Top Banner
1 REGIONAL OFFICE, Kolkata, West Bengal & Sikkim Region EMPLOYEES' STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Government of India) Regional Office, Plot No. 6, GB Block, Salt Lake, Sector 3, Kolkata - 700097 Phone: 033-23356021 Web Site: www.esic.nic.in TENDER DOCUMENT NIT NO: 41.W/11/13/11/ARM (Civil)/Staff Qtr. Salt Lake/2020-21 NAME OF WORK: -Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt Lake West Bengal for the year 2020-21. (This NIT Contains page No 1 to 101)
101

EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

Aug 06, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

1

REGIONAL OFFICE, Kolkata, West Bengal &

Sikkim Region

EMPLOYEES' STATE INSURANCE CORPORATION

(Ministry of Labour & Employment, Government of India)

Regional Office, Plot No. 6, GB Block, Salt Lake, Sector – 3,

Kolkata - 700097

Phone: 033-23356021

Web Site: www.esic.nic.in

TENDER DOCUMENT

NIT NO: 41.W/11/13/11/ARM (Civil)/Staff Qtr. Salt

Lake/2020-21

NAME OF WORK: -Annual Repair & Maintenance of Civil Work at ESIC

Staff Qtrs AF block, Salt Lake West Bengal for the

year 2020-21.

(This NIT Contains page No 1 to 101)

Page 2: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

2

INDEX

Sl. No. Contents Page

(A) Part – I Technical Bid

1. Instructions for Online Bid Submission 03 - 06

2. INDICATIVE CRITICAL DATE SHEET 07

3. Notice Inviting e-Tender 08

4. Eligibility / Evaluation criterion 09

5. Information & Instructions to Bidders 10 - 12

6. Technical bid proforma 13-14

7. Integrity Pact 15 - 22

8. Letter of Transmittal &Tender 23 - 25

9. Proforma of Schedule 26 - 28

10. Form of Performance Guarantee 29-30

11. Contract Agreement 31 - 34

12. General Conditions of Contract 35- 61

13. Technical Terms and Conditions 62

14. Scope of work

63

15. Particular conditions of work

64

16. Additional terms and conditions for contract 66-68

17. Proforma of various schedule

69-71

18. List of approved Make for Civil Works

72-75

(B) Part II : Price Bid (BOQ) 76-101

Page 3: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

3

Instructions for Online Bid Submission

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

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

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

and submitting their bids online on the CPP Portal.

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

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

REGISTRATION

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

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

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

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

username and assign a password for their accounts.

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

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

Portal.

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

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

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

profile.

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

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

misuse.

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

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

SEARCHING FOR TENDER DOCUMENTS

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

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

Page 4: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

4

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

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

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

to search for a tender published on the CPP Portal.

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

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

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

bidders through SMS / e-mail in case there is any corrigendum issued to the tender

document.

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

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

PREPARATION OF BIDS

1) Bidder should consider any corrigendum published on the tender document before

submitting their bids.

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

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

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

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

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

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

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

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

option which helps in reducing size of the scanned document.

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

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

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

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

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

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

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

submission process.

Page 5: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

5

SUBMISSION OF BIDS

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

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

responsible for any delay due to other issues.

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

indicated in the tender document.

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

applicable and enter details of the instrument / scan copy.

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

document. The original should be posted/couriered/given in person to the concerned

official, latest by the last date of bid submission or as specified in the tender

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

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

during bid submission time. Otherwise the uploaded bid will be rejected. The bidder

is liable to pay EMD wherever applicable to pay the EMD, within the time limit as

specified, through ESIC Challan only.

5) Bidders are requested to note that they should necessarily submit their price bids in

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

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

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

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

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

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

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

modified by the bidder, the bid will be rejected.

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

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

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

submission.

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

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

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

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

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

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

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

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

tender opening by the authorized bid openers.

Page 6: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

6

8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

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

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

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

of the bid with all other relevant details.

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

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

meetings.

ASSISTANCE TO BIDDERS

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

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

relevant contact person indicated in the tender.

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

general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk

is 1800 233 7315. Foreign bidder can get help at +91-79-40007451 to 460.

Page 7: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

7

CRITICAL DATES & TIME

Name ………………………………………………..

Address ……………………………………………….. ……………………………………………….. ………………………………………………..

Phone No ………………………………..………………

Email Id ………………………………..………………

Seal of the Firm ……………………………………………

Sl. No.

Particulars Date & Time

1 Date of uploading of N.I.T. & other Documents (Publishing Date)

03.07.2020 1:00 P.M.

2 Documents download/sell start date 03.07.2020 3:00 P.M.

3 Documents download/sell end date 24.07.2020 1:00 P.M

4 Bid submission start date 03.07.2020 3:00 P.M

5 Bid Submission closing 24.07.2020 1:00 P.M.

6 Technical Bid opening date 27.07.2020 3:00 P.M.

7 Financial Bid opening date To be notified later

8 Bid Security/EMD(Demand Draft in favour of ESIC Fund A/c No.1 payable at Kolkata)

Rs. 53,917.00

Page 8: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

8

EMPLOYEES’ STATE INSURANCE CORPORATION

Plot No. 6, GB Block, Salt Lake, Sector – 3, Kolkata-700097

NOTICE INVITING e – TENDER

The Competent Authority, ESI Corporation, Regional Office, West Bengal & Sikkim Region

invites on behalf of the Director General, ESI Corporation online e-

tender (in two bids) through e-tendering mode from eligible

Agencies/ Contractor for work of – Annual Repair &

Maintenance of Civil Work at ESIC Staff Qtrs AF

block, Salt Lake West Bengal for the year 2020-2021.

As detailed below:

S.No. Particulars Details

1. Name of work Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt Lake West Bengal for the year 2020-21.

2. Estimated Cost 26,95,841.00

3. Earnest Money Deposit 53,917.00

4. Period of Work 1 Year/12 month/365 days

Any change in the tender shall be uploaded in the below mentioned website only, hence

the tenderers may visit the website regularly (https://eprocure.gov.in/eprocure/app &

www.esic.nic.in) to make themselves aware about the information related to the bidding.

AC & RD

Page 9: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

9

Evaluation Criterion

(1) The bidder must fulfill the following conditions for qualification in the technical bid: -

Three similar completed works each costing not less than 40% of the estimated cost of the work i.e 10,78,336.00 OR two similar completed works each costing not less than 60% of the estimated cost of the work i.e 16,17,505.00 OR one similar completed works each costing not less than 80% of the estimated cost of the work i.e 21,56,673.00 executed within last three years.

(Their completion certificate along with cost of the work, period and nature of work, performance duly signed by competent authority of the concerned department should be furnished).

2. The list of documents to be scanned and uploaded along with the bid.: - (i) Copy of EMD.

(ii) Certificate of Work Experience or satisfactory work completion certificate as per Serial No. 1 duly signed by client.

(iii) Certificate of Registration for Goods and Service Tax (GST).

(iv) Copy of Pan Card.

(v) Audited balance sheet of last three years.

(vi) Valid trade License.

(vii) ESI & EPF Registration.

(viii) Latest challan of ESI & EPF contribution (latest month).

(ix) Annual turnover (which should be as per CVC norms).

(x) Bankers solvency certificate.

(xi) Valid Labour licence (if applicable).

(xii) All the tender documents from page no 1 to 101 with signature & stamp of party on each page.

3. ……………(Any other documents as per requirement).

4. Agencies having sufficient credential in any Govt. / PSU Sector / Semi Govt. / Autonomous body / Statutory body of India for undertaking similar nature of civil job 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 uploading the tender paper.

Page 10: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

10

Information and Instructions to Bidders :

1. The percentage rate offers from intending and eligible Agencies / contractors are

invited for “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt

Lake West Bengal for the year 2020-2021”. in the prescribed forms and format through online mode only.

2. Bidder means the individual, proprietary firm, firm in partnership, limited company private or public or corporation.

3. The following may be adopted for submission of EMD by the intended bidders: -

• The Earnest Money Deposit (EMD) for Rs.53,917.00 (Fifty three

thousand nine hundred seventeen only) should be paid in the form ESIC

Challan generated online https://www.esic.in and to be deposited at any

scheduled bank in favor of “ESIC Fund A/C No. 1” .

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

The physical EMD shall be deposited at ESIC, R.O. Salt Lake, Kolkata by all the bidders in the tender box kept with Security Office, Ground Floor or in-person to construction cell, or may be sent through registered post/courier before the bid submission closing date & time failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority. The agency shall be debarred from tendering in ESIC.

EMD of unsuccessful bidder will be returned / refunded within one month after the award of the work to the successful bidder.

• In case bidder is exempted by any Ministry/Department of Government of India, for deposit of EMD, copy of the exemption proof must be uploaded at the time of e-bidding.

4. The bids need to be submitted only online along with all required and relevant

documents related to works experience, financial strength etc. as per the requirement of bid documents duly authenticated / signed by the bidder. Incomplete bid is liable to be rejected.

5. Delayed / late and submission of bids by any other mode other than online mode, bids will not be accepted and summarily rejected.

6. Conditional bid will not to be accepted and liable to the summarily rejected.

7. The intending bidders must read the terms and conditions of the bid document and satisfy himself fully with regard to their eligibility vis – a – vis eligibility criteria and other pre - requirements before submitting the bids.

8. ESI Corporation reserves the right to accept or reject any bid or annul the whole bidding process without assigning any reason whatsoever.

9. The bid submitted shall become invalid if:

a. The bidder is found ineligible vis – a – vis eligibility criteria. b. EMD of requisite amount and in the prescribed manner is not deposited by the bidder.

c. The bidder does not upload all the documents as required under the bid.

d. Any discrepancy is noticed between the soft copies which have been uploaded online.

10. Technical bid documents submitted by the eligible and intending bidders shall be opened only for those bidders whose EMD are found in order. Bidders are requested to attend the tender opening in person on specified date & time.

Page 11: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

11

11. Price bids submitted by the eligible and intending bidders shall be opened only for those bidders who are found qualified based on technical bids. The financial bid shall be opened at the notified time, date and place in the presence of qualified bidders or their representatives, if they wish to be present.

12. ESIC reserves the right to verify the particulars furnished by the bidder independently and if any information furnished by the bidder is found incorrect at a later stage, the Agency shall be liable to be debarred from tendering / taking up works in ESIC.

13. The performance guarantee shall be deposited categorically as given below: - ARM Works: -

The bidder whose bid is accepted will be required to furnish Performance Guarantee (PG) of 5% (Five Percent) of the bid amount within time, as mentioned in Schedule-E,

of the acceptance of the bid in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favor of “ESIC FUND A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto payable at Kolkata. If the successful bidder fails to deposit the said performance guarantee within the period including the extended period as prescribed in Schedule-F, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. However, EMD shall be returned after receiving the PG.

SR Works: -

The bidder whose bid is accepted will be required to furnish Performance Guarantee (PG) of 10% (Ten Percent) of the bid amount within time, as mentioned in Schedule-E, of the acceptance of the bid in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto payable at Kolkata. If the successful bidder fails to deposit the said performance guarantee within the period including the extended period as prescribed in Schedule-F, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. However, EMD shall be returned after receiving the PG.

14. In addition to Performance Guarantee, Security Deposit (SD) equal to 5 % of

the cost of work shall be deducted by ESIC from the running bill and final bills of the Contractor towards fulfillment of contractual obligation on the part of Contractor for ARM Works only. SD shall be released after successful completion of the contract in all respects and settlement of final claims by ESIC.

15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection summarily. Such bidders may not be allowed to participate in the bidding process for ESIC works in future also.

16. The tender for the works shall remain open for acceptance for a period of

Seventy-five (75) days from the date of opening of bid. If any bidder withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the ESIC shall, without prejudice to any other right or remedy, be at liberty to forfeit earnest money as aforesaid. Further the bidders shall not be allowed to participate in the re-tendering process of the work.

Page 12: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

12

17. All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a "nil" or "no such case" entry should be made in that column. If any particulars/query is not applicable in case of the bidder, it should be stated as "not applicable". The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified.

18. References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

19. The bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of technical bid document unless it is called for by the Employer.

20. Method of Application: a. If the bidder is an individual, the application shall be signed by him above his

full type written name and current address.

b. If the bidder is a proprietary firm, the application shall be signed by the

proprietor above his full typewritten name and the full name of his firm with its

current address.

c. If the bidder is a limited company or a corporation, the application shall be

signed by a duly authorized person holding power of attorney for signing the

application accompanied by a copy of the power of attorney. The bidder should

also furnish a copy of the Memorandum of Articles of Association duly attested

by a Public Notary.

21. The Agreement shall be signed between ESIC and the successful Bidder within 15 days after the acceptance of his bid by ESIC on prescribed format which is being given in the bid document. All the documents of the bid document shall form part of the contract document including Integrity Pact Agreement for which format is also being provided in the bid document.

22. Integrity Agreement: It is here by declared that ESIC is committed to follow the principle of transparency, equity and competitiveness in procurement of goods and services. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the Integrity Agreement, which is an integral part of tender / bid documents, failing which the tenderer / bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the ESIC.

23. All tendered rates shall be inclusive of taxes, GST, levies or cess as applicable on last date of receipt of tender including extension, if any, or otherwise exclusively mentioned the financial bid documents. However, effect of variation in rates of taxes or cess due to change in legislation occurred after receipt of tender / bid shall be adjusted on either side i.e. increase or decrease, as the case may be.

24. ESIC reserves the right without being liable for any damages or obligation to inform the bidder to either amend the scope and value of the contract or reject any or all the application without assigning any reason.

Page 13: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

13

ANNEXURE-I

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/Autonomous 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 14: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

14

3. DETAILS OF COMPLETED WORK

Name of

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

Railways/PSU/Autonomous

Bodies/ BSNL or any other

government body

Details of the

Completed Works

of Similar Nature

Cost of the

Completed

Works

Copy of Certificate issued by

concerning authority Enclosed

(Yes/No)

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

Financial

Year

Copy Enclosed

(Yes/No)

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

(Rs.)

2016-17

2017-18

2018-19

5. Copies of Income Tax Return for Financial year , 2016-17 , 2017-18 and 2018-2019

Financial Year Income Tax Return Enclosed (Yes)

2016-17

2017-18

2018-19

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

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

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

Page 15: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

15

Annexure II

Integrity Pact

To

……………………………..

……………………………..

……………………………..

……………………………..

Sub: NIT No.: 41.W/11/13/11/ARM(Civil)/Staff Qtr. Salt Lake/2020-21

Name of the work: - “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF

block, Salt Lake West Bengal for the year 2020-21”.

Dear Sir,

It is hereby declared that ESIC is committed to follow the principle of transparency,

equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents,

failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of

the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of

the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of

the ESIC.

Yours faithfully

AC & RD,

Page 16: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

16

Annexure III

Integrity Pact

To AC & RD

ESIC REGIONAL OFFICE

West Bengal & Sikkim

Region.

Sub: Submission of Tender for the work – “Annual Repair & Maintenance of Civil

Work at ESIC Staff Qtrs AF block, Salt Lake West Bengal for the year 2020-21”

Dear Sir,

I/We acknowledge that ESIC is committed to follow the principles thereof as enumerated

in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that I/We will sign the enclosed integrity Agreement, which is an integral part of

tender documents, failing which I/We will stand disqualified from the tendering process. I/We

acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN

UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit

and further agree that execution of the said Integrity Agreement shall be separate and distinct

from the main contract, which will come into existence when tender/bid is finally accepted by

ESIC. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in

the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, ESIC shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with

terms and conditions of the tender/bid.

Yours faithfully,

(Duly authorized signatory of the Bidder)

Page 17: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

17

To be signed by the bidder and same signatory competent authority / authorized to sign the

relevant contract on behalf of ESIC.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ................................................... on this............... ..

day of ... 20...

BETWEEN

Competent Authority, ESIC REGIONAL OFFICE Plot No. 6, GB Block, Salt Lake, Sector – 3,

Kolkata - 700097. (Hereinafter referred as the ‘Principal/Owner’, which expression shall unless

repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

(Name and Address of the Individual/firm/Company)

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

………………………….. through ....................................................................................................... (Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context

hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal/ Owner has floated the Tender (NIT No. 41.W/11/13/11/ARM(Civil)/Staff Qtr. Salt Lake/2020-21 (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract work – “Annual Repair & Maintenance of Civil Work at ESIC Staff

Qtrs AF block, Salt Lake West Bengal for the year 2020-21”. hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the

land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and

conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and

Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties

hereby agree as follows and this Pact witnesses as under:

Page 18: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

18

Article 1: Commitment of the Principal Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial

benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity

and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any

Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,

1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief

Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government /

Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the

negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his

participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or

firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any

material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender

process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any

undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary

contracts, submission or non-submission of bids or any other actions to restrict competitive or to cartelize in the bidding process. Competitiveness

or to cartelize in the bidding process.

Page 19: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

19

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant

IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information

or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details,

including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

addresses of agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses

of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not

both. Further, in cases where an agent participates in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer

along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

1. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days’ notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract

Page 20: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

20

award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD / Performance Guarantee / Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner

may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all sub-contractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be

responsible for any violation(s) of the principles laid down in this agreement/Pact by

any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly Signed

Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Page 21: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

21

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 6 months after the completion of work under the contract or till the

continuation of defect liability period (12 months), whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the

Competent Authority, ESIC.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and Jurisdiction is the

competent authority of the ESIC of the Principal/Owner, who has floated the

Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the

partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative

duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken

by the Owner/Principal in accordance with this Integrity Agreement/ Pact or

interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be

deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the

Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.

Page 22: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

22

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place

and date first above mentioned in the presence of following witnesses:

(For and on behalf of Competent

Authority)

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. …………………………………….

(signature, name and address)

2. …………………………………….

(signature, name and address)

Place:

Dated:

AC & RD

ESIC REGIONAL OFFICE West Bengal &

Sikkim

Page 23: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

23

Annexure IV

LETTER OF TRANSMITTAL (On Bidder’s Letter Head)

To AC & RD ESI Corporation

Regional Office, Plot No. 6,

GB Block, Salt Lake, Sector – 3,

Kolkata – 700097

Subject. “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt Lake

West Bengal for the year 2020-21”Sir,

Having examined the details given in Press / Web Notice and NIT / Bid Document for the above work, I / we hereby submit the relevant information.

1. I / We hereby certify that all the statements made and information supplied in the enclosed forms and accompanying statement are true and correct.

2. I / We have furnished all information’s and details necessary for eligibility and have no further pertinent information to supply.

3. I / we submit the requisite certified solvency certificate and authorize the AC &RD Regional Office, West Bengal & Sikkim to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorized AC &RD Regional Office, West Bengal & Sikkim to approach individuals, employers, firms and corporation to verify our competence and general reputation, if required.

4. I / we submit the following certificates in support of our overall suitability, technical competence for having successfully completed the following similar works for establishing our eligibility:

Sl.No.

Name of work Certificate from

1

Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that I / We shall be liable to be debarred and disqualified for participating in the subject bid as well as in future in case any information furnished by me / us found to be incorrect by ESIC.

Enclosures : ………………. Signature(s) of Bidder (s) Date of Submission: Seal of Bidder

State- Kolkata

Page 24: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

24

TENDER

I/We have read and examined the notice Inviting Tender, Schedule, Specifications applicable, General

Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rate &

other document and Rules referred to in the conditions of contract and all other contents in the tender

document for the work.

I/We hereby tender for the execution of the work specified for the “Annual Repair & Maintenance of

Civil Work at ESIC Staff Qtrs AF block, Salt Lake West Bengal for the year 2020-21”.

within the time specified in Schedule ̀ F’ viz, schedule of quantities and in accordance in all

respects with the specifications, designs, drawings and instructions in writing referred to in

Rule-I of General Rules and Directions and in 1 of Clauses of contract and in respects in

accordance with such conditions so far as applicable.

We agree to keep the tender open for 75 days from the due date of submission thereof and not to make

any modifications in its terms and conditions.

A sum of Rs. 53,917.00 is hereby deposited in the form of ESIC Challan/Demand draft at a Schedule

Bank as earnest money. If I/we, fail to commence the work specified I/we agree that the said Competent

authority ESIC or their nominees in office shall without prejudice to any other right or remedy, be at

liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by

him towards security deposit to execute all the works referred to in the tender documents upon the terms

and conditions contained or referred to therein and to carry out such deviations as may be ordered.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected

with the work as secret/ confidential documents and shall not communicate information / derived there

from to any person other than a person to whom I/We am/are authorized to communicate the same or use

the information in any manner prejudicial to the safety of the Organization.

I/we agree that should I/we fail to commence the work specified in the above memorandum an amount

equal to the amount of the earnest money mentioned in the form of invitation of tender shall be

absolutely forfeited to the Organization and the same may at the option of the competent authority on

behalf of the Competent authority be recovered without prejudice to any other right or remedy available

in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of

deficiency out of any other money due to me/ us under this contract or otherwise.

Dated ………………………….

Signature of Contractor

Postal Address

Witness:

Address:

Occupation

:

Page 25: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

25

ACCEPTANCE

The tender for the work “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block,

Salt Lake West Bengal for the year 2020-21” as negotiated and provided in the letters mentioned here

under) is accepted by me for and on behalf of the AC &RD for a sum of

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

………………………………………………………………………………)

The letters referred to below shall form part of this contract Agreement: -

a)

b)

c)

For & on behalf of AC &RD

Dated …………… Signature

Designation -

Page 26: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

26

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE `A ‘

Schedule of quantities enclosed. (As per Tender Document Part –II)

SCHEDULE `B’

Schedule of materials to be issued to the contractor

S. No. Description of item Quantity Rates in figures & words at which the material will be charged to the

contractor

Place of issue

1 2 3 4 5

No material shall be issued to the Contractor by the ESIC.

SCHEDULE `C’

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of issue

1 2 3 4

No tools & plants shall be hired to the Contractor by the ESIC.

SCHEDULE `D’

Extra schedule for specific requirements/ document for the work, if any.

- Nil -

SCHEDULE `E’

Name of work: “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt

Lake West Bengal for the year 2020-21”.

Estimated cost of work---Rs. 26,95,841.00

(i) E a r n e s t Money --Rs. 53,917.00

(ii)Performance Guarantee--5% of tendered value.

(ii) Security deposit --------- -- 5% of tendered value.

Page 27: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

27

SCHEDULE `F’

General Rules & Directions

Officer inviting tender AC &RD Based on

Recommendation of EE

Definitions:

(i) Engineer-in-Charge The Engineer of ESIC Who shall supervise and be In-charge of the work.

(ii) Accepting Authority AC & RD

(iii)

Percentage on cost of materials

and labour to cover all overheads

and profits

-NA-

(iv) Standard Schedule of Rates

Latest C.P.W.D. Delhi Schedule of

Rates 2018 & WB PWD 2017 of

relevant work with upto date

correction slips issued upto the date

of receipt of tender.(Including cost

index 131.36 on DSR 2018 in

Kolkata )

(v) Department ESIC, RO, Kolkata

(VI) Whether clause 10 B &10C Applicable

NA

Clause 1

(i) Time allowed for submission of

performance guarantee from the

date of issue of letter of

acceptance, in days

15 days

(ii) Maximum allowable extension

beyond the period provided in (i)

above, in days

7 days

Clause 2 Authority for fixing compensation under

clause 2 AC & RD

Clause 3

Number of days from the date of issue

of letter of acceptance for reckoning

date of start

22 days

Page 28: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

28

Milestone(s) as per table given below: -

S.No. Description of milestone

(Physical)

Time allowed in days

(from date of start)

Amount to be with-held in

case of non-achievement of

milestone

--- Not applicable ---

Time allowed for execution of work 12 Months

Authority to give fair and reasonable

extension of time AC & RD

Clause 4

Gross work to be done

together with net payment /

adjustment of advances for

material of collected, if any,

since the last such payment for

being eligible to interim

payment.

-NA-

Clause 5 Specifications to be followed

for Execution of work

Latest CPWD Specifications / BIS

Norms of relevant work with upto

date correction slips or as specified

in the tender document. Annexure-

--.

Clause 6 Competent Authority for

deciding reduced rates AC & RD

Requirement of Technical Representative(s) and recovery rate

S.No

.

Minimum

Qualification of

Technical

Representative dis

cip

line Designation

(Principal technical

/ Technical

representative) Min

imu

m

Expe

rien

ce

Nu

mb

er

Rate at which shall

be made from the

contractor in the

event of not fulfilling

provision of clause

--- As per requirement/ in

accordance to HQ guidelines ---

Page 29: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

29

Form of Performance Guarantee

Bank Guarantee Bond

In consideration of the Employees’ State Insurance Corp. (hereinafter called ‘The Organization’)

having offered to accept the terms and conditions of the proposed agreement between

and (hereinafter called ” the said

contractor(s)” for the Work

(hereinafter called” the said

Agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs.

(Rupees only) as a security / guarantee from the

contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said

agreement.

We (hereinafter referred to as “the Bank”) hereby undertake to

(Indicate the name of the Bank) pay to the Organization an amount not exceeding Rs.

(Rupee

only) on demand by the Organization.

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

payable (Indicate the name of the Bank)

under this guarantee without any demure, merely on a demand from the Organization

stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor (s. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee.

However, our liability under this guarantee shall be restricted to amount not exceeding to Rs.

Rupees only).

3. We, the said bank further undertakes to pay the organization any money so demanded

notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding

pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the Contractor (s) shall have no claim against us for making such payment.

4. We, further agree that the guarantee herein contained shall remain in full

(Indicate the name of the Bank)

Page 30: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

30

force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the due of the Organization under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the Organization certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor (s) and accordingly discharges this guarantee.

5. We further agree with the Organization that the Organization shall

have (Indicate the name of the Bank)

the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor (s) from time to time or to postpone for any time or form time to time any of the powers exercisable by the Organization against the said contractor (s)and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act of omission on the part of the Organization or any indulgence by the Organization to the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or

the Contractor (s).

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

(Indicate the name of the Bank)

pervious consent of the Organization in

writing.

8. This guarantee shall be valid up to unless extended on demand by the Organization. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. (Rupee only) and unless a claim in writing is lodged with us within six months of the date of the expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the day of for (Indicate the name of the bank)

Page 31: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

31

Contract Agreement

(To be signed between ESIC and the Contractor on Non – Judicial Stamp Paper of minimum Rs. 100/-)

This Agreement (hereinafter referred to as the “Contract Agreement”) is made on .......................... between Employees’ State Insurance Corporation ( hereinafter call the ‘Client’ or “ESIC”, which expression shall unless repugnant to the context or meaning thereof, include its administrators, successors and permitted assigns ) of the One Part and M/s …………………………………… ( hereinafter called the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its administrators, successors and permitted assigns ) of the Other Part ( the client and the Contractor are hereinafter collectively referred to as “Parties” and singly as “First Party and “Second Party” respectively ).

Whereas

Name of work: “Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt Lake

West Bengal for the year 2020-21”.

A. The Contractor has participated in the bidding process (conducted by the Client through e- tendering mode) based on their professional expertise and having possessed the required technical competence and financial capability for fulfilling the requirements of the Client.

B. The Client after due evaluation of the bids has agreed to award the contract for the above work to M/s …………………..subject to and on terms and conditions set forth in this Contract Agreement.

NOW THEREFORE, THE PARTIES HERETO HEREBY AGREE AND THIS CONTRACT WITNESSTH AS FOLLOWS:

1. Definitions and Interpretation

In the Contract, the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires:

(i) “Employer” means the ESIC and the legal successors in title to ESIC.

(ii) “Engineer” means the person appointed by ESIC to act as Engineer for the purposes of the Contract.

(iii) “Contractor” / bidders / Tenderer means an individual or firm (proprietary or partnership) whether incorporated or not, that has entered into contract (with the employer) and shall include his / its heirs, legal representatives, successors and assigns. Changes in the constitution of the firm, if any shall be immediately notified to the employer, in writing and approval obtained for continued performance of the contract.

(iv) Market Rate shall be the rate as decided by the Engineer on the basis of the cost of the materials and labour at the site where the work is to be executed plus the percentage to cover all overheads and profits as mentioned in the Contract.

(v) “Contract” shall mean this Contract Agreement together with all Appendices and other relevant documents in accordance with the provisions contained in this regard in this Contract.

(vi) “Contract Price” shall mean the quoted price / amount by the Contractor in the financial bid and agreed between the Parties.

(vii) “Drawings” means all the completion drawings, calculations and technical information of a like nature provided by the Engineer to be Contractor under the Contract and all drawings, calculations, samples, patterns, model Repair and Repair and Maintenance manuals and other technical information of a like nature submitted by the contractor and approved by the Engineer.

(viii) “Bill of Quantities”” means the priced and completed bill of quantities Forming part of the tender / bid.

(ix) “Tender”” means the Contractor’s priced offer to the Client for the execution and completion of the works and the remedying of any defects therein in accordance with the provisions of the contract, as accepted by the Letter of Acceptance. The work Tender is synonymous with “Bid” and the words “Tender Documents”” with “Bidding Documents”.

Page 32: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

32

(x) Client’s Requirements shall mean the broad requirements of ESIC set forth hereto and which in relation to the work, are required to be fulfilled and complied with by the Contractor in terms of this Contract.

(xi) General Conditions of Contract or GCC shall mean the General Conditions of Contract as set forth in this Contract.

(xii) Particular Conditions of Contract or PCC shall mean the particular conditions of Contract as set forth in this Contract.

2. Time for Completion

The work shall be for a period as mentioned in Schedule “F” or as mentioned in the letter of commencement and shall start from the date issue of letter commencement and shall stand terminated after the expiry of time period unless it is mutually extended.

3. Extension of Time for Completion

The contract may be extended on the written mutual consent of both Employer and Contractor for a further period. However, employer reserves it’s right to terminate the Repair and Repair and Maintenance contract by giving 15 days’ notice at any time during the currency of the contract if the services of the agency are not satisfactory as per the opinion of employer or it’s representative. No escalation payment shall be made by ESIC either during initial contract period of one year or in extended period and the work shall have carried out by the Contractor as the same price / cost as quoted by higher earlier under the ambit of the Contract Agreement.

4. The work shall mean the sum of the obligations and works to be performed and undertaken by the contractor including planning, safety precautions, required tools, tackles and plants and the completion of individual item of work in all respects under and in accordance with the Contract and shall include all materials and things to be supplied / done and services and activities to be performed or provided by or which may be reasonably implied there from and necessary for execution and completion of the work by the Contractor pursuant to and in accordance with this Contract.

5. No modifications or amendment to this Contract including any of the Appendices hereto shall be

valid and effectual unless expressly agreed as an amendment thereto and is in writing and dated and duly executed by the authorized representatives of the Parties thereto.

6. In the event of any conflict or inconsistency between any provision of this Contract Agreement and

any of the Appendices, the provisions of this Contract shall prevail.

7. In the event of any conflict or inconsistency between any provisions of SCC and GCC, the provisions of SCC shall prevail.

8. This Contract Agreement and the following documents attached hereto shall be deemed to form an integral part of this Contract.

(i) Instructions for Online Bid Submission. (ii) Notice Inviting e-Tender. (iii) Information & Instructions to the Bidders. (iv) Integrity Pact / Agreement. (v) Letter of Transmittal & Tender. (vi) Proforma of Schedules. (vii) Form of Performance Guarantee. (viii) Contract Agreement. (ix) General Conditions of Contract. (x) Particular Conditions of Contract. (xi) Technical Specifications (xii) List of Approved makes (xiii) Price Bid

9. This Contract Agreement and all the documents forming part of this Contract and related to this work, are to be taken as mutually explanatory and unless otherwise expressly provided in this Contract Agreement, the priority between this Contract Agreement and other documents forming part hereof shall, in the event of any conflict and inconsistency between them, be in the following order:

(i) This Contract Agreement

Page 33: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

33

(ii) ESIC Requirements

(iii) SCC

(iv) Financial Bid / BOQ

(v) GCC

10. Execution of the Works

The Contractor agrees and undertakes to execute the work, complete in all respects, under and in accordance with this Contract.

11. Rights and Obligations of the Parties

11.1 The mutual rights and obligations of the Client and the Contractor shall, without prejudice to the following, be as set forth in the Contract:

(a) In consideration of the payments agreed to be made by the Client to the Contractor as set forth in this Contract, the Contractor hereby covenants with the Client and agrees and undertakes to perform the Works including planning, designing, and executing the whole or part of the work by using required tools, tackles and plants and by observing due safety precautions for completing the assignment / the work in all respects with due diligence and to remedy any defects or deficiencies therein, in accordance with the provisions of the Contract ; and

(b) The Client hereby covenants to pay to the Contractor in consideration of his performance in terms and under this Contract, the contract price at the times and in the manner prescribed in the Contract.

11.2 With reference to the Contract Price, the Contractor acknowledges and confirms that

(i) The price quoted by the Contractor in the financial bids to this Contract are firm and fixed and not subject to any escalation and is inclusive of all applicable taxes, levies, cess etc. otherwise exclusively illustrated in the offer of NIT.

(ii) All taxes on the income of the Contract shall be borne and be the liability of the Contractor and the Client shall not be liable for the same in any manner whatsoever.

12. Effective Date

The Contract shall be effective on and from the date on which all of the following conditions have been fulfilled:

(i) Furnishing of the Performance Guarantee by the Contractor to the Client in accordance with clauses of contract; and

(ii) Singing of the Contract Agreement by the Client and the Contractor.

13. DISCLAIMER

It is expressly understood and agreed by and between the Contractor and the client that the Client is entering into this Contract solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this Contract and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that the Client is an Independent Legal entity with power and authority to enter into contracts solely on its own account under the applicable laws. The Contractor expressly agrees, acknowledges and understands that the Client is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Contract. Accordingly, the Contractor expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government of India arising out of this Contract and covenants not to sue the Government of India as to any claim, cause of action or thing whatsoever arising out of or under this Contract.

Page 34: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

34

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written.

For and on behalf of ESIC For an on behalf of Contractor

……………………………. ………………………………….

Name : Name :

Designation : Post :

Address : Address :

Official Seal Official Seal

Witness : Witness :

Signature :…………………. Signature : ……………………

Name : Name :

Address : Address :

Page 35: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

35

GENERAL CONDITIONS OF CONTRACT

General Rules & Directions

1. In the event of tender being submitted by a firm, it must be signed separately by each partner thereof

or in the event of the absence of any partner, it must be signed on his behalf by a person holding a

power of attorney authorizing him to do so, such power of attorney to be produced with the tender, and

it must disclose that the firm is duly registered under the Indian Partnership Act’ 1952.

2. Receipts for payment made on account of work, when executed by a firm, must also be signed by all

the partners, except where contractors are described in their tender as a firm in which case the receipts

must be signed in the name of the firm by one of the partners or by some other person having due

authority to give effectual receipts for the firm.

3. Any person who submits a tender shall fill up the bid, stating at what rate he is willing to undertake

each item of the work. Tenders, which propose any alteration in the work specified in the said form of

invitation to tender, or in the time allowed for carrying out the work, or which contain any other

conditions of any sort including conditional rebates will be summarily rejected.

4. The officer inviting tender or his duly authorized assistant, will open tenders in the presence of

intending contractors who may be present at the time, and will enter the amounts of the several tenders

in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the

earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for

the purpose of identification sign copies of the specifications and other related documents. In the event

of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon

be returned to the contractor remitting the same, without any interest.

5. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be

bound to accept the lowest or any other tender.

6. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as

any acknowledgement or payment to the officer inviting tender and the contractors shall be responsible

for seeing that he procures a receipt signed by the officer inviting tender or a duly authorized cashier.

7. The memorandum of work tendered for and the schedule of materials to be supplied by the ESIC and

their issue-rates, shall be filled and completed in the office of the officer inviting tender before the

tender form is issued. If a form is issued to an intending tenderer without having been so filled in and

incomplete, he shall request the officer to have this done before he completes and delivers his tender.

8. The tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of

the tender document drawings or other records connected with the work given to them.

9. In the case of percentage rate Tenders, only rates quoted above / below for items shall be

considered. The bids of the bidders quoted below rates for manpower estimate of

minimum wages shall summarily be rejected. Rates quoted by the contractor in percentage

rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates

written in figures and words. However, if a discrepancy is found, the rates which correspond with the

amount worked out by the contractor shall unless otherwise provided be taken as correct. If the

amount of an item is not worked out by the contractor or it does not correspond with the rates written

either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct.

Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out

correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not

the amount. In the event no rate has been quoted for any item (s), leaving space both in figure(s), word

(s), and amount blank, it will be presumed that the contractor has included the cost of this/these item

(s) in other items and rate for such items (s) will be considered as zero and work will be required to be

executed accordingly.

Page 36: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

36

10. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be

considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation such a

tender is liable to be disqualified and rejected.

11. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would

be responsible for taking instructions from the Engineer-in-charge shall be communicated in writing to

the Engineer-in-charge.

12. The contractor shall give a list of employees of ESIC related to him.

13. The tender for the work shall not be witnessed by a contractor who himself / themselves has / have

tendered or who may and has / have tendered for the same work. Failure to observe this condition,

would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary

rejection.

14. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders

issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and

the competent authority General may in his discretion without prejudice to any other right or remedy

available in law cancel the contract. The contractor shall also be liable for any pecuniary liability

arising on account of any violation by him of the provisions of the said Act.

15. Item/ items of same nomenclature may appear under different sub-heads in this tender. The contractor

has to ensure that for such identical items, the rates quoted are same at all the places. In case any

variation in the quoted rates is found for such items, the lowest of all such quoted rates will be taken as

the tendered rate for that particular item, and the tender will be evaluated accordingly.

Page 37: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

37

GENERAL CONDITIONS OF CONTRACT

CONDITIONS AND CLAUSES OF CONTRACT

Definitions:

1. The contract means the documents forming the tender and acceptance thereof and the formal agreement

executed between the AC & RD on behalf of the AC & RD, ESIC and the Contractor together with

the documents referred to therein including these conditions, the specifications, designs, drawings and

instructions issued from time to time by the Engineer-in-charge/ Architects and all these documents

taken together shall be deemed to form one contract and shall be complementary to one another.

2. In the contract, the following expressions shall, unless the context otherwise requires have the

meanings, hereby respectively assigned to them: -

i). The expression works or work shall, unless there be something either in the subject or context

repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract

contracted to be executed whether temporary or permanent, and whether original, altered, substituted

or additional.

ii). The site shall mean the land/ or other places on, into or through which work is to be executed under

the contract or any adjacent land, path or street through which work is to be

executed under the contract or any adjacent land, path or street which may be allotted or used for the

purpose of carrying out the contract.

iii). The contractor shall mean the individual, firm or company, whether incorporated or not,

undertaking the works shall include the legal personal representative of such individual or the persons

composing such firm or company, or the successors of such firm or company and the permitted

assignees of such individual, firm or company.

iv). The competent authority, ESIC means their nominees also.

v). Competent authority means the AC & RD, Regional Office, Plot No. 6, GB Block,

Salt Lake, Sector – 3, Kolkata - 700097.

vi) The Engineer-in-charge means the Engineer of ESIC who shall supervise and be in-charge of

the work.

vii). Architect means the Architect appointed by ESIC, RO, Kolkata.

viii) Centre means the Place of work

ix). Department means ESIC

x) Government means Govt. of India or Govt. of West Bengal as applicable.

xi) Accepting authority shall mean the authority who accepts the tender.

xii) Excepted Risk are risks due to riots (other than those on account of contractor’s employees),

war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion

revolution, insurrection, military or usurped power, any acts of organization,

Page 38: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

38

damages from aircraft, acts of God, such as earthquake, lightening and unprecedented floods,

and other causes over which the contractor has no control and accepted as such by the

Accepting Authority or causes solely due to use or occupation by Organization of the part of

the works in respect of which a certificate of completion has been issued or a cause solely due

to organization faulty design of works.

xiii). Market Rate shall be the rate as decided by the Engineer-in-charge on the basis of the cost of

materials and labour at the site where the work is to be executed plus the percentage mentioned

in Schedule `F’ to cover, all overheads and profits.

xiv). Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the

tender papers or the standard Schedule of Rates mentioned in Schedule `F’ hereunder, with the

amendments thereto issued up to the date of receipt of the tender.

xv). District Specifications means the specifications followed by the State Govt in the area where

the work is to be executed.

xvi). Tendered value means the value of the entire work as stipulated in the letter of award.

3. Scope & Performance

Where the context so requires, words imparting the singular only also include the plural and vice versa.

Any reference to masculine gender shall whenever required include feminine gender and vice versa.

4. Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form part

thereof or be taken into consideration in the interpretation or construction thereof or of the contract.

5. The contractor shall be furnished, free of cost one certified copy of the contract documents except

standard specifications. Schedule of Rates and such other printed and published documents, together

with all drawings as may be forming part of the tender papers. None of these documents shall be used

for any purpose other than that of this contract.

6. Works to be carried out: - The work to be carried out under the Contract shall, except as otherwise

provided in these conditions, include all labour, materials, tools, plants, equipment and transport which

may be required in preparation of and in the full and entire execution and completion of the works. The

descriptions given in the Schedule of quantities shall, unless otherwise stated, be held to include

wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and

fixing in position and all other labour necessary in and for the full and entire execution and completion

of the work as aforesaid in accordance with good practice and recognized principles.

7. Sufficiency of Tender: -The contractor shall be deemed to have satisfied himself before tendering as to

the correctness and sufficiency of his tender for the works and the rates and price quoted in the Schedule

of Quantities, which rates and prices shall except as otherwise provided, cover all his obligations under

the Contract and all matters and things necessary for the proper completion and maintenance of the

works.

8. Discrepancies and Adjustment of Errors: -The several documents forming the contract are to be taken

as mutually explanatory of one another; detailed drawings being followed in preference to

Page 39: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

39

small scale drawing and figured dimensions in preference to scale and special conditions in

preference to General conditions.

8.1 Any error in description, quantity or rate in Schedule of quantities or any omission there from shall

not vitiate the contract or release the contractor from the execution of the whole or any part of the

works comprised therein according to drawings and specifications or from any of his obligations

under the contract.

9. Signing of Contract: - The successful tenderer/contractor, on acceptance of his tender by the Accepting

Authority shall, within 15 days from the stipulated date of start of the work sign the contract consisting

of the notice inviting tender, all the documents if any, forming the tender as issued at the time of

invitation of tender and acceptance thereof together with any correspondence leading thereto.

Page 40: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

40

GENERAL CONDITIONS OF CONTRACT

CLAUSES OF CONTRACT

Clause – I

Performance Guarantee

i) The contractor shall submit an irrevocable Performance Guarantee of 10% (Ten Percent) and 5% (Five percent) for SR works and ARM Works respectively of the tendered amount in addition to other deposits mentioned elsewhere in the contract for his proper performance of the contract agreement, (not withstanding and/or without prejudice to any other provisions in the contract) within period specified in Schedule ‘F’ from the date of issue of letter of acceptance. This period can be further extended by the Engineer-in-charge up to a maximum period as specified in Schedule ‘F’ on written request of the contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Engineer-in-Charge. This Guarantee shall be in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto payable at Kolkata. In case a fixed deposit receipt of any bank is furnished by the contractor to the organization as part of the performance guarantee and the bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith on demand furnish additional security to the organization to make good the deficit.

ii) The performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case the time of completion of work gets enlarged, the contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the work by the competent authority, the performance guarantee shall be returned to the contractor, without any interest.

iii) The organization shall not make a claim under the Performance guarantee except for amounts to which the organization is entitled under the contract (notwithstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(a) Failure by the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the organization may claim the full amount of the Performance Guarantee.

(b) Failure by the contractor to pay to the Organization any amount due, either as agreed

by the contractor or determined under any of the clauses/conditions of the agreement,

within 30 days of the service of notice to this effect by engineer-in-Charge.

iv) In the event of the contract being determined or rescinded under provision of any of the

clause/condition of the agreement, the performance guarantee shall stand forfeited in full

and shall be absolutely at the disposal of the Organization.

Page 41: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

41

Clause – 1 A

Recovery of Security Deposit: - The person/persons whose tender(s) may be accepted (hereinafter called the contractor) shall permit Organization at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running bill and final bill for ARM Works only till the sum will amount to security deposit @ 5% of the tendered value of the work. Such deductions will be made and held by ESIC by way of Security Deposit unless he/ they has/have deposited the amount of Security at the rate mentioned above or in the form of Demand draft / Pay Order / Banker Cheque / FDR of scheduled bank / Treasury Challan in favour of “ESIC FUND A/C 1” or Bank Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto. In case a fixed deposit receipt of any Bank is furnished by the contractor to the ESIC as part of the security deposit and the Bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the

contractor shall forthwith on demand furnish additional security to the ESIC to make good the deficit.

All compensations or the other sums of money payable by the contractor under the terms of this contract may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising there from, or from any sums which may be due to or may become due to the contractor by Organization on any account whatsoever and in the event of his Security Deposit being reduced by reason of any such deductions or sale as aforesaid, the contractor shall within 10 days make good in form of Demand draft / Pay Order / Banker Cheque or fixed deposit receipt tendered by the State Bank of India or by Scheduled Bank endorsed in favor of the Organization, any sum or sums which may have been deducted from, or raised by sale of his security deposit or any part thereof. The security deposit shall be collected from the running bills of the contractor at the rates mentioned above and the Earnest money if deposited in cash at the time of tenders will be treated a part of the Security Deposit.

Note – 1: Government papers tendered as security will be taken at 5% (five percent) below its market

price or at its face value, whichever is less. The market price of Government paper would be ascertained by the Engineer –in-charge at the time of collection of interest and the amount of interest

to the extent of deficiency in value of the Government paper will be withheld if necessary.

Note – 2: Government Securities will include all forms of Securities mentioned in rule No. 274 of the G.F Rules except fidelity bond. This will be subject to the observance of the condition mentioned under the rule against each form of security. Note - 3: Note 1 & 2 above shall be applicable for both clause 1 & 1 A

Clause -2

Compensation for Delay:- If the contractor fails to maintain the required progress in terms of clause 5 or to complete the work and clear the site on or before the contract or extended date of completion, he shall without prejudice to any other right or remedy available under the law to the Organization on account of such breach, pay as agreed compensation the amount calculated at the rate of 2.5% (Two decimal five percent) per week as the Competent authority of ESIC (whose decision in writing shall be final and binding ) may decide on the amount of tendered value of the work for every completed month (as applicable) that the progress remains below that specified in Clause 5 or that the work remains in-complete. This will also apply to items or group of items for which a separate period of completion has been specified.

Provided always that the total amount of compensation for delay to be paid under this Condition shall not exceed 10% of the Tendered Value of work

Page 42: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

42

The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other contract with the Organization. In case, the contractor does not achieve a particular milestone mentioned in Schedule ‘F’, or the re-scheduled milestone (s) in terms of clause 5.4, the amount shown against that milestone shall be withheld to be adjusted against the compensation levied at the final grant of Extension of Time. Withholding of this amount on failure to achieve a milestone shall be automatic, without any notice to the contractor. However, if the contractor catches up with the progress of the work, on the subsequent milestone (s), with the held amount shall be released. In case the contractor fails to make up for the delay in subsequent milestone (s), amount mentioned against each milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be payable on such withheld amount.

Clause – 3

When Contract can be determined: - Subject to other provisions contained in this clause the AC & RD may, without prejudice to his any other rights or remedy against the contractor in respect of any delay, inferior workmanship, any claims for damages and/ or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases:

i) If the contractor having been given by the AC & RD a notice in writing to rectify, reconstruct or

replace any defective work or that the work is being performed in an inefficient or otherwise improper or un-workman like manner shall omit to comply with the requirement of such notice for a period of seven days thereafter.

ii) If the contractor has, without reasonable cause, suspended the progress of the work or has failed to proceed with the work with due diligence and continues to do so after a notice in writing of seven days from the AC & RD.

iii) If the contractor fails to complete the work or section of work with individual date of completion on or before the stipulated or justified extended date, on or before such date of completion; and the AC & RD without any prejudice to any other right or remedy under any other provision in the contract has given further reasonable time in a notice given in writing in that behalf as either mutually agreed or in absence of such mutual agreement by his own assessment making such time essence of contract and in the opinion of AC & RD the contractor will be unable to complete the same or does not complete the same within the period specified.

iv) If the contractor persistently neglects to carry out his obligations under the contract and/ or commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the AC & RD.

v) If the contractor shall offer or give or agree to give to any person in Government service or to

any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other contract for Government.

vi) If the contractor shall enter into a contract with Government in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to the AC & RD.

vii) If the contractor had secured the contract with Government as a result of wrong tendering or other non-bonafide methods of competitive tendering or commits breach of Integrity Agreement.

viii) If the contractor being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors.

ix) If the contractor being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle the court to make a winding up order.

Page 43: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

43

x) If the contractor shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days.

xi) If the contractor assigns, (excluding part(s) of work assigned to other agency(s) by the contractor as per terms of contract), transfers, sublets (engagement of labour on a piece-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof without the prior written approval of the AC & RD.

When the contractor has made himself liable for action under any of the cases aforesaid, the AC & RD, ESIC shall have powers:

a) To determine the contract as aforesaid so far as performance of work by the Contractor is concerned (of which determination notice in writing to the contractor under the hand of the Engineer-in-Charge shall be conclusive evidence). Upon such determination, the Earnest Money Deposit Security Deposit already recovered and Performance Guarantee under the contract shall be liable to be forfeited and shall be absolutely at the disposal of the government.

b) After giving notice to the contractor to measure up the work of the contractor and to take such whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to another contractor to complete the work. The contractor, whose contract is determined as above, shall not be allowed to participate in the tendering process for the balance work.

In the event of above courses being adopted by the AC& RD, the contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract. And in case action is taken under any of the provision aforesaid the contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this contract unless and until the Engineer –in-Charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.

Clause – 3A

In case, the work cannot be started due to reasons not within the control of the contractor within 1/8th

of the stipulated time of completion of the work or one month whichever is more, either party may close the contract by giving notice to the other party stating reasons. In such eventuality, the Earnest Money Deposit and the Performance Guarantee of the Contractor shall be refunded, but no payment on account of interest, loss of profit or damages etc. shall be payable at all.

Clause – 4

Contractor liable to pay compensation even if action not taken under clause 3 :- In any case in which any of the powers conferred upon the AC & RD by Clause – 3 thereof, shall have become exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the contractor and the liability of the contractor for compensation shall remain unaffected. In the event of the AC & RD putting in force all or any of the powers vested in him under the preceding clause he may, if he so desires after giving a notice in writing to the contractor, take possession of (or at the sole discretion of the AC & RD which shall be final and binding on the contractor) use as on hire (the amount of the hire money being also in the final determination of the AC & RD) all or any tools plant, materials and stores, in or upon the works, or the site thereof belonging to the contractor, or procured by the contractor and intended to be used for the execution of the work/or any part thereof, paying or allowing for the same in account at the contract rates or, in the case of these not being applicable, at current market rates to be certified by the Engineer-in- Charge whose certificate thereof shall be final, and binding on the contractor otherwise the AC & RD by notice in writing may order the contractor or his clerk of the works, foreman or other authorized agent to remove such tools, plant, materials or stores from the premises (within a time to be specified in such notice) in the event of the contractor failing to comply with any such requisition, the AC & RD may remove them at the contractor’s expense or sell them by auction or private sale on account of the contractor and his risk in all respects and the certificate of the Engineer-in-Charge as to the expenses of any such removal and the amount of the proceeds and expense of any such sale shall

Page 44: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

44

be final and conclusive against the contractor.

Clause – 5

Time and Extension for delay: - The time allowed for execution of the Works as specified in Schedule `F’ or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of the works shall commence from the time period as mentioned in letter of award after the date on which the AC & RD issues written orders to commence the work or from the date of handing over of the site whichever is later. If the contractor commits default in commencing the execution of the work as aforesaid Organization shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money absolutely.

5.1 As soon as possible after the contract is concluded the contractor shall submit a Time and Progress Chart for each milestone and get it approved by the Engineer-in –charge. The chart shall be prepared in direct relation to the time stated in the Contract documents for completion of items of works. It shall indicate the forecast of the dates of commencement and completion of various trades of sections of the work and may be amended as necessary by agreement between the AC & RD and the contractor within the limitations of time imposed in the contract documents, and further to ensure good progress during the execution of the work, the contractor shall in all cases in which the time allowed for any work exceeds one month (save for special jobs for which a separate programme has been agreed upon) complete the work as per milestone given in schedule ‘F’.

5.2 If the work(s) be delayed by :-

i). Force majeure or ii). Abnormally bad weather, or iii). Serious loss or damage by fire or iv). Civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or. v). Delay on the part of other contractors or tradesmen engaged by AC & RD in executing

work not forming part of the contract or. vi). Any other cause which, in the absolute discretion of the authority mentioned in

schedule `F’ is beyond the contractor’s control.

Then upon the happening of any such event causing delay, the contractor shall

immediately give notice thereof in writing to the AC & RD but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the AC & RD Sto proceed with

the works.

5.3 Request for rescheduling of milestones and extension of time, to be eligible for

consideration, shall be made by the Contractor in writing within fourteen days of the

happening of the event causing delay on the prescribed form. The contractor may also, if

practicable, indicate in such a request the period for which extension is desired.

5.4 In any such case the Competent Authority of the ESIC may give a fair and reasonable extension of

time and reschedule the milestones for completion of work. Such extension shall be

communicated to the contractor by the AC & RD of the ESIC in writing, within 3 months of the date of receipt of such request. Non-application by the contractor for extension of time shall not be a bar for giving a fair and reasonable extension by the AC & RD and this shall be binding on the contractor.

Page 45: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

45

Clause – 6

Measurements of Work Done :- Engineer- in- Charge shall, except as otherwise provided, ascertain and determine by measurement the value of work done in accordance with the contract.

All measurements of all items having financial value shall be entered in Measurement Book and/ or

level field book so that a complete record is obtained of all works performed under the contract.

All measurements and levels shall be taken jointly by the Engineer- in- Charge or his authorized representative and by the contractor or his authorized representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer- in-Charge or his authorized representative and the contractor or his authorized representative in token of their acceptance. If the contractor objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by the concerned parties.

If for any reason the contractor or his authorized representative is not available and the work of recording measurements is suspended by the Engineer- in- Charge or his representative, the Engineer- in- Charge and the department shall not entertain any claim from contractor for any loss or damages on this account. If the contractor or his authorized representative does not remain present at the time of such measurements after the contractor or his authorized representative has been given a notice in writing three (3) days in advance or fails to countersign or to record objection within a week from the date of the measurements, then such measurements recorded in his absence by the Engineer- in- Charge or his representative shall be deemed to be accepted by the Contractor.

The contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for measurements and recording levels. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the specifications notwithstanding any provision in the relevant `Standard method of measurement or any general or local custom. In the case of items which are not covered by specifications, measurements shall be taken in accordance with the relevant standard method of measurement issued by the Bureau of Indian Standards and if for any item no such standard is available then a mutually agreed method shall be followed.

The contractor shall give not less than seven days’ notice to the Engineer- in- Charge or his authorized representative in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before the same is covered up or placed beyond the reach of measurement and shall not cover up and place beyond reach of measurement any work without consent in writing of the Engineer- in-

Charge or his authorized representative in charge of the work who shall within the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of measurements without such notice having been given or the Engineer- in- Charge’s consent being obtained in writing the same shall be uncovered at the contractor’s expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed.

Engineer-in-Charge or his authorized representative may cause either themselves or through another officer of the department to check the measurements recorded jointly or otherwise as aforesaid and

all provisions stipulated herein above shall be applicable to such checking of measurements or levels.

It is also a term of this contract that recording of measurements of any item of work in the

measurement book and/ or its payment in the interim, on account of final bill shall not be considered

as conclusive evidence as to the sufficiency of any work or material to which it relates nor shall it relieve the contractor from liabilities from any over measurement or defects noticed till completion of

the defect liability period.

Page 46: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

46

Clause – 7

Payment on intermediate certificate to be regarded as advances: -The interim or running account bills shall be submitted by the contractor for the work executed on the basis of recorded measurements on the format of the Organization in triplicate on or before the date of every month fixed for the same by the Engineer-in-charge. The contractor shall not be entitled to be paid any such interim payment if the gross work done together with net payment / adjustment of advances for material collected, if any, since the last such payment is less than Rs. Five lakhs in which case the interim bill shall be prepared on the appointed date of the month after the requisite progress is achieved. Engineer-in-charge shall arrange to have the bill verified by taking or causing to be taken, where necessary, the requisite measurements of the work. In the event of the failure of the contractor to submit the bills, Engineer-in-charge shall prepare or cause to be prepared such bills in which event no claims whatsoever due to delays on payment including that of interest shall be payable to the contractor. Payment on account of amount admissible shall be made by the Engineer-in-charge certifying the sum to which the contractor is considered entitled by way of interim payment at such rates as decided by the Engineer-in-Charge. All such interim payments shall be regarded as payment by way of advances against final payment only and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the Engineer-in-charge relating to the work done or materials delivered forming part of such payment, may be modified or corrected by any subsequent such certificate (s) or by the final certificate and shall not by itself be conclusive evidence that any work or materials to which it relates is/ are in accordance with the contract and specifications. Any such interim payment, or any part thereof shall not in any respect conclude, determine or affect in any way powers of the Engineer-in-charge under the contract or any of such payments be treated as final settlement and adjustment of accounts or in any way vary or affect the contract.

Pending consideration of extension of date of completion interim payments shall continue to be made as herein provided, without prejudice to the right of the department to take action under the terms of this contract for delay in the completion of work, if the extension of date of completion is not granted by the competent authority.

Clause – 8

Completion certificate and completion plans :- Within ten days of the completion of the work, the contractor shall give notice of such completion to the Engineer-in-charge and within thirty days of the receipt of such notice the Engineer-in-charge shall inspect the work and if there is no defect in the work shall furnish the contractor with a final certificate of completion, otherwise a provisional certificate of physical completion indicating defects (a) to be rectified by the contractor and/or(b) for which payment will be made at reduced rates shall be issued. But no final certificate of completion shall be issued, nor shall the work be considered to be complete until the contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitary arrangements required for his/ their work people on the site in connection with the execution of the works as shall have been erected or constructed by the contractor(s) and cleaned off the dirt from all wood work, doors, windows, walls, floor or other parts of the building, in, upon, or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and not until the work shall have been measured by the Engineer-in-charge. If the contractor shall fail to comply with the requirements of this clause as to removal of scaffolding, surplus materials and rubbish and all huts and sanitary arrangements as aforesaid and cleaning of dirt on or before the date fixed for the completion of work, the Engineer-in-Charge may at the expense of the contractor remove such scaffolding surplus materials and rubbish etc. and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and the contractor shall have no claim in respect of scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof.

Page 47: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

47

Clause 8A

Contractor to keep site clean: - The splashes and droppings from white washing, color washing, painting etc. on walls, floor windows etc. shall be removed and the surface cleaned simultaneously with the completion of these items of work in the individual rooms, quarters or premises etc where the work is done without waiting for the actual completion of all the other items of work in the contract. In case the contractor fails to comply with the requirements of this clause, the Engineer- in-charge shall have the right to get this work done at the cost of the contractor either departmentally or through any other agency. Before taking such action, the Engineer-in-charge shall give ten days’ notice in writing to the contractor.

Clause 8 B

Completion plans to be submitted by the Contractor: - The contractor shall submit five sets of completion plans within thirty days of the completion of the work along with soft copy. In case, the contractor fails to submit the completion plan as aforesaid, he shall be liable to pay a sum equivalent to 2.5% of the value of the work subject to ceiling of Rs. 1,00,000/- (Rupees One Lakhs Only) as may be fixed by AC & RD , ESIC concerned and in this respect the decision of the AC & RD, ESIC shall be final and binding on the contractor.

Clause 9

Payment of final bill: - The final bill shall be submitted by the contractor in the same manner as specified in interim bills within three months of physical completion of the work or within one month of the date of the final certificate of completion furnished by the Engineer-in-charge whichever is earlier. The contractor shall make no further claims after submission of the final bill and these shall be deemed to have been waived and extinguished. Payments of those items of the bill in respect of which there is no dispute and of items in dispute, for quantities and rates as approved by ESIC, will as far as possible be made within six months from the date of receipt of the bill by the ESIC or his authorized representative.

Clause 10A

Materials to be provided by the contractor: - The contractor shall at his own cost provide all materials required for the works. The contractor shall, at his own expense and without delay, supply to Engineer-in-charge samples of materials to be used on the work and shall get these approved in advance. All such materials to be provided by the contractor shall be in conformity with the specifications laid down or referred to in the contract. The contractor shall, if requested by the Engineer-in-charge furnish proof, to the satisfaction of the Engineer-in-charge that the materials so comply. The Engineer-in-charge shall within five days of supply of samples or within five days of the receipt of test result intimate to the contractor in writing whether samples are approved by him or not. If samples are not approved the contractor shall forthwith arrange to supply to the Engineer-in-Charge for his approval fresh samples complying with the specifications laid down in the contract. When materials are required to be tested in accordance with specification, approval of the Engineer-in-charge shall be issued after the test results are received.

The contractor shall at his risk and cost submit the samples of materials to be tested or analyzed and shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and materials finally accepted by the Engineer- in-charge. The contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of materials.

Page 48: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

48

The contractor shall at his risk and cost make all arrangements and shall provide all facilities as the Engineer-in-charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer-in- charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications. The Engineer-in-Charge or his authorized representative and Architect shall at all times have access to the work and to all such workshops and places where work is being prepared or from where materials manufactured articles, or machinery are being obtained for the works and the contractor shall afford every facility and every assistance in obtaining the right to such access.

The Engineer-in-charge shall have full powers to require the removal from the premises of all materials which in his opinion are not in accordance with the specifications and in case of default the Engineer-in-charge shall be at liberty to employ at the expense of the contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The Engineer-in-charge shall also have full powers to require other proper materials to be substitute thereof and in case of default the Engineer-in-Charge may cause the same to be supplied and all costs which may attend such removal and substitution shall be borne by the contractor.

Clause 10 B

Secured Advance on Non-perishable Materials: -

The contractor, on signing an indenture in the form to be specified by the Engineer-in-charge shall be entitled to be paid during the progress of the execution of the work upto 75% of the assessed value of any materials which are in the opinion of the Engineer-in-charge nonperishable, non- fragile and noncombustible and are in accordance with the contract and which have been brought on the site in connection therewith and are adequately stored and/ or protected against damage by weather or other causes but which have not at the time of advance been incorporated in the works. When materials on account of which an advance has been made under this sub-clause are incorporated in the work the amount of such advance shall be recovered/ deducted from the next payment made under any of the clause or clauses of this contract.

Such secured advance shall also be payable on other items of perishable nature, fragile and combustible with the approval of the Engineer-in-charge provided the contractor provides a comprehensive insurance cover for the full cost of such materials. The decision of the Engineer- in-charge shall be final and binding on the contractor in this matter. No secured advance, shall

however, be paid on high-risk materials such as ordinary glass, sand, petrol, diesel etc.

Clause – 10C: -

Payment on account of increase in prices / wages due to statutory order(s)

If after submission of the tender, the wages of labour increases as a direct result of the coming

into force of any fresh law, or statutory rule or order and such increase in wages prevailing at the time of the last stipulated date for receipt of the tenders including extensions if any for the work,

and the contractor thereupon necessarily and properly pays such increased wages then the amount of the contract shall accordingly be varied and provided further that any such increase

shall not be payable if such increase has become operative after the stipulated date of completion of the work in question.

If after submission of the tender, wages of labour is decreased as a direct result of the coming into force of any fresh law statutory rules or order and such decrease in the wages prevailing at the time of receipt of the tender for the work, Organization shall in respect of labour engaged on the execution of the work after the date of coming into force of such law statutory rule or order be entitled to deduct from the dues of the contractor, such amount as shall be equivalent to the difference between the wages as prevailed at the time of the last stipulated date for receipt of

Page 49: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

49

tenders including extensions if any for the work and the wages of labour on the coming into force of such law, statutory rule or order.

The contractor shall, for the purpose of this condition, keep such books of account and other documents as are necessary to show the amount of any increase claimed or reduction available and shall allow inspection of the same by a duly authorized representative of the Government, and further shall, at the request to the Engineer-in-charge may require any documents so kept and such other information as the Engineer-in-charge may require.

The contractor shall, within a reasonable time of his becoming aware of any alteration in the wages

of labour, give notice thereof to the Engineer-in-charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in position to supply.

Clause - 10D

Dismantled material Organization Property: - The contractor shall treat all materials obtained during dismantling of a structure, excavation of the site for a work, etc as ESIC’s property and such materials shall be disposed off to the best advantage of ESIC according to the instructions in writing issued by the Engineer-in-Charge.(except lift material for which salvage value has been given in Price bid)

Clause – 11

Work to be executed in accordance with specifications, drawings, orders etc.: - The contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner both as regards materials and otherwise in every respect in strict accordance with CPWD Specifications for Electrical works Part-I, 2005, Part-II for External Electrical works and Part –III Lifts & Escalators 2003 with upto date correction slips. The contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work signed by the Engineer-in-charge and the contractor shall be furnished free of charge one copy of the contract documents together with specifications, designs, drawings and instructions as are not included in the standard specifications of Central Public Works Department specified in schedule `F’ or in any Bureau of Indian Standard or any other, published standard or code or, Schedule of Rates or any other printed publication referred to elsewhere in the contract.

The contractor shall comply with the provisions of the contract and with the care and diligence execute and maintain the works and provide all labour and materials, tools and plants including for measurements and supervision of all works structural plans and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the contract. The contractor shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction.

Clause 12 :

Deviations/Variations Extent and Pricing: - The AC & RD shall have power (i) to make alteration in, omissions from, additions to, or substitutions for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the AC & RD and such alterations, omissions, additions or substitutions shall form part of the contract as if originally provided therein and any altered, additional or substituted work which the contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the contractor on the same conditions in all respects including price on which he agreed to do the main work except as hereafter provided.

Page 50: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

50

12.1 The time for completion of the works shall, in the event of any deviations resulting in additional cost over the tendered value sum being ordered, be extended, if requested by the

contractor, as follows –

i) In the proportion which the additional cost of the altered, additional or substituted work,

bears to the original tendered value plus.

ii) 25% of the time calculated in (i) above or such further additional time as may be considered

reasonable by the Engineer-in-charge.

12.2 In the case of extra item(s) being the schedule items (Delhi Schedule of Rates items), these

shall be paid as per schedule rate plus cost index (if applicable as mentioned in schedule -

F) plus/minus percentage above/below quoted contract amount. In Case the Item is not available in DSR the same will be paid from state (WB) PWD rate plus/minus percentage above/below quoted contract amount. In Case also the item is not available in DSR/PWD the same will be considered from GEM rate.

Payment of extra items in case of non-schedule items (Non-DSR/Non PWD/Non GEM

items) shall be made as per the prevailing market rate.

In the case of Substitute Item(s) being the schedule items (Delhi Schedule of Rates items),

these shall be paid as per the schedule rate plus cost index (at the time of tender) plus/minus percentage above/ below quoted contract amount. Payment of Substitute in case of non-

schedule items (Non-DSR items) shall be made as per the prevailing market rate.

In the case of contract items, which exceed the limits laid down in schedule F, the contractor shall be paid rates at Agreement rate / Market rate whichever is lower.

12.3 The contractor shall send to the ESIC once every three months an upto date account giving

complete details of all claims for additional payments to which the contractor may consider

himself entitled and of all additional work ordered by the Engineer-in-Charge which he has executed during the preceding quarter failing which the contractor shall be deemed to have

waived his right. However, the COMPETANT AUTHORITY may authorize consideration of such claims on merits.

12.4 Any operation incidental to or necessarily has to be in contemplation of tenderer while filling

tender, or necessary for proper execution of the item included in the Schedule of quantities or in the schedule of rates mentioned above, whether or not, specifically indicated in the

description of the item and the relevant specifications, shall be deemed to be included in the rates quoted by the tenderer or the rate given in the said schedule of rates, as the case may

be. Nothing extra shall be admissible for such operations. Clause 13 Foreclosure of Contract due to Abandonment or Reduction in Scope of Work: -

If at any time after acceptance of the tender or during the progress of work, the purpose or object for which the work is being done changes due to any supervening cause and as a result of which the work has to be abandoned or reduced in scope the ESIC shall give notice in writing to that effect to the contractor stating the decision as well as the cause for such decision and the contractor shall act accordingly in the matter. The contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works. The contractor shall be paid at contract rates full amount for works executed at site and in addition,

a reasonable amount as certified by the Engineer-in-charge for the items hereunder mentioned which could not be utilized on the work to the full extent in view of the foreclosure:-

i) Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporary

labour huts, staff quarters and site office; storage accommodation and water storage tanks. ii) ESIC shall have the option to take over contractor’s materials or any part thereof either

brought to site or of which the contractor is legally bound to accept delivery from suppliers (for incorporation in or incidental to the work) provided, however ESIC shall be bound to take over the materials or such portions thereof as the contractor does not desire to retain. For materials taken over or to be taken over by ESIC, cost of such materials as detailed by ESIC shall be paid. The cost shall, however, take into account purchase price, cost of transportation and

Page 51: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

51

deterioration or damage which may have been caused to materials whilst in the custody of the contractor.

iii) If any materials supplied by ESIC are rendered surplus, the same except normal wastage

shall be returned by the contractor to ESIC at rates not exceeding those at which these were originally issued, less allowance for any deterioration or damage which may have been

caused whilst the materials were in the custody of the contractor. In addition, cost of transporting such materials from site to ESIC stores, if so required by ESIC, shall be paid.

iv) Reasonable compensation for transfer of T & P from site to contractor’s permanent stores or to his other works, whichever is less. If T & P are not transported to either of the said places, no cost of transportation shall be payable.

v) Reasonable compensation for repatriation of contractor’s site staff and imported labour to the extent necessary.

The contractor shall, if required by the Engineer- in-Charge, furnish to him, books of account, wage books, time sheets and other relevant documents and evidence as may be necessary to enable him to certify the reasonable amount payable under this condition.

The reasonable amount of items on (i), (iv) and (v) above shall not be in excess of 2% of the cost of the work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as per accepted tender less the cost of work actually executed under the contract and less the cost of contractor’s materials at site taken over by the Government as per item (ii) above. Provided always that against any payments due to the contractor on this account or otherwise, the Engineer-in-Charge shall be entitled to recover or be credited with any outstanding balances due from the contractor for advance paid in respect of any tool, plants and materials and any other sums which at the date of termination were recoverable by the Government from the contractor under the terms of the contract.

Clause – 14

If contractor: i) At any time makes default during currency of work or does not execute any part of the work

with due diligence and continues to do so even after a notice in writing of 7 working days in this respect from the ESIC; or

ii) Commits default in complying with any of the terms and conditions of the contract and does not remedy it or takes effective steps to remedy it within 7 working days even after a notice in writing is given in that behalf by the ESIC; or

Fails to complete the work(s) or items of work with individual dates of completion, on or before the date(s) so determined, and does not complete them within the period specified in the notice given in writing in that behalf by the ESIC.

The AC & RD shall on such cancellation by the Accepting Authority have powers to :

a) take possession of the site and any materials, constructional plant, implements, stores

etc., thereon; and/or

b) carry out the incomplete work by any means at the risk and cost of the contractor.

On cancellation of the contract in full or in part, the AC & RD shall determine the amount, if any, is recoverable from the contractor for completion of the works or part of the works or in case the works or part of the works is not to be completed, the loss or damage suffered by ESIC. In determining the amount, credit shall be given to the contractor for the value of the work executed by him upto to time of cancellation, the value of contractor’s materials taken over and incorporated in the work and use of plant and machinery belonging to the contractor.

Any excess expenditure incurred or to be incurred by ESIC in completing the works or part of the works or the excess loss or damages suffered or may be suffered by ESIC as aforesaid after allowing such credit shall without prejudice to any other right or remedy available to ESIC in law be recovered from any moneys due to the contractor on any account, and if such moneys are not

Page 52: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

52

sufficient the contractor shall be called upon in writing and shall be liable to pay the same within 30 days.

If the contractor shall fail to pay the required sum within the aforesaid period of 30 days the AC & RD shall have the right to sell any or all of the contractor’s unused materials, constructional plant, implements, temporary buildings, etc and apply the proceeds of sale thereof towards the satisfaction of any sums due from the contractor under the contract and if thereafter there be any balance outstanding from the contractor, it shall be recovered in accordance with the provisions of the contract.

Any sums in excess of the amounts due to the ESIC and unsold materials, constructional plant,

etc. shall be returned to the contractor, provided always that if cost or anticipated cost of completion by ESIC of the works or part of the works is less than the amount which the contractor

would have been paid had he completed the works or part of the works, such benefit shall not accrue to the contractor.

Clause - 15

Suspension of work

i) The contractor shall, on receipt of the order in writing of the AC & RD, (whose decision shall be final and binding on the contractor) suspend the progress of the works or any part thereof for such time and in such manner as the AC & RD may consider necessary so as not to cause any damage or injury to the work already done or endanger the safety thereof for any of the following reasons:

a) On account of any default on the part of the contractor or

b) for proper execution of the works or part thereof for reasons other than the default of the contractor or

c) for safety of the works or part thereof

The contractor shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instructions given in that behalf by the AC & RD.

ii) If the suspension is ordered for reasons (b) and (c) in sub-para (I) above:

a) The contractor shall be entitled to an extension of time equal to the period of every such

suspension PLUS 25% for completion of the item or group of items of work for which a

separate period of completion is specified in the contract and of which the suspended work forms a part and:

b) If the total period of all such suspensions in respect of an item or group of items or work for which a separate period of completion is specified in the contract exceeds thirty days, the contractor shall, in addition, be entitled to such compensation as the AC & RD may consider reasonable in respect of salaries and/ or wages paid by the contractor to his employees and labour at site, remaining idle during the period of suspension, adding thereto 2% to cover indirect expenses of the contractor. Provided the contractor submits his claim supported by details to the AC& RD within fifteen days of the expiry of the period of 30 days.

iii). If the works or part thereof is suspended on the orders of the AC & RD for more than three months at a time, except when suspension is ordered for reason (a) in sub-para (I) above, the contractor may after receipt of such order serve a written notice on the AC & RD requiring permission within fifteen days from receipt by the AC & RD of the said notice, to proceed with the work or part thereof in regard to which progress has been suspended and if such permission is not granted within that time, the contractor, if he intends to treat the suspension, where it affects only a part of the works as an omission of such part by the ESIC or where it affects whole of the works,

Page 53: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

53

as an abandonment of the works by the ESIC, shall within ten days of expiry of such period of 15 days give notice in writing of his intention to the AC & RD. In the event of the contractor treating the suspension as an abandonment of the contract by the ESIC, he shall have no claim to payment of any compensation on account of any profit or advantage which he might have derived from the execution of the work in full but which he could not derive in consequence of the abandonment. He shall, however, be entitled to such compensation, as the AC & RD may consider reasonable, in respect of salaries and/ or wages paid by him to his employees and labour at site, remaining idle in consequence adding to the total thereof 2% to cover indirect expenses of the contractor provided the contractor submits his claim supported by details to the AC & RD within 30 days of the expiry of the period of 3 months.

Page 54: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

54

Clause 16

Action in case work not done as per specifications: - All works under or in course of execution or executed in pursuance of the contract shall at all times be open and accessible to the inspection and supervision of the AC & RD, his authorized subordinates in charge of the work / architect and all the superior officers of the ESIC and the Chief Technical examiner’s office, and the contractor shall, at all times, during the usual working hours and at all other times at which reasonable notice of the visit of such officers has been given to the contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing, present for that purpose. Orders given to the contractor’s agent shall be considered to have the same force as if they had been given to the contractor himself. If it shall appear to the Engineer-in-charge or his authorized subordinates in charge of the work or to the Architect or the Chief Technical Examiner or his subordinate officers, that any work has been executed with unsound, imperfect or unskillful

workmanship, or with materials or articles provided by him for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance with the contract the contractor shall, on demand in writing which shall be made within six months of the completion of the work from the Engineer-in-charge specifying the work, materials or articles complained of notwithstanding that the same may have been passed, certified and paid for forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost. In the event of the failing to do so within a period specified by the Engineer-in-charge in his demand aforesaid, then the contractor shall be liable to pay compensation at the same rate as under clause 2 of the contract (for non-completion of the work in time) for this default.

In such case the Engineer-in-charge may not accept the item of work at the rates applicable under the contract but may accept such items at reduced rates as the AC & RD may consider reasonable during the preparation of on account bills or final bill if the item is so acceptable without detriment to the safety and utility of the item and the structure or he may reject the work outright without any payment and/ or get it and other connected and incidental items rectified, or removed and re- executed at the risk and cost of the contractor. Decision of the AC & RD to be conveyed in writing in respect of the same will be final and binding on the contractor.

Clause – 17

Contractor Liable for damages, defects during maintenance period: - If the contractor or his working people or servants shall break, deface, injure or destroy any part of building in which they may be working, or any building, road, road curb, fence, enclosure, water pipe, cables, drains, electric or telephone post or wires, trees, grass or grassland, or cultivated ground contiguous to the premises on which the work or any part is being executed, or if any damage shall happen to the work while in progress, from any cause whatever of if any defect, shrinkage or other faults appear in the work within twelve months (6 months in the case of any work other than road work costing Rs.1,00,000/- and below) after a certificate final or otherwise its completion shall have been given by the AC & RD as aforesaid arising out of defect or improper materials or workmanship the contractor shall upon receipt of a notice in writing on that behalf make the same good by other workmen and deduct the expense from any sums that may be due or at any time thereafter may become due to the contractor, or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof. The security deposit of the contractor shall not be refunded before the expiry of twelve months after the issue of the certificate final or otherwise, of completion of work, or till the final bill has been prepared and passed whichever is later.

Clause 18

Contractor to Supply Tools & Plants etc.: - The contractor shall provide at his own cost all materials, plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and temporary works required for the proper execution of the work, whether original, altered or substituted and whether included in the specification or other documents forming part of the contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together

Page 55: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

55

with carriage thereof to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works, and counting, weighing and assisting the measurement for examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses may be deducted, from any money due to the contractor, under this contract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of a sufficient portion thereof.

Clause 18A

Recovery of compensation paid to workman: - In every case in which by virtue of the provisions sub-section (1) of section 12, of the Workmen’s Compensation Act, 1923, ESIC is obliged to pay compensation to a workman employed by the contractor, in execution of the works, ESIC will recover from the contractor for the amount of the compensation so paid ; and, without prejudice to the rights of the ESIC under sub-section (2) of Section 12, of the said Act, ESIC shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by ESIC to the contractor whether under this contract or otherwise. ESIC shall not be bound to contest any claim made against it under sub-section (1) Section 12, of the said Act, except on the written request of the contractor and upon his giving to ESIC full security for all costs for which ESIC might become liable in consequence of contesting such claim.

Clause 18 B

Ensuring Payment and Amenities to Workers if Contractor fails: - In every case in which by virtue of the provisions of the Contract Labour (Regulation and Abolition) Act, 1970 and of the Contract Labour (Regulation and Abolition) Central Rules, 1971, ESIC is obliged to pay any amounts of wages to a workman employed by the contractor in execution of the works, or to incur any expenditure in providing welfare and health amenities required to be provided under the above said Act the Rules framed by ESIC from time to time for the protection of health and sanitary arrangements for workers employed by ESIC Contractors, ESIC will recover from the contractor the amount of wages so paid or the amount of expenditure so incurred, and without prejudice to the rights of the ESIC under sub-section (2) of Section 20 and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition) Act, 1970, ESIC shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by ESIC to the contractor whether under this contract or otherwise ESIC shall not be bound to contest any claim made against it under sub-section (1) of Section 20, sub-section (4) of Section 21, of the said Act, except on the written request of the contractor and upon his giving to the ESIC full security for all costs for which ESIC might become liable in contesting such claim.

Clause 19

Labour Laws to be complied by the Contractor: - The contractor shall obtain a valid license under the Contract Labour (R & A) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules 1971, before the commencement of the work, and continue to have a valid license

Page 56: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

56

until the completion of the work. The contractor shall also abide by the Provisions of Child Labour (prohibition and Regulation) Act, 1986.

The contractor shall also comply with the provisions of the building and other construction workers (Regulation of Employment & Conditions of Service) Act, 1996 and the building and other Construction Welfare Cess Act, 1996. The Contractor shall also abide the provisions of Contract Labour (Regulations and Abolition) Act 1970 and the Contract Labour Regulation & Abolition Central Rules 1971.

Any failure to fulfil this requirement shall attract the penal provisions of this contract arising out of the resultant non-execution of the work. The Contractor shall also abide by the provisions of child labour (Prohibition and Regulations) Act, 1986.

CLAUSE 20: Minimum Wages Act to be complied with:

The Contractor shall comply with all the provision of the Minimum Wages Act, 1948, amended from time to time and rules framed thereunder and other labour laws affecting contract labour that may be brought from time to time.

CLAUSE 21: Work not to be sublet. Action in case of insolvency

The Contract shall not be assigned or sublet without the written approval of the AC & RD. And if the contractor shall assign or sublet his contract, or attempt to do so or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either directly or indirectly be given, promised or offered by the contractor, or any of his servants or agent to any public officer or persons in the employ of ESIC in any way relating to his office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the AC & RD,ESIC on behalf of the corporation Member of ESIC shall have power to adopt any of the courses specified in Clause 3 hereof as he may deem best suited to the interest of the ESIC and in the event of any of these courses being adopted the consequences specified in the said Clause 3 shall ensure.

CLAUSE 22:

All sums payable by way of compensation under any of these conditions shall be considered

as reasonable compensation to be applied to the use of the ESIC without reference to the

actual loss or damage sustained, and whether or not any damage shall have been sustained.

CLAUSE 23: Changes in firm’s constitution to be intimated

Where the Contractor is a partnership firm, the previous approval in writing, of the AC & RD shall be obtained before any change is made in the constitution of the firm. Where the Contractor is an individual or a Hindu undivided family business concern, such approval as aforesaid, shall likewise, be obtained before the Contractors enters into any partnership agreement where under the partnership firm would have the right to carry out the work hereby undertaken by the Contractor. If previous approval, aforesaid, is not obtained,

the contract shall be deemed to have been assigned in contravention of Clause 21 hereof and the same action may be taken and the same consequences shall ensue as provided in the said Clause 21.

Page 57: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

57

CLAUSE 24: Directions for execution of works.

All works to be executed under the contract shall be executed under the direction and subject to the approval of the AC & RD of the ESIC who shall be entitled to direct at what point or points and in what manner they are to be commenced, and from time to time carried on.

CLAUSE 25: Settlement of Disputes & Arbitration

Except where otherwise provided in the contract all questions and all disputes relating to the meaning of the specification, design, drawings and instructions here - in before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be referred for adjudication through arbitration by a sole arbitrator appointed by the AC & RD of ESIC or if there be no AC & RD of the ESIC, the administrative head of the said Organization. If the arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason whatsoever another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from the stage at which it was left by his predecessor.

It is a term of this contract that the party invoking Arbitration shall give a list of disputes with

amounts claimed in respect of each such dispute along with the notice for appointment of

arbitrator and giving reference to the rejection by the AC & RD of the ESIC of the appeal.

It is also a term of this contract that no person other than a person appointed by such AC & RD of the ESIC or the administrative head as aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

It is also a term of this contract that if the contractor does not make any demand for appointment of arbitrator in respect of any claims in writing as aforesaid within 120 days of receiving the intimation from the Engineer-in-Charge that the final bill is ready for payment, the claim of the contractor shall be deemed to have been waived and absolutely barred and the ESIC shall be discharged and released of all liabilities under the contract in respect of these claims.

The arbitration shall be conducted in accordance with the provisions of the Arbitration and conciliation Act. 1996, (26 of 1996) or any statutory modifications or re-enactment thereof and the rules made thereunder and for the time being in force shall apply to the arbitration proceeding under this clause.

It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and, in all cases, where the total amount of the claims by any party exceeds Rs.1,00,000/- the arbitrator shall give reasons for the award.

It is also a term of the contract that if any fees are payable to the arbitrator these shall be paid

equally by both the parties.

It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the Arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.

Page 58: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

58

CLAUSE 26

Contractor to Indemnify ESIC against patent Rights

The Contractor shall fully indemnify and keep indemnified the Board of Governors of the ESIC against any action, claim or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights and shall pay any royalties which may be payable in respect of any article or part of thereof included in the Contract. In the event of any claims made under or action brought against ESIC in respect of any such matter as aforesaid the Contractor shall be immediately notified thereof and the Contractor shall be at liberty at his own expense, to settle any dispute or to conduct any litigation that may arise there from. Provided that the Contractor shall not be liable to indemnify the Board of Governors of the ESIC if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by the Engineer in Charge in this behalf.

CLAUSE 27: Lump sum Provision in Tender

When the estimate on which a tender is made includes lump sum in respect of parts of the work, the Contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates, as are payable under this contract for such items, or if the part of the work in question is not in the opinion of the Engineer-in-Charge payable of measurement, the Engineer-in-Charge may at his discretion pay the lump sum amount entered in the estimate, and the certificate in writing of the Engineer-in-Charge shall be final and conclusive against the Contractor with regard to any sum payable to him under the provisions of the clause.

CLAUSE 28: Action Where no specifications are Specified.

In case of any class of work for which there is no such specifications as referred to in Clause 11, such work shall be carried out in accordance with the Bureau of Indian Standard Specifications. In case there is no such specifications in Bureau of Indian Standards, the work shall be carried out as per manufacturer’s specifications, if not available then as per District Specifications. In case there are no such specifications as required above, the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer- in-Charge.

CLAUSE 29: With-holding and lien in respect of Sums due from Contractor

(i) Whenever any claim, for payment of a sum of money arises out of or under the contract or against the contractor, the ESIC shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any deposited by the contractor and for the purpose aforesaid, the ESIC shall be entitled to withhold the security deposit, if any furnished as the case may be and also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the Contractor, the ESIC shall be entitled to withhold and have lien to retain to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which may at any time thereafter become payable to the contractor under the same contract or any other contract with the AC & RD pending finalization of adjudication of any such claim.

It is an agreed term of the contract that the sum of money or moneys so withheld or retained

under the lien referred to above by the ESIC will be kept withheld or retained as such by the ESIC till the claim arising out of or under the contract is determined by the arbitrator (if the contract is governed by the arbitration clause) by the competent court, as the case may be and

Page 59: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

59

that the contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the contractor. For the purpose of this clause where the contractor is a partnership firm or a limited company, the ESIC shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/ limited company as the case may be, whether in his individual capacity or otherwise.

(ii) ESIC shall have the right to cause an audit and technical examination of the works and the final bills of the contractor including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed to have been done by him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of over-payment and it shall be lawful for ESIC to recover the same from him in the manner prescribed in sub-clause (i) of this clause or in any other manner legally permissible and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by ESIC to the contractor, without any interest thereon whatsoever.

Provided that the ESIC shall not be entitled to recover any sum overpaid, nor the contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between the ESIC on the one hand and the contractor on the other under any term of the contract permitting payment for work after assessment by the Engineer-in-Charge.

CLAUSE 30: Lien in respect of claims in other Contracts

Any sum of money due and payable to the Contractor (including security deposit returnable to him) under this contract may be withheld or retained by way of lien by the ESIC or any other contracting person or persons through Engineer-in-Charge against any claim of the ESIC or such other person or persons in respect of payment of a sum of money arising out of or under any other Contract made by the Contractor with the ESIC or with such other person or persons.

It is an agreed term of the contract that the sum of money so withheld or retained under this clause by the ESIC will be kept withheld or retained as such by the ESIC or till his claim arising out of the same contract or any other contract is either mutually settled or determined by the arbitration clause or by the competent court, as the case may be and that the contractor shall

have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the contractor.

CLAUSE 31: Water supply

Water supply shall be made available by Dept. at one point. This will be subject to the condition that the water used by the contractor(s) shall be fit for construction purposes. CLAUSE 32: Alternate water arrangement The contractor shall be allowed to construct temporary wells in ESIC land for taking water for construction purposes only after he has got permission of the Engineer-in-Charge in writing. No charges shall be recovered from the contractor on this account, but the contractor shall be required to provide necessary safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service lines. He shall be responsible for any accidents or damage caused due to construction and subsequent maintenance of the wells and shall restore the ground to its original condition after the wells are dismantled on completion of the work.

CLAUSE 33: Return of Surplus materials

Notwithstanding anything contained to the contrary in this contract, where any materials for the execution of the contract are procured with the assistance of ESIC either by issue from ESIC stocks or purchase made under orders or permits or licenses issued by ESIC the contractor

Page 60: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

60

shall hold the said materials economically and solely for the purpose of the contract and not dispose of them without the written permission of the ESIC and return, if required by the Engineer-in-Charge, all surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination for any reason whatsoever on being paid or credited such price as the Engineer-in-Charge shall determine having due regard to the condition of the materials. The price allowed to the contractor however shall not exceed the amount charged to him excluding the element of storage charges. The decision of the Engineer- in-Charge shall be final and conclusive. In the event of breach of the aforesaid condition the contractor shall in addition to throwing himself open to action for contravention of the terms of the license or permit and / or for criminal breach of trust, be liable to ESIC for all moneys, advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach.

CLAUSE 34: Plant & Machinery:

The contractor shall arrange at his own expense all tools, plant, machinery and

equipment.

CLAUSE 35: deleted

CLAUSE 36: Deleted

CLAUSE 37: Levy/Taxes payable by Contractor.

i) GST, Building and other Construction Workers cess or any other tax levy or cess

in respect of input or output by this contract shall be payable by the Contractor

and ESIC shall not entertain any claim whatsoever in this respect.

ii) The contractor shall deposit royalty and obtain necessary permit for supply of the

red bajri, stone, kankar, etc. from local authorities.

iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the ESIC to the State Government, Local authorities in respect of any material used by the contractor in the works then in such a case, it shall be lawful to the ESIC and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the contractor.

CLAUSE 38 : Deleted

CLAUSE 39: Termination of Contract on death of contractor

Without prejudice to any of the rights or remedies under this contract if the contractor dies, the

COMPETANT AUTHORITY General on behalf of the corporation Member of the ESIC shall have the option of terminating the contract without compensation to the contractor.

CLAUSE 40: Deleted

NOTE: By the term “near relatives” is meant wife, husband, parents and grandparents, children and grandchildren, brothers and sisters, uncles, aunts and cousins and their corresponding in- laws.

CLAUSE 41: Deleted

CLAUSE 42: Deleted

CLAUSE 43: Compensation during warlike situations

The work (whether fully constructed or not) and all materials, machines, tools and plants, scaffolding, temporary buildings and other things connected therewith shall be at the risk of the

Page 61: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

61

contractor until the work has been delivered to the Engineer-in-Charge and a certificate from him to that effect obtained. In the event of the work or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequence of hostilities or warlike operation, the contractor shall when ordered (in writing) by the Engineer-in-Charge to remove any debris from the site, collect and properly stack or remove in store all serviceable materials salvaged from the damaged work and shall be paid at the contract rates in accordance with the provision of this agreement for the work of clearing the site of debris, stacking or removal of serviceable material and for reconstruction of all works ordered by the Engineer-in- Charge, such payments being in addition to compensation up to the value of the work originally executed before being damaged or destroyed and not paid for. In case of works damaged or destroyed but not already measured and paid for, the compensation shall be assessed by Engineer-in-Charge. The contractor shall be paid for the damages/ destruction suffered and for the restoring the material at the rate based on analysis of rates tendered for in accordance with the provision of the contract. The certificate of the Engineer-in-Charge regarding the quality and quantity of materials and the purpose for which they were collected shall be final and binding on all parties to this contract.

Provided always that no compensation shall be payable for any loss in consequence of hostilities or warlike operations(a) unless the contractor had taken all such precautions against air raid as are deemed necessary by the A.R.P. Officers or the Engineer-in-Charge.

(b) for any material etc. not on the site of the work or for any tools, plant, machinery scaffolding, temporary building and other things not intended for the work.

In the event of the contractor having to carry out reconstruction as aforesaid, he shall be allowed

such extension of time for its completion as is considered reasonable by the AC & RD.

CLAUSE 44: Deleted

CLAUSE 45: Release of Security deposit after labour clearance.

Security Deposit of the work shall not be refunded till the contractor produces a clearance certificate from the Labour Officer. As soon as the work is virtually complete the contractor shall apply for the clearance certificate to the Labour Officer under intimation to the ESIC. The ESIC, on receipt of the said communication, shall write to the Labour Officer to intimate if any complaint is pending against the contractor in respect of the work. If no complaint is pending, or recorded till after 3 months after completion of the work and/ or no communication is received from the Labour Officer to this effect till six months after the date of completion, it will be deemed to have received the clearance certificate and the Security Deposit will be released if otherwise due.

Page 62: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

62

Technical Terms & Conditions

Specifications to be followed for execution of work: Latest CPWD Specifications with corrections of slips up-to-

date of dropping of tender.

The work shall be executed and measured as per metric dimensions given in the Schedule of quantities, drawings etc.

(F.P.S. units wherever indicated are for guidance only).

The following modifications to the above specifications and some additional specifications shall however apply:

i) All stone aggregates shall be of hard stone variety to be obtained from quarries as approved by Engineer-in-

charge.

ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality.

Sand shall be obtained from quarries as approved by Engineer-in-charge and screened as required. The same shall consist

of hard siliceous material. It shall be clean sand.

iii) Common burnt clay FPS (non-modular) brick of 7.5 -class designation shall be used. (F.P.S. units) . Brick shall

be obtained from kiln as approved by Engineer-in-charge.

The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place.

The contractor is responsible for the safe custody of the materials issued to him even if the materials are under double lock

system.

No materials will be supplied by the Department.

Unless otherwise provided in the Schedule of quantities vide page 68 to 95 the rates tendered by the contractor shall be all

inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on

this account.

The contractor shall leave such necessary holes, openings etc. for laying, burying in the work pipes, cables, conduits,

clamps, boxes and hooks for fan clamps, etc. as may be required for other agencies conduits for Electrical wiring/cables

will be laid in a way that they leave enough space for concreting and do not adversely affect the structural members.

Nothing extra over the agreement rates shall be paid for the same.

Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been built

in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account.

The contractor shall procure 43 grade Portland Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)], as required in

the work, from reputed manufacturers of cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee

Cement, Century Cement & J. K. Cement.

Page 63: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

63

SCOPE OF WORK

Details of Premises/buildings :

Serial

No.

Name and Address of Building Nature of Facility

1 Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block, Salt Lake West Bengal for the year 2020-21.

Staff Qtrs

Scope of Works/Services:

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

1. Attending blockage of drain pipes, gully traps, septic tank and manholes.

2. Attending the leakage from taps and valves, all kind of water pipelines, sanitary

fixtures, fixtures for water supply etc. & pre monsoon work.

3. Cleaning of shafts and keeping the same functional & cutting of bushes/ grass

cutting works etc 4. Attending rectification of malfunctioning fittings on doors and windows

5. Occasional replacement of broken glass panes of doors and windows

6. Attending rectification /repair to plaster / floors/Concrete/ brick

work/Tiling/Ceiling/road work /water proofing/RCC repair etc including in patch work

also.

7. Occasional replacement of water supply fitting/sanitary fixtures.

8. Periodical cleaning of over-head tanks, underground tanks etc.

9. Changing of fly proof mesh in doors, windows and ventilators

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

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

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

Engineer at site.

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

necessary safety gadgets etc to each and every deployed staff.

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

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

15. 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. 16. The agency should ensure all safety precautions for its labourers.

17. 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.

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

than mentioned above falling under the domain of Civil Works.

Page 64: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

64

Particular Conditions of Contract 1. 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.

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

Page 65: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

65

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 66: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

66

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 30/31 days

for staff quarter and for other site 27 days/26 days as per available working

days in respective month. (including contribution towards PF & ESIC 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

Page 67: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

67

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.

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.

Page 68: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

68

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) The deployed workmen will never be considered for call attending to any civil/electrical maintenance works of branch offices. c)The agency must be solvent enough to carry out the day to day maintenance works and pay wages to the operational staffs / labourers uninterruptedly. d) 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. e) Identity Card and uniform should be issued to the employee by the agency.

Page 69: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

69

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 70: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

70

COMPLAINT REGISTER

S. No. Date/

Time

Complaint Nature of

complaint

Complaint

attended

Date/ Time

Remarks Signature

Page 71: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

71

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 72: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

72

LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)

Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and finishes approved by the Engineer-in-Charge are listed below. However, approved equivalent material and finishes of any other specialized firms may be used, in case it is established that the brands specified below are not available in the market but only after approval of the alternate brand by the Engineer-in-Charge. (See also condition of contract).

Sl. No. Materials Approved make

1 CEMENT ACC, ULTRATECH, VIKRAM, LAFARGE, AMBUJA, JAYPEE CEMENT, J.K. CEMENT, KONARK., BIRLA

2 WHITE CEMENT J.K. WHITE, BIRLA WHITE

3 REINFORCEMENT STEEL RINL, SAIL, TATA STEEL LTD, JSW Steel Ltd, Jindal Steel & Power Ltd., Shyam Steel Industries Limited.

4 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL, Jindal Steel & Power Ltd., JSW Steel Ltd.

5 POLY-SULPHIDE SEALENT, PIDILITE, FOSROC, SIKA.

6 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-PROOF.

7 ADMIXTURE FOSROC, SIKA, BASF.

8 WATER PROOFING COMPOUND TAPECRETE, CICO, FOSROC, PIDILITE

9 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM.

10 LOCKS/LATCH GODREJ, HARRISON, PLAZA, GOLDEN, YALE.

11 LAMINATES FORMICA, DECOLAM, MERINO.

12 WIRE MESH (MS/SS) STERLING ENTERPRISES, TRIMURTY WELDED MESH, GKD, WMW.

13 PRELAMINATED PARTICLE BOARD NOVOPAN, KITLAM, ARCHID PLY

14 ADHESIVE PIDILITE, DUNLOP, CICO.

15 EPOXY MORTAR FOSROC, SIKA. CICO.

16 DASH FASTNERS HILTI, FISCHER, BOSCH.

17 FLUSH DOOR SHUTTERS (DECORATIVE/ NON DECORATIVE).

Evergreen Industries, Himalaya Industries, Jain Wood Industries, Maheswari Wood Pvt.Ltd, National Ply woods, Swastik Ply board Limited)

18 PVC DOOR FRAME POLYLINE, DUROPLAST, POLLYWOOD, RAJSHRI.

19 FRP DOOR SHUTTERS & FRAME POLYLINE, DUROPLAST, CACTUS, SHIV SHAKTI FIBER UDHYOG.

20 BOARD & PLYWOOD DURO, KITPLY, CENTURY, GREEN PLY, ARCHID.

21 HYDRAULIC DOOR CLOSER/ FLOOR SPRING

HARDWYN, GODREJ, DORMA

22 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS PVT.LTD, JINDAL STAINLESS STEEL LTD., ICICH INDUSTRIES, ESSAL.

23 FIRE CHECK DOOR ROMAT, KUTTY DOOR.

24 SMOKE SEAL STRIP IMPORTED PROMAT/ASTRO FLAME.

Page 73: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

73

25 DOOR CLOSER LOCK INGERSOLL RAND/DORMA.

26 PANIC EXIT DEVICE INGERSOLL RAND/MONARCH.

27 DOOR COORDINATOR UL LISTED /MONARCH.

28 ANODISED ALUMINIUM HARDWARE (HEAVY DUTY)

HARDIMA, EVERITE, SIGMA (ISI MARKED).

29 CLEAR/ FLOAT/ TOUGHENED GLASS MODI FLOAT & SAINT GOBAIN, ASAHI.

30 FIRE RATED GLASS ST.GOBIAN, PILKINGTON, SCHOTT, FIRELITE.

31 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO, ALOM EXTRUSIONS

32 FRICTION STAY HINGES EARL-BIHARI, ETTA, PUJA

33 NUTS, BOLTS AND SCREWS, STEEL KUNDAN, PRIYA, ATUL,PUJA

34 EPDM GASKET HANU/ANAND.

35 STRUCTURAL SILICON DOW CORNING/WACKER, GE

36 WEATHER SILICON DOW CORNING/WACKER, MCCOY, SOUDAL

37 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO, ORIENT BELL, RAK, OASIS

38 CEMENT CONCRETE TILES/ HARDONITE TILES

NITCO, NTC, HINDUSTAN, PODDAR, LAKSMI

39 VITRIFIED TILES/DIGITAL TILES RAK, KAJARIA, JOHNSON (MARBONITE) NITCO, SOMANY., ORIENT BELL, OASIS

40 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY (DURA STONE), REGENCY- (TILES), ORIENT BELL, RAK, OASIS

41 TACTILE TILE JOHNSON, ENVISON, SUNHEART

42 CLAY TILES ON ROOF KENJAI , JOHNSON .

43 TILE ADHESIVE CICO, PIDILITE, FERROUS, ARDEXENDURE (GOLDSTAR)

44 CC PAVERS NITCO-(ROCKARD), BHARAT-(NILSAN) REGENCY, ULTRA, EURCON, LAKSHMI

45 GRASS PAVER UNISTONE, ULTRA, OVILITE, VICTORIA, LAKSHMI.

46 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN, ICI DULUX.

47 ACRYLIC EMULSION PAINT ASIAN, NEROLAC, ICI DULUX.

48 TEXTURED PAINT WEATHER COAT TEXTURED (BERGER),

APEX TEX (ASIAN), SANDTEX MAT (SNOWCEM)

49 SILICON BASED WATER REPELLENT COAT

FERROUS CRETE (FERRO 201), ARDEX ENDURA (HEAVY DUTY IM [REGNALING & STONE SEALER], PIDILITE (ROOF STONE GUARD WD)

50 ACRYLIC EMULSION ROYAL (ASIAN), VELVET TOUCH (ICI DULUX)

51 CEMENT PRIMER DECOPRIME (ASIAN), WHITE PRIMER (ICI DULUX), BERGER

52 FIRE RETARDENT PAINT/ PRIMER VIPERFRS 880, FRS88, NULLIFIRE.

53 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE, JAQUAR, CERA

54 FIRECLAY SINK & DRAIN BOARDS PARRY, SUNFIRE, HINDWARE

55 STAINLESS STEEL SINKS NILKANTH, NIRALI, JAYNA

Page 74: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

74

56 LA( CI) PIPES RIF, NECO, ELECTRO STEEL, KESORAM

57 G.I.PIPES TATA, JINDAL.

58 G.I.FITTINGS (MALLEABLE CAST IRON) UNIK, ICS, ZOLOTO.

59 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY, ANANT, SFMC, BURN.

60 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD, JAIN & CO, BALAJI.

61 MS PIPES KESORAM, ELECTRO STEEL, SAIL, TISCO, JINDAL.

62 UPVC PIPE SUPREME, PRINCE, FINOLEX, SFMC.

63 GUNMETAL VALVES LEADER, SANT, ZOLOTO.

64 C.I.DOUBLE FLANGED SLUICE VALVES. KIRLOSKAR, IVC, BURN, SONDHI, KEJRIWAL

65 BALL VALVES ZOLOTO, IBP, ARCO.

66 SPIDER FITTINGS DORMA, SEVAX.

67 MINERAL FIBRE FALSE CEILING ARMSTRONG OR EQUIVALENT AS PER RELEVANT IS CODE.

68 FIRE RATED DOOR CLOSER DORMA, MARSHALL, INGERSOLLRAND, D- LINE.

69 C.P.BRASS FITTINGS JAQUAR, MARC, PARRYWARE, HINDWARE

70 PPR PIPES & FITTINGS SFMC, SAFE, SUPREME ASTRAL.

71 POLYSTER POWDER COATING SHADES NEROLAC, BERGER, J&N.

72 HARDNERS IRONITE, FERROK, HARDOMATE, FOSROC

73 PVC WATER TANK SINTEX, SPL, SFMC.

74 CALCIUM SILICATE BOARD FOR FRD SHUTTERS

PROMATECT-H, HILUX, STARPAN.

75 WOOD/STEEL FIRE RATED DOOR SHUTTER

SUKRI, SHAKTI MET, GODREJ, PROMAT, KUTTI

76 INTUMESCENT STRIP FOR FRD SHUTTERS

INTUMEX, ASTOFLAME, LORIANT, RAVEN

77 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND MINERAL FIBRE TILES

ARMSTRONG, USG, DAIKEN, AURA (ASIPL)

78 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND CALCIUM SILICATE BOARD/TILE

ST.GOBAIN GYPROC, BORAL, HILUX, AEROLITE.

79 FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND ROCKWOOL/GLASSWOOL ACOUSTICAL TILES

ARMSTRONG, USG, ECOPHONE, DECOSONIC, DAIKEN

80 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND METALLIC TILES

ARMSTRONG, HUNTER DOUGLAS, AURA (ASIPL), DAIKEN.

81 ACCOUSTIC TILES FOR HIGH FREQUENCY ABSORPTION

ARMSTRONG, USG, DAIKEN, DECOSONIC

82 GRG TILE FOR FALSE CEILING DECOSONIC, SAINTGOBAIN, ARMSTRONG, CKM

83 FIBRE GLASS ACOUSTICAL WALL PANELLING

DECOSONIC, ARMSTRONG, ECOPHONE (SAINTGOBIN), AEROCIL, ANUTONE

84 FIRE RATED SS BALL BEARING HINGES DORMA, MARSHALL, INGERSOLL RAND, D-LINE

Page 75: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

75

85 FIRE RATED PANIC BAR/ PANIC TRIM DORMA, MARSHALL, INGERSOLL RAND, D-LINE

86 CLAMP SYSTEM FOR DRY STONE CLADDING

HILTI, FISCHER, BOSCH

87 STONE ADHESIVE FERROUS CRETE (FERRO-113), ARDEX

ENDURA (DIAMOND STAR), PIDILITE (ROOF STONE ADHESIVE)

88 GYPSUM PLASTER FERROUS CRETE (FERRO- 500), GYPROC SAINT GOBAIN (ELITE-90), BORAL (BORAL GYPSUM)

89 WALL PUTTY J.K.WHITE, BIRLA WHITE,

Page 76: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

76

TENDER DOCUMENT

PART – II Price Bid

Bill of Quantities

(BOQ)

NAME OF WORK:

“Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block,

Salt Lake West Bengal for the year 2020-2021.”

ESIC RO, West Bengal & Sikkim

Page 77: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

77

SCHEDULE OF QUANTITY

“Annual Repair & Maintenance of Civil Work at ESIC Staff Qtrs AF block,

Salt Lake West Bengal for the year 2020-2021.”

(A) BOQ items based on DSR/PWD DAY TO DAY WORK (PART -”A”)

SI.No. Description of Item Quantity Unit Rate (Rs) Amount(Rs) DSR-18 Code

1 Earth work in surface excavation not

exceeding 30 cm in depth but exceeding 1.5

m in width as well as 10 sqm on plan

including getting out and disposal of

excavated earth upto 50 m and lift up to

1.5 m, as directed by Engineer-in-Charge:

(i) All kinds of soil 5.00 Sqm. 92.55 463.00 2.1.1

2 Filling available excavated earth

(excluding rock) in trenches, plinth, sides

of foundations etc. in layers not exceeding

20cm in depth, consolidating each deposited

layer by ramming and watering, lead up to

50 m and lift up to 1.5 m.

5.00 Cum 219.65 1098.00 2.25

3 Surface dressing of the ground including

removing vegetation and inequalities not

exceeding 15 cm deep and disposal of

rubbish, lead up to 50 m and lift upto1.5

m.

a) All kinds of soil. 100.00 Sqm 24.35 2435.00 2.28.1

4 Supplying and filling in plinth with sand

under floors, including watering, ramming,

consolidating and dressing complete.

5.00 Cum 1953.05 9765.00 2.27

5 Clearing jungle including uprooting of rank

vegetation, grass, brush wood, trees and

saplings of girth up to 30 cm measured at a

height of 1 m above ground level and

removal of rubbish up to a distance of 50m

outside the periphery of the area cleared.

100.00 Sqm 12.55 1255.00 2.31

6 Clearing grass and removal of the rubbish

up to a distance of 50 m outside the

periphery of the area cleared.

500.00 Sqm 6.40 3200.00 2.32

7 Providing and laying in position cement

concrete of specified grade excluding the

cost of centering and shuttering - All work

up to plinth level :

a) 1:1½:3 (1 Cement: 1½ coarse sand(zone-III)

: 3 graded stone aggregate 20 mm nominal

size).

2.00 Cum 7210.55 14421.00 4.1.2

b) 1:2:4 (1 cement : 2 coarse sand(zone-III) :

4 graded stone aggregate 20 mm nominal

size)

2.00 Cum 6788.60 13577.00 4.1.3

c) 1:2:4 (1 Cement : 2 coarse sand(zone-III) :

4 graded stone aggregate 40 mm nominal

size).

1.00 Cum 6680.20 6680.00 4.1.4

d) 1:3:6 (1 Cement : 3 coarse sand(zone-III) :

6 graded stone aggregate 20 mm nominal

size).

2.00 Cum 6259.10 12518.00 4.1.5

e) 1:3:6 (1 Cement : 3 coarse sand(zone-III) :

6 graded stone aggregate 40 mm nominal

size).

1.00 Cum 6126.25 6126.00 4.1.6

8 Providing and laying in position specified

grade of reinforced cement concrete,

excluding the cost of centering,

shuttering, finishing and reinforcement -

All work up to plinth level :

Page 78: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

78

a) 1:1.5:3 (1 cement : 1.5 coarse sand (zone-

III) : 3 graded stone aggregate 20 mm

nominal size).

1.00 Cum 7718.25 7718.00 5.1.2

b) 1:2:4 (1 cement : 2 coarse sand : 4 graded

stone aggregate 20 mm nominal size)

1.00 Cum 7296.35 7296.00 5.1.3

9 Centering and shuttering including

strutting, propping etc. and removal of

form for :

a) Foundations, footings, bases of columns,

etc. for mass concrete.

2.00 Sqm 284.85 570.00 5.9.1

b) Suspended floors, roofs, landings,

balconies and access platform.

10.00 Sqm 693.05 6931.00 5.9.3

c) Shelves (Cast in situ). 5.00 Sqm 693.05 3465.00 5.9.4

d) Lintels, beams, plinth beams, girders,

bressumers and

Cantilevers

5.00 Sqm 552.05 2760.00 5.9.5

e) Columns, Pillars, Piers, Abutments, Posts

and Struts

5.00 Sqm 733.70 3669.00 5.9.6

f) Stairs, (excluding landings) except spiral-

staircases

5.00 Sqm 622.35 3112.00 5.9.7

10 Steel reinforcement for R.C.C. work

including straightening, cutting, bending,

placing in position and binding all

complete up to plinth level.

a) Thermo-Mechanically Treated bars of grade

Fe-500 D or more.

50.00 Kg 83.50 4175.00 5.22.6

11 Steel reinforcement for R.C.C. work

including straightening, cutting, bending,

placing in position and binding all

complete above plinth level.

a) Thermo-Mechanically Treated bars of grade

Fe-500 D or more.

100.00 Kg 83.50 8350.00 5.22A.6

12 Brick work with common burnt clay F.P.S.

(non modular) bricks of class designation

7.5 in foundation and plinth in:

a) Cement mortar 1:4 (1 cement : 4 coarse

sand)

1.00 Cum 6376.25 6376.00 6.1.1

b) Cement mortar 1:6 (1 cement : 6 coarse

sand)

1.00 Cum 6157.45 6157.00 6.1.2

13 Brick work with common burnt clay F.P.S.

(non modular) bricks of class designation

7.5 in superstructure above plinth level up

to floor V level in all shapes and sizes in

:

a) Cement mortar 1:4 (1 cement : 4 coarse

sand)

2.00 Cum 7809.25 15619.00 6.4.1

b) Cement mortar 1:6 (1 cement : 6 coarse

sand)

4.00 Cum 7590.45 30362.00 6.4.2

14 Half brick masonry with common burnt clay

F.P.S. (non modular) bricks of class

designation 7.5 in superstructure above

plinth level up to floor V level.

a) Cement mortar 1:3 (1 cement :3 coarse sand) 2.00 Sqm 956.60 1913.00 6.13.1

b) Cement mortar 1:4 (1 cement :4 coarse sand) 3.00 Sqm 932.10 2796.00 6.13.2

15 Providing wood work in frames of doors,

windows, clerestory windows and other

frames, wrought framed and fixed in

position with hold fast lugs or with dash

fasteners of required dia. & length (hold

fast lugs or dash fastener shall be paid

for separately).

a) Kiln seasoned and chemically treated

hollock wood.

2.00 Cum 71746.40 143493.00 9.1.3

Page 79: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

79

16 Providing and fixing panelling or panelling

and glazing in panelled or panelled and

glazed shutters for doors, windows and

clerestory windows (Area of opening for

panel inserts excluding portion inside

grooves or rebates to be measured).

Panelling for panelled or panelled and

glazed shutters 25 mm to 40 mm thick:

a) Kiln seasoned and chemically treated

hollock wood.

2.00 Sqm 1949.65 3899.00 9.7.2

17 Providing and fixing ISI marked flush door

shutters conforming to IS :

2202 (Part I) non-decorative type, core of

block board construction with

frame of 1st class hard wood and well

matched commercial 3 ply

veneering with vertical grains or cross

bands and face veneers on both

faces of shutters:

a) 35 mm thick including ISI marked Stainless

Steel butt hinges

with necessary screws

20.00 Sqm 1886.70 37734.00 9.21.1

b) 30 mm thick including ISI marked Stainless

Steel butt hinges

with necessary screws

6.00 Sqm 1819.80 10919.00 9.21.2

c) 25 mm thick including ISI marked Stainless

Steel butt hinges

with necessary screws

6.00 Sqm 1782.35 10694.00 9.21.3

18 Providing and fixing nickel plated M.S.

pipe curtain rods with nickel plated

brackets :

a) 20 mm dia (heavy type) 10.00 meter 155.65 1557.00 9.47.1

b) 25 mm dia (heavy type) 20.00 meter 162.35 3247.00 9.47.2

19 Providing and fixing M.S. grills of

required pattern in frames of windows etc.

with M.S. flats, square or round bars etc.

including priming coat with approved steel

primer all complete.

a) Fixed to steel windows by welding. 50.00 Kg 165.30 8265.00 9.48.1

b) Fixed to openings /wooden frames with rawl

plugs screws etc.

20.00 Kg 183.50 3670.00 9.48.2

20 Providing and fixing ISI marked, IS : 1341,

M.S. heavy weight butt hinges with

necessary screws etc. complete :

a) 125x90x4.00 mm 30.00 No. 56.30 1689.00 9.56.1

b) 100x75x3.50 mm 50.00 No. 48.00 2400.00 9.56.2

c) 75x60x3.10 mm 30.00 No. 36.25 1088.00 9.56.3

21 Providing and fixing ISI marked oxidised

M.S. pressed butt hinges with necessary

screws etc. complete.

a) 125x65x2.12 mm 30.00 No. 45.95 1379.00 9.57.1

b) 100x58x1.90 mm 50.00 No. 38.20 1910.00 9.57.2

c) 75x47x1.70 mm 50.00 No. 32.30 1615.00 9.57.3

22 Providing and fixing ISI marked oxidised

M.S. tower bolt black finish, (Barrel type)

with necessary screws etc. complete :

a) 250x10 mm 30.00 No. 74.15 2225.00 9.63.1

b) 200x10 mm 30.00 No. 60.55 1817.00 9.63.2

c) 150x10 mm 30.00 No. 52.55 1577.00 9.63.3

d) 100x10 mm 30.00 No. 38.70 1161.00 9.63.4

Page 80: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

80

23 Providing and fixing ISI marked oxidised

M.S. handles conforming to IS:4992 with

necessary screws etc. complete :

a) 125 mm 30.00 No. 34.85 1046.00 9.66.1

b) 100 mm 30.00 No. 27.95 839.00 9.66.2

c) 75 mm 10.00 No. 23.90 239.00 9.66.3

24 Providing and fixing oxidised M.S. casement

stays (straight peg type) with necessary

screws etc. complete.

a) 300 mm weighing not less than 200 gms. 20.00 No. 58.80 1176.00 9.68.1

b) 250 mm weighing not less than 150 gms. 20.00 No. 51.40 1028.00 9.68.2

c) 200 mm weighing not less than 120 gms. 20.00 No. 44.70 894.00 9.68.3

25 Providing and fixing aluminium tower bolts

ISI marked anodised (anodic coating not

less than grade AC 10 as per IS : 1868 )

transparent or dyed to required colour or

shade with necessary screws etc. complete :

a) 300x10 mm 15.00 No. 116.80 1752.00 9.97.1

b) 250x10 mm 15.00 No. 103.55 1553.00 9.97.2

c) 200x10 mm 10.00 No. 90.00 900.00 9.97.3

d) 150x10 mm 30.00 No. 75.00 2250.00 9.97.4

26 Providing and fixing aluminium tee channels

(heavy duty) with rollers, stop end in

pelmets as curtain rod.

7.00 metre 139.35 975.00 9.104

29 Steel work in built up tubular (round,

square or rectangular hollow tubes

etc.) trusses etc., including cutting,

hoisting, fixing in position and

applying a priming coat of approved steel

primer, including welding and

bolted with special shaped washers etc.

complete.

a) Hot finished welded type tubes 20.00 Kg 143.45 2869.00 10.16.1

30 Welding by gas or electric plant including

transportation of plant at site etc.

complete.

300.00 cm. 3.35 1005.00 10.22

31 Cement concrete flooring 1:2:4 (1 cement :

2 coarse sand : 4 graded stone aggregate)

finished with a floating coat of neat

cement, including cement slurry, but

excluding the cost of nosing of steps etc.

complete.

a) 40 mm thick with 20 mm nominal size stone

aggregate

5.00 Sqm 498.35 2492.00 11.3.1

32 Marble stone flooring with 18 mm thick

marble stone, as per sample of

marble approved by Engineer-in-charge, over

20 mm (average) thick base of cement mortar

1:4 (1 cement : 4 coarse sand) laid and

jointed with grey cement slurry, including

rubbing and polishing complete with :Agaria

White.

5.00 Sqm 2730.05 13650.00 11.23.3

Page 81: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

81

33 Kota stone slab flooring over 20 mm

(average) thick base laid over and

jointed with grey cement slurry mixed with

pigment to match the shade of the slab,

including rubbing and polishing complete

with base of cemen mortar 1 : 4 (1 cement :

4 coarse sand) :25 mm thick.

5.00 Sqm 1531.85 7659.00 11.26

34 Providing and laying Ceramic glazed floor

tiles of size 300x300 mm

(thickness to be specified by the

manufacturer) of 1st quality conforming to

IS : 15622 of approved make in colours such

as White, Ivory, Grey, Fume Red Brown, laid

on 20 mm thick cement mortar 1:4 (1 Cement

: 4 Coarse sand), Jointing with grey cement

slurry @ 3.3 kg/sqm including pointing the

joints with white cement and matching

pigment etc.,

complete.

10.00 Sqm 926.90 9269.00 11.37

35 Providing and laying vitrified floor tiles

in different sizes (thickness to be

specified by the manufacturer) with water

absorption less than 0.08%

and conforming to IS: 15622, of approved

make, in all colours and shades, laid on

20mm thick cement mortar 1:4 (1 cement : 4

coarse sand), jointing with grey cement

slurry @ 3.3 kg/ sqm including grouting the

joints with white cement and matching

pigments etc., complete.Size of Tile

600x600 mm.

10.00 Sqm 1500.55 15006.00 11.41

36 Painting top of roofs with bitumen of

approved quality @ 17 kg per 10 sqm

impregnated with a coat of coarse sand at

60 cudm per 10 sqm including cleaning the

slab surface with brushes and finally with

a piece of cloth lightly soaked in kerosene

oil complete :

a) With residual type petroleum bitumen of

grade VG - 10

10.00 sqm 126.00 1260.00 12.15.1

37 Providing and fixing on wall face

unplasticised Rigid PVC rain water pipes

conforming to IS : 13592 Type A, including

jointing with seal ring conforming to IS :

5382, leaving 10 mm gap for thermal

expansion,

(i)Single socketed pipes.

a) 75 mm diameter 10.00 metre 201.10 2011.00 12.41.1

b) 110 mm diameter 20.00 metre 305.05 6101.00 12.41.2

38 Providing and fixing on wall face

unplasticised - PVC moulded fittings/

accessories for unplasticised Rigid PVC

rain water pipes conforming to IS : 13592

Type A including jointing with seal ring

conforming to IS :5382 leaving 10 mm gap

for thermal expansion.

a) Coupler

I) 75mm 10.00 No. 77.85 779.00 12.42.1.1

ii) 110mm 20.00 No. 117.80 2356.00 12.42.1.2

b) Single pushfit Coupler :

(i) 75mm 10.00 No. 77.85 779.00 12.42.2.1

(ii) 110mm 20.00 No. 108.45 2169.00 12.42.2.2

c) Single tee with door

(i) 75x75x75 mm 10.00 No. 139.85 1399.00 12.42.3.1

(ii) 110x110x110 mm 20.00 No. 203.30 4066.00 12.42.3.2

Page 82: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

82

d) Single tee without door

(i) 75x75x75 mm 10.00 No. 122.45 1225.00 12.42.4.1

(ii) 110x110x110 mm 20.00 No. 188.55 3771.00 12.42.4.2

e) Bend 87.5°

(i) 75 mm bend 10.00 No. 89.90 899.00 12.42.5.1

(ii) 110 mm bend 20.00 No. 129.85 2597.00 12.42.5.2

f) Shoe (Plain)

(i) 75 mm Shoe 10.00 No. 79.20 792.00 12.42.6.1

(ii) 110 mm Shoe 20.00 No. 113.80 2276.00 12.42.6.2

39 Providing and fixing unplasticised -PVC

pipe clips of approved design to

unplasticised - PVC rain water pipes by

means of 50x50x50mm hardwood plugs, screwed

with M.S. screws of required length

including cutting brick work and fixing in

cement mortar 1:4 (1 cement : 4 coarse

sand) and making good the wall etc.

complete.

a) 75 mm 10.00 No. 290.15 2902.00 12.43.1

b) 110 mm 40.00 No. 288.80 11552.00 12.43.2

40 Providing and fixing to the inlet mouth of

rain water pipe cast iron grating 15 cm

diameter and weighing not less than 440

grams.

10.00 No. 47.25 473.00 12.44

41 Providing and fixing precoated galvanised

iron profile sheets (size,

shape and pitch of corrugation as approved

by Engineer-in-charge)

0.50 mm (+ 0.05 %) total coated thickness

with zinc coating 120

grams per sqm as per IS: 277, in 240 mpa

steel grade, 5-7 microns

epoxy primer on both side of the sheet and

polyester top coat 15-18

microns. Sheet should have protective guard

film of 25 microns

minimum to avoid scratches during

transportation and should be

supplied in single length upto 12 metre or

as desired by Engineerin-

charge. The sheet shall be fixed using self

drilling /self tapping

screws of size (5.5x 55 mm) with EPDM seal,

complete upto any

pitch in horizontal/ vertical or curved

surfaces, excluding the cost of

purlins, rafters and trusses and including

cutting to size and shape

wherever required.

5.00 Sqm 627.55 3138.00 12.50

42 12 mm cement plaster of mix : I n fine

sand.

I) 1:4 (1 cement: 4 fine sand) 10.00 Sqm 266.85 2669.00 13.1.1

ii) 1:6 (1 cement: 6 fine sand) 50.00 Sqm 254.25 12713.00 13.1.2

43 15 mm cement plaster on the rough side of

single or half brick wall of mix :

I) 1:4 (1 cement: 4 fine sand) 20.00 Sqm 307.90 6158.00 13.2.1

ii) 1:6 (1 cement: 6 fine sand) 50.00 Sqm 292.85 14643.00 13.2.2

44 20 mm cement plaster of mix :

I) 1:4 (1 cement: 4 fine sand) 20.00 Sqm 365.25 7305.00 13.3.1

ii) 1:6 (1 cement: 6 fine sand) 50.00 Sqm 345.65 17283.00 13.3.2

Page 83: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

83

45 12 mm cement plaster of mix :

I) 1:4 (1 cement: 4 coarse sand) 20.00 Sqm 276.15 5523.00 13.4.1

ii) 1:6 (1 cement: 6 coarse sand) 50.00 Sqm 263.55 13178.00 13.4.2

46 15 mm cement plaster on rough side of

single or half brick wall of mix :

I) 1:4 (1 cement: 4 coarse sand) 50.00 Sqm 318.95 15948.00 13.5.1

ii) 1:6 (1 cement: 6 coarse sand) 50.00 Sqm 303.90 15195.00 13.5.2

47 20 mm cement plaster of mix :

I) 1:4 (1 cement: 4 coarse sand) 20.00 Sqm 379.70 7594.00 13.6.1

ii) 1:6 (1 cement: 6 coarse sand) 50.00 Sqm 360.10 18005.00 13.6.2

48 12 mm cement plaster finished with a

floating coat of neat cement of mix :

I) 1:3 (1 cement: 3 fine sand) 20.00 Sqm 340.85 6817.00 13.7.1

ii) 1:4 (1 cement: 4 fine sand) 10.00 Sqm 328.25 3283.00 13.7.2

49 15 mm cement plaster on rough side of

single or half brick wall finished with a

floating coat of neat cement of mix :

a) 1:3 (1 cement: 3 fine sand) 5.00 Sqm 384.35 1922.00 13.8.1

b) 1:4 (1 cement: 4 fine sand) 10.00 Sqm 369.30 3693.00 13.8.2

50 Neat cement punning 20.00 Sqm 62.75 1255.00 13.18

51 Providing and applying plaster of paris

putty of 2 mm thickness over plastered

surface to prepare the surface even and

smooth complete.

80.00 Sqm 196.70 15736.00 13.26

52 White washing with lime to give an even

shade:

a) New work (three or more coats) 50.00 Sqm 28.55 1428.00 13.37.1

b) Satna lime wash on walls with one coat 20.00 Sqm 11.50 230.00 13.38

53 Colour washing such as green, blue or buff

to give an even shade :

a) New work (two or more coats) with a base

coat of white washing with lime

10.00 Sqm 38.95 390.00 13.39.1

b) New work (two or more coats) with a base

coat of whiting

20.00 Sqm 38.50 770.00 13.39.2

54 Distempering with dry distemper of approved

brand and manufacture (two or more coats)

of required shade on new work, over and

including water thinnable priming coat to

give an even shade.

20.00 Sqm 117.75 2355.00 13.40

55 Distempering with oil bound washable

distemper of approved brand and manufacture

to give an even shade.

13.41.1

a) New work (two or more coats) over and

including water thinnable priming coat with

cement primer.

20.00 Sqm 153.45 3069.00 13.41.1

56 Finishing walls with water proofing cement

paint of required shade :

a) New work (Two or more coats applied @ 3.84

kg/10 sqm).

100 Sqm 91.25 9125 13.44.1

57 Finishing walls with textured exterior

paint of required shade :

a) New work (Two or more coats applied @ 3.28

ltr/10 sqm) over and including priming coat

of exterior primer applied @2.20kg/10 sqm.

10 Sqm 232.00 2320 13.45.1

58 Finishing walls with Acrylic Smooth

exterior paint of required shade :

a) New work (Two or more coat applied @ 1.67

ltr/10 sqm over and including priming coat

of exterior primer applied @ 2.20 kg/10

100 Sqm 164.7 16470 13.46.1

Page 84: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

84

sqm).

59 Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of

required shade

a) New work (Two or more coats applied @ 1.43

ltr/ 10 sqm. over and including priming

coat of exterior primer applied @ 2.20

kg/10 sqm).

50 Sqm 161.15 8058 13.47.1

60 Painting (two or more coats) on rain water,

soil waste and vent pipes

and fittings with black anticorrosive

bitumastic paint of approved brand

and manufacture, over and including a

priming of ready mixed zinc

chromate yellow primer on new work:.

13.55

a) 100 mm diameter pipes 10 Metre 58.15 582 13.55.1

b) 150 mm diameter pipes 10 Metre 86.7 867 13.55.2

61 Painting with synthetic enamel paint of

approved brand and manufacture to give an

even shade :Two or more coats on new work

200 Sqm 121.55 24310 13.61

62 Varnishing with varnish of approved brand

and manufacture:

a) Two or more coats of glue sizing with copal

varnish over an under coat of flatting

varnish.

5.00 Sqm 182.40 912.00 13.67.1

b) Two or more coats glue sizing with spar

varnish or an under coat of flatting

varnish.

5.00 Sqm 183.25 916.00 13.67.2

63 Repairs to plaster of thickness 12 mm to 20

mm in patches of area 2.5 sq. meters and

under, including cutting the patch in

proper shape, raking out joints and

preparing and plastering the surface of the

walls complete, including disposal of

rubbish to the dumping ground , all

complete as per directions of Engineer-In-

Charge.

a) With cement mortar 1:4 (1 cement : 4 fine

sand).

10.00 Sqm 417.80 4178.00 14.1.1

b) With cement mortar 1:4 (1cement: 4 coarse

sand).

70.00 Sqm 429.60 30072.00 14.1.2

64 Fixing chowkhats in existing opening

including embedding chowkhats in floors or

walls cutting masonry for holdfasts,

embedding hold fasts in cement concrete

blocks of size 15 x 10 x 10 cm with cement

concrete 1:3:6 (1 cement : 3 coarse sand :

6 graded stone aggregate 20 mm nominal

size), painting two coats of approved wood

preservative to sides of chowkhats and

making good the damages to walls and floors

as required complete, including disposal of

rubbish to the dumping ground, all complete

as per directions of Engineer-In-Charge.

a) Door chowkhats . 4.00 No. 1366.85 5467.00 14.2.1

b) Window chowkhats . 4.00 No. 858.90 3436.00 14.2.2

c) Clerestory window chowkhats . 4.00 No. 637.85 2551.00 14.2.3

65 Making the opening in brick masonry

including dismantling in floor or walls by

cutting masonry and making good the damages

to walls, flooring and jambs complete, to

match existing surface i/c disposal of

mulba/rubbish to the nearest municipal

dumping ground, all complete as per

directions of Engineer-In-Charge.

Page 85: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

85

a) For door/ window/ clerestory window. 6.00 Sqm 932.45 5595.00 14.4.1

66 Renewing glass panes, with putty and nails

wherever necessary including racking out

the old putty:

a) Float glass panes of thickness 4 mm. 6.00 Sqm 890.50 5343.00 14.5.1

67 Renewal of old putty of glass panes

(length) .

20.00 meter 42.60 852.00 14.9

68 Refixing old glass panes with putty and

nails .

5.00 Sqm 554.05 2770.00 14.10

69 Fixing old glass panes with wooden fillets

(excluding cost of fillets) .

2.00 Sqm 510.75 1022.00 14.11

70 Providing and fixing 16 mm M.S. Fan clamps

of standard shape and size in existing

R.C.C. slab including cutting chase,

anchoring clamp to reinforcement bar,

including cleaning, refilling, making good

the chase with matching concrete,

plastering and painting the exposed portion

of the clamps complete.

5.00 No. 425.10 2126.00 14.12

71 Renewing Wrought iron or M.S. Wheel or

roller of steel door or gate and fitting

and fixing the same with necessary clamps,

nuts and bolts / welding and erection etc.

complete.

a) Wheel 50 mm dia. and below. 5.00 Per

wheel

146.75 734.00 14.22.1

72 Pumping out water caused by springs, tidal

or river seepage, broken water mains or

drains and the like.

10.00 Kilo

litre

169.05 1691.00 14.23

73 Providing and fixing 25 mm thick shutters

for cup board etc. :

I) Glazed shutters :

a) Superior class teak wood including nickel

plated bright finished M.S. piano hinges

with necessary screws.

2.00 Sqm 4448.45 8897.00 14.26.2.1

b) Ist class teak wood including nickel plated

bright finished M.S. piano hinges with

necessary screws.

2.00 Sqm 3798.05 7596.00 14.26.2.2

74 White washing with lime to give an even

shade :

a) Old work (two or more coats) . 20.00 Sqm 16.75 335.00 13.87.1

b) Old work (one or more coats) . 50.00 Sqm 10.25 513.00 13.87.2

75 Removing white or colour wash by scrapping

and sand papering and preparing the surface

smooth including necessary repairs to

scratches etc. complete

200.00 Sqm 14.20 2840.00 13.88

76 Distempering with dry distemper of approved

brand and manufacture (one or more coats)

and of required shade on old work to give

an even shade.

50.00 Sqm 49.55 2478.00 13.89

77 Distempering with 1st. quality accrylic

distemper (ready mix) having VOC content

less than 50gm./ltrs. of approved brand and

manufacture to give an even shade :

a) Old work (one or more coats) . 100.00 Sqm 54.30 5430.00 13.90

78 Removing dry or oil bound distemper, water

proofing cement paint and the like by

scrapping, sand papering and preparing the

surface smooth including necessary repairs

to scratches etc. complete.

50.00 Sqm 18.25 913.00 13.91

79 Painting (one or more coats) on rain water,

soil, waste and vent pipes and fittings

with synthetic enamel paint of approved

brand and manufacture and required colour

on old work :

Page 86: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

86

a) 75 mm diameter pipes . 10.00 meter 20.55 206.00 13.94.1

b) 100 mm diameter pipes . 20.00 meter 27.15 543.00 13.94.2

c) 150 mm diameter pipes . 5.00 meter 39.10 196.00 13.94.3

80 Wall painting with plastic emulsion paint

of approved brand and manufacture to give

an even shade :

a) One or more coats on old work. 300.00 Sqm 84.65 25395.00 13.98.1

81 Painting with synthetic enamel paint of

approved brand and manufacture of required

colour to give an even shade :

a) One or more coats on old work. 100.00 Sqm 79.95 7995.00 13.99.1

82 Finishing walls with Premium Acrylic Smooth

exterior paint with

Silicone additives of required shade

a) Old work (Two or more coats applied @ 1.43

ltr/ 10 sqm)

over existing cement paint surface

50.00 Sqm 97.75 4888.00 13.112.1

b) Old work (one or more coats applied @ 0.83

ltr/10 sqm).

50.00 Sqm 66.95 3348.00 13.112.2

83 Varnishing with varnish of approved brand

and manufacture:

a) One or more coats with copal varnish. 10.00 Sqm 73.40 734.00 13.113.1

b) One or more coats with spar varnish. 10.00 Sqm 73.85 739.00 13.113.2

84 Providing and fixing double scaffolding

system (cup lock type) on

the exterior side, up to seven story height

made with 40 mm dia

M.S. tube 1.5 m centre to centre,

horizontal & vertical tubes joining

with cup & lock system with M.S. tubes,

M.S. tube challies, M.S.

clamps and M.S. staircase system in the

scaffolding for working

platform etc. and maintaining it in a

serviceable condition for the

required duration as approved and removing

it there after .The

scaffolding system shall be stiffened with

bracings, runners,

connection with the building etc wherever

required for inspection of

work at required locations with essential

safety features for the

workmen etc. complete as per directions and

approval of Engineerin-

charge .The elevational area of the

scaffolding shall be measured

for payment purpose .The payment will be

made once irrespective of

duration of scaffolding.

Note: - This item to be used for

maintenance work judicially,

necessary deduction for scaffolding in the

existing item to be done

20.00 Sqm 257.95 5159.00 14.72

Page 87: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

87

85 Cleaning of terrace/loft water storage tank

(inside surface area) upto 2000 litre

capacity at all heights with coconut

brushes, duster etc., removal of silt,

rubbish from the tank and cleaning the tank

with fresh water disinfecting with

bleaching powder @ 0.5gm per litre capacity

of tank, including marking the date of

cleaning on the side of tank body with the

help of stencil and paint and disposing of

malba, all complete as per direction of

Engineer-in-Charge. (The old date already

written on tank should be removed with

paint remover or black paint and if date is

not written with the stencil or old date is

not removed deduction will be made @ Rs.

0.10 per litre if during cleaning any GI

fittings or ball cock is damaged that is to

be repaired by contractor at his own cost

and nothing extra will be paid on this

account)

5000.00 Litre 0.35 1750.00 14.75A

86 Cleaning and desilting of gully trap

chamber, including removal of

rubbish mixed with earth etc. and disposal

of same, all as per the

direction of Engineer-in-charge

50.00 No. 77.65 3883.00 14.76

87 Cleaning of under ground sump, Over Head

R.C.C. Tank ( independent staging)

including disposal of slit and rubbish, all

as per direction of Engineer-in-Charge. The

cleaning shall consist following

operations:-

(i)Tank shall be emptied of water by

pumping & bottom shall be cleaned of silt

and other deposits. (ii) Entire surface

area of the sump shall then scrubbed

thoroughly with wire brush etc. and

pressure washed with water.

(iii) Chlorination of RCC internal surface

by liquid chlorine.

(iv) The treated surface shall be dried

using air jetting and all loose

particles shall be removal from the

surface.

(v) Finally the surface shall be treated

with ultraviolet radiation etc.

as per direction of Engineer-in-Charge

300.00 Sqm 63.70 19110.00 14.78

88 Disconnecting damaged overhead/terrace PVC

water storage tank of any size from water

supply line and removing from the terrace

including shifting at ground level as per

direction of Engineer-in- charge.

5.00 No. 317.75 1589.00 14.79

89 Providing & fixing White vitreous china

water closet squatting pan (Indian type)

along with "S" or "P" trap including

dismantling of old WC seat and "S" or "P"

trap at site complete with all operations

including all necessary materials, labour

and disposal of dismantled material i/c

malba, all complete as per the direction of

Engineer-in charge.

a) Long pattern W.C Pan of size 580x440 mm 2.00 No. 2724.10 5448.00 14.80.1

b) Orissa pattern W.C Pan of size 580x440 mm 5.00 No. 3537.80 17689.00 14.80.2

90 Cutting holes of required size in brick

masonry wall for fixing of exhaust fan

including providing and fixing 300 mm dia

PVC pipe conforming BIS-12818 and making

good the same etc. complete as per

direction of Engineer-in-charge.

3.00 No. 220.40 661.00 14.81

Page 88: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

88

91 Dismantling W.C. Pan of all sizes including

disposal of dismantled materials i/c malba

all complete as per directions of Engineer-

in- Charge.

5.00 No. 96.00 480.00 14.82

92 Dismantling 15 to 40 mm dia G.I. pipe

including stacking of dismantled pipes

within 50 metres lead as per direction of

Engineer- in-Charge.

a) (a) Internal Work - Exposed on wall 340.00 Metre 2.70 918.00 14.84

93 Taking out existing wooden door shutter,

repair by cutting, painting etc. and

refixing of repaired door shutters to

existing door frames, including replacement

of hinges with screws, etc. as required,

all complete as per the direction of the

Engineer-in-charge.

5.00 No. 297.85 1489.00 14.85

94 Demolishing lime concrete manually/ by

mechanical means and disposal of material

within 50 metres lead as per direction of

Engineer in-charge

2.00 Cum 607.50 1215.00 15.1

95 Demolishing cement concrete manually/ by

mechanical means including disposal of

material within 50 metres lead as per

direction of Engineer - in - charge.

a) Nominal concrete 1:3:6 or richer mix (i/c

equivalent design mix)

1.00 Cum 1737.45 1737.00 15.2.1

b) Nominal concrete 1:4:8 or leaner mix (i/c

equivalent design mix)

1.00 Cum 1072.80 1073.00 15.2.2

96 Demolishing R.C.C. work manually/ by

mechanical means including stacking of

steel bars and disposal of unserviceable

material within 50 metres lead as per

direction of Engineer - in- charge.

1.00 Cum 2534.70 2535.00 15.3

97 Extra for cutting reinforcement bars

manually/ by mechanical means in R.C.C. or

R.B. work (Payment shall be made on the

cross sectional area of R.C.C. or R.B.

work) as per direction of Engineer in-

charge.

3.00 Sqm 863.35 2590.00 15.5

98 Extra for scrapping, cleaning and

straightening reinforcement from R.C.C. or

R.B. work.

100.00 Kg 6.70 670.00 15.6

99 Demolishing brick work manually/ by

mechanical means including stacking of

serviceable material and disposal of

unserviceable material within 50 metres

lead as per direction of Engineer-in-

charge..

a) In cement mortar 2.00 Cum 1469.90 2940.00 15.7.4

100 Dismantling doors, windows and clerestory

windows (steel or wood) shutter including

chowkhats, architrave, holdfasts etc.

complete and stacking within 50 metres lead

:

a) Of area 3 sq. metres and below 5.00 No. 274.50 1373.00 15.12.1

b) Of area beyond 3 sq. metres 5.00 No. 375.65 1878.00 15.12.2

101 Taking out doors, windows and clerestory

window shutters (steel or wood) including

stacking within 50 metres lead:

a) Of area 3 sq. metres and below 5.00 No. 106.55 533.00 15.13.1

b) Of area beyond 3 sq. metres 5.00 No. 140.70 704.00 15.13.2

Page 89: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

89

102 Dismantling steel work in built up sections

in angles, tees, flats and

channels including all gusset plates,

bolts, nuts, cutting rivets, welding

etc. including dismembering and stacking

within 50 metres lead.

338.91 Kg 4.15 1406.00 15.18

a) For thickness of tiles 10 mm to 25 mm 34.00 Sqm 54.85 1865.00 15.23.1

103 Dismantling roofing including ridges, hips,

valleys and gutters etc.,

and stacking the material within 50 metres

lead of:

a) G.S. Sheet 10.00 Sqm 121.90 1219.00 15.28.1

104 Dismantling C.I. or asbestos rain water

pipe with fittings and clamps including

stacking the material within 50 metres lead

:

a) 75 to 80 mm dia pipe. 5.00 Metre 54.00 270.00 15.42.1

b) 100 mm dia pipe 20.00 Metre 55.65 1113.00 15.42.2

c) 150 mm dia pipe 10.00 Metre 57.30 573.00 15.42.3

105 Dismantling G.I. pipes (external work)

including excavation and refilling trenches

after taking out the pipes, manually/ by

mechanical means including stacking of

pipes within 50 metres lead as per

direction of Engineer-in-charge :

a) 15 mm to 40 mm nominal bore 10.00 Metre 108.15 1082.00 15.44.1

b) Above 40 mm nominal bore 10.00 Metre 117.75 1178.00 15.44.2

106 Dismantling of flushing cistern of all

types (C.I./PVC/Vitreous China) including

stacking of useful materials near the site

and disposal of unserviceable materials

within 50 metres lead.

2.00 No. 668.15 1336.00 15.52

107 Dismantling old plaster or skirting raking

out joints and cleaning the surface for

plaster including disposal of rubbish to

the dumping ground within 50 metres lead.

5.00 Sqm 39.00 195.00 15.56

108 Disposal of building rubbish / malba /

similar unserviceable, dismantled or waste

materials by mechanical means, including

loading, transporting, unloading to

approved municipal dumping ground or as

approved by Engineer-in-charge, beyond 50 m

initial lead, for all leads including all

lifts involved.

10.00 Cum 138.85 1389.00 15.60

109 Providing and fixing wash basin with C.I.

brackets, 15 mm C.P. brass pillar taps, 32

mm C.P. brass waste of standard pattern,

including painting of fittings and

brackets, cutting and making good the walls

wherever require:

a) White Vitreous China Wash basin size

630x450 mm with a single 15 mm C.P. brass

pillar tap.

5.00 No. 2751.30 13757.00 17.7.2

b) White Vitreous China Flat back wash basin

size 550x400 mm with single 15 mm C.P.

brass pillar tap.

1.00 No. 2510.45 2510.00 17.7.4

c) White Vitreous China Angle back wash basin

size 600x480 mm with single 15 mm C.P.

brass pillar tap.

1.00 No. 2751.30 2751.00 17.7.5

d) White Vitreous China Angle back wash basin

size 400x400 mm with single 15 mm C.P.

brass pillar tap.

1.00 No. 2349.90 2350.00 17.7.6

e) White Vitreous China Flat back wash basin

size 450x300 mm with single 15 mm C.P.

brass pillar tap.

2.00 No. 2196.05 4392.00 17.7.7

Page 90: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

90

f) White Vitreous China Surgeon type wash

basin of size 660x460 mm with single 15 mm

C.P. brass pillar taps with elbow operated

levers ISI marked.

1.00 No. 3417.55 3418.00 17.7.9

110 Providing and fixing white vitreous china

laboratory sink with C.I. brackets, C.P.

brass chain with rubber plug, 40 mm C.P

brass waste and 40mm C.P. brass trap with

necessary C.P. brass unions complete,

including painting of fittings and

brackets, cutting and making good the wall

wherever required :

a) Size 450x300x150 mm 1.00 No. 4122.55 4123.00 17.11.1

b) Size 600x450x200 mm 1.00 No. 5460.45 5460.00 17.11.2

111 Providing and fixing white vitreous china

water closet squatting pan

(Indian type) : Orissa pattern W.C. pan

of size 580x440 mm

6.00 No. 2544.50 15267.00 17.13.2

112 Providing and fixing white vitreous china

pedestal type (European

type/ wash down type) water closet pan.

6.00 No. 2276.95 13662.00 17.15

113 Providing and fixing 8 mm dia C.P. / S.S.

Jet with flexible tube upto

1 metre long with S.S. triangular plate to

Eureopean type W.C. of

quality and make as approved by Engineer -

in – charge.

3.00 No. 297.55 893.00 17.16A

114 Providing and fixing P.V.C. low level

flushing cistern with manually controlled

device (handle lever) conforming to IS :

7231, with all fittings and fixtures

complete.

a) 10 litre capacity - White 10.00 No. 999.95 10000.00 17.18.1

b) 10 litre capacity - coloured 1.00 No. 971.40 971.00 17.18.2

115 Providing and fixing solid plastic seat

with lid for pedestal type W.C. pan

complete :

a) White solid plastic seat with lid 4.00 No. 571.00 2284.00 17.20.1

b) Black solid plastic seat with lid 1.00 No. 450.60 451.00 17.20.2

c) Coloured (other than black & white) solid

plastic seat with lid

1.00 No. 557.65 558.00 17.20.3

116 Providing and fixing white vitreous china

flat back or wall corner type lipped front

urinal basin of 430x260x350 mm or

340x410x265 mm sizes respectively.

4.00 No. 1299.75 5199.00 17.23

117 Providing and fixing white vitreous china

squatting plate urinal with integral rim

longitudinal flush pipe.

2.00 No. 3207.50 6415.00 17.24

118 Providing and fixing white vitreous china

wash basin including making all connections

but excluding the cost of fittings :

a) Flat back wash basin of size 630x450 mm. 1.00 No. 1139.40 1139.00 17.25.1

b) Flat back wash basin of size 550x400 mm. 1.00 No. 898.60 899.00 17.25.2

c) Angle back wash basin of size 600x480 mm. 1.00 No. 1139.40 1139.00 17.25.3

d) Angle back wash basin of size 400x400mm. 1.00 No. 738.05 738.00 17.25.4

e) Flat back wash basin of size 450x300 mm. 1.00 No. 584.15 584.00 17.25.5

f) Surgeon type wash basin of size 660x460 mm. 1.00 No. 1507.35 1507.00 17.25.6

Page 91: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

91

119 Providing and fixing kitchen sink including

making all connections

excluding cost of fittings.

White glazed fire clay sink of size

600x450x250 mm

1.00 No. 1853.65 1854.00 17.26.1

120 Providing and fixing white vitreous china

laboratory sink including making all

connections excluding cost of fittings:

a) Size 450x300x150 mm. 2.00 No. 2143.95 4288.00 17.27.1

b) Size 600x450x200 mm. 1.00 No. 3481.90 3482.00 17.27.2

121 Providing and fixing P.V.C. waste pipe for

sink or wash basin including P.V.C. waste

fittings complete.

I) Semi rigid pipe

a) 32 mm dia 20.00 No. 87.70 1754.00 17.28.1.1

b) 40 mm dia 14.00 No. 98.40 1378.00 17.28.1.2

ii) Flexible pipe

a) 32 mm dia 14.00 No. 101.10 1415.00 17.28.2.1

b) 40 mm dia 14.00 No. 101.10 1415.00 17.28.2.2

122 Providing and fixing 600x450 mm beveled

edge mirror of superior glass (of approved

quality) complete with 6 mm thick hard

board ground fixed to wooden cleats with

C.P. brass screws and washers complete.

3.00 No. 1283.05 3849.00 17.31

123 Cutting chases in brick masonry walls for

following diameter sand

cast iron/centrifugally cast (spun) iron

pipes and making good the

same with cement concrete 1:3:6 ( 1 cement

: 3 coarse sand :6

graded stone aggregate 12.5 mm nominal

size), including necessary

plaster and pointing in cement mortar 1:4

(1 cement : 4 coarse Sand) :

a) 50 mm dia 20.00 Metre 259.05 5181.00 17.61.3

124 Providing and fixing PTMT Waste Coupling

for wash basin and sink, of approved

quality and colour.

a) Waste coupling 31 mm dia of 79 mm length

and 62 mm breadth weighing not less than 45

gms.

14.00 No. 99.75 1397.00 17.69.1

b) Waste coupling 38 mm dia of 83 mm length

and 77 mm breadth, weighing not less than

60 gms.

14.00 No. 118.50 1659.00 17.69.2

125 Providing and fixing Chlorinated Polyvinyl

Chloride (CPVC) pipes, having thermal

stability for hot & cold water supply,

including all CPVC plain & brass threaded

fittings, including fixing the pipe with

clamps at 1.00 m spacing. This includes

jointing of pipes & fittings with one step

CPVC solvent cement and testing of joints

complete as per direction of Engineer in

Charge. : Internal work - Exposed on wall

a) 15 mm nominal outer dia. Pipes. 10.00 metre 241.55 2416.00 18.7.1

b) 20 mm nominal outer dia. Pipes. 10.00 metre 306.95 3070.00 18.7.2

c) 25 mm nominal outer dia .Pipes. 10.00 metre 369.20 3692.00 18.7.3

d) 32 mm nominal outer dia. Pipes. 5.00 metre 480.55 2403.00 18.7.4

e) 40 mm nominal outer dia. Pipes. 5.00 metre 648.60 3243.00 18.7.5

Page 92: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

92

126 Providing and fixing Chlorinated Polyvinyl

Chloride (CPVC) pipes, having thermal

stability for hot & cold water supply,

including all CPVC plain & brass threaded

fittings, i/c fixing the pipe with clamps

at 1.00 m spacing. This includes jointing

of pipes & fittings with one step CPVC

solvent cement and the cost of cutting

chases and making good the same including

testing of joints complete as per direction

of Engineer in Charge. :Concealed work,

including cutting chases and making good

the walls etc.

a) 15 mm nominal outer dia .Pipes. 5.00 metre 409.65 2048.00 18.8.1

b) 20 mm nominal outer dia .Pipes. 5.00 metre 478.15 2391.00 18.8.2

c) 25 mm nominal outer dia .Pipes. 5.00 metre 561.95 2810.00 18.8.3

d) 32 mm nominal outer dia .Pipes. 5.00 metre 679.15 3396.00 18.8.4

127 Providing and fixing Chlorinated Polyvinyl

Chloride (CPVC) pipes, having thermal

stability for hot & cold water supply

including all CPVC plain & brass threaded

fittings. This includes jointing of pipes &

fittings with one step CPVC solvent cement,

trenching, refilling & testing of joints

complete as per direction of Engineer in

Charge : External work

a) 15 mm nominal outer dia. Pipes. 5.00 metre 202.85 1014.00 18.9.1

b) 20 mm nominal outer dia. Pipes. 5.00 metre 253.70 1269.00 18.9.2

c) 25 mm nominal outer dia. Pipes. 5.00 metre 326.65 1633.00 18.9.3

d) 32 mm nominal outer dia. Pipes. 5.00 metre 413.70 2069.00 18.9.4

e) 40 mm nominal outer dia. Pipes. 10.00 metre 536.75 5368.00 18.9.5

f) 50 mm nominal outer dia. Pipes. 10.00 metre 791.65 7917.00 18.9.6

128 Providing and fixing G.I. pipes complete

with G.I. fittings and clamps, i/c cutting

and making good the walls etc. : Internal

work – Exposed on wall.

a) 15 mm dia. nominal bore 5.00 metre 284.90 1425.00 18.10.1

b) 20 mm dia. nominal bore 5.00 metre 344.10 1721.00 18.10.2

c) 25 mm dia. nominal bore 5.00 metre 438.00 2190.00 18.10.3

d) 32 mm dia. nominal bore 5.00 metre 529.70 2649.00 18.10.4

e) 40 mm dia. nominal bore 5.00 metre 639.60 3198.00 18.10.5

f) 50 mm dia. nominal bore 5.00 metre 786.75 3934.00 18.10.6

129 Providing and fixing G.I. pipes complete

with G.I. fittings including trenching and

refilling etc. : External work

a) 15 mm dia. nominal bore 5.00 metre 244.15 1221.00 18.12.1

b) 20 mm dia. nominal bore 5.00 metre 283.80 1419.00 18.12.2

c) 25 mm dia. nominal bore 5.00 metre 364.55 1823.00 18.12.3

d) 32 mm dia. nominal bore 5.00 metre 424.70 2124.00 18.12.4

e) 40 mm dia. nominal bore 5.00 metre 483.15 2416.00 18.12.5

f) 50 mm dia. nominal bore 5.00 metre 565.25 2826.00 18.12.6

130 Providing and fixing gun metal gate valve

with C.I. wheel of approved quality

(screwed end) :

a) 25 mm nominal bore 1.00 No. 497.15 497.00 18.17.1

b) 20 mm nominal bore 1.00 No. 460.20 460.00 18.17.1A

c) 32 mm nominal bore. 1.00 No. 581.25 581.00 18.17.2

d) 40 mm nominal bore 1.00 No. 678.40 678.00 18.17.3

e) 50 mm nominal bore 1.00 No. 869.20 869.00 18.17.4

Page 93: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

93

131 Providing and fixing ball valve (brass) of

approved quality, High or low

pressure, with plastic floats complete

a) 15 mm nominal bore 10.00 No. 338.70 3387.00 18.18.1

b) 20 mm nominal bore 7.00 No. 386.40 2705.00 18.18.2

c) 25 mm nominal bore 4.00 No. 394.00 1576.00 18.18.3

132 Providing and fixing C.P. brass shower rose

with 15 or 20 mm inlet :

a) 100 mm diameter 7.00 No. 151.90 1063.00 18.22.1

b) 150 mm diameter 3.00 No. 188.80 566.00 18.22.2

133 Repainting G.I. pipes and fittings with

synthetic enamel white paint with one coat

of approved quality :

a) 15 mm diameter pipe. 50.00 metre 7.55 378.00 18.39.1

b) 20 mm diameter pipe. 50.00 metre 8.90 445.00 18.39.2

c) 25 mm diameter pipe 50.00 metre 11.35 568.00 18.39.3

d) 32 mm diameter pipe 50.00 metre 13.60 680.00 18.39.4

e) 40 mm diameter pipe 50.00 metre 15.75 788.00 18.39.5

f) 50 mm diameter pipe 50.00 metre 18.75 938.00 18.39.6

134 Providing and fixing G.I. Union in existing

G.I. pipe line, cutting and threading the

pipe and making long screws including

excavation, refilling the earth or cutting

of wall and making good the same complete

wherever required :

a) 15 mm nominal bore. 10.00 No. 617.20 6172.00 18.47.1

b) 20 mm nominal bore. 7.00 No. 642.65 4499.00 18.47.2

c) 25 mm nominal bore. 5.00 No. 721.60 3608.00 18.47.3

d) 32 mm nominal bore. 4.00 No. 765.75 3063.00 18.47.4

e) 40 mm nominal bore. 3.00 No. 833.95 2502.00 18.47.5

f) 50 mm nominal bore. 3.00 No. 1118.30 3355.00 18.47.6

136 Providing and placing on terrace (at all

floor levels) polyethylene water storage

tank ISI : 12701 marked, with cover and

suitable locking arrangement and making

necessary holes for inlet, outlet and

overflow pipes but without fittings and the

base support for tank.

500.00 Litre 8.80 4400.00 18.48

137 Providing and fixing C.P. brass bib cock of

approved quality conforming to IS:8931:

a) 15 mm nominal bore. 50.00 No. 418.95 20948.00 18.49.1

138 Providing and fixing C.P. brass long nose

bib cock of approved quality conforming to

IS standards and weighing not less than 810

gms.

a) 15 mm nominal bore. 10.00 No. 618.80 6188.00 18.50.1

139 Providing and fixing C.P. brass long body

bib cock of approved quality conforming to

IS standards and weighing not less than 690

gms.

a) 15 mm nominal bore 7.00 No. 552.35 3866.00 18.51.1

140 Providing and fixing C.P. brass stop cock

(concealed) of standard design and of

approved make conforming to IS:8931.

a) 15 mm nominal bore. 7.00 No. 606.25 4244.00 18.52.1

141 Providing and fixing C.P. brass angle valve

for basin mixer and geyser points of

approved quality conforming to IS:8931 a)

15 mm nominal bore

Page 94: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

94

a) 15mm nominal bore 1.00 No. 532.00 532.00 18.53.1

142 Providing and fixing PTMT bib cock of

approved quality and colour.

a) 15mm nominal bore, 86 mm long. Weighing not

less than 88 gms.

40.00 No. 116.55 4662.00 18.54.1

b) 15 mm nominal bore, 122 mm long. Weighing

not less than 99 gms.

34.00 No. 162.50 5525.00 18.54.2

c) 15 mm nominal bore, 165 mm long. Weighing

not less than 110 gms.

25.00 No. 176.75 4419.00 18.54.3

d) 15mm nominal bore, 90 mm long. Weighing not

less than 93 gms.

25.00 No. 228.30 5708.00 18.54.4

143 Providing and fixing PTMT stop cock of

approved quality and colour.

a) 15 mm nominal bore, 86 mm long. Weighing

not less than 88 gms.

21 No. 116.55 2448 18.55.1

b) 20mm nominal bore, 89 mm long. Weighing not

less than 88 gms.

14 No. 151.35 2119 18.55.2

c) Concealed stop cock, 15 mm nominal bore,

108mm long. Weighing not less than 108 gms.

4 No. 200.2 801 18.55.3

144 Providing and fixing PTMT pillar cock of

approved quality and colour .

a) 15mm nominal bore, 107 mm long. Weighing

not less than 110 gms.

20.00 No. 192.65 3853.00 18.56.1

145 15mm nominal bore, 125 mm long foam flow.

Weighing not less than 120 gms.

14.00 No. 210.05 2941.00 18.56.2

146 Providing and fixing PTMT, push cock of

approved quality and colour.

a) 15 mm nominal bore, 98 mm long. Weighing

not less than 75 gms.

2.00 No. 104.50 209.00 18.57.1

b) 15 mm nominal bore, 80 mm long. Weighing

not less than 46 gms.

2.00 No. 97.85 196.00 18.57.2

147 Providing and fixing PTMT Ball cock of

approved quality, colour and make complete

with Epoxy coated aluminium rod with L.P./

H.P.H.D. plastic ball.

148 15 mm nominal bore, 105 mm long. Weighing

not less than 138 gms.

21.00 No. 191.55 4023.00 18.62.1

a) 20 mm nominal bore, 120 mm long. Weighing

not less than 198 gms.

7.00 No. 252.65 1769.00 18.62.2

b) 25 mm nominal bore, 152 mm long. Weighing

not less than 440 gms.

7.00 No. 474.25 3320.00 18.62.3

c) 40mm nominal bore, 206mm long. Weighing not

less than 690 gms.

6.00 No. 728.5 4371.00 18.62.4

d) 50mm nominal bore, 242 mm long. Weighing

not less than 1240 gms.

6.00 No. 1250.3 7502.00 18.62.5

149 Providing and fixing PTMT swivelling

shower, 15mm nominal bore. Weighing not

less than 40 gms.

10.00 No. 111.75 1118.00 18.64

Page 95: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

95

150 Providing and fixing aluminium work for

doors, windows, ventilators and partitions

with extruded built up standard tubular

sections/appropriate Z sections and other

sections of approved make conforming to IS:

733 and IS: 1285, fixing with dash

fasteners of required dia and size,

including necessary filling up the gaps at

junctions, i.e. at top, bottom and sides

with required EPDM rubber/neoprene gasket

etc. Aluminium sections shall be smooth,

rust free, straight, mitred and jointed

mechanically wherever required including

cleat angle, Aluminium snap beading for

glazing / paneling, C.P. brass/ stainless

steel screws, all complete as per

architectural drawings and the directions

of Engineer-in-charge. (Glazing, paneling

and dash fasteners to be paid for

separately) :

I) For fixed portion

a) Anodised aluminium (anodised transparent or

dyed to required shade according to IS:

1868, Minimum anodic coating of grade AC

15)

20.00 Kg 423.95 8479.00 21.1.1.1

b) Powder coated aluminium (minimum thickness

of powder coating 50 micron)

20.00 Kg 456.30 9126.00 21.1.1.2

ii) For shutters of doors, windows &

ventilators including providing and fixing

hinges/ pivots and making provision for

fixing of fittings wherever required

including the cost of EPDM rubber /

neoprene gasket required (Fittings shall be

paid for separately).

a) Anodised aluminium (anodised transparent or

dyed to required shade according to IS:

1868, Minimum anodic coating of grade AC

15)

50.00 Kg 513.40 25670.00 21.1.2.1

b) Powder coated aluminium (minimum thickness

of powder coating 50 micron)

10.00 Kg 546.35 5464.00 21.1.2.2

151 Providing and fixing 12mm thick

prelaminated particle board flat pressed

three layer or graded wood particle board

conforming to IS:12823 Grade l Type ll, in

panelling fixed in aluminum doors, windows

shutters and partition frames with C.P.

brass / stainless steel screws etc.

complete as per architectural drawings and

directions of engineer-in-charge.

I) Pre-laminated particle board with

decorative lamination on one side and

balancing lamination on other side.

5.00 Sqm 997.70 4989.00 21.2.1

ii) Pre-laminated particle board with

decorative lamination on both sides.

5.00 Sqm 1046.90 5235.00 21.2.2

152 Providing and fixing glazing in aluminium

door, window, ventilator shutters and

partitions etc. with EPDM rubber / neoprene

gasket etc. complete as per the

architectural drawings and the directions

of engineer-in-charge . (Cost of aluminium

snap beading shall be paid in basic item):

(i) With float glass panes of 4.0 mm thickness 5.00 Sqm 999.60 4998.00 21.3.1

(ii) With float glass panes of 5.50 mm thickness 5.00 Sqm 1296.40 6482.00 21.3.2

Page 96: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

96

153 Providing and fixing double action

hydraulic floor spring of approved brand

and manufacture conforming to IS : 6315,

having brand logo embossed on the body /

plate with double spring mechanism and door

weight upto 125 kg., for doors, including

cost of cutting floors ,embedding in floors

as required and making good the same

matching to the existing floor finishing

and cover plates with brass pivot and

single piece M.S. sheet outer box with

slide plate etc. complete as per the

direction of Engineer-in-charge.

a) With stainless steel cover plate minimum

1.25 mm thickness.

1.00 No. 2412.50 2413.00 21.4.1

154 Providing and fixing aluminium tubular

handle bar 32 mm outer dia, 3.0 mm thick &

2100 mm long with SS screws etc .complete

as per direction of Engineer-in-Charge.

a) Anodized (AC 15 ) aluminium tubular handle

bar

3.00 No. 512.30 1537.00 21.12.1

b) Powder coated minimum thickness 50 micron

aluminium tubular handle bar.

4.00 No. 562.60 2250.00 21.12.2

155 Providing and fixing 100mm brass locks

(best make of approved quality) for

aluminium doors including necessary cutting

and making good etc. complete.

6.00 No. 458.55 2751.00 21.13

156 Providing and fixing aluminium casement

windows fastener of required length for

aluminium windows with necessary screws

etc. complete.

a) Anodized (AC 15) aluminium 12.00 No. 67.55 811.00 21.15.1

b) Powder coated minimum thickness 50 micron

aluminium.

3.00 No. 71.55 215.00 21.15.2

157 Cleaning of reinforcement from rust from

the reinforcing bars to give it a total

rust free steel surface by using alkaline

chemical rust remover of approved make with

paint brush and removing loose particles

after 24 hours of its application with wire

brush and thoroughly washing with water and

allowing it to dry, all complete as per

direction of Engineer-In-Charge.

a) Bars up to 12 mm diameter 101.30 meter 5.90 598.00 26.29.1

b) Bars above 12 mm diameter 100.00 meter 11.80 1180.00 26.29.2

158 Providing, mixing and applying bonding coat

of approved adhesive on chipped portion of

RCC as per specifications and direction of

Engineer-In-charge complete in all respect.

a) SBR Polymer (@10% of cement weight)

modified cementitious bond coat @2.2 kg

cement per sqm of surface area mixed with

specified proportion of approved polymer

5.00 Sqm 117.30 587.00 26.31.1

b) Epoxy bonding adhesive having coverage 2.20

sqm/kg of approved make

5.00 Sqm 388.50 1943.00 26.31.2

159 Providing and injecting approved grout in

proportion recommended

by the manufacturer into cracks/honey-comb

area of concrete/ masonry by suitable

gun/pump at required pressure including

cutting of nipples after curing etc.

complete as per directions of Engineer-in-

Charge. (The payment shall be made on the

basis of actual weight of approved

grout injected.)

Page 97: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

97

a) Stirrer mixed Acrylic Polymer of approved

make @ 2% of weight of cement used)

modified Cement slurry made with non shrink

compound in concrete/RCC work

10.00 Kg 97.30 973.00 26.35.1

b) Stirrer mixed SBR Polymer (of approved

make) modified Cement slurry made with

Shrinkage Compensating Cement in

concrete/RCC work.

10.00 Kg 101.55 1016.00 26.35.2

c) Epoxy injection grout in concrete/RCC work

of approved

Make

10.00 Kg 792.30 7923.00 26.353

160 Cleaning of exposed concrete surface of

sticking material including loose and

foreign material by sand blasting with

coarse sand followed by and including

cleaning with oil free air blast as per

direction of Engineer in charge.

20.00 Sqm 289.90 5798.00 26.37

1439750.00

Add cost index 31.36% on DSR-

18. 451506.00

TOTAL 1891256.00 (I) 171 Removing chokage of H.C.I. or S.W. pipe

with split bamboo.

a) Underground 1000.00 Metre 11.00 11000.00 PWD(S&P)12.a)/P-

77.

b) Over ground 1000.00 Metre 9.00 9000.00 PWD(S&P)12.b)/P-

77.

172 Scraping the hard scum of 'S' trap

carefully to render the flushing flow easy

after soaking with strong acid through W.C.

pan on floor and also cleaning through

flanged junction door underneath the

ceiling including necessary scafolding and

resetting the flanged door watertight by

putty joints by methor labour.

100.00 Each 87.00 8700.00 PWD(S&P)13/P-78.

173 Dismantling Indian W.C. including taking

out base concrete as necessary.

10.00 Each 45.00 450.00 PWD(S&P)2./P-85.

174 Supplying, fitting and fixing in position

R.C.C. Manhole/ pit cover of approved make

with rim of approved make (Heavy type)

a) 450 mm dia. 20.00 Each 276.00 5520.00 PWD(S&P)7(i)/P-91.

b) 600 mm dia. 20.00 Each 338.00 6760.00 PWD(S&P)7(ii)./P-

91.

175 Supplying, fitting and fixing in position

reinforced cement polymer concrete

manhole /gully pit cover with matching

frame.As per I.S-12592(M.D)

176 25 MT load bearing capacity round manhole

cover provided with two

lifter hooks fitted with matching frame of

size each 3382.00 Cover: 680 mm X 90

mmFrame: 800 mm X 165 mm

opening: 500mm Weight: 196 kg (approx)

1.00 Each 3382.00 3382.00 PWD(S&P)8(ii)./P-

91.

Page 98: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

98

177 Making one set of scaffolding only for

replacing glass panels, painting,

uprooting plant and another repairing works

of building and S&P works for

external works only with 10 cm. dia bamboo

as main posts at the rate of 1

metre centre to centre and 7.5 cm. dia

bamboo ties @ 0.75 metre apart fitting

and fixing with necessary coir, nails etc.

as per direction of the Engineer-

incharge(This item should be executed only

after prior approval of the Engineer-

incharge).

Firstly, one number to be paid and then

labour rate for shifting up to

further nineteenth (19) times @ 10% each

time to be considered. If necessary

further after twenty times of total use,

another one number new and labour

rate for shifting to be considered

accordingly.

a) 3.90 metre height 12.00 each 279.00 3348.00

b) Extra for additional 3.6 height or part

thereof

24.00 each 245.00 5880.00

178 Call attending @ Rs 523 /- per job 10.00 each 523.00 5230.00

Total 59270.00 Add 12% GST ON (State PWD) 7112.00 Total 66382.00

Add 1% Labour welfare cess 664.00

Total 67046.00 II

Sub Total A (I &II) 1958302.00

SUPPLY OF MATERIALS (PART -”B”)

161 G.I. Pipe 15mm dia 50.00 Metre 91.00 4550.00 1545

163 G.I. Pipe 25mm dia 50.00 Metre 171.00 8550.00 1547

164 G.I. Union 15mm dia 20.00 No. 30.00 600.00 1641

165 G.I. Union 20mm dia 20.00 No. 49.00 980.00 1642

166 G.I. Union 205m dia 20.00 No. 108.00 2160.00 1643

167 15 mm PTMT Stop Cock 50.00 No. 71.00 3550.00 7403

168 15 mm PTMT Bib Cock 50.00 No. 71.00 3550.00 7400

169 15 mm PTMT Pillar Cock 50.00 No. 125.00 6250.00 7406

170 15 mm PTMT Push Cock 50.00 No. 62.00 3100.00 7407

Total 33290.00 Add cost index 31.36% on DSR-

18.

10440.00

Total 43730.00 Add GST 12% 5248.00 Total 48978.00 Add 15% Contractor profit 7347.00 Total 56325.00 Add 1% Cess 563.00

TOTAL (DSR 2018 SUPPLY OF MATERIAL) 56888.00 (I) 178 G.I. Socket 15mm dia 70.00 each 15.00 1050.00 PWD(S&P)2.(i)/P-

103.

Page 99: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

99

179 G.I. Socket 20mm dia 50.00 each 22.00 1100.00 PWD(S&P)2.(ii)/P-

103.

180 G.I. Socket 25mm dia 40.00 each 32.00 1280.00 PWD(S&P)2.(iii)/P-

103.

181 G.I. Bend 15mm dia 75.00 each 34.00 2550.00 PWD(S&P)6.(i)/P-

105.

182 G.I. Bend 20mm dia 50.00 each 52.00 2600.00 PWD(S&P)6.(ii)/P-

105

183 G.I. Bend 25mm dia 35.00 each 83.00 2905.00 PWD(S&P)6(iii)/P-

105

184 G.I. Elbow 15mm dia 100.00 each 16.00 1600.00 PWD(S&P)7.(i)/P-

105.

185 G.I. Elbow 20mm dia 50.00 each 26.00 1300.00 PWD(S&P)7(ii)/P-

105

186 G.I. Elbow 25mm dia 30.00 each 44.00 1320.00 PWD(S&P)7(iii)/P-

105

187 G.I. Tee 15mm dia 100.00 each 25.00 2500.00 PWD(S&P)8(i)/P-105

188 G.I. Tee 20mm dia 60.00 each 41.00 2460.00 PWD(S&P)8(ii)/P-

105

189 G.I. Tee 25mm dia 50.00 each 61.00 3050.00 PWD(S&P)8(iii)/P-

105

Total 23715.00 Add 12% GST 2846.00

Total 26561.00

Add 1% Labour welfare cess 266.00

TOTAL 26827.00 II

Sub total (B) (I & II) 83715.00

Grand Total (A) & (B) 2042017.00

Percentage quoted by bidder on DSR/PWD rate

Overall bidder quote on estimated cost

(B) BOQ items of manpower

SUPPLY OF MAN POWER (PART -”C”)

PART C

Sl.No. Category Manpower

Rate/Month

(considering 30

days & 13% PF and

3.25% ESIC)

Amount/Year

1 Manpower (Semi Skilled) 1 24238.00 290856.00

2 Manpower (Un Skilled) 1 21936.00 263232.00

Sub Total 554088.00

Add 18% GST 99736.00

Grand Total 653824.00

Service charges in % over minimum wages

Overall bidder quote on the estimated cost

Page 100: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

100

Note: The manpower rate for different category of worker has been as per CLC rate w.e.f

01.04.2020 & & latest prevailing ESI &EPF rate.

With the revision of CLC rate & ESI and EPF contribution the revised rate will be considered

and payment will be made to the contractor with the revised rate.

GENERAL ABSTRACT OF COST

Name of Work :- ARM CIVIL WORK OF ESI STAFF QUARTER AT AF BLOCK SALT LAKE

1 Day to day Work Part(A) Rs. 1958302.00 2 Supply of Materials Part(B) Rs. 83715.00 3 Supply of Man Power Part(C) Rs. 653824.00

Total Rs. 26,95,841.00

Grand Total

Rs. 26,95,841.00

Say Rs. 26,95,841.00

Rupees twenty six lakhs ninty five thousand eight hundred forty one only.

Note: 1. If any cells (Rates) left blank, then the same will be treated as “Zero”.

1. The Rates quoted by bidders shall be inclusive of all Taxes and all others overheads unless otherwise explicitly expressed.

2. Payment to be made as per actual measurement at site.

I / We hereby agree to execute the work on the above-mentioned rates and term condition, total

amounting to Rs for the entire work and on the enclosed terms

and conditions of contract of the Organization.

Page 101: EMPLOYEES' STATE INSURANCE CORPORATION Web Site: … · of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders

101

Signature of the contractor with seal

Address

Mobile No

Opened by us on

Tender Stands total amounting to Rs for the entire work

AC & RD