kolkata invites online tenders from eligible Agencies for Annual Repair & Maintenance of Electrical works as detailed below. The Addl. Commissioner & Regional

Director reserves the right to reject any or all the tenders without assigning any reason.

E-tenders in two bid system through “E-procurement solution are invited from eligible

and registered firms/contractors of CPWD/ PWDs/ PSUs/ MES/ Railways/ Automonous

Bodies & other Govt. undertakings as providing annual repair and maintenance

service(Electrical Works) at the “Annual Repair & Maintenance work of Different Office

Building of ESI Corporation in West Bengal for the year 2019-20”

S.NO. Description Details

1 Name of Work Annual Repair & Maintenance of Electrical Works at

Regional Office, Branch Office Bldgs. Salt Lake, North

Kolkata, Central Kolkata, Tollygunge, Howrah Maidan,

Serampore, Bansberia, Siliguri B.Os, ESI(MB) Scheme

Office,Bagmari and ESIC Staff Quarter Complex, AF Block,

Salt Lake and New R.O. Bildg. at GB Block, Salt Lake

(Job Schedule:- As per DSR/PWD/GEM items schedule).

2

Period of

Tender

September 2019 to March 2020

3 Estimated Cost (

Including

manpower) (in

INR)

(i) Electrical Rs. 56,58,496.00

4

Earnest Money

Deposit (in INR)

(i) Electrical Rs. 1,13,170.00

(in form of Demand Draft drawn in favour of “ESIC fund

A./c no.1” payable at Kolkata )

5 Tender

document

E-Tender document may be downloaded from Central Public

Procurement Portal (CPPP) Website https://eprocure.gov.in

www.esic.nic.in; www.esicwestbengal.org

From 01.08.2019 to 16.08.2019

6 Last date and

time of online

submission of bids

Technical bid & Financial bid must be submitted online at

https://eprocure.gov.in/eprocure/app. till 16.08.2019

upto 01.00 pm

Page 4: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 4

7 Time & date of

opening of

Online technical

bids

in the presence of the bidders

The Technical Bid of tenders shall be opened in the presence

of the tenderers, who wish to be present at the time of

opening the bid at New RO Building,ESIC, “PANCHDEEP

BHAWAN” Plot No.-6, Block-GB, Sector-III, Salt Lake,

Kolkata – 700 097.On 19.08.2019.at 3.00 PM

8 Time & date of

opening of

Online

Financial bids

Financial Bid of those bids which would technically qualify

shall be opened in the presence of the tenderers, who wish

to be present at the time of opening the bid, Date/time will

be intimated to the qualified bidder.

9 Bid validity

period

90 days

• Rate shall be quoted on percentage basis (above or less).

• All payments will be made on actual basis.

• The Estimated cost is inclusive of all taxes.

Sl.

No.

Particulars Date & Time

1 Date of uploading of N.I.T. & other Documents

(Publishing Date)

01.08.2019

2 Documents download/sell start date 01.08.2019 6:00 P.M.

3 Documents download/sell end date 16.08.2019 1:00 P.M

4 Bid submission start date 01.08.2019 4:00 P.M.

5 Bid Submission closing 16.08.2019 1:00 P.M.

6 Technical Bid opening date 19.08.2019 3:00 P.M

7 Financial Bid opening date To be notified later

Page 5: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 5

ANNEXURE-II Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal,

using valid Digital Signature Certificates. The instructions given below are meant to assist the

bidders in registering on the CPP Portal, prepare their bids in accordance with the

requirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app.

REGISTRATION

1. Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal (URL:https://eprocure.gov.in/eprocure/app) by clicking on the link

“Online bidder Enrollment” on the CPP Portal which is free of charge.

2. As part of the enrolment process, the bidders will be required to choose a unique

username and assign a password for their accounts.

3. Bidders are advised to register their valid email address and mobile numbers as part of

the registration process. These would be used for any communication from the CPP

Portal.

4. Upon enrolment, the bidders will be required to register their valid Digital Signature

Certificate (Class III Certificates with signing key usage) issued by any Certifying

Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudra etc.), with their

profile.

5. Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to

misuse.

6. Bidder then logs in to the site through the secured log-in by entering their user ID /

password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1. There are various search options built in the CPP Portal, to facilitate bidders to search

active tenders by several parameters. These parameters could include Tender ID,

Organization Name, Location, Date, Value, etc. There is also an option of advanced

search for tenders, wherein the bidders may combine a number of search parameters

such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to

search for a tender published on the CPP Portal.

2. Once the bidders have selected the tenders they are interested in, they may download

the required documents/ tender schedules. These tenders can be moved to the

respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the

Page 6: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 6

bidders through SMS / email in case there is any corrigendum issued to the tender

document.

3. The bidder should make a note of the unique Tender ID assigned to each tender, in

case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document

before submitting their bids.

2. Please go through the tender advertisement and the tender document carefully to

understand the documents required to be submitted as part of the bid. Please note the

number of covers in which the bid documents have to be submitted, the number of

documents – including the names and content of each of the document that need to be

submitted. Any deviations from these may lead to rejection of the bid.

3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in

the tender document / schedule and generally, they can be in PDF / XLS

/ RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and

white option which helps in reducing size of the scanned document.

4. To avoid the time and effort required in uploading the same set of standard documents

which are required to be submitted as a part of every bid, a provision of uploading such

standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has

been provided to the bidders. Bidders can use “My Space” or ‘’Other Important

Documents’’ area available to them to upload such documents. These documents may

be directly submitted from the “My Space” area while submitting a bid, and need not

be uploaded again and again. This will lead to a reduction in the time required for bid

submission process.

SUBMISSION OF BIDS

1. Bidder should log into the site well in advance for bid submission so that they can

upload the bid in time i.e. on or before the bid submission time. Bidder will be

responsible for any delay due to other issues.

2. The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as

applicable and enter details of the instrument / scan copy.

4. Bidder should prepare the EMD as per the instructions specified in the tender

document. The details of the DD/any other accepted instrument, physically sent,

should tally with the details available in the scanned copy and the data entered during

bid submission time. Otherwise the uploaded bid will be rejected.

5. Bidders are requested to note that they should necessarily submit their financial bids in

the format provided and no other format is acceptable. If the price bid has been given

Page 7: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 7

as a standard BOQ format with the tender document, then the same is to be

downloaded and to be filled by all the bidders. Bidders are required to download the

BOQ file, open it and complete the white colored (unprotected) cells with their

respective financial quotes and other details (such as name of the bidder). No other

cells should be changed. Once the details have been completed, the bidder should save

it and submit it online, without changing the filename. If the BoQ file is found to be

modified by the bidder, the bid will be rejected.

Note :- There are three sheets for filling up BOQ, Sheets named “Material” and

“Manpower” should be filled by Bidders in percentage Basis i.e. above or below.

Sheet named “BOQ” will be filled automatically after sum up of “Material” and

“Manpower” and that will be final and deciding rate for L1 Bidder.

6. The server time (which is displayed on the bidders’ dashboard) will be considered as

the standard time for referencing the deadlines for submission of the bids by the

bidders, opening of bids etc. The bidders should follow this time during bid submission.

7. All the documents being submitted by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered cannot be

viewed by unauthorized persons until the time of bid opening. The confidentiality of

the bids is maintained using the secured Socket Layer 128 bit encryption technology.

Data storage encryption of sensitive fields is done. Any bid document that is uploaded

to the server is subjected to symmetric encryption using a system generated symmetric

key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s

public keys. Overall, the uploaded tender documents become readable only after the

tender opening by the authorized bid openers.

8. The uploaded tender documents become readable only after the tender opening by

the authorized bid openers.

9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid

Submission” in the portal), the portal will give a successful bid submission message & a

bid summary will be displayed with the bid no. and the date & time of submission of

the bid with all other relevant details.

10. The bid summary has to be printed and kept as an acknowledgement of the submission

of the bid. This acknowledgement may be used as an entry pass for any bid opening

meetings.

ASSISTANCE TO BIDDERS

Any queries relating to the tender document and the terms and conditions contained

therein should be addressed to the Tender Inviting Authority for a tender or the

relevant contact person indicated in the tender.

Any queries relating to the process of online bid submission or queries relating to CPP

Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact

number for the helpdesk is 1800 233 7315. Foreign bidder can get help at +91-79-

40007451 to 460.

Page 8: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 8

ANNEXURE-III

Eligibility Criteria for bidders

1. The bidder should have minimum three years experience as on Last day of the month previous to the one in which applications are invited in similar nature of works. (Similar nature of works means that the applicant should have completed the Repair/Maintenance to the Electrical works, Operation & Maintenance of DG set, internal & external electrical works, maintenance of all type of LT/HT Control panel, Maintenance of sub- stations, transformer,

APFC panel, Water pump sets, Switch gears, Street light, window/split Air Conditions in Central Govt. offices/ State Govt. offices/ attached offices/ statutory bodies/ PSU departments).{License/Registration copy, as mentioned in point no.1 above, must be 3 years old.}.

2. Agencies having sufficient credential in any Govt. or Govt. Undertaking Organisation for Repair & Maintenance and good track record of undertaking similar nature of Electrical works within last 3 years are eligible to apply. Agencies are requested to attach their respective credential certificate also with the tender paper at the time of dropping the

tender paper either of the following:-

a) One similar completed works/contract costing not less than the amount equal to 80% of estimated cost put to tender(Their completion certificate along with cost of the work, period and nature of work in the prescribed Performa of the concerned department duly

signed by the competent authority should be furnished)

b) Two similar completed works/contract costing not less than the amount equal to 50% of estimated cost or

c) Three similar completed works/contract costing not less than the amount equal to 40% of estimated cost or

3. The Tenderer should have the registered / Branch office in West Bengal.

4. Self-certificate that they have not been indicted for any criminal, fraudulent or anti

competition activity and has not been blacklisted by any Govt. departments or otherwise.

5. All documents as stated is must be submitted in Technical Bid.

Page 9: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 9

ANNEXURE-IV

INSTRUCTIONS TO THE BIDDERS

6. Earnest Money Deposit (EMD) :

1. EMD:-

Earnest Money in the form of Demand Draft drawn in favour of “ESIC Fund A/c No. 1” shall be scanned and uploaded to the E-tendering website within the period of bid submission.

The physical EMD shall be deposited at ESIC, R.O. Salt lake, Kolkata by all the bidders before the bid submission closing date & time failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority. The agency shall be debarred from tendering in ESIC.

2. Submission of bids:-

Each and every page of the tender documents must bear the stamp and signature of the person in whose name registration exists or he shall be authorized legally or any representative clearly by mentioning the name and stating that the person can sign the tender documents on his behalf.

All tenderers are requested to follow the checklist at the time of submission of tender documents and must be

enclosed self attested photocopy of under mentioned serial no. (i) to (xv).

i) Tender documents must be signed all pages and total no of pages in tender documents should be numbered

serially.

ii) EMD worth Rs…………………….. dated……………….drawn from…………………

iii) Work completion certificate of credential,

iv) Copy of PAN Card.

v) IT Clearance Certificate, GST Registration Certificate, Labour License and Labour Welfare Cess

Registration Certificate

vi) Valid trade license/ Registration copy from C.P.W.D./State P.W.D.s./ M.E.S./Railways/ BSNL or

any other government body as Electrical contractor (Copy of previous registration along with latest renewed registration copy/license to be enclosed).

vii) Banker's Solvency Certificate

viii) Valid electrical contractor license/Document showing validity of Elec. License if applicable,

ix) ESI & PF Registration Certificate with current challan copy.

x) Audited Balance Sheet of Last 3 Years. xi) Annual turnover of works for immediate last 3 consecutive financial xii) Copy of Professional Tax Registration Certificate, if applicable.

xiii) A self-certificate that they have not been indicted for any criminal, fraudulent or anti competition activity and has not been blacklisted by any Govt. departments or otherwise. xiv) Complete Bank Details with Cancelled Cheque.

xv) Copy of Registration certificate in respect of Central Labour Act 1970 & Contract Labour Central

Rule 1970, if applicable.

Technical bid shall be opened on the date as mentioned in NIT. The financial bid of the tender shall

be opened only for the tenders which qualify in the technical bid, on the date as mentioned in NIT.

7. Financial Bid:

Financial bid must be submitted online only at https://eprocure.gov.in/eprocure/app. The financial

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

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

• All Scanned documents should be clearly visible. In case of any discrepancy this may be treated as

invalid.

8. The site for the work can be seen on any working days during office hours by contacting concerned

hospital/dispensary/Branch Office authority. The tenderers are advised to inspect and examine the site and

its surroundings and satisfy themselves before submitting the tenders, the form size and nature of site, the

means of access to the site. A tenderer shall be deemed to have full knowledge of the site whether he

Page 10: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 10

inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.

9. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders

submitted by the contractors who resort to canvassing will be liable to rejection.

10. The work shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If

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

earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable by the

ESIC and, shall be without prejudice to any other right or remedy, be at liberty to forfeit entire of the said

EMD.

11. Rights of Acceptance/ Rejection:

Additional Commissioner & Regional Director, ESI Corporation, Kolkata reserves the right to reject all or any

tender in whole, or in part, without assigning any reason therefore. The competent authority on behalf of

ESIC does not bind him to accept the lowest or any other tender, and reserves the right to reject any or all of

the tenders without assigning any reasons therefore. All the tenders, in which any of the prescribed

conditions is not fulfilled or any condition including that of conditional rebate as put forth by the tenderer,

shall be summarily rejected.

14. SECURITY DEPOSIT:

The successful contractor will be required to furnish an irrevocable Security Deposit of 5% (Five percentage)

in the shape of Demand Draft/Bankers Cheque/Pay Order in favour of “ESIC Fund A/c No. 1” payable at

Kolkata or Bank Guarantee from any Nationalised/ Commerical Bank to be pledged in favour of E.S.I.

Corporation within 07 days on receipt of work order which will be refunded after one year from the date of

successful completion of the work.

The Security Deposit shall be initially valid for a period up to Six months beyond the Stipulated Contract

Period. In case the Contract Period of work gets extended, the contractor shall get the validity of Security

Deposit extended, at his own cost to cover such extended time for Contract Period.

15. GST, Central sales tax, Local Sales tax, VAT, Purchase tax, Turn over tax, Service tax, ESI, EPF inclusive of

all cess or any other tax, labour cess, all duties in respect of the contract, must be payable by the

contractor, The ESIC, will not entertain any claim what so ever in respect of the same.

16.Rates quoted shall be deemed to have inclusive of cost of manpower, material, machinery, tools and plants,

GST etc. & all taxes including GST,ESI, EPF, Professional Tax, duties and levi es, cess, insurance etc.

complete. No escalation of whatsoever nature, shall be payable.

17.The tenderers shall produce their valid enlistment with the appropriate authority for all types of taxes,

GST,ESI, EPF, Professional tax & any other cess, duty, contribution etc.

18.Rates quoted by the agency shall also be inclusive of 1% (one percent) cess on the work done as applicable

on the building & other construction workers welfare act 1966 due to the introduction of “The building & other

construction works (Regulation of Employment & Conditions of Services Act 1966)”.

19.The contractor shall abide by and comply with all the relevant laws and statutory requirements covered

under various labour laws such as Minimum wages Act (Central), Payment of wages act, Bonus act, contract

labour(Regulation & Abolition )act 1970, EPF act, ESI act and various other act as applicable from time to

time with regard to personnel engaged for execution of contract.

22.Award of work :

The selection of the agency will be at the sole discretion of the Addl. Commissioner & Regional Director,

Employees State Insurance Corporation, Regional Office ,Kolkata who reserves the right to accept one or to

reject any or all the tenders without assigning any reasons thereof.

The contract shall be awarded to the best qualified responsive tender.

Upon evaluation of offers, the written notification for award of contract will be intimated to the

successful tenderer to start the work.

Sign of Contractor : ..............

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

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

Page 11: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 11

ANNEXURE-V

SCOPE OF WORK

Details of Premises/buildings :

Serial

No.

Name and Address of Building Nature of Facility

1 ANNUAL REPAIR & MAINTENANCE WORK

(ELECTRICAL) OF DIFFERENT OFFICE

BUILDINGS OF ESI CORPORATION IN WEST

BENGAL REGION FOR THE YEAR 2019-20.

R.O & New R.O Building /Staff Qtrs/Branch office and other building .

Scope of Works/Services:

The agency will be responsible for Repair and Maintenance of following.

1. It will be the responsibility of the Agency to always keep the construction site clean.

2. Agency will maintain Manpower Muster Roll & Wage Register as per law.

3. Whenever and wherever required, Agency will provide the appropriate qualified Engineer

at site.

4. Agency will provide Uniform, Identity Cards, Name bearing Plates, appropriate necessary

safety gadgets etc to each and every deployed staff.

5. All Tools & tackles, Plants, machineries, equipments and materials required to carry out

the Electrical work at site shall be provided by the Agency at his own cost.

6. The Agency shall have to display on signboard, Facility Manager/Engineer/supervisor’s

name to be contacted with Telephone Nos. in case of emergency or urgent requirement.

7. The agency should ensure all safety precautions for its labourers.

8. Contractor should do the preventive maintenance work for utilizing the manpower in

addition to the Complain based maintenance. Records of preventive maintenance

measurement should also be recorded.

9. Repair and maintenance of Electrical wiring ( Internal& External), Fans, Light Fittings,

DB’s, Street light & high mast lights of the site.

10. Operation & Maintenance of Electrical Substations, HT/LT panels, Capacitors panel,

Transformer, UPS, Relays, Fire system, window/split air conditioners, pump room, RO

system, operation of Lift & other equipments.

11. Uninterrupted electric services in the site.

12. Maintenance and operation of existing Water tube well for uninterrupted water supply.

13. Maintenance and operation of Diesel Generator Sets as per schedule & regular update log

book is to be maintained for the power cut period and should be got checked & verified

by ESIC authorized person.

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

Any major repair involving of engine, rewinding of motors, replacement of major components

like compressor etc. are excluded from the scope of work and shall be paid for on actual.

However, if the repair/replacements arises out of negligence of the contractor or his staff, the

same shall be carried out by the contractor at his own cost. Prior approval of the Engineer is

to be obtained for any such major repair/replacement. In case of lapse in performing above

duties & negligence in operation of equipment resulting in accidents/loss of life/damage to

equipments etc. it will be responsibility of the contractor to bear all loses at his own risk &

cost.

15. Any other works as and when directed by the authorized person from ESIC other than

mentioned above falling under the domain of Electrical Works.

Page 12: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 12

ANNEXURE-VI

GENERAL CONDITIONS OF CONTRACT

1. Definitions

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 Additional Commissioner cum the Addl. Commissioner & Regional Director, RO, ESIC

Kolkata and the legal successors in title to Employees’ State Insurance Corporation.

(ii) “Engineer” means the person appointed by ESIC and nominated by the Additional Commissioner cum

Addl. Commissioner & Regional Director, RO, ESIC Kolkata to act as an Engineer for the purpose of the

Contract.

(iii) “Contractor” means an individual or firms (proprietary or partnership) whether incorporated or not, that

has entered into contract (with the employer) and shall include his/its heirs, legal representatives,

successors and assignees. Changes in the constitution of the firm, if any, shall be immediately brought to

the notice of the employer, in writing and approval shall be obtained to continue performance of the

contract.

(iv) “Contract” means the conditions, the Specifications, the Bill of Quantities, the Tender, the Contract

Agreement (if completed) and such other documents as may be expressly incorporated in the Letter of

Acceptance or Contract Agreement.(As per Annexure ‘IX’)

(v) “Specification” means the specification of the works included in the contract and any modification

thereof. The items of works shall be executed in strict accordance of CPWD specifications.

(vi) “Drawings” means all the completion drawings, calculations and technical information of a like nature

provided by the Engineer to the Contractor under this contract and all drawings, calculations, samples,

patterns, models, Repair/Repairs and Maintenance manuals and other technical information of a like

nature submitted by the Contractor and approved by the Engineer.

(vii) “Bill of Quantities” means the priced and completed bill of quantities forming part of the Tender.

(viii) “Tender” means the Contractor’s priced offer to the Employer for the execution and satisfactory

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

the Contract, Specification as accepted by the Letter of Acceptance. The word Tender is synonymous with

“Bid” and the words “Tender Documents” with “Bidding Documents”.

(ix) “Letter of Acceptance” means the formal acceptance of the tender by Employees’ State Insurance

Corporation in writing.

(x) “Appendix to Tender” means the appendix comprised in the form of Tender/annexed to these

Conditions.

(xi) “Commencement Date” means the date on which the Contractor received the notice to start the works.

(xii) “Time for Completion” means the time period for which the contract has been allowed to be completed by

the employer to the contractor.

(xiii) “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 removing of any defects therein in accordance with the

provisions of the Contract.

(xiv) “Extra Item Price” Any items of works required to be executed in the interest of ESIC but this item not

available in the contract agreement shall have to be executed by the contractor as an extra item without

any objection. The proposed extra item if available in DSR 2018 for Electrical, the rates will be calculated

on the basis of DSR-2018 rates plus applicable Cost Index. Otherwise rates of this item will be analyzed

on the basis of prevailing market rates plus10% contractors profit and overheads and the same has to be

accepted by contractor without any objection.

(xv) “Retention Money” means the aggregate of amount Retained by the Employer as Security Deposit.

(xvi) “Works” means the Permanent Works and the Temporary Works or either of them to be executed in

accordance with the contract and contract specifications.

(xvii) “Site” means the places provided by the Employer to the Contractor for works.

(xviii) “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.

(xix) “Submission of Certificate” means a certificate issued by employee evidencing successful and

satisfactory completion of the awarded work as per contract agreement

Page 13: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 13

• Engineer’s Duties and Authority

The Engineer shall carry out the duties specified in the Contract

• Custody and Supply of Drawings and Documents

The Drawings shall remain in the sole custody of the Employer/Engineer, but copies as required

thereof shall be provided to the Contractor for free solely for the purpose of this contract.

• 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. The acceptance of

tender would imply that the contractors has visited the site and made themselves conversant with

the type of works incorporated in this tender.

• Contractor’s Employees

The Contractor shall provide qualified and experienced technical staff on site of work in connection

with the Works and for remedy of any defects therein.

• Engineer’s Liberty to Object

The Engineer shall be at liberty to object, to remove forthwith from the Works, any person provided

by the Contractor who, in the opinion of the Engineer, misconducts himself, or is incompetent or

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

by the Engineer to be undesirable, and such person shall not be again allowed upon the Works

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

immediately. It shall be obligatory on the part of contractor to rectify the defects as pointed out by

Engineer.

2. Safety, Security and Protection of the Environment

The Contractor shall, throughout the execution and till 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

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 of doing work activities under the

contract.

(iv) All safety rules prescribed by the Government shall be strictly observed to execute the work

and safety of manpower deployed.

3. (A) Insurance of work by the Contractor for his liability:

(i) During the execution of the work any loss or damage to the property and life of his

employee arising from a cause for which contractor is responsible.

(ii) For loss or damage occasioned by the Contractor in the Course of

any work carried out by him for the purpose of complying with his obligations.

(iii) It shall be the responsibility of contractor to notify the Insurance Company of any change in

the nature and extent of the works and to ensure the adequacy of the Insurance cover at all

times during the period of contract.

(B) Damage to Persons and Property

The Contractor shall, except if and so far as the Contract provides otherwise,

indemnify the 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 Special Repair of the works and the

remedying of any defects therein, and against all claims, proceedings, damages, costs,

charges and expenses whatsoever in respect thereof.

Page 14: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 14

4. Accident or injury to Workmen

The Employer shall not be liable for or in respect of any damages or compensation payable to any

workman under Compensation – Act 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.

5. 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 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.

6. Compliance with Statutes and 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 :

i. 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

ii. The rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the Works, and the Contractor shall keep the Employer indemnified against all penalties and liability of every kind for breach of any such provision. Any changes required for approval due to revision of the local laws.

7. Default contractor in Compliance

In case of default on the part of Contractor in carrying out such instruction within the time specified

therein or, if none, within a reasonable time, the Employer shall be entitled to employ and pay other

persons to carry out the same and all costs consequent thereon or incidental thereto shall, be

determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may

be deducted by the Employer From any payments due, or to become due, to the Contractor and the

Engineer shall notify the Contractor accordingly.

8. Time for Completion

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

commencement and shall start from the date of issue of letter and shall stands terminated after the

expiry of One years or for the period as stipulated in the accepted contract agreement.

9. Extension of Time for Completion

The Repair and Maintenance contract may be extended on the written mutual consent of both

Employer and Contractor for a further period of one year .The extension of the period can only be

granted on the valid and unavoidable grounds by the Addl. Commissioner & Regional Director of

ESIC Kolkata, if he satisfies himself on the ground mentioned.

10. Termination of Contract:

The employer reserves it’s right to terminate the contract/works by giving 30 days notice

at any time during currency of the contract if the services of the agency are not found satisfactory

as per the opinion of employer or his representative for which no claim or compensation shall be

entertained by the Employer.

11. Defect Identification and its rectifications

Agency shall immediately attend the defects after getting intimation at site. Defect Liability

period shall be 12 months from the date of completion of work under Bill of Quantities for

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.

12. Liquidated Damages for Delay

If the Contractor fails to complete the work in time then the employer can impose liquidated

damages on the contractor @ 1% per week subject to maximum of 10% of estimated cost.

13. Contractor’s Failure to Carry out Instructions

In case of default on the part of the Contractor in carrying out defect rectification works, the

Employer/Engineer shall be entitled to employ and pay other persons to carry out the same and if

such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the

Contract, then all costs consequent thereon or incidental the reto 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 payment due or to become due to the Contractor.

Page 15: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 15

14. Instruction for Variations

Quantities given in the Bill of Quantity may increase or decrease as per actual execution of

work on site from the provision of contract quantity( being estimated quantities). The quantity of any

particular item may vary to any extent. Variation in quantity in particular items or overall cost, does

not entitle contractor to claim for any extra rate than tendered.

15. Method of Measurement

The works shall be measured net, notwithstanding any general or local custom, except

where otherwise provided in the Contract. The method of measurements shall be followed as per the

CPWD Norms / Specifications.

16. CERTIFICATES AND PAYMENTS

The contractor shall submit a bill in triplicate by 7th of every month for the work executed up

to the date of previous month in the tabulated form approved by the Engineer. The bill must be

supported with the following documents.

a) Measurement of all the works executed.

b) Abstract of all parts the bill.

c) Copy of certified attendance sheet of staff /workmen engaged under Part-I along with their copy

of wage register, ESI, EPF Challan, Bank statement for salary compliance etc

d) Complaint registration form ( as per Annexure K) duly signed by complainant on satisfactory work

completion

e) A self certificate by agency stating “They are adhering to all statutory laws including labour laws &

minimum wages act.”

After receipt of the bills submitted by the contractor in the manner prescribed by the above

duly supported by all the documents, the Engineer shall check the bills and certify the payments

admissible to the contractor. The payment shall be released only after certification of the Engineer

for the works actually carried out at site.

17. Deduction of Income tax & GST

• The amount to be deducted towards the income tax & GST shall be at the rate applicable at the

time of making payments to the contractor.

a. TDS deductions as per rates applicable at the time of making payment. Presently, TDS towards

Income tax and GST @2% each is being deducted from each Bill.

b. Labour welfare cess @ 1.0 (One) percentage on the work done shall be deposited by the

contractor to concern department for the each bill and submit the copy for the same to

the ESIC.

18. Security Deposit:

Within seven days of issue of letter of intent of work/ acceptance of tender, the Contractor

shall submit a Security Deposit for proper performance of the Contract in the form as specified in the

contract. The Security Deposit shall be initially valid for the duration of the contract period plus Six

Months.

The performance security can be en-cashed 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.

19. Correction of Certificates:

The Engineer may have issued any Interim Payment Certificate, the correction or

modification in any previous Interim Payment Certificate which has been issued by him, and shall

have authority, if any work is not being carried out to his satisfaction, to omit or to reduce the value

of such working any Interim Payment Certificate.

20. Default of Contractor:

If the performance of the contractor 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.

21. Amicable Settlement of Dispute:

The party shall use their best efforts to settle amicably all disputes arising out of or in

connection with this contract or the interpretation thereof.

22. 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.

Page 16: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 16

23. 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 of 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 Sole Arbitrator appointed by the

Chief Engineer, Employees’ State Insurance Corporation, who shall proceed as per the

Arbitration Act, 1996.

i. The Work under the contract shall continue, during the Arbitration proceedings.

ii. The award of the Arbitrator shall be final, conclusive and binding on both the parties.

24. Any Dispute between the contractor and the Engineer would be decided by

the Addl. Commissioner & Regional Director, ESI Corporation, Kolkata

Sign of Contractor : ........................................... Date : ..............................

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

Page 17: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 17

ANNEXURE-VII

Particular Conditions of Contract

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

the Engineer shall be followed. The materials shall be got approved prior to its use for work from the

Engineer I/C of the ESIC.

b) As the work will have to be carried out in building and area in use the contractor shall ensure.

c) While execution of the works the normal functioning of premises/office Employees’ State Insurance Corporation activity should not be effected as far as possible.

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

e) That all rubbish etc. is disposed off at the earliest.

f) The work should be carried out by the qualified worker for their part of work. The contractor shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to Employees’ State Insurance Corporation property.

g) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any consequence arising out of execution of the Repair &Maintenance work.

h) When instructed to do so, the contractor shall ensure proper record keeping and storing of irreparable/dismantled material at suitable place provided by ESIC.

i) Water and electricity shall be made available free of cost at nearby source of work the contractor has to make his own arrangement for use of the same including extending temporarily lines etc. The responsibility for following relevant rules,regulations and loss in the regard shall be entirely that of the contractor.

j) The contractor shall take proper care during dismantling operations to ensure that there is no danger/damage

to any adjoining/existing structures and in case of any damage the contractor shall re-do the work/do the necessary repairs as per direction of the Engineering- Charge for which no claim would be entertained by the department

k) For any Extra items/substituted items/deviations in quantities of BOQ items, Contractor has to intimate to Engineer and obtained prior approval from Competent Authority before work execution.

l) The work shall be carried out in manner complying in all respects with the requirement of relevant byelaws of the local Municipal Corporation of the local body whatsoever.

m) The contractor shall put necessary boards on display forbidding the residents/public from approaching the building under repair to avoid any accident.

n) The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution - boards. They shall be responsible for all damages and accidents caused due to negligence on their part.

o) All incidental charges of any kind including cartage, storage cutting and wastage and safe custody of materials etc. (not covered under any other condition) shall be borne exclusively by the contractor and nothing extra shall be payable to them on this account.

p) All warning boards and displays, such as REPAIR WORK IN PROGRESS, KEEP AWAY FROM BUILDING, NOPARKING etc. along with sufficient supervisory staff on ground shall beprovided by the contractor, wherever required. Nothing extra shall be payable on this account.

q) The site of work shall be always kept neat and clean due to constraints of working space in and around

buildings. To avoid nuisance to the occupants, all building rubbish and unserviceable materials shall be periodically removed from the premises to the approved municipal grounds and all necessary permissions in this regard have to be obtained by the contractor from the Municipal Authorities. Nothing extra shall be payable on this account.

r) Since the work is to be carried out in the occupied buildings, proper sequencing as regards dismantling of sanitary pipes, GI pipes, toilets etc. shall be done so as to cause minimum in convenience to the occupants besides taking care of the constraint of keeping the system functional during repairs by making temporary

arrangements, as required. Nothing extra shall be payable on this account. s) The area of dismantling / guiniting / replastering / repairing/steel work /Painting work /renewing broken glass

panes as per relevant items etc. given in the tender may have to be got done in patches, at different heights / levels also for which nothing extra cost shall be payable until & unless specifically mentioned in BOQ.

t) Lifting of materials such as cement, sand, wooden planks etc. through the building lifts is prohibited. No mixing or off loading etc. of mortar / cement concrete etc. over the open terrace / flooring shall be permitted. Arrangements as deemed it shall be made by the contractor for mixing/ lifting/off loading all materials etc. at no extra cost.

u) Since the work is to be carried out in the occupied buildings, proper sequencing as regards dismantling of Existing wiring, DBS, Switch board, Electrical installations etc. shall be done so as to cause minimum inconvenience to the occupants besides taking care of the constraint of keeping the system functional during repairs by making temporary arrangements, as required. Nothing extra shall be payable on this account.

Page 18: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 18

ANNEXURE-VIII

Additional Terms and Conditions for Contract

1. Complaints shall be made in the prescribed format.( Annexure- XI)

2. A complaint register shall be maintained in the Repair and Maintenance Office in which all

complaints received shall be documented.

3. All emergent Repair and Maintenance related complaints shall be attended within Twenty Four

hours failing which the said work will be carried out from other agency and this amount will be

recovered from the contractor’s bill.

a. The supervisor/Manpower deployed should be facilitated with mobile phone to contact on

urgent basis & their numbers should be displayed and forwarded to all offices.

b. All tools plants and materials to carry out the ARM work at site shall have to be provided by

contractor

c. Regional Office, ESIC shall not be under any obligation for providing employment to any of

the worker of the service provider after the expiry of the contract. Regional Office, ESIC does

not recognize any employee employer relationship with any of the workers of the service

provider.

d. Labour wages will be independent of the rate quoted and shall be paid as per CLC rate given

below:-

i. Payment to be made to the Labour as per current CLC rate for 31 days for staff quarter and

for other site 27 days/26 days as per available working days in respective month. (including

contribution towards PF-13.61%, ESI-4.75% or amended rate) in r/o. Deployed skilled/semi

skilled workers on submission of proper document

ii. Monthly wages of the deployed workers shall be paid through ECS/NEFT positively within

1st. week of every following month Contractor should be followed strictly the time schedule

for payment of wages. Wage/Pay-Slip should be issued to the deployed workers and a copy

of the same should be attached to the R/A Bill as per enclosed format of pay-slip/wage slip

(Format Annexed)

e. Contractor will ensure that the payments to worker is being made in accordance with the

minimum wages as notified by the Central Govt. time to time along with statutory

compliance like ESI, EPF, Labour laws etc

f. The Contractor must employee adult and skilled labour only. Employment of child labour will

lead to the termination of the contract and necessary action under India Penal Code also.

g. RO Kolkata or any Branch offices shall not be responsible for providing residential

accommodation to any of the employee of the contractor.

h. Contractor employee/workmen shall register attendance through Aadhar Enabled Biometric

Attendance system (AEBAS) installed at Offices as applicable.

i. It will be the responsibility of the contracting agency to meet transportation, food,medical

and any other requirements in respect of the persons deployed and ESIC will have no

liabilities in this regard.

j. The contracting agency shall be solely responsible for the redressal of grievances/resolution

of disputes relating to person deployed. ESIC shall, in no way, be responsible for settlement

of such issues whatsoever.

k. The Contractor shall engage only such workers, whose antecedents have beenthoroughly

verified, including character and police verification and other formalities. The Contractor shall

be fully responsible for the conduct of his staff.

l. The tenderer should quote manpower charges in Financial Bid strictly in accordance with

minimum wages as decided by the Central Govt. If the rates quoted found below the

minimum wages, tender will be rejected. Under any circumstances whatsoever, the

manpower deployed shall not be paid wages below the minimum wages declared by Central

Govt.

m. The Contractor at all times should indemnify ESIC against all claims, damages or

compensation under the provisions of Payment of Wages Act, 1936, Minimum Wages Act

1948, Employer’s Liability Act, 1938, the Workmen Compensation Act 1923, Industrial

Disputes Act 1947, Maternity Benefit Act 1961, Payment of Bonus Act, 1965 or any other law

relating thereto and rules made there under from time to time. ESIC will not own any

responsibility in this regard.

Page 19: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 19

n. Requirement of Manpower may increase or decrease , similarly deployment on any day is

subject to change as per requirement for the sake of calculation 30 days have been taken in

month and four Sundays have been taken in month, however payment shall be made on

basis of actual man days in a month.

o. The work shall be carried out as per CPWD general specifications and up to date relevant IS

codes & Indian electricity rules amended wherever applicable and to entire satisfaction of the

Engineer-in- charge.

p. All the material to be used in the work shall be new and must be got approved from the

Engineer-in-charge before use in the work.

q. Bad workmanship in the opinion of Engineer-in-charge shall not be accepted and shall be

rectified by the contractor at his cost to the entire satisfaction of Engineer-in-charge.

r. Dismantled material shall be returned to the department otherwise recovery for the same

shall be made at current market rates.

s. All hardware items such as screws, thimbles, connectors, earth/neutral terminals, wires etc.,

which are essentially required for completing any item of work as per specifications will be

deemed to have been included in the item even when the same have not been specifically

mentioned.

t. All T&P including ladders, wire drawing equipment, electrical chase cutting equipment, multi

meter, drill machine, meggar, earth resistance testing equipmentetc., required for the work

shall have to be arranged by the contractor. No T&P shall be issued by the department.

u. The staff engaged by the contractor shall possess valid electrical license should be well

behaved, polite and courteous. Any complaint against staff on behavior shall be taken very

seriously and such staff should be removed by the contractor immediately from the site and

arrange replacement for the same failing which the Engineer-in-charge has the power to

cancel the contract and the contractor shall have no claim of loss/compensation for this.

v. Safety of the staff deployed will be the responsibility of the contractor who must ensure the

safety of the staff adequately, as per CPWD safety rules. ESIC will not be responsible for any

mishap, injury accident or death of the staff. No claim in this regard shall be

entertained/accepted by the department.

Other criteria :

a) Bio-Data as per enclosed format & location of all the deployed skilled workers alongwith updated licence

certificate, recent passport size photograph, duly attested by competent authority is to be submitted by the

successful bidder within 15 days of issue of Work Order. Place of posting of each employee will be fixed, in

case of deployment / transfer to other location will only be accepted if prior approval has been taken for the

same from this office otherwise it will be consider absent form duty.

b) Bonus will be paid by the agency as per prescribed rules of Govt of India applicable rate once in a year. No

overhead/agency charges will be paid on payment of Bonus to the workers.

c) The deployed workmen will never be considered for call attending to any electrical maintenance works of

branch offices.

d)The agency must be solvent enough to carry out the day to day maintenance works and pay wages to

the operational staffs / labourers uninterruptedly.

e) Successful bidder should follow the Contract Labour (Regulations & Abolition) Act,1970 and Central

Rule,1971. The Contractor shall be responsible for ensuring compliance with the Labour Laws and all other

applicable laws that may be in force from time to time. All liabilities on account of non-observance of the same

shall be met by the contractor.

Similarly, the Contractor shall be liable to ensure compliance with the provision of Minimum Wage Act(s)

that may be in force from time to time.

f) Identity Card and uniform should be issued to the employee by the agency.

Page 20: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 20

ANNEXURE-IX

CONTRACT AGREEMENT

AGREEMENT FOR THE WORK OF………………………………………………………………

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

This agreement made at Kolkata on this …………………..day of …………………………(Month, Year) between

……………………………………………….(Name of Agency) having their registered office4 at

…………………………………………………………………………………………………………..

………………………………….(hereinafter called the FIRST PARTY) of the one part and

The EMPLOYEES STATE INSURANCE CORPORATION represented by Additional Commissioner & Regional Director

having their office at New RO Building, Plot No.06, GB Block Salt Lake Sec III Kolkata-700097 (W.B.) (hereinafter called

the SECOND PARTY) of the other part for the execution of the work of …………

………………………………………………………………………………………………….. (hereinafter called the WORKS).

Specific Terms and Conditions of the Contract 1. After completion of the work, the Contractor will submit the Final Bill at the earliest from the date of completion.

On receipt of running/final bills, JE will check the measurement along with rates and after checking the same will

submit the bill to the AC & RD for their perusal and approval.

2. If there is delay in completing the work as per time schedule given in the Agreement, then the Contractor shall be

liable to pay an amount of 1.25% of the total cost of the work of delay or part thereof as liquidated damages to ESIC

subject to a maximum of 5% of sanctioned cost of the work. For working out the 1.25% allowance, the odd number of

days would be rounded to nearest week.

3. Performance Guarantee/Security Deposit: - As soon as LOI is issued to the successful contractor, the Contractor

will submit a Performance Guarantee/Security Deposit @5% of the contract amount within 10 days which will be valid

for one year from the date of completion of the work. Before signing the Agreement with the Contractor, the AC & RD

or his authorized representative will verify the authenticity / correctness of the Bank Guarantee from the concerned

Bank.

4. The funds released shall be utilized only for the sanctioned work and no appropriation of funds will be permitted

until and unless approved by competent authority.

5. After completion of work, JE/AE will verify the facts and satisfy themselves that the work has been completed in

accordance with the contract. JE will record the completion certificate and Medical Superintendent/Incharge of

concerned Hospital will also countersign the same.

6. First Party to whom the work is awarded will execute the work himself. He will not be allowed to sub-let the work

to any other agency.

7. JE In-charge will record the measurement of the work and will be 100% responsible for the correctness of the

same. The AE will also be overall responsible for the correctness of the bill in general. He will exercise his last check of

measurement at least to the extent of 50% by money value. Wherever EE is posted he will exercise the test check to

the extent of 10%.

8. No escalation charges will be paid to the Contractor.

9. +25% variation within the estimate will be allowed by the RD/ JD and above +25% variation will be sanctioned by

the competent authority. The RD/JD will submit the case with full justification along with their recommendations.

10. The contractor shall be responsible for ensuring compliance with the Labour Laws and all other applicable laws that

may be in force from time to time. All liabilities on account of non-observance of the same shall be met by the

contractor.

Page 21: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 21

11. Similarly the Contractor shall be liable to ensure compliance with the provision of Minimum Wage Act that may be

in force from time to time. All liability whatsoever on account of non-observance of the same shall also be met by the

Contractor at their risk and cost.

12. No skilled/semi-skilled/un-skilled workers will be employed directly by the RD/SSMC/MS for this works.

13. Arbitration: - In case of any dispute or difference arising out of the Agreement, the same shall be referred to the

sole arbitration of the Chief Engineer, ESIC and his decision shall be binding on both the parties.

The witnesses whereof Shri …………………………………….., for and on behalf of First Party and Shri

…………………………………….. on behalf of Second Party have herein set their hands and seals and signed on the date and year

first above written.

For and on behalf of First Party, For and on behalf of Second Party,

( ) ( )

Witnesses: Witnesses:

1…………………………….. 1……………………………..

2…………………………….. 2……………………………..

Page 22: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 22

ANNEXURE-X

FORM OF PERFORMANCE SECURITY BANK GUARANTEE

In consideration of the Addl. Commissioner & Regional Director, Employees’ State Insurance Corporation,

Kolkata having agreed under the terms and conditions of the Agreement no. .............. dated made between

Employees’

State Insurance Corporation and Second Party (here in called the said contractor .............................. for the

work .............................. hereinafter called the said agreement) to production of irrevocable bank

guarantee for Rs. .............................................

(Rs…………………………………………………………………………………………………………………………………………

...................................................... only) as a Security/Guarantee from the Contractor for compliance of

his obligations in accordance with the terms and conditions in the said agreement.

1. We ................................................... (hereinafter referred as to “The Bank” hereby) (indicate the name of

the bank) Undertake to pay to the Employees’ State Insurance Corporation an amount not exceeding Rs.

......................(Rs. .............................................. only IN WORDS) on demand by the

Additional Commissioner & Regional Director, ESI Corporation, Kolkata.

2. We do hereby undertake to pay the amounts due and payable under

this Guarantee without any demure, merely on a demand from the Addl. Commissioner & Regional Director,

ESI Corporation, Kolkata 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 the payable by the bank under this Guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs………………………… . (Rs only IN WORDS).

3. We, the said bank further undertake to pay to the Employees’ State Insurance Corporation 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 Employees’ State Insurance Corporation under or by virtue

of the said agreement have been fully paid and its claims satisfied or discharged or Addl. Commissioner &

Regional Director on behalf of the Employees’ State Insurance Corporation 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 Addl. Commissioner &

Regional Director Employees’ State Insurance Corporation, Kolkata 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 Addl.

Commissioner & Regional Director, Employees’ State Insurance Corporation, Kolkata against the said Second

Party and to bear or enforce any of the terms and conditions relating to the said agreement and we shall not

be relieved from our liability by reason of any such variation, or extension being granted to the said

contractor or for any forbearance, act of omission on the part of the Employees’ State Insurance Corporation

or any indulgence by the Employees’ State Insurance Corporation to the said contracts 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 of the contractor.

7. We ............................................lastly undertake not to revoke this guarantee except with the previous

consent of the Addl. Commissioner & Regional Director, Employees’ State Insurance Corporation, Kolkata in

writing.

Page 23: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 23

8. This guarantee shall be valid up to ......................... . Unless extended on demand by Addl. Commissioner

& Regional Director, Employees’ State Insurance Corporation, Kolkata. Notwithstanding anytime mentioned

above, our liability against this guarantee is restricted to

Rs.....................(Rs………………………………………………………………………………………………………………

………………………………………....................................... only) and unless a claim in writing

is lodged with us within six months of the date of expiry of the extended date of expiry

of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ............................ Day of ........................

For .................................................. (indicate the name of Bank)

Page 24: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 24

ANNEXURE-XI

PROFORMA FOR COMPLAIN SLIP SL. NO................... DATE:. ...................

COMPLAIN FOR CIVIL/ELECTRIC MAINTENANCE

NAME:.................................................................................................................................................... DESIGNATION:..................................................................................................................................................... QTR. NO./ BR. OFFICE/ DEPARTMENT:........................................................................................................... DESCRIPTION OF COMPLAINTS/ DEFECTS

Signature of Complainant …..................................................................................................................................................................

Recommendation

SUPDT/JE(C)/JE(E)/CARETAKER ….................................................................................................................................................................. JOB COMPLETION CERTIFICATE

SIGNATUROF COMPLAINANT

SUPDT(C)/JE(C)/JE(E)/CARETAKER

Page 25: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 25

COMPLAINT REGISTER

S. No. Date/

Time

Complaint Nature of

complaint

Complaint

attended

Date/ Time

Remarks Signature

Page 26: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 26

ANNEXURE-XII

TECHNICAL BID PROFORMA

1. GENERAL INFORMATION

NAME OF THE AGENCY/ FIRM ALONG WITH ADDRESS

AND TELEPHONE / MOBILE NO AND

E-MAIL ADDRESS (Registered office/ Branch Office in

Uttar Pradesh

NAME OF OWNER/ ALL PARTNERS/ ALL DIRECTORS

TYPE OF FORMATION

(Proprietorship/ Partnership / Pvt. Ltd/Ltd.)

CBS ACCOUNT RTGS/NEFT DETAILS

2. STATUTORY AND OTHER REQUIREMNTS:

Particulars Registration Number Copy Enclosed (Yes/No)

Certificate of Incorporation/

Registration of Firm

Registration details as

contractor with C.P.W.D./ State

P.W.D.s./M.E.S./

Railways/PSU/Automonous Bodies/

BSNL or any other government body

(along with year of registration)

ESI Registration

Valid copy of Electrical License to carry

out Electrical work

EPF Registration

GST Registration with Latest Challan

PAN No. under Income Tax

Professional Tax Registration

Labour (Central) Registration

Certificate, if applicable

Page 27: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 27

3. DETAILS OF COMPLETED

Name of

C.P.W.D./ State P.W.D.s./M.E.S./

Railways/PSU/Autonomous

Bodies/ BSNL or any other

government body

Details of the

Completed

Works of Similar

Nature

Cost of the

Completed

Works

Copy of Certificate issued by

concerning authority Enclosed

(Yes/No)

4. DETAILS OF BALANCE SHEET/ P&L ACCOUNT DURING LAST THREE FINANCIAL YEAR

Financial

Year

Copy Enclosed

(Yes/No)

Income (Rs.) Expenditure (Rs.) Net Profit/

Loss (Rs.)

2015-16

2016-17

2017-18

5. Copies of Income Tax Return for Financial year , 2015-16 , 2016-17 and 2017-2018

Financial

Year

Income Tax Return Enclosed (Yes)

2015-16

2016-17

2017-18

Sign of Contractor: ...........................................

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

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

Page 28: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 28

Preferred qualification & experience of workman to be deployed on site

Sr.

no.

Job Description Category Preferred Qualification & Experience

1 Supervisor

Highly Skilled Diploma in Civil / Elec. Engineering 10 Years experience in respective fields

2 Plumber / Electrician/ Lift Man / Pump Man

Skilled ITI with minimum 1 year experience or having experience

of more than Five years in Maintenance of similar Nature of work.

2 Carpenter / Mali Semi Skilled Three ( 03) years experience in Maintenance of similar

Nature of work.

3 Sewer Man / Helper Unskilled N.A.

Details of Existing Staff of the tenderer

S. No. Name Qualification Designation Place of

Posting

ESI No. EPF No.

The above format may be used to provide employee details, If necessary

separate sheet duly signed may be attached for details of the above table should be

specifically mentioned with justification.

Page 29: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 29

ANNEXURE-XIII

EXPERIENCE OF COMPANY

Experience of the similar nature of completed work/contract as per eligibility condition.

1 Project title & Location :

2 Name of the Employer(s) 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 similar nature of work as per

completion Certificate

6 Date of start of the work

7 Date of completion of the work

8 Completion Certificate issued by

9 Any other details

NOTE :-

Supporting authenticated documents, like completion certificates from the Employer in

support of each of the above works/project to be furnished in original when asked for.

Sign of Contractor : ...........................................

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

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

Page 30: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 30

ANNEXURE-XIV

Format of undertaking to be submitted along with Tender

Undertaking:

1. I the undersigned hereby declare and affirm that I have gone through the terms and conditions mentioned in the tender document and under take to comply with all the terms and conditions.

2. That the rates quoted by me are valid and binding upon me for the entire period of contract. 3. The Copy of the earnest money of Rs . ………………….…………… deposited by me vide Demand Draft No. …………….……….. Dt. …….……… drawn on ……………...................…………… (Name of the Bank) is attached herewith. 4. The physical EMD shall be deposited by me/us with the PMD Head Calling the bid before the prescribed time otherwise

department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from tendering in ESIC.

5. That I/ We authorize The Additional Commissioner & Addl. Commissioner & Regional Director ESIC, Kolkata to forfeit the security deposit money submitted by me/us if any delay or failure to supply the article/completion of the work to the satisfaction of the compitent authority. Within the stipulated time of the items of desired quality.

6. That I will be in the position to provide contract as per the work explained to me to the satisfaction of the Compitent authority.

7. That there is no vigilance/CBI case or court case pending against me/ my firm debarring me/my firm to undertake contract work/ supply of items quoted.

8. That I hereby undertake to carry out the work as has been explained to me to the satisfaction of compitent authority with in stipulated period.

9. I have been informed that The Additional Commissioner & Addl. Commissioner & Regional Director, ESIC, Kolkata has the right to accept or reject any or all the tenders without assigning any reason thereof.

10. I am ready to sign the agreement with the ESIC which was shown to me.

Sign of Contractor with stamp:

Full Name:

Designation:

Date :

Place: .

Page 31: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 31

ANNEXURE-XV

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to

participate in the tender.

S.no Item Confirm (Yes/No)

1 EMD

2 Tender form with complete technical bid and Financial bid, with

all pages serially numbered , signed and stamped on each page

3 Audited Balance sheet of last three years with details of annual

turnover , profit/loss account etc.

4 Income tax statement of last three years with income tax

clearance certificate.

5 Attested Photo copy of PAN Card

6 GST Registration Certificate

7 Tax registration certificate with details of the last payment

8 Documents in support of contracts fulfilled in last 3years along

with their values in support of the experience and financial

credibility.

9 Registration certificate under central labour law authorities.

Copy of valid labour license

10 Satisfactory completion of contract certificate from previous

organizations.

11 ESI Registration Certificate copy

12 EPF Registration Certificate copy

13 Valid Copy of Electrical license of company

14 CBS ACCOUNT RTGS/NEFT Details

15 Any other information which you consider necessary to furnish

Signature of Authorized Person

Date : Full name:

Place : Company's seal:

Page 32: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 32

ANNEXURE-XVI

Financial Bid

ABSTRACT OF FINANCIAL BID FOR ELECTRICAL

PART DESCRIPTION AMOUNT (Rs.)

I. Abstract of Manpower Deployment on

different site. (i.e 12 month wages) for

Electrical annual maintenance

works(components of rate of payments as

mentioned in financial bid)

II. Abstract of Electrical Works

Total( PartI+II)

Total in words-

Rupees-

Only

Sign of Contractor:

Full Name:

Designation:

Date :

Place: .

Page 33: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 33

Electrical Works

Description

No of

workmen to

be engaged

during each

month at site

Days in

month

per

person

Monthly Wages

(Rate per day * 26)

( CLC + 3.25% ESI +

13% PF ) * 26

Annually Wages (Monthly Wages * 12)

Electrician (Skilled) 06 26 21458 * 06 = 1,28,748.00 15,44,976.00

Helper ( Unskilled ) 03 26 17,654.00 * 03 = 52,962.00 6,35,544.00

Bonus to each employee@ 7000 63,000.00

Sub Total 22,43,520.00

GST @ 18% 4,03,850.00

Total 26,47,850.00

Note :

1. The worker engaged for the month will be allowed weekly off on continuous

engagement for a week.

2. Requirement for manpower may increase or decrease, similarly deployment on

any day is subjected to change.

3. Payments shall be made for the actual days of employment.

4. Deployment of manpower will be on various shifts at the hospital (24x7)/ as per

site requirement.

5. Agencies are bound to pay as par CLC rate to their employees despite of their

quoted rates towards manpower.

Page 34: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

Page 34

Financial part of the Bid

For all the skilled/semi-skilled/unskilled manpower deployed for the work

• All the manpower deployed in ESI shall be paid wages on a monthly basis (By ECS in time) by the

contractor.

• Rate of monthly wages should not be less than rate of minimum wages as per notification of Chief

labour Commissioner, New Delhi from time to time

• Since it is a composite Bid and in addition to supply/engagement of labourers/workman, the other

works including labour/material as listed in work part of this bid may also be carried out

simultaneously hence it would be mandatory on the part of bidder to provide proper photo ID card,

duty card to each of his worker in separate colors i.e. for works & supply of Laborers. Bidders shall

have to submit daily progress report of the workers engaged under labour supply with brief

description of daily work done to Engineer or his authorized representative.

• During inspection, if any of the workmen engaged under supply of workman part fails to show his

photo ID & job card, No any payment shall be admissible under labour/manpower supply part and

such workman shall be treated to be engaged for carrying the work against the work part of this bid.

Similarly if any of the workmen except supervisor engaged under manpower supply of bid is found to

be working for items involved for works part of bid, the payment of such workman will not be

entertained under supply of manpower part of bid.

• The number of manpower may be increased or decreased at the option/requirement of Engineer

from time to time

• Contractor must be capable to pay monthly wages upto 1-2 months from his own resources due to

delay in payment by ESIC RO Kolkata if any

• Pay slip shall be provided to the deployed manpower and pay statement shall be submitted to

Engineer every month.

• After transferring the monthly wages, EPF & ESI to his deployed man power, contractor shall submit

the bill to Engineer with pay bill EPF & ESI details/challans along with a copy of daily attendance

register.

• Proof of GST shall be submitted to Engineer with the bill.

• The rate quoted by the bidder shall be deemed to be inclusive of all taxes as applicable ,levies, freight

etc. Nothing shall be paid extra on the quoted rate of the bidder.

Page 35: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 35

ANNEXURE-XVII

Performa of monthly pay slip to be issued by the contractor to its workman shall be as under-

(ESIC’s Copy)

AGENCY’s NAME Agecy’s address

WAGES SLIP FOR THE MONTH OF : ____________

Employee Name : ESI No.(IP No.) :

Designation : PF A/C : Rate : UAN No.. :

No. of Day's work : PAN No :

Bank A/C No : IFSC No :

Earning Deduction

Gross : ESI Contribution(Employee) : ESI Contribution(Employer) :

PF Contribution(Employee) : PF Contribution(Employer) : Total Deduction :

NET PAY :

Receiver Full Signature

(Employee’s copy)

AGENCY’s NAME Agecy’s address

WAGES SLIP FOR THE MONTH OF : ____________

Employee Name : ESI No.(IP No.) :

Designation : PF A/C : Rate : UAN No.. :

No. of Day's work : PAN No :

Bank A/C No : IFSC No :

Earning Deduction

Gross : ESI Contribution(Employee) : ESI Contribution(Employer) :

PF Contribution(Employee) : PF Contribution(Employer) : Total Deduction :

NET PAY :

Receiver Full Signature

• The claim in bills regarding ESI, EPF shall be necessarily accompanied with

documentary proof pertaining to the concerned month. A portion of bill amount will

keep/ held up till such proofs are furnished.

Page 36: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 36

• The manpower will be purely need based.

• TDS shall be as per provisions of Income Tax department.

Sign of Contractor: Full Name: Designation: Date : Place: .

Page 37: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 37

ANNEXURE-XVIII

PROFORMA FOR BIO-DATA

Bio Data

Name of the Employee :

Father's name of the Employee :

Date of Birth :

Religion :

Sex :

Address :

Nationality :

Permanent Address :

Place of Posting :

Contact No :

Education Qualification :

Examination Year of Passing Board / Institution/ School

Electrical License / Lift Operator License (Yes or No):

If yes then Details:

Experience Details:

Declaration

I hereby declare that the above mention statement is given by me is true to the best of my

knowledge and belief.

Date:

Place: Full Signature

Page 38: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 38

ANNEXURE-XIX

Estimate for Electrical at ESIC office building 2019 -2020

SL No

DSR / PWD / market

Product Description Make Unit Quantity rate

(including GST)

amount

1 Market

LED 60 watt, 5700 K, false ceiling type or suspended type for cleanining Room or Operation Theater or Lab 2 / 1.5 / 1 X 2 / 1.5 / 1 feet (model- LED CLEAN ROOM TOP OPENING, ordring code - LHECDDL7PL5W060, make - havells).

crompton / wipro / orient / bajaj /

havells each 4 7337 29348

2 Market

LED 78 / 80 watt, 5700 K, false ceiling type or suspended type for cleanining Room or Operation Theater or Lab 2 / 1.5 / 1 X 2 / 1.5 / 1 feet. (model- LED CLEAN ROOM TOP OPENING, ordring code - LHECDDL7PL5W080, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 8873 35492

3 Market

100 watt LED type flood light set with IP65. (model - JETA NEO, ordering no - LHEPCZU7PA6J100, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 10951 43804

4 Market

150 watt LED type flood light set with IP65. (model - JETA PRO PLUS, ordering no - LHFPCZBFP46J150, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 18642 74568

5 Market

200 watt LED type flood light set with IP65. (model - JETA PRO PLUS, ordering no - LHFPCZBFP46J200, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 23797 95188

6 Market

300 watt LED type flood light set with IP65. (model - JETA PRO, ordering no - LHEPDFU7P46J300, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 39749 158996

7 Market

LED 90 watt street light with IP65 (model - ENDURA PULSE, ordering no - LHETBXU7PA6J090, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 10254 41016

8 Market

LED upto 25 watt street light with IP65 (model - ENDURA CITYLITE PLATINUM, ordering no - LHEWEBP7PL6S025, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 2297 9188

9 Market

LED upto 35 watt street light with IP65 (model - ENDURA CITYLITE PLATINUM PLUS, ordering no -LHETBXU7PAIS035, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 3542 14168

10 Market

LED upto 25 watt down lights, round type with IP44 rating ( Model - ENDURA HO, ordering code - HEAAGP7PL4W025, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 2362 9448

11 Market

LED upto 15 watt down lights, round type With its IP44 rating ( Model - ENDURA HO, ordering code -LHEAAGP7PL4W015, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 1773 7092

12 Market

LED upto 25 watt down lights, round type with IP44 ( Model - ENDURA NEO, ordering code -LHEBJNP7IZ1W025, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 2665 10660

13 Market

LED upto 15 watt down lights, round type With its IP44 rating ( Model - ENDURA DL NEO, ordering code - LHEBJNP5IN1W015, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 1667 6668

Page 39: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 39

14 Market

LED from 12 watt upto 15 watt down lights type With its IP44 rating ( Model -EDGEPRO ROUND, ordering code -LHEWEKP7PL1W018, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 1523 6092

15 Market

LED 12 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO ADJUSTABLE, ordering code -LHEBMKPFIH1W012, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 1508 6032

16 Market

LED driver for 12 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO ADJUSTABLE, ordering code -LHEBMKPFIH1W012, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 669 2676

17 Market

LED 20 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO SNOOT, ordering code -LHESAQPBIN1W020, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 3796 15184

18 Market

LED driver for 20 watt spot down lights type With its IP44 rating ( Model -SPARKLE PRO SNOOT, ordering code LSSCRX1837, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 610 2440

19 Market

LED 36 watt suspended type 5000 K ( Model - DESTELLO SUSPENDED, ordering code - LHEDEEP6PL1W036, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 5866 23464

20 Market

LED 36 watt suspended type 5000 K ( Model - SABER, ordering code - LHEDHRP7PY1W036, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 9717 38868

21 Market

LED 40 watt suspended type 5000 K (with continuous mounting end cap) ( Model - CONSTA LED, ordering code - LHECDOL6PW1W040, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 4932 19728

22 Market

Suspended 40 watt linear LED luminaire with drop down diffuser (Model - AxeonLED Drop Down, cat no - LM34-501XXX-57DDCT, Make - wipro)

crompton / wipro / orient / bajaj /

havells each 4 17406 69624

23 Market

LED 18 watt, 4 feet tube light. ( Model - LUMILINE, Ordering code - LHEXBQP6IN1W018, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 663 2652

24 Market

LED 20 watt, 4 feet tube light. ( Model - E-LITE LED TRIYCA, Ordering code - LHEXBYPNIN1W020, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 934 3736

25 Market

Bathroom decorative light suitable for 1x15W LED ( Model - BEETLE, Ordering code - LHDL07150099, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 646 2584

26 Market

bedroom decorative light suitable for 1x10W LED ( Model - EBONY / VENZA, Ordering code - LHJE04104499 / LHJC02108499, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 1017 4068

27 Market

Baranda decorative light suitable for 1x15W LED ( Model - GLAZE / FLORET , Ordering code - LHFOECE1TZ1B014 / LHFHCHE1TL1W020, make - havells)

crompton / wipro / orient / bajaj /

havells each 4 566 2264

28 Market

LED tube light batten double side. (Model - REGAL BATTEN FOR LED TUBE, ordering code - LHFYBWP2TB1W020, Make - Havells)

crompton / wipro / orient / bajaj /

havells each 4 393 1572

29 Market

2 X 2 feet, 28 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 2X2, ordering code - LHEWEIP6PW1W028, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 4949 19796

Page 40: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 40

30 Market

2 X 2 feet, 42 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 2X2, ordering code - LHEWEIP6PW1W042, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 5331 21324

31 Market

1 X 1 feet, upto 34 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) (Model - Pluto 1X1, ordering code - LHEWEJP6PW1W015, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 2235 8940

32 Market

2 X 2 feet, 36 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) with Provision for open suspension with chain hooks through 4 holes (nos.) of Ø 6mm provided behind the fixture (Model - ENDURA SLIM PRO PLUS 2X2, ordering code - LHECDIL6PP1W0362, Make - havells)

crompton / wipro / orient / bajaj /

havelles each 4 3456 13824

33 Market

LED Driver for ENDURA SLIM PRO PLUS ordering code - LHECDIL6PP1W0362, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 950 3800

34 Market

1 X 1 feet, 15 watt, Recessed mounted LED fixture suitable for Armstrong/Grid/ POP ceiling (with wedge brackets) with Provision for surface mounting through 4 holes (nos.) of Ø5 mm provided at the back of the fixture. (Model - PLUTO PANEL (SURFACE), ordering code - LHEWEIP6PL1W015, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 2378 9512

35 Market

2 X 2 feet, 36 watt, Suitable for Armstrong / grid ceiling. Also, provision for open suspension with chain/ hooks through 4 holes (nos.) of Ø6mm provided at the side panel of the fixture. (Model - SOFTLINE BRILLIANT NEO 2X2, ordering code - LHEWEBP7UN1W036, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 4662 18648

36 Market

40 watt, Contemporary suspended light to match the ergonomics of next generation offices with PC diffuser and extruded aluminium anodised housing.(Model - AVION, ordering code - LHEDDGN5IX1W040, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 8331 33324

37 Market

Ultra bright glass 18 watt LED Tubelight with very high efficacy suited for installation in existing T8 tubelight with G13 lamp holders to give glare free light (Model - CRYSTAL GLASS LED TUBELIGHT (Double Side Connection), ordering code - LHLDDAXEUL8Z018, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 440 1760

38 Market

Ultra bright 18 watt LED Tubelight with aluminium heat sink & polycarbonate diffuser having high efficacy suited for installation in existing T5 tubelight with G5 lamp holders to give glare free light with separate LED driver. (Model - TITANIA SLEEK NEW T5 LED TUBELIGHT (Double Side Connection), ordering code - LHLDCNVENL8Z018, Make - havells)

crompton / wipro / orient / bajaj /

havells each 4 971 3884

39 Market

LED Ball lamp up to 10 watt crompton / wipro / orient / bajaj /

havells each 4 123 492

40 Market

LED Ball lamp up to 15 watt crompton / wipro / orient / bajaj /

havells each 4 247 988

Page 41: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 41

41 Market

LED Ball lamp up to 20 watt crompton / wipro / orient / bajaj /

havells each 4 342 1368

42 p - 19,

11

fixing only lamp or LED bulb or LED tube. ISI each 21 5 105

43 1.35

Installation ,Testing, Commissioning of wall bracket /ceiling / false ceiling fittings of all sizes and shapes containing upto three GLS/CFL/LED lamps per fitting, complete with all accessories including connections etc. as required.

ISI each 26 98 2548

44 1.41

Installation, testing and commissioning of pre-wired, fluorescent or LED fitting or compact fluorescent of all types, complete with all accessories and tube/lamp etc. directly on ceiling / false ceiling / wall or suspended type from ceiling / false ceiling , including connections with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable and earthing, etc. as required.

ISI each 26 168 4368

45 1.43

Providing and fixing extra conduit down rod of 20 mm dia, 2 X 10 cm length, wiring with 2 X 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)

ISI each 26 40 1040

46 P - 20,

18

Fixing only outdoor / street light type fitting or MV or SV light fitting complete with all accessories to be fixed /projected from the wall of the building incl. making holes/providing clamping arrangement & necy. GI reducer as required. S&F 40 mm GI pipe (ISI-Medium) quality 1.5 mts. average length having suitable bend S&F necy. length of 1.5 sqmm PVC insulated single core stranded annealed copper wire and making connections as required and mending good damages to wall incl. painting etc

ISI each 26 807 20982

47 P - 20,

19

Fixing only outdoor / street light type fluorescent light fitting or LED luminiar fitting complete with all accessories to be fixed / projected from the wall of the building incl. making holes to building, S&F 40 mm dia GI pipe (ISI-Medium) 1.50 mts. average length, with GI socket at one end and thread at the other end & suitable bend to house the fitting & making necy. connections with S&F necy. length of 1.5 sqmm PVC insulated single core stranded annealed copper wire and making connections as required and mending good damages to wall and painting

ISI each 26 722 18772

Page 42: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 42

48 P - 83,05

Supplying & Fixing GI waterproof type looping cable box size 200x150x100 mm deep having 4 mm thick comprising of one 415 V 15 A kit-kat fuse unit, one NL on porcelain insulator, one compression type brass cable gland for PVC/Al/cu/ armoured cable and having lined with rubber gasketted GI top cover with brass machine screws etc., earthing terminal with lug, on steel tubular pole near base, including S&F 40x6 mm thick, MS clamps with bolts, nuts etc. including painting with anticorrosive paint

ISI each 26 458 11908

49 P - 83,04

Fixing outdoor type fluorescent/SV/MV light fitting on pole including S&F 40 mm dia x 1.68 mts. long GI Pipe (ISI-Medium) bracket with 40 mmx10 mm thick, MS clamp etc. and providing wiring with 2x1/1.40 PVC insulated and sheathed wire (single core) from loop box at the base of pole to light fiting through pole & bracket (without control switch) including making connections & painting

ISI each 26 1335 34710

50 Market

1200 mm ceiling fan Velocity/Velocity HS

havells / orient / bajaj / crompton

/ usha each 6 2199 13194

51 Market

wall fan Airboll Hi-Speed 450 mm haveles

havells / orient / bajaj / crompton

/ usha each 3 3568 10704

52 Market

wall fan Platina HS 400 havells

havells / orient / bajaj / crompton

/ usha Each 3 2780 8340

53 Market

wall fan D’zire 300 mm

havells / orient / bajaj / crompton

/ usha Each 3 2289 6867

54 Market

Pedestal Fans windstrom 450 mm havells

havells / orient / bajaj / crompton

/ usha Each 3 3894 11682

55 Market

Pedestal Fans Trendy 400mm havells

havells / orient / bajaj / crompton

/ usha Each 3 2926 8778

56 Market

Ventilating Fans Ventil Air - DSP 230 mm Metallic Range havells / orient /

bajaj / crompton / usha

Each 3 1321 3963

57 Market

Ventilating Fans Ventil Air - DSP 300 mm Metallic Range havells / orient /

bajaj / crompton / usha

Each 3 1529 4587

Page 43: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 43

58 Market

Ventilating Fans heavy duty Turbo Force SP 400 mm havells / orient /

bajaj / crompton / usha

Each 3 5135 15405

59 Market

Ventilating Fans heavy duty Turbo Force SP 600 mm havells / orient /

bajaj / crompton / usha

Each 3 9751 29253

60 Market

Ventilating Fans Ventil Air-DXR 150 mm Non Metallic Range havells / orient /

bajaj / crompton / usha

Each 3 1458 4374

61 Market Repair ( coil change) Ceiling fan up to 1400 mm

ISI Each 11 450 4950

62 Market Repair of Pedestal fan (coil change ) up to 450 mm

ISI Each 6 550 3300

63 Market Repair of Pedestal fan (coil change ) beyound 450 mm

ISI Each 6 600 3600

64 Market Repair / coil change of exhauat fan up to 400 mm

ISI Each 6 450 2700

65 Market Repair / coil change of exhauat fan up to 600 mm

ISI Each 11 550 6050

66 1.44

Installation, testing and commissioning of ceiling fan, including wiring the down rods of standard length (upto 30 cm) with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable etc. as required.

ISI each 31 171 5301

67 1.47

Supplying and fixing extra down rod of 10 cm length G.I. pipe, 15 mm dia, heavy gauge including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)

ISI each 16 33 528

68 1.48

Supplying and fixing extra conduit down rod of 20 cm length G.I. pipe 15 mm dia, heavy gauge including painting etc. as required. (Note : More than 5 cm length shall be rounded to the nearest 10 cm and 5 cm or less shall be ignored)

ISI each 16 37 592

69 P - 21,

29

Fixing only cabin fan or wall fan on wall/ceiling by S&F rag bolts, nuts & washers (6 mm dia x 62 mm long) or as reqd. incl. S&F 24/0.20 PVC insulated flexible copper wire 0.5 mt. length

ISI each 16 92 1472

70 1.49

Numbering of ceiling fan/ exhaust fan/ fluorescent fittings / LED fittings / Tv / refrigerator / fridge / motor / pump / any electrical items as required.

ISI each 51 48 2448

71 1.50.1

Installation of exhaust fan Upto 450 mm sweep in the existing opening, including making good the damage, connection, testing, commissioning etc. as required.

ISI each 11 363 3993

72 1.51.2

Installation of exhaust fan beyound 450 mm in the existing opening, including making good the damage, connection, testing, commissioning etc. as required.

ISI each 11 523 5753

73 1.51 fixing the louvers/ shutters complete with frame for a exhaust fan of all sizes. ISI each 6 168 1008

Page 44: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 44

74 1.52

Painting of ceiling fan in installed position with one or more coats of spray painting with synthetic enamel paint of approved brand and manufacture to give an even shade, including cleaning of surface with detergent etc. as required.

ISI each 6 135 810

75 P - 21, 28 (a)

Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 23 cm (9")

ISI each 6 247 1482

76 P - 21, 28 (b)

Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 30 cm (12")

ISI each 6 329 1974

77 P - 21, 28 (c)

Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 38 cm (15")

ISI each 6 411 2466

78 P - 21, 28 (d)

Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 45 cm (18")

ISI each 6 493 2958

79 P - 21, 28 (e)

Fixing only exhaust fan after making hole in wall and making good damages and smooth cement finish etc. as practicable as possible and providing necy. length of PVC insulated wire and making connection for exhaust of following diameter: 60 cm (24")

ISI each 6 658 3948

80 p - 42, 32 (a)

Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long)23 cm Exhaust fan (9")

ISI each 6 152 912

81 p - 42, 32 (a)

Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 30 cm Exhaust fan (12")

ISI each 6 193 1158

82 p - 42, 32 (a)

Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 38 cm Exhaust fan (15")

ISI each 6 318 1908

83 p - 42, 32 (a)

Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 45 cm Exhaust fan (18")

ISI each 6 468 2808

84 p - 42, 32 (a)

Supply & Fixing louver shutter Aluminium on wall with necy. bolts & nuts (6 mm dia x 62 mm long) 60 cm Exhaust fan (24")

ISI each 6 718 4308

85 Market

supply fixing of wall mounting fan gear box Bajaj / Orient /

havells / crompton

each 6 150 900

86 Market

supply fixing of wall mounting fan shaft Bajaj / Orient /

havells / crompton

each 6 120 720

Page 45: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 45

87 Market

supply fixing of wall mounting fan regulator Bajaj / Orient /

havells / crompton

each 6 150 900

88 Market

Direct on line starter for up to 15 H.P,3 phase, 415 Volt, with ss encloser type MK1, relay max 13 - 22 amps, cat no SS96228, make - L and T

L&T or Havells or schneider or

Siemens each 3 2293 6879

89 Market

rewinding of motor 800INR per H.P (15 H.P) including labour charge , carrying cost, move up or down the motor or all accessories

ISI each 4 12000.0

0 48000

90 p - 18, 7

(a)

Fixing only starters (for motor control) on flat iron frame on wall for motor (upto 5 HP) ISI each 4 130.00 520

91 p - 18, 7

(a)

Fixing only starters (for motor control) on angle iron frame on wall for motor (upto 5 HP) ISI each 4 215.00 860

92 p - 18, 7

(a)

Fixing only starters (for motor control) on flat iron frame on wall above 5 HP upto 15 HP ISI each 4 178.00 712

93 p - 18, 7

(a)

Fixing only starters (for motor control) on angle iron frame on wall above 5 HP upto 15 HP ISI each 4 215.00 860

94 p - 18, 8 Fixing only Single Phasing Preventor on flat iron frame on wall ISI each 4 130.00 520

95 1.10.1

Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - A

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

anchor / finolex

Point 10 717 7170

96 1.10.2

Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - B

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

anchor / finolex

Point 10 783 7830

97 1.10.3

Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. Group - C

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

anchor / finolex

Point 10 990 9900

Page 46: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 46

98 1.11

Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, 2 way modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

anchor / finolex

Point 10 1057 10570

99 P - 65,

Distribution wiring in 1.1 KV grade 2x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire (Brand approved by EIC) in suitable size PVC casing-capping (Precision make) with 1x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire for ECC, incl. necy. fittings etc. to light/fan/call bell point with Modular type switch (Brand approved by EIC) fixed on Modular GI / PVC switch board with top cover plate on wall incl. mending good damages to original finish. [PVC casingcapping and Switch board both on surface] average run of 8 metre.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

anchor / finolex

Point 10 879 8790

100 P - 65,

2(a)

Distribution wiring in 1.1 KV grade 2x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire (Brand approved by EIC) in suitable size PVC casing-capping (Precision make) with 1x22/0.3 (1.5 sqmm) single core stranded 'FR' PVC insulated & unsheathed copper wire for ECC, incl. necy. fittings etc. to light point with 2 no. 2 way Modular type switch (Brand approved by EIC) fixed on Modular GI / PVC switch board with top cover plate on wall incl. mending good damages to original finish. [PVC casingcapping and Switch board both on surface] average run of 9 metre

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

finolex

Point 11 1090 11990

101 1.14.1

Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / polycab /

finolex

metre 10 146 1460

102 1.14.2

Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

havells / polycab / finolex / anchor

metre 10 167 1670

Page 47: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 47

103 1.14.3

Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 4 sq. mm + 1 X 4 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

havells / polycab / finolex / anchor

metre 10 200 2000

104 1.14.4

Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 6 sq. mm + 1 X 6 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

havells / polycab / finolex / anchor

metre 10 249 2490

105 1.14.5

Wiring for circuit/ submain wiring alongwith earth wire with the 2 X 10 sq. mm + 1 X 6 sq. mm earth wire sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required

havells / polycab / finolex / anchor

metre 10 328 3280

106 1.17.1

Supplying and drawing 1 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 29 290

107 1.17.2

Supplying and drawing 2 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 41 410

108 1.17.3

Supplying and drawing 3 x 1.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 54 540

109 1.17.11

Supplying and drawing 2 x 2.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 55 550

110 1.17.12

Supplying and drawing 3 x 2.5 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 75 750

111 1.17.20

Supplying and drawing 2 x 4 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 86 860

112 1.17.21

Supplying and drawing 3 x 4 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 117 1170

113 1.17.29

Supplying and drawing 2 x 6 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 122 1220

114 1.17.30

Supplying and drawing 3 x 6 sq. mm sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 167 1670

Page 48: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 48

115 1.18.1

Supplying and drawing single pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 19 190

116 1.18.2

Supplying and drawing double pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 20 200

117 1.18.3

Supplying and drawing four pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 29 290

118 1.19

Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper conductor PE insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing surface/ recessed steel/ PVC conduit as required.

havells / polycab / finolex / anchor

metre 10 33 330

119 1.20.1

Supplying and fixing of 20mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 146 1460

120 1.20.2

Supplying and fixing of 25mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 165 1650

121 1.20.3

Supplying and fixing of 32mm sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 203 2030

122 1.21.1

Supplying and fixing of 20mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 84 840

123 1.21.2

Supplying and fixing of 25mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 90 900

124 1.21.3

Supplying and fixing of 32mm sizes of PVC conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

ISI metre 10 92 920

125 p - 57, 10(a)

Supplying and fixing PVC casing-capping 20x10mm Size [Precision Make] on wall or ceiling, incl. necy. PVC fittings etc. and mending good damages to building works

ISI metre 10 32 320

126 p - 57, 10(b)

Supplying and fixing PVC casing-capping 25x10mm Size [Precision Make] on wall or ceiling, incl. necy. PVC fittings etc. and mending good damages to building works

ISI metre 10 35 350

Page 49: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 49

127 1.24.1

Supplying and fixing 5/6 A switch modular on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 85 850

128 1.24.4

Supplying and fixing 3 pin 5/6A modular socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 111 1110

129 1.24.3

Supplying and fixing 15/16A modular switch on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 132 1320

130 1.24.5

Supplying and fixing 6 pin 15/16A modular socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 175 1750

131 1.24.2

Supplying and fixing 2way 5/6A modular switch on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 123 1230

132 1.24.6

Supplying and fixing modular Telephone socket outlet on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 119 1190

133 1.24.7

Supplying and fixing modular TV antenna socket outlet on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 119 1190

134 1.24.8

Supplying and fixing modular bell push on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 126 1260

135 1.25

Supplying and fixing two module stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 342 3420

Page 50: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 50

136 1.26

Supplying and fixing modular blanking plate on the existing modular plate & switch box excluding modular plate as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 32 320

137 1.27.1

Supplying and fixing 1 or 2 Module (75mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 243 2430

138 1.27.2

Supplying and fixing 3 Module (100mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 267 2670

139 1.27.3

Supplying and fixing 4 Module (125mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 287 2870

140 1.27.4

Supplying and fixing 6 Module (200mmX75mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 333 3330

141 1.27.5

Supplying and fixing 8 Module (125mmX125mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 383 3830

142 1.27.6

Supplying and fixing 12 Module (200mmX150mm) size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 434 4340

143 1.28.1

Supplying and fixing 1 or 2 Module Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 114 1140

144 1.28.2

Supplying and fixing 3 Module Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 128 1280

Page 51: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 51

145 1.28.3

Supplying and fixing 4 Module Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 138 1380

146 1.28.4

Supplying and fixing 6 Module Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 167 1670

147 1.28.5

Supplying and fixing 8 Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 196 1960

148 1.28.6

Supplying and fixing 12 Modular base & cover plate on existing modular metal boxes etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 227 2270

149 1.32

Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 A modular socket outlet and 5/6 & 15/16 A modular switch, connections etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 10 495 4950

150 1.31

Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 3 pin 5/6 A modular socket outlet and 5/6 A modular switch, connections etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 401 4411

151 1.33

Supplying and fixing 3 pin, 5 A ceiling rose on the existing junction box/ wooden block including connections etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 65 715

152 1.34

Supplying and fixing brass batten/ blass angle holder including connection etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 117 1287

153 1.38

Supplying and fixing call bell/ buzzer suitable for single phase, 230 V, complete as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 92 1012

Page 52: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 52

154 1.39

Providing and fixing plain 16/0.20mm (0.50sqmm) twin flat flexible, FRLS PVC insulated, copper conductor cable, in PVC sleeve of suitable size on the floor/ wall, or side of the table/ door etc. as required.

havells / polycab / finolex / anchor

metre 11 26 286

155 1.4

Providing and fixing plain 16/0.20mm (0.50sqmm) twin circular flexible FRLS PVC insulated, PVC sheathed copper conductor cable direct on the wall with PVC clips etc. as required.

havells / polycab / finolex / anchor

metre 11 21 231

156 1.53.1

Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 1 run of cable havells / polycab

/ finolex / anchor each 11 49 539

157 1.53.2

Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 2 run of cable havells / polycab

/ finolex / anchor each 11 42 462

158 1.53.3

Supplying and drawing of UTP 4 pair CAT 6 LAN Cable in the existing surface/ recessed Steel/ PVC conduit as required. 3 run of cable havells / polycab

/ finolex / anchor each 11 114 1254

159 p - 62, 7

(a)

Supply & Fixing Modular type RJ45 sitable / socket for CAT6 cable (Brand approved by EIC) on existing PVC board and top cover plate on wall and making necessary connections as required

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 107 1177

160 p - 62, 7

(b)

Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) on existing GI Modular board having top cover plate and making necessary connections as required

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 96 1056

161 p - 62, 8

(a)

Supply & Fixing RJ45 sitable / socket for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 197 2167

162 p - 62, 8

(b)

Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 163 1793

163 1.57

Supplying & fixing suitable size GI box wih modular plate and cover in front on surface or in recess including providing and fixing 25 A modular socket outlet and 25 A modular SP MCB, "C" curve including connections, painting etc. as required.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 639 7029

Page 53: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 53

164 1.58

Supplying and fixing PVC batten/ angle holder including connections etc. as required. schneider /

roma/ anchor / legrand / ABB /

havells / crabtree

each 11 90 990

165 p -39, 17

Supplying & Fixing Industrial Plug & Socket board with 240 V, 20A, SPN & Earth Metal Industrial Plug socket & 20A Industrial top incl. S&F 20 A SP MCB breaking capcity 10kA (C- Curve) in SS enclosure fixed on wall and cecessary conection.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 904 9944

166 p - 40,

18

Supplying & Fixing Industrial Plug & Socket board with 415 V, 30A, TPN & Earth Metal Industrial Plug socket & 30A Industrial top incl. S&F 32 A TPN/FP MCB breaking capcity 10kA (C- Curve) in SS enclosure fixed on wall and cecessary conection.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 2668 29348

167 p -41, 20©

Supplying & Fixing 240 V AC/DC superior type Multitune ( min 10 nos. tune) Call Bell (Anchor) with selector switch for single/Multi Tunes mode, Battery operated on HW board incl. S&F HW board

schneider / roma/ anchor / legrand / ABB /

havells / crabtree

each 11 294 3234

168 P-63, 18

Supply & Fixing 240 V, 25A Modular type socket, 25 A, Modular type starter (Brand approved by EIC) with 25A Modular switch type DP MCB (C-Curve) and 6 Module GI Modular type switch board with 6 Module top cover plate flushed in wall incl. S&F switch board and cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / north west

each 11 1047 11517

169 P - 63,

20

Supply & Fixing 240 V, 25A Modular starter (Brand approved by EIC) on existing GI Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.

schneider / roma/ anchor / legrand / ABB /

havells / crabtree / north west

each 11 307 3377

170 Market

supply of 25 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 21 180 3780

171 Market

supply of 35 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 228 2508

172 Market

supply of 50 SQ MM, 3.5 core, ALPower Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 296 3256

Page 54: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 54

173 Market

supply of 70 SQ MM, 3.5 core, AL Power Cables, ,XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 402 4422

174 Market

supply of 95 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 486 5346

175 Market

supply of 120 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 545.00 607

176 Market

supply of 185 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 806.00 898

177 Market

supply of 240 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 1014.00 1130

178 Market

supply of 300 SQ MM, 3.5 core, AL Power Cables, XLPE Insulated,cores laid up, PVC innersheathed, Armoured, extruded PVC Type ST2 sheathed, 650/1100V grade as per IS 7908(Part 1) 1988

Havells / mescab / polycab

metre 11 1243.00 1385

179 Market

supply of 70 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS

Havells / mescab / polycab

metre 11 710.00 1385

180 Market

supply of 95 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS

Havells / mescab / polycab

metre 11 1086.00 1385

Page 55: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 55

181 Market

supply of 120 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS

Havells / mescab / polycab

metre 11 1262 1385

182 Market

supply of 185 Sq MM, 3 Core, H.T power cable of STRANDED COMPACT CIRCULAR ALUMINIUM CONDUCTOR, CONDUCTOR SCREEN WITH EXTRUDED SEMI CONDUCTING COMPOUND, , XLPE INSULATED , INSULATION SCREENING WITH EXTRUDED SEMI CONDUCTING COMPOUND IN COMBINATION WITH COPPER TAPE, CORES LAID UP, INNERSHEATH OF PVC, GALVANISED STEEL FLAT STRIP ARMOURED , AND OVERALL PVC SHEATHED CABLE CONFORMING TO IS 7098 / (PART-II) 1985 WITH THE LATEST AMENDMENTS

Havells / mescab / polycab

metre 11 1559 1385

183 7.1.1

Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Upto 35 sq. mm

ISI metre 11 323 3553

184 7.1.2

Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Above 35 sq. mm and upto 95 sq. mm

ISI metre 11 338 3718

185 7.1.3

Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required. Above 95 sq. mm and upto 185 sq. mm

ISI metre 11 352 3872

186 9.1.20

Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 25 sq. mm (28mm) size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.

ISI each 11 250 2750

187 9.1.21

Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 35 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.

ISI each 11 300 3300

188 9.1.22

Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 50 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.

ISI each 11 329 3619

Page 56: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 56

189 9.1.23

Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 70 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.

ISI each 11 368 4048

190 9.1.24

Supplying and making end termination with brass compression gland and aluminium lugs for 3½ X 95 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required.

ISI each 11 473 5203

191 9.2.17

Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 25 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 1331 14641

192 9.2.18

Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 35 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 1423 15653

193 9.2.19

Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 50 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 1423 15653

194 9.2.20

Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 70 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 1565 17215

195 9.2.21

Supplying and making outdoor end termination with cast resin compound including aluminium lugs and other jointing materials for 3½ X 95 sq. mm size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 1694 18634

196 9.3.17

Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 25 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 2960 32560

197 9.3.18

Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 35 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 2960 32560

198 9.3.19

Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 50 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 3462 38082

Page 57: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 57

199 9.3.20

Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 70 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 3492 38412

200 9.3.21

Supplying and making straight through joint with cast resin compound including ferrules and other jointing materials for 3.5 X 95 SQ MM size of PVC insulated and PVC sheathed / XLPE / armoured aluminium conductor cable of 1.1 KV grade as required

ISI each 11 4126 45386

7.1

Laying of one number PVC insulated and PVC sheathed / XLPE / armoured power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

0

201 7.1.1 Upto 35 sq. mm ISI metre 11 323 3553

202 7.1.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 338 3718

203 7.1.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 352 3872

204 7.1.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 396 4356

7.5

Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size in the existing RCC/ HUME/ METAL pipe as required.

0

205 7.5.1 Upto 35 sq. mm ISI metre 11 31 341

206 7.5.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 47 517

207 7.5.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 64 704

208 7.5.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 112 1232

7.6

Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size in the existing masonry open duct as required.

0

209 7.6.1 Upto 35 sq. mm ISI metre 11 23 253

210 7.6.2 Above 35 sq. mm and upto 95 sq. mm ISI metre 11 38 418

211 7.6.3 Above 95 sq. mm and upto 185 sq. mm ISI metre 11 52 572

212 7.6.4 Above 185 sq. mm and upto 400 sq. mm ISI metre 11 96 1056

7.7

Laying and fixing of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size on wall surface as required.

0

213 7.7.1 Upto 35 sq. mm (clamped with 1mm thick saddle) ISI metre 11 39 429

214 7.7.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)

ISI metre 11 104 1144

215 7.7.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp)

ISI metre 11 122 1342

216 7.7.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp)

ISI metre 11 182 2002

7.8

Laying and fixing of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 1.1 KV grade of following size on cable tray as required.

0

217 7.8.1 Upto 35 sq. mm (clamped with 1mm thick saddle) ISI metre 11 33 363

Page 58: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 58

218 7.8.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)

ISI metre 11 74 814

219 7.8.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp)

ISI metre 11 93 1023

220 7.8.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp)

ISI metre 11 150 1650

8.1

Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 11 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

0

221 8.1.1 Upto 120 sq. mm ISI metre 11 438 4818

222 8.1.2 Above 120 sq. mm and upto 400 sq. mm ISI metre 11 482 5302

8.4

Laying of one number PVC insulated and PVC sheathed / XLPE / Armoured power cable of 11 KV grade of following size in the existing masonry open duct as required.

0

223 8.4.1 Upto 120 sq. mm ISI metre 11 52 572

224 8.4.2 Above 120 sq. mm and upto 400 sq. mm ISI metre 11 96 1056

9.1

Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV grade as required.

0

225 9.1.22 3½ X 50 sq. mm (35mm) ISI each 3 329 987

226 9.1.24 3½ X 95 sq. mm (45mm) ISI each 3 473 1419

227 9.1.27 3½ X 185 sq. mm (57mm) ISI each 3 702 2106

228 9.1.29 3½ X 240 sq. mm (62mm) ISI each 3 809 2427

229 9.1.30 3½ X 300 sq. mm (70mm) ISI each 3 936 2808

9.2

Supplying and making outdoor end termination with cast resin compound including brass compression gland with aluminium lugs and other jointing materials for following size of PVC insulated and PVC sheathed / XLPE / Armoured aluminium conductor cable of 1.1 KV grade as required.

0

230 9.2.19 3½ X 50 sq. mm (35mm) ISI each 3 1423 4269

231 9.2.21 3½ X 95 sq. mm (45mm) ISI each 3 1694 5082

232 9.2.24 3½ X 185 sq. mm (57mm) ISI each 3 1784 5352

233 9.2.26 3½ X 240 sq. mm (62mm) ISI each 3 2655 7965

234 9.2.27 3½ X 300 sq. mm (70mm) ISI each 3 2929 8787

9.4

Supplying and making straight through joint with heat shrinkable kit including ferrules and other jointing materials for following size of PVC insulated and PVC sheathed / XLPE /Armoured aluminium conductor cable of 1.1 KV grade as required.

0

235 9.4.19 3½ X 50 sq. mm (35mm) ISI each 3 2298 6894

236 9.4.21 3½ X 95 sq. mm (45mm) ISI each 3 2478 7434

237 9.4.24 3½ X 185 sq. mm (57mm) ISI each 3 3683 11049

238 9.4.26 3½ X 240 sq. mm (62mm) ISI each 3 4456 13368

239 9.4.27 3½ X 300 sq. mm (70mm) ISI each 3 5507 16521

Page 59: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 59

10.4

supplying and making indoor cable end termination with heat shrinkable jointing kit complete with all accessories including brass compression gland with lugs suitable for following size of 3 core, XLPE / armoured aluminium conductor cable of 11 KV grade as required :

0

240 10.4.1 70 Sq MM ISI each 3 8465 25395

241 10.4.2 120 Sq mm ISI each 3 8947 26841

242 10.4.3 240 sq. mm ISI each 3 11681 35043

10.6

Supplying and making indoor / outdoor straight through cable jointing with heat shrinkable jointing kit complete with all accessories including ferrules suitable for following size of 3 core, XLPE aluminium conductor cable of 11 KV grade as required :

0

243 10.6.1 70 Sq MM ISI 3 16799 50397

244 10.6.2 120 Sq mm ISI 3 18085 54255

245 10.6.3 240 sq. mm ISI each 6 19314 115884

246 5.6

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 meter long etc. with charcoal/ coke and salt as required.

ISI each 2 11794 23588

247 P - 76,

2(c)

Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts

ISI each 2 3146 6292

248 P - 77,

3(a)

Extra for providing masonery enclosure on the top of the earth electrode of overall size 86.36 cm x 86.36 cm x 46 cm deep (below Ground level) complete with cemented brick work(1:6) of 25 cm width duly plastered with cement morter (inside) CI hinged inspection cover of size 36.56 cm x 35.56 cm with locking arrangement, GI reducer including drilling of 46 nos. 12 mm dia holes on the GI pipe

ISI each 4 915 3660

249 P - 77,

3(b)

Extra for treatment of soil by using salt & charcoal or coke for plate electrode ISI each 9 531 4779

250 6.4

Jointing copper / G.I. tape (with another copper/ G I tape, base of the finial or any other metallic object) by riveting / nut bolting/sweating and soldering etc. as required.

ISI each 11 93 1023

251 5.8

Supplying and laying 25 mm X 5 mm copper strip at 0.50 meter below ground as strip earth electrode, including connection/ terminating with nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of brass nut bolt & spring washer spaced at 50 mm)

ISI metre 11 853 9383

Page 60: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 60

252 5.9

Supplying and laying 25 mm X 5 mm G.I strip at 0.50 meter below ground as strip earth electrode, including connection/ terminating with G.I. nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of G.I. Nut bolt & spring washer spaced at 50 mm)

ISI metre 11 131 1441

253 5.20 Providing and fixing earth bus of 50 mm X 5 mm copper strip on surface for connections etc. as required.

ISI metre 11 1844 20284

254 5.13

Providing and laying earth connection from earth electrode with 4.00 mm dia copper wire in 15 mm dia G.I. pipe from earth electrode including connection with copper thimble excavation and re-filling as required.

ISI metre 11 257 2827

255 5.12

Providing and laying earth connection from earth electrode with 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from earth electrode including connection with G.I. thimble excavation and re-filling as required.

ISI metre 11 188 2068

256 5.7

Supplying and laying 6 SWG G.I. wire at 0.50 metre below ground level for conductor earth electrode, including connection/ termination with GI thimble etc. as required.

ISI metre 11 44 484

257 Market

S / F of CFL/PL-L/ LED (11w to 20watt) crompton / wipro / orient / bajaj /

havells Each 31 225.00 6975

258 Market

S / F of CFL/PL-L/ LED (20w to 40watt) crompton / wipro / orient / bajaj /

havells Each 31 300.00 9300

259 Market Switch board wood 10'' x 12'' ISI Each 31 40.00 1240

260 Market Switch Board wood 8'' x 12'' ISI Each 16 30.00 480

261 1322 3 mm thick phenolic laminated sheet

ISI SQ CM 101 0.10 10.1

262 Market

S / F of tube starter crompton / wipro / orient / bajaj /

havelles Each 51 25.00 1275

263 Market

S / F of tube holder crompton / wipro / orient / bajaj /

havelles Each 51 10.00 510

264 Market

S / F of tube frame crompton / wipro / orient / bajaj /

havelles Each 51 35.00 1785

265 Market

S / F of extension cord (minimum 3 mtr) with multi plug with switch (minimum 4 socket output)

Havells / anchor / standard /

legrand Each 5 250.00 1250

266 Market

Supply and fixing of up to 200 watt GLS lamp crompton / wipro / orient / bajaj /

havelles Each 6 50.00 300

267 Market

Supply and fixing of up to 100 watt GLS lamp crompton / wipro / orient / bajaj /

havelles Each 6 25.00 150

Page 61: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 61

268 Market

supply and fixing SON 250 watt choke ( Philips ) crompton / wipro

/ orient / bajaj / havelles

Each 6 1500.00 9000

269 Market

Supply and fixing SON 250 watt lamp ( Philips ) crompton / wipro

/ orient / bajaj / havelles

Each 6 755.00 4530

270 maket

supply and fixing SON 70 Watt ignator ( Philips) crompton / wipro

/ orient / bajaj / havelles

Each 6 550.00 3300

271 Market

Fan Bearing, one pair crompton /

orient / bajaj / havelles / Usha

Each 26 110.00 2860

272 Market S / F of tube 4' ISI Each 26 50.00 1300

273 Market Call attending ISI Each 26 400 10400

274 Market Reflector ISI Each 5 20.00 100

275 Market

Supply and fixing of decorative type suspension rope / wire / chain (1 Pair) from ceiling. Minimum 3 feet long with all accessories.

crompton / wipro / orient / bajaj /

havelles Each 4 450.00 1800

276 Market

supply and fixing SON 70 watt choke ( Philips ) crompton / wipro / orient / bajaj /

havelles Each 11 1400.00 15400

277 Market

supply and fixing SON 70 watt lamp ( Philips ) crompton / wipro / orient / bajaj /

havelles Each 11 900.00 9900

278 Market MFD capacitor for air condition up to 2 TON, and up to 40/4.0 MFD ( make - havells, cat NO - QHLIDC540004)

Havells Each 11 271 2981

279 Market Fan blade 48 inch ceiling fan ISI each 9 180.00 1620

280 market

Call bell remote Havells / anchor

/ standard / legrand / secure / L&T / schinider

each 6 600.00 3600

281 Market 1500 watt Heater coil Bajaj /

Voltguard / Havells / activa

each 3 40.00 120

282 Market 6 to 12 inch porcelain dise for heater ISI each 3 40.00 120

283 Market 6 to 12 inch heter porceling base ISI each 3 150.00 450

284 Market Supply and Fixing of Kit Kat fuse set 200A/415V Havelle each 2 1330 2660

285 market supply and fixing of Kitkat fuse upto 100A / 415V

Havelle each 7 480.00 3360

286 Market supply and fixing of Kitkat fuse 63A / 415VA Havelle each 7 320.00 2240

287 Market supply and fixing of Kitkat fuse 32A / 415V Havelle each 7 200.00 1400

288 Market supply and fixing of Kitkat fuse 32A / 240V Havelle each 7 160.00 1120

289 Market supply and fixing of Kitkat fuse 16A / 240V Havelle each 7 90.00 630

290 Market

Supply installation testing commissioning of high quality air conditioner Copper pipe 5/8" 15/metter Used for ac systems, refrigeration, air conditioning etc with nitrile rubber insulation. (4.5Kg / 50 feet only copper weight)

Godrej / LG / Carrier /

whirlpool / samsung / panasonic

feet 11 84 924

Page 62: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 62

291 P - 86, 16 (a)

Supplying and Fixing GI water proof looping cable box having hinged GI Top Cover having 4 mm thick with rubber gasket lining, railway type mechanical locking arrangement, earthing terminal with lug etc. of the 200 x 150 x 100mm sizes as indicated below, Comprising of one 250 V, 15 A Kit-Kat fuse unit, one NL on porcelain insulator etc. and housing the same in pole muffing incl. addition and alteration to the existing CC muffing (6:3:1) after dismantling the damaged looping cable box etc. where necy. incl. painting

Sintex / hensel / RMW

each 6 498 2988

292 P - 86, 16 (b)

Supplying and Fixing GI water proof looping cable box having hinged GI Top Cover having 4 mm thick with rubber gasket lining, railway type mechanical locking arrangement, earthing terminal with lug etc. of the 250 x 250 x 100mm sizes as indicated below, Comprising of one 250 V, 15 A Kit-Kat fuse unit, one NL on porcelain insulator etc. and housing the same in pole muffing incl. addition and alteration to the existing CC muffing (6:3:1) after dismantling the damaged looping cable box etc. where necy. incl. painting

Sintex / hensel / RMW

each 6 563 3378

293 Market Supply of Computer cord ISI each 3 150 450

294 maket 240 Volt water level controller ISI each 3 1200 3600

295 Market

tehrmostat for Geyser

Havells / Bajaj/ Voltguard / activa

Each 3 250 750

296 Market

1.5 Volt Battery (AAA to AA)

Nippo / Everady / Duracell

Each 11 15 165

297 maket Contact cleaning sprey ISI Each 3 700 2100

298 Market cotton waste, cleaning cloth ISI metre 11 30 330

299 P - 35,

11

supply installation testing commissioning of MCB Encloser 2 way ( one phase + one neutral) Sheet Steel, Phosphatised, Powder Painted MCB DBs with Din Rail (In accordance with IS 13032, IS 8623, IEC/BSEN 60439-3)

Havells / anchor / standard /

legrand / secure / L&T / schinider

each 7 270.00 1890

300 P - 35,

11

supply installation testing commissioning of MCB Encloser 4 way ( three phase + one neutral) Sheet Steel, Phosphatised, Powder Painted MCB DBs with Din Rail (In accordance with IS 13032, IS 8623, IEC/BSEN 60439-3)

Havells / anchor / standard /

legrand / secure / L&T /schinider

each 11 316.00 3476

301 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 16 Amps 240 Volt

ISI each 6 130 780

302 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 16 Amps 440 Volt

ISI each 6 130 780

303 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 32 Amps 240 Volt

ISI each 6 130 780

304 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Flat Iron Frame on wall 32 Amps 440 Volt

ISI each 6 130 780

305 P - 18, 1 Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Angle Iron Frame on wall 63 Amps 440 Volt

ISI each 6 215 1290

Page 63: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 63

306 P - 18, 1

Fixing only Sheet Steel Main Switch (Rewirwable type)/ Change over on Angle Iron Frame on wall 100/125 Amps 440 Volt

ISI each 6 215 1290

307 P - 18, 2 Fixing only TPN switch fuse units in Sheet Steel enclosure with HRC fuses on angle iron frame on wall for 32A to 400A

ISI each 6 280 1680

308 P - 22,

1(a)

Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 16 amps 240 Volt Standard each 6 519 3114

309 P - 22,

1(a)

Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 16 amps 440 Volt Standard each 6 1231 7386

310 P - 22,

1(a)

Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 32 amps 240 Volt Standard each 6 1128 6768

311 P - 22,

1(a)

Supplying and fixing Sheet steel Main Switches on flat iron frame on wall 32 amps 440 Volt Standard each 6 1593 9558

312 P - 22,

1(b)

Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 63 amps 440 Volt Standard each 6 3180 19080

313 P - 22,

1(b)

Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 125 amps 440 Volt Standard each 6 5503 33018

314 Market Supplying and fixing Sheet steel Main Switches on angle iron frame on wall 250 amps 440 Volt Standard Each 2 12349 24698

315 P - 22,

2(a)

Supplying and fixing Changeover switch with Sheet Steel enclosure on flat iron frame on wall with nuts bolts etc 16 Amps 440 Volt

Standard each 6 1856 11136

316 P - 22,

2(a)

Supplying and fixing Changeover switch with Sheet Steel enclosure on flat iron frame on wall with nuts bolts etc 32 Amps 440 Volt

Standard each 6 2126 12756

317 P - 23,

2(b)

Supplying and fixing Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 63 Amps 440 Volt

Standard each 6 4349 26094

318 P - 23,

2(b)

Supplying and fixing Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 100 Amps 440 Volt

Standard each 6 8454 50724

319 Market

Supplying and fixing off Load Changeover switch with Sheet Steel enclosure on angle iron frame on wall with nuts bolts etc 250 Amps 440 Volt ( Cat No ISCFFE0200, make - Standard)

Standard Each 2 13030 26060

320 P - 35,

12

Supplying and fixing MCCB SS enclosure with IP- 20/30 protection, pwder coated provision for housing Four pole (4P) MCCB, concealed in wall after cutting the wall & mending good the damages to original finish / on flat iron frame incl. painting, connection & provision for earthing attachment

Havells each 2 1222 2444

321 2.3.1

Supplying and fixing 6 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 1661 3322

Page 64: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 64

322 2.3.2

Supplying and fixing 8 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 1760 3520

323 2.3.3

Supplying and fixing 12 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 2053 4106

324 2.3.4

Supplying and fixing 16 way, Double door, single pole and neutral, sheet steel, MCB distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 2453 4906

325 2.4.1

Supplying and fixing 4 way (4 + 12), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 3068 6136

326 2.4.2

Supplying and fixing 6 way (4 + 18), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 3693 7386

327 2.4.3

Supplying and fixing 4 way (8 + 24), Double door, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without (MCB / RCCB / Isolator)

Havells / standard / cabttee /

schinider / ABB

each 2 4601 9202

328 2.5.1

Supplying and fixing of 4 way (4 + 12), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

Havells / standard / cabttee /

schinider / ABB

each 2 5651 11302

Page 65: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 65

329 2.5.2

Supplying and fixing of 8 way (4 + 24), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

Havells / standard / cabttee /

schinider / ABB

each 2 7744 15488

330 2.5.3

Supplying and fixing of 12 way (4 + 36), Double door surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

Havells / standard / cabttee /

schinider / ABB

each 2 9828 19656

331 2.10.1

Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Single poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 199 398

332 2.10.2

Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Single poles with neutral in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 544 1088

333 2.10.3

Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Double poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 556 1112

334 2.10.4

Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Triple poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 826 1652

335 2.10.5

Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C" curve, miniature circuit breaker suitable for inductive load of Triple poles with neutral in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 1092 2184

336 2.12.1

Supplying and fixing 40Amps, double pole, 240 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 339 678

Page 66: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 66

337 2.12.2

Supplying and fixing 63Amps, double pole, 240 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 385 770

338 2.13.1

Supplying and fixing 40Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 832 1664

339 2.13.2

Supplying and fixing 63Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 839 1678

340 2.13.3

Supplying and fixing 100Amps, four pole, 415 V, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 1047 2094

341 2.14.1

Supplying and fixing 25Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 1927 3854

342 2.14.2

Supplying and fixing 40Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 2095 4190

343 2.14.3

Supplying and fixing 63Amps, double pole, (single phase and neutral), 240 V, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 2640 5280

344 2.15.1

Supplying and fixing 25Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 2526 5052

345 2.15.2

Supplying and fixing 40Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 2626 5252

Page 67: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 67

346 2.15.3

Supplying and fixing 63Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required.

Havells / standard / cabttee /

schinider / ABB

each 2 2777 5554

347 Market

Supplying and fixing 100Amps, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB), having a sensitivity current 30 mA in the existing MCB DB complete with connections, testing and commissioning etc. as required. (ordering code - DHRMCMFF100100, Make - Havells)

Havells / standard / cabttee /

schinider / ABB

Each 3 4882 14646

348 2.21

Providing and fixing M.V. danger notice plate of 200 mm X 150 mm, made of mild steel, at least 2 mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on front side as required.

ISI each 2 226 452

349 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 4 way.

Crabtree each 2 7687 15374

350 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 8 way.

Crabtree each 2 8631 17262

351 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 160 Amps, 12 way.

Crabtree each 2 10695 21390

352 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 4 way.

Legrand each 2 15386 30772

Page 68: Tender Document - Employees' State Insurance › attachments › tenderfile › 2058dc94a... · 2019-08-05 · (Job Schedule:- As per DSR/PWD/GEM items schedule). 2 Period of Tender

v Page 68

353 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 8 way.

Legrand each 2 17947 35894

354 P - 38,

15

Supplying and fixing double door Vertical TPN MCB Distribution board for MCCB incomer with IP-42/43 protection, on angle iron frame on wall & mending good the damages to original finish incl. Inter connection with suitable size of copper wire and neutral link & provision for earthing attachment. Upto 250 Amps, 12 way.

Legrand each 2 18883 37766

355 2.2.13

Providing and fixing 4 pole MCCB, 100A, 30KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.

Havells / standard / cabttee /

schinider / ABB / legrand

each 2 7377 14754

356 2.2.14

Providing and fixing 4 pole MCCB, 125A, 36KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.

Havells / standard / cabttee /

schinider / ABB / legrand

each 2 7504 15008

357 2.2.15

Providing and fixing 4 pole MCCB, 200A, 36KA breaking capacity MCCB with thermomagnetic release and terminal spreaders in existing cubicle panel board including drilling holes in cubicle panel or MCCB encloser, making connections, etc. as required.

Havells / standard / cabttee /

schinider / ABB / legrand

each 2 15149 30298

358 Market

ELECTRONIC BALLASTS for T5 / T8 / T12 Fluorescent lamps - High performance (THD<33%) Ordering code - LHBF07204027, Ballast type - 2x36/40W FTL.

crompton / wipro / orient / bajaj /

havells each 2 452 904

359 Market

REGAL BATTEN T8 EZ Powder coated Regal Batten type luminaire with electronic ballast, suitable for domestic application 240V, 50Hz supply. Ordering code - LHFYBYG2IN1W036, Batten type - 2x36W FTL HF T8 EZ.

crompton / wipro / orient / bajaj /

havells Each 2 727 1454

360 Market

FTL T8 MAXOLINE, ordering code - LHLFDLCENL7O036, tube type - 1x36W T8 FTL 6000K

crompton / wipro / orient / bajaj /

havells Each 2 42 84

361 Market

CRYSTAL GLASS LED TUBELIGHT (Double Side Connection), ordering code - LHLDDAXEUL8Z018, LED tube type - 18W 865 1213mm

crompton / wipro / orient / bajaj /

havells Each 2 386 772

362 Market

FARRATA PEDESTAL 500mm havells / orient / bajaj / crompton

/ usha Each 2 4036 8072

Total 3010646.1